Loading...
Contract - Page Southerland Page - 7/24/2014`ROUND ROCK, TEXAS PURPOSE PALtleN PRMPERITY CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: PAGE SOUTHERLAND PAGE, INC. ("Engineer") ADDRESS: 400 West Cesar Chavez Street, Suite 500, Austin, TX 78701 PROJECT: Southwest Downtown Infrastructure Improvements Phase 5A THE STATE OF TEXAS COUNTY OF WILLIAMSON THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the 24 day of,ruT 2014 by and between the CITY OF ROUND ROCK, a Texas home - rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract 0199.1483;00304900 R-2014-1560 Rev. 04113 00192831 CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which .are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall performs or provide services as identified in Exhibit A entitled "City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perfonn Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not perform the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shoum below as full compensation for the Engineering Services performed and to be peiformed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of Two Hundred Eighty Thousand Six Hundred Twenty -Six and 24/100 Dollars ($280,626.24) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Engineering Services as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Engineering Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Engineering Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Engineering Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified hi Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and perfornied. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. K ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for put -poses of this Contract is as follows: Todd Keltgen Operations Manager 2008 Enterprise Drive Round Rock, TX 78664 Telephone Number (512) 218-5583 Mobile Number (512) 748-7591 Email Address toddk@roundrocktexas.gov 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: James C. Alvis, P.E. Associate Principal, Director of Civil Engineering 400 West Cesar Chavez Street, Suite 500 Austin, TX 78701 Telephone Number (512) 472-6721 Fax Number (512) 477-3211 Email Address jalvis@pagetliiiik.com pagethiiik.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. W ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services, Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/slre/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City authorizes Rill execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE Int USE OF DOCUMENTS All documents, including but not limited to drawings, specifications and data or programs stored electronically, (hereinafter referred to as "Instruments of Service") prepared by Engineer and its subcontractors are related exclusively to the services described in this Contract and are intended to be used with respect to this Project. However, it is expressly understood and agreed by and between the parties hereto that all of Engineer's designs under this Contract (including but not limited to tracings, drawings, estimates, specifications, investigations, studies and other documents, completed or partially completed), shall be the property of City to be thereafter used in any lawful manner as City elects. Any such subsequent use made of documents by City shall be at City's sole risk and without liability to Engineer, and, to the extent permitted by law, City shall indemnify, defend and hold harmless Engineer from all claims, damages, losses and expenses, including but not limited to attorneys fees, resulting therefrom. By execution of this Contract and in confirmation of the fee for services to be paid under this Contract, Engineer hereby conveys, transfers and assigns to City all rights under the Federal Copyright Act of 1976 (or any successor copyright statute), as amended, all common law copyrights and all other intellectual property rights acknowledged by law in the Project designs and work product developed under this Contract. Copies may be retained by Engineer. Engineer shall be liable to City for any loss or damage to any such documents while they are in the possession of or while being worked upon by Engineer or anyone connected with Engineer, including agents, employees, Engineers or subcontractors. All documents so lost or damaged shall be replaced or restored by Engineer without cost to City. Upon execution of this Contract, Engineer grants to City permission to reproduce Engineer's work and documents for purposes of constructing, using and maintaining the Project, provided that City shall comply with its obligations, including prompt payment of all sums when due, under this Contract. Engineer shall obtain similar permission from Engineer's subcontractors consistent with this Contract. If and upon the date Engineer is adjudged in default of this Contract, City is permitted to authorize other similarly credentialed design professionals to reproduce and, where permitted by law, to make changes, corrections or additions to the work and documents for the purposes of completing, using and maintaining the Project. 7 City shall not assign, delegate, sublicense, pledge or otherwise transfer any permission granted herein to another party without the prior written contract of Engineer. However, City shall be permitted to authorize the contractor, subcontractors and material or equipment suppliers to reproduce applicable portions of the Instruments of Service appropriate to and for use in their execution of the Work. Submission or distribution of Instruments of Service to meet official regulatory requirements or for similar purposes in connection with the Project is permitted. Any unauthorized use of the Instruments of Service shall be at City's sole risk and without liability to Engineer and its Engineers. Prior to Engineer providing to City any Instruments of Set -vice in electronic form or City providing to Engineer any electronic data for incorporation into the Instruments of Service, City and Engineer shall by separate written contract set forth the specific conditions governing the format of such Instruments of Service or electronic data, including any special limitations not otherwise provided in this Contract. Any electronic files are provided by, Engineer for the convenience of City, and use of them is at City's sole risk. In the case of any defects in electronic files or any discrepancies between thein and any hardcopy of the same documents prepared by Engineer, the hardcopy shall prevail. Only printed copies of documents conveyed by Engineer shall be relied upon. Engineer shall have no liability for changes made to the drawings by other engineers subsequent to the completion of the Project. Any such change shall be sealed by the engineer making that change and shall be appropriately marked to reflect what was changed or modified. ARTICLE 1.5 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall fiirnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified persoruiel in its employment for performance of the Engineering Services required under this Contract, or will obtain such persormel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval fiom City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 8 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contact by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contact may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 9 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty -day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services }performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximunn salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 10 Engineer shall also save and hold City harmless fiom any and all expenses, including but not limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible. for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising fiom design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 KION -COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non -collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per claim from a company authorized to do insurance business in' Texas and 11 otherwise acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its insurer. (2) Subeonsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work tinder this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Engineer shall notify City thirty (30) days prior to the expiration, cancellation, non- renewal or any material change in coverage, and such notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self -Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled "Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 12 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 13 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: James C. Alvis, P.E. Associate Principal, Director of Civil Engineering 400 West Cesar Chavez Street, Suite 500 Austin, TX 78701 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for wilich they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the sante locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Set -vices. 14 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable constriction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion, judgment, approval, review, or determination of either party hereto, such terns are not intended to be and sltall never be construed as permitting such opinion, judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above -stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF, the City of Round Rock has caused this Contact to be signed in its corporate name by its duly authorized City Manager or Mayor, as has Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithfid and full performance of the terms and provisions hereof. CITY OF ROUND ROCK, TEXAS 4Steplia D S TO ORM: By: e�M� t, A4e Sheets, City Attorney L' 2Wv t -e, WIn i fit, j/u' r1=rt°M ATTEST: By: q��� Sara L. White, City Clerk PAGE SOUTHE L DL�U By: /\U �Kt;Gv7\t/� v/lC�. P(�Sr9�1T Printed Name: (ZflQ-r 2T f: , ?yeKt 15 LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Engineering Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance 16 EXHIBIT A City Services PROJECT: Southwest Downtown Infrastructure Improvements -- Phase SA The City of Round Rock will furnish to the Engineer the following items/information: • Any pertinent existing baseline information relating to the assigned tasks • Surveying, as needed • Timelines relating to critical dates • The City will confirm with each dry utility provider their needs to confirm correct contents of duct bank and termination points • Timely review and approval of submitted information • Assistance with utility adjustment and relocation efforts • Citizen and Property Owner contacts, coordination, and communication efforts • Work outside the ROW to connect to individual lot utilities and appurtenances • Texas Dept. of Licensing and Regulation (TDLR) accessibility consultant review fees are by the City. • Payment of fees to any Regulatory Authority having jurisdiction. • Project Inspection, • City will take responsibility to notify other engineering consultants on this project Including: - Baker-Aicklen Inc. (BAI), and their sub -consultant HDR; and - Huggins Seiler & Assoc. (HSA); that their sealed plans are subject to having minor modifications made to the plans and the modifications sealed by others and re -issued for the project without further notifications. EXHIBIT B Engineering Services PROJECT: Southwest Downtown Infrastructure Improvements — Phase SA for following streets: MAYS STREET (HS&A); WEST MAIN ST. (HS&A); portions of S. BLAIR STREET (BAI and PAGE Utils), W. LIBERTY AVE. (BAI & PAGE Utils), ROUND ROCK AVE. (BAI w/ HDR; PSP Utils) Scope: 1) PAGE will compile Drawings and a Project Manual for Bid Documents in one Project Manual from the single Manual combined previously (Ph 5 -Bids not approved) from Manuals prepared by: Baker-Aicklen Inc. (BAI), and their sub -consultant HDR; and Huggins Seiler & Assoc. (HS&A); PAGE will assist the City in obtaining bids; review bids and recommend award; and provide Construction Phase Services. The project will consist of portions of: MAYS STREET (HS&A); WEST MAIN ST. (HS&A); S. BLAIR STREET (BAI and PAGE Utils), W. LIBERTY AVE. (BAI & PAGE Utils), and ROUND ROCK AVE. (BAI w/ HDR; PSP Utils) including the Roundabout. 2) PAGE will develop and issue addenda as appropriate, to interpret, clarify, or expand the bid documents. 3) PAGE will modify sealed plans having minor modifications needed to make plans current for bid. The modifications will be sealed by PAGE and re -issued for the project. 4) PAGE will coordinate Electrical Engineer for Electrical Street Light Redesign for use of single type of luminaire. 5) PAGE will coordinate Structural Engineer for Electrical Street Light Redesign (support elements along bridge) for use of single type of luminaire. 6) PAGE will render color Exhibits of Bridge Elements. 7) PAGE will attend the Pre -Bid Conference. 8) PAGE will assist the City in obtaining bids; review and tabulate bids, recommend award and fill out the Agreement form. 9) PAGE will provide Construction Phase Services. PAGE Construction Phase Services are to be provided for 113 weeks starting at construction notice to proceed. Construction Services include: conducting an environmental site pre -construction meeting, attendance at weekly on-site construction review meetings, review of submittals and shop drawings, response to requests for information (RFI's), issuance of design clarifications via Architect's supplemental instruction's (ASI's), review of monthly construction draw, review any proposed change orders, project close out services, provide record drawings prepared from Contractor supplied "As Builts", and provide engineering management and administrative services associated with the above referenced tasks. Services will include minor sealed plan engineering clarifications associated with original Engineering Plans to be provided in CAD format by: - Baker-Aicklen Inc. (BAI), and their sub -consultant HDR; and - Huggins Seiler & Assoc. (HSA); Construction phase observation is to be provided by the City Inspector. PAGE will endeavor to secure compliance by the Contractor to the plans and specifications. PAGE shall not be responsible for construction means, methods, safety, techniques, sequences or procedures employed by the Contractor in connection with the work and PAGE shall not be responsible for the contractor's errors or omissions or failure to carry out the work in accordance with the contact documents or directives issued via RFI or ASI or submittal responses. 10) PAGE will perform project close out with the City. 11) PAGE will perform permitting close out with TCEQ with respect to the TCEQ WPAP and SCS plans submitted by others and prior approved by TCEQ. Services Not Included: The following services are not included in the scope of the Basic Design Services. It is anticipated that some of these services are not required, are additional services, or will be provided by others: Services not Included: 1. Changes or Additions to the Basic Design Services or Approved Civil Master Plan Documents initiated by the Owner or resulting from unforeseen field conditions encountered during construction. 2. City, State or other Governing Agency Fees. Services believed not required: 1. Zoning and Re -Subdivision. 2. Environmental Assessments (use previous Geologic Site Assessment provided by Owner). 2 3. Storm Water Detention Analysis and Facilities Design (previously documented and approved/determined by City to not be required due to proximity to lower Lake Creek). 4. FEMA Flood Plain Analysis / Revisions. 5. Corps of Engineers Section 404 (Wetlands) Permitting. 6. Tree, Topographical and Boundary Survey (use previous survey provided by Owner). 7. Permitting associated with the following Jurisdictions: US Fish & Wildlife Service 8. Off -Site Roadway Improvements. 9. Off -Site Drainage Studies (areas not located within the Approved Civil Master Plan Area). 10. Pavement section recommendations. (BAI portion of plans use Owner provided PSI Geotechnical Consultants Subsurface Exploration and Pavement Recommendations, dated Feb 6, 2004; and Supplemental Pavement Recommendations, dated May 10, 2004) (HS&A portion of plans use references provided by HS&A plans as proposed by HS&A). Services provided by others: 1. Transportation Studies or Traffic Impact Analysis (by Owner). 2. Americans with Disabilities Act (ADA) TAS/TDLR registration and review — (Provided by Owner). Note: Registration will be coordination by Engineer with a Service Provider Approved by City and any Fees will be paid by the Owner. 3. Preparation of easement dedication/vacation exhibits and Recordation (by Licensed Surveyor and Owner). 4. Landscape and Irrigation Design / Site Furnishings / Signage and Graphics (by Owner). 5. If required, Design of retaining walls (Structural Design required). C EXHIBIT C Work Schedule PROJECT: Southwest Downtown Infrastructure Improvements — Phase 5A ESTIMATED PROJECT SCHEDULE City Work Authorization to PAGE Kick off meeting ...., Compiled Project Manual to City for Final Review (on or before) .... Informal City Comments (on or before) ................................. Advertise for Bids: Bid Documents Available to Bidders ................... Saturday, 8/ 9 / 2014; Sun 8/ 10 / 2014 Saturday, 8/ 16 / 2014; Sun 8/ 17 / 2014 Saturday, 8/ 23 / 2014; Sun 8/ 24 / 2014 Pre -Bid Conference 2:00 p.m., Wed .................................................... Bid Opening 2:00 p.m., Tuesday....................................................... Bid Award (elapsed time 30 days) ....................................................... Notice to Proceed Issued (elapsed time 10 days) ................................ Project Duration (elapsed time 24 months) ......................................... Project Close Out (elapsed time 2 months) ......................................... 4/17/2014 5/19/2014 7/01/2014 7/08/2014 8/11/2014 8/20/2014 8/26/2014 9/25/2014 10/06/2014 10/05/2016 12/05/2016 EXHIBIT D Fee Schedule City of Round Rock Southwest Downtown Infrastructure Improvements (SWDT PHASE SA): Mays SL W. Main St., Round Rock Ave. Roundabout, W. Liberty Ave., &Iportion of Blair St. between Liberty St. and just south of Main St. DIRECT OVERHEAD TOTAL FIXED FEE TOTAL LABOR COSTS BY FUNCTION CODE: LABOR 150.00% LABOR+OVHD 10.00% COST F.C. 100 Compile and Revise plans 5 16,688.10 S 25.032.15 $ 41,720.25 S 4,172.03 $ 45,89228 F.C. 101 Quantity Take Offs (3hm1per sheet - 90 sheets) $ 10,899.65 5 16.349.48 S 27,249.13 S 2,724.91 $ 29,974.04 F.C. 102 Compile and Revise Specs $ 3,209.25 S 4,813.88 S 8,023.13 S 802.31 S 8,825,44 F.C. 103 Electrical Redesign $ 4,193,42 S 6,290.13 $ 10,483.55 $ 1,04a.36 $ 11,531.91 F,C. 104 Structural Redesign $ 1,240.91 S 1,861.37 $ 3,102.28 $ 310.23 $ 3,412.50 F.C. 105 Rendering Exhibits $ 1,626.02 $ 2,439.03 $ 4,065.05 $ 406.51 S 4,471.56 F.C. 110 Constr. Serv. - Bid and Award: $ 3,427.16 S 5.140.74 S 8,567.90 $ 856.79 $ 9.424.69 F.C. 120 Constr. Serv. - Constr. Admin.: (113 wks) $ 23,677.60 S 35,516.40 S 59,194.00 $ 5.919.40 S 65,113.40 F.C. 130 Constr.Serv. - Weekly Meetings: (113 wits) S 14,505.81 $ 21.758.72 S 36.264.53 $ 3,626.45 S 39,890.98 F.C. 160 Construction Services - Project Final Close Out $ 3,424.00 S 5,136.00 S 8,560.00 $ 856.00 $ 9,416.00 F.C. 170 Permitting Services(TCEQ Close ON Services) 5 513.48 $ 770.22 S 1,283.70 $ 128.37 S 1,41207 F.C. 200 PROJECT MANAGEMENT $ 10,902.00 S 16,353.00 $ 27,255.00 S 2,725.50 $ 29,980.50 $ _ S _ $ _ $ _ S _ S s $ $ $ S s $ $ $ $ $ $ $ 1 $ TOTALS $ 94.307.40 S 141AS1.10 S 235,76830 S 23.576.85 5 259,345.35 DIRECT COSTS: EXPENSES: UNIT RATE QUANTITY TOTAL Final Mylar Plots SF s 20.00 " 240 S 4,600.00 Reproduction EA -24x36 $ 10.00 Sao $ 9,600.00 Reproduction EA -8.5x11 $ 010 6,000 S 600.00 Mileage Mile $ 0.56 4,972 S 2,761.95 113 trips; 44 mllesArip Per Diem Day S - - $ Mail B Calvaries EA___ $ 250.00 3 s 750.00 - Advertise for Bids _ __ _ _ _ _ _ -- - � S _ 1.0 2,500 S 2,500.00 tolls S 2.38 113. $ 268.94 0 $ S TOTAL EXPENSES $ 21.280.89 SUB -CONTRACTS: TASK TOTAL Surveying Company Name Surveys $ - Company Name SUE Level B $ - Company Name TDLR Desi9n/Compliance. Review $ - TOTAL SUB -CONTRACTS 5 TOTAL DIRECT COSTS $ 21,280,89 TOTAL COST S 280,626.24 PageSouthertand Page Sheet 2 of 4 Southwest Downtown Infrastructure Improvements BLAIR PLUS PHASE City of Round Rock Manhours 'Rate DirW Labor Project Eng leer 0 $42.79 ` S Eng(ner = 0 53510: 5 Senior CIA Designer 0 $27 40 . $ Crvt1 Designer 0 $26 44- Jupia�.Cml Designer 0 Y25.48:5 :'Administrative Assistant 0 .... $18.99 Sub -total. F.0 110 .: Constr, $ery : • Std 8nd Awstd: Manhottis Rate :' Oirect Labor Project Engineer 44 .w42 79 1,882.76 ; ,Engineer 44 $3510 :: 1,544.40 Sen[or.CM1 Designer. 0 527 40 Crrll Designer 0 $26 44 5 .luttior•Civii Designer. > 0 S25 48 $ AdministtativeAssistant :::.:..:. 0 : :':$18.99 ...:.� ::.:..,:.•..Sub -total :. ::.; 883,427.16 F.C.120 : Constr. Serv.-,Constr. Admin.: 113 wks Manhours .. Rate Direct Pniject Engineer : 270.: $4279 , S 11,553.30 Engineer - .169.. $35.10: 5 5,931.90 .. : Seniot.Civ:I Designer 226.. `$27.40 5 : 6.192AO Civil Designer 0 '$26.44 Junior Civil Designer. 0 525.48ML 5 AdmInistrat ve Assistant 0 $18.99 $ Sub -total 665 .. ::23,677.60 . F.C..130 . Constr. Serv. ` Weetdy Meetin0s: (113 wks) Marthotrrs . : Rate ` Direct Labor P ect roj . Engineer 339 542.79 $ 14,505.81 ''Eng new 0 $35.10:. $ Senior Cnnl Designer- 0 $27.40 5 .Civil Designer Junior Civil Designer. 0 $25.48: 5 - Administrative Assistant :: .: 0 .. $18.89 }S Sub -total 339: 5 14,505.81 PageSoutherfand Page Sheet 3 of 4 Southwest Downtown Infrastructure Improvements BLAIR PLUS PHASE City of Round Rock FC 160 Construction Services - Project Final Close Out Manhours Rate Direct labor Project Engineer 16 $46.00 $ 736.00 Engineer 0 $46.00 $ - Senior Civil Designer 64 $42.00 $ 2,688.00 Civil Designer 0 $42.00 $ - Junior Civil Designer 0 $38.00 $ - Administrative Assistant 0 $34.00 $ - Sub -total 80 $ 3,424.00 F.C. 170 Permitting Services (TCEQ Close Out Services) Manhours Rate D'uect labor Project Engineer 12 $42.79 $ 513.48 Engineer 0 $35.10 $ - Senior Civil Designer 0 $27.40 $ - Civil Designer 0 $26.44 $ - Junior Civil Designer 0 $25.48 $ - Administrative Assistant 0 $18.99 $ - Sub -total 12 $ 513.48 F.C:'.'i00 ..Compile .arid Revise pians .. `Manhours `::..::` .:~Rate Direct labor .Project Engineer 390: ;:;,:542.79 $ =: 'L6,688,10 , Engineer Seniar Ciyit Designer 0 $27.40 $ Cwfl Designer :. 0 $26.44 $ Junior Civil Designer 0 $25.48 $ iriisttatwe Assistant 0 .:Sub total : :.... 390 R.101 :Quantity Take:Offs (3hrslper sheeteets �.90 shy ManhourS Project_ Engineer : 18s $42.79 $ :7,916.15. Engjneer 85 `: $35.10 $ ;2,983.50.: Senior.Ctvil Designer :; fl :$27.40 $ - Cnrll_Qesigner 0 $26.44 : $ Junior.Civii Designer 0 $25.48 $ :Administrative Assistant . 0 :..::. . $18.99 Sub -total ... ::270 .: $ :.'! 0,899.65. F.C. ;'103 - Electrical Redeslgn ." .. Manhours ; Rate ::Direct °Project Engineer :: 98 $42.9 . $ 4,193.42.< Senior.Civil Designer,.,.: 0 $27.40 $ .. Civil Qesigner 'Designer.. Junior Civil Administrative Assistant 0 $18.99 Sub -total. 98 . $ : ........ 4,193.42 FC. ;104.'Structural .Redesign .. Manhours Rate Direct Project Engineer:. $4279.:; Engineer 0 $38.10 $ Senior Civil Designer 0 $27.40 $ Ctwl Designer 0 $26 44 $ ... .luniar Civil Designer : 0 525 48 : $ Administrative Assistant .. 0 $18.99 'Sub -total .: :29 ..: .: $ ..'.... .:<1,240.91. PageSoutheriand Page Sheet 4 of 4 Southwest Downtown Infrastructure Improvements BLAIR PLUS PHASE City of Round Rock Manhours Rate Direct Labor Engineer V 0 $46.00 $ - Engr Spec V 0 $46.00 $ - Engineer 111 0 $42.00 $ - Engr Spec III 0 $42.00 $ - Engineer 1 0 $38.00 $ - Engr Tech III 0 $34.00 $ - Sub -total 0 $ - Manhours Rate Direct Labor Engineer V 0 $46.00 $ - Engr Spec V 0 $46.00 $ - Engineer Ill 0 $42.00 $ - Engr Spec III 0 $42.00 $ - Engineer 1 0 $38.00 $ - Engr Tech 111 0 $34.00 $ - Sub -total 0 $ - F.C. 200 PROJECT MANAGEMENT (113 weeks) Manhours Rate Direct Labor Engineer V 237 $46.00 $ 10,902.00 Engr Spec V 0 $46.00 $ - Engineer 111 0 $42.00 $ - Engr Spec III 0 $42.00 $ - Engineer 1 0 $38.00 $ - Engr Tech 111 0 $34.00 $ - Sub -total 237 $ 10,902.00 Manhours Rate Direct labor Engineer V 0 $46.00 $ - Engr Spec V 0 $46.00 $ - Engineer Ili 0 $42.00 $ - Engr Spec III 0 $42.00 $ - Engineer 1 0 $38.00 $ Engr Tech 111 0 $34.00 $ - Sub -total 0 $ - Manhours Rate Direct Labor Engineer V 0 $46.00 $ - Engr Spec V 0 $46.00 $ - Engineer III 0 $42.00 $ - Engr Spec III 0 $42.00 $ - Engineer 1 0 $38.00 $ - Engr Tech 111 0 $34.00 $ - Sub -total 0 $ - EXHIBIT E Certificates of Insurance Attached Behind This Page Client*- 16119(1 PAGESOUT ACOR& CERTIFICATE OF LIABILITY INSURANCE DATE (MMrDDIYYYYj 6/02/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Southwest CONTCT NAME: Debra Wylie PHONE -651-4159 Arc No512-467-0113aC No Ext): 7600-B N. Cap of Tx Hwy. #200 Austin, Tx 78731 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Starr Surplus Lines Insurance C 13604 INSURED Page Southerland Page, Inc. 1800 Main Street, Suite 123 Dallas, TX 75201 INSURER B: INSURER C INSURER D INSURER E INSURER F. COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLISUBRI R IWVD POLICY NUMBER POLICY EFF MMIDD POLICY EXP I MMIDD LIMITS GENERAL LIABILITY EACH $ COMMERCIAL GENERAL LIABILITY GOCCURRENCE PREMISS �r nce $ CLAIMS -MADE F7OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ GENIL AGGREGATE LIMIT APPLIES PER: POLICY PRO- LOC JECT $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident HIRED AUTOS NON -OWNED AUTOS $ UMBRELLA UAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMS -MADE DED 7 1 RETENTIONS S WORKERS COMPENSATION I WC STATU- OTH- TORY LIU[Tq ER AND EMPLOYERS' LIABILnY ANY PROPRIETORIPARTNER/EXECUTIVE YIN OFFICERWEMBER EXCLUDED? F (Mandatory In NH) N / A E.L. EACH ACCIDENT S I E.L. DISEASE - EA EMPLOYEE S If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S A Professional Liab SLSLPR026236 3/01/2014 03101/201 $5,000,000 per claim Claims Made Pol. Retro:01101198 $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS r VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) RE: PSP Project # 113051, PSP Project name: SW Downtown Infrastructure - Phase 5A. This Certificate is issued in respects to above referenced. ** Supplemental Name ** Page Southerland Page, L.L.P (See Attached Descriptions) City of Round Rock 2008 Enterprise Drive Round Rock, TX 78664 ACORD 25 (2010105) 1 of 2 #S12615001/M11768624 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE q ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD KXRZP I DESCRIPTIONS (Continued from Page 1) 1 PSP Architects -Engineers, Inc. Page Southerland Page -Colorado, LLC Page Southerland Page Architects, PC Page Southerland Page International, LLC Page Southerland Page international, Ltd. Page Southerland Page Services International, Inc. Page Southerland Page International LLC (Abu Dhabi) Page Southerland Page Engineers, P.C. SAGITTA 25.3 (2010105) 2 of 2 #S12615001/M11768624 A►coRV CERTIFICATE OF LIABILITY INSURANCE 6 1 4 /2/20 /2/2ATE °D4k.---� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER INSURICA 3721 Executive Center Dr # 200 Austin TX 78731 CONTACT Jody Robinson, CIC, CISR, ACSR NA PHONE r -YO. (512) 381-8371FAJAI. (866)652-9367 0 .jrobinson@INSURICA.com INSURERS AFFORDING COVERAGE MAIC B INSURERA -Hartford Underwriters Ins. Co.. 30104 INSURED Page Southerland Page, LLP 400 W. Cesar Chavez St. #500 Austin TX 78701 INSURER O.Hartford Casualty Ins. Co. 29424 INSURER C: INSURER D: INSURER E: INSURER F: rtnVFRAr.Fs CERTIFICATE NUMr3ERr13/14 Austin Master REVISION NUMBER! THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE%VMPOLICY 2008 Enterprise Drive NUMBER POLICY EFF Pip EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAE TO r' Rocyamrml $ 300,000 A CLAIMS -MADE Fx-� OCCUR 65UUHUX2750 2/31/2013 2/31/2014 MED EXP (Any one person) S 10,000 PERSONALAADV INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GENL AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMPIOP AGG S 2,000,000 g POLICY X PRO- LOC AUTOMOBILE UASILITY CaIacddmlSiNGLELtMIT 11000,000 BODILY INJURY (Per Mum) $ A X XX ANY AUTO AAULLL�'NED SCHEDULED5UUNUX2750 AUTOS NON-0104ED HIRED AUTOS AUTOS 12/31/2013 2/31/2014 BODILY INJURY (Per accident) S PROPERTY tDAMAGE $ $ X UMBRELLA UAS X OCCUR EACH OCCURRENCE $ 10, 000, 000 AGGREGATE $ 10,000,000 B EXCESSLIAB CLAIMS -MADE DED I X RETE ION 10,00 S 65XHUZQ6213 2/31/2013 2/31/2014 13 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERM=UnVE (Id ICES IMEMBER�LUD�n NH) NIA 5WEN03315 2/31/2013 2/31/2014 X I HC STATI(MU-fql DTH. FR E.L. EACH ACCIDENT S 1,000,000 E.L.aSEASE - EA EMPLOYE S 11000,000 E.L. DISEASE - POLICY LIMIT $ 11000,000 U f�rres, describe under DESCRIPTION OF OPERATIONS t>e<'ov DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If rnoro space is required) Project: PSP Project # 113051, PSP Project name: SW Downtown Infrastructure -- Phase 5A. SEE ATTACHED. CERTIPfCOTE I-fty nr-R CANCELLATION ( 512) 218-5563 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 2008 Enterprise Drive AUTHORIZED REPRESENTATIVE A Round Rock, TX 78664 Devin Stewart/JROBIN 464,�C_� ACORD 25 (2010105) IN9025 mtwi m ®1988-2010 ACORD CORPORATION. All rights reserved. Tho Ar npn name anti Innn ata raniataratf marlea of annn 1 COMMENTS/REMARKS PAGE SOUTHERLAND PAGE, LLP Project: PSP Project # 113051, PSP Project name: SW Downtown Infrastructure - Phase 5A. - The General Liability policy includes a blanket automatic additional insured endorsement HG0001 06/05 that provides additional insured status for On -Going & Completed Operations with Primary and Noncontributory wording to the certificate holder only when when the named insured has agreed in a written contract or agreement to provide such status. --The Automobile policy includes as an additional insured anyone liable for the conduct of an Insured but only to the extent of that liability as an additional insured. -The General Liability, Automobile and Workers Compensation policies includes a blanket waiver of subrogation endorsement that provides this feature only when the named insured has agreed in a written contract or agreement to provide such status. ! OFREMARK COPYRIGHT 2000, AMS SERVICES INC. I COMMENTS/REMARKS COMPLETE NAMED INSURED: Page Southerland Page, LP Page Southerland Page, LLP PageSoutherlandPage Page Southerland Page Page Southerland And Page PSP Architects --Engineers, Inc. (General Partneri Carvell PageSoutherlandPage Page Southerland Page -Colorado, LLC Page Southerland Page International, LLC -Delaware, LLC Page Southerland Page International, Ltd -British Virgin Islands Company Page Southerland Page Services International, Inc. Page Southerland Page Architects, P.C. Page Southerland Page Engineers, P.C. Page Southerland Page, Inc. OFREMARK COPYRIGHT 2000, AMS SERVICES INC.