Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Klotz Associates - 7/23/2015
'ROUND ROCK,TEXAS PURPOSE PASSION.PROSPERITY. CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: KLOTZ ASSOCIATES ("Engineer") ADDRESS: 901 South Mopac Expressway, Building V, Suite 220, Austin, TX 78746 PROJECT: 2015 Various Median Improvements THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the day of & , 2015 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 Rev.04/13 0199.1524; 00337549 00192831 1 -7 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 perform or provide services as identified in Exhibit A entitled"City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform 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 shown below as full compensation for the Engineering Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of Sixty-One Thousand Nine Hundred Fifty-Three and No/100 Dollars ($61,953.00) 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 in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. 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. 3 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 purposes of this Contract is as follows: Chris Lopez Project Manager 2008 Enterprise Drive Round Rock, TX 78664 Telephone Number(512) 218-7026 Fax Number(512) 341-3359 Email Address clopez@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: Ricardo Zamarripa Vice President 901 South Mopac Expressway, Building V, Suite 220 Austin, TX 78746 Telephone Number(512) 750-5805 Fax Number(512) 328-5774 Email Address Ricardo.zamarripa@klotz.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. 5 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/she/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. 6 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 full 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 14 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 Service 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 them 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 15 PERSONNEL,EOUIPMENT AND MATERIAL Engineer shall furnish 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 personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel 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 from 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 contract 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 Contract 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/maximum 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 from 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 from 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 NON-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) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under 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: Ricardo Zamarripa Vice President 901 South Mopac Expressway, Building V, Suite 220 Austin, TX 78746 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 which 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 same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 14 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction 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 terms are not intended to be and shall 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 Contract 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 faithful and full performance of the terms and provisions hereof. CITY OF O�U/NDD ROCK, TEXAS APP VED AS TO F RM: By: . Alan McGraw, Mayor Steph L. Sheets, City Attorney ATTEST: By: Sara L. White, City Clerk KLOTZ ASSOCIATES By: Signature of Prin Printed Name: SicA Roo 2A M A AR-0A PA 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 DESCRIPTION Existing Facility The existing road section of AW Grimes and Gattis School Road within the project work limits consists of a striped median divided four-lane section of asphalt concrete pavement with closed storm sewer drainage. Proposed Facility The proposed modifications to the existing roadway consist of adding raised median at the following locations: • Along AW Grimes between Plateau Vista Blvd and the existing raised median north of US 79. • Along Gattis School Road between Windy Park Drive and the existing drainage cross culvert • Along Gattis School Road east of High Country Drive In conjunction with the services to be provided by the ENGINEER, as described in Exhibit B, the CITY shall provide the following, as available: I. ROUTE AND DESIGN STUDIES 1. Provide a preferred concept to be used in detail design. II. RIGHT-OF-WAY DATA 1. The CITY shall provide previous dedicated Rights-of-Way (ROW) parcel sketches, field notes for existing ROW (if available). 2. The CITY shall provide existing plans for CITY owned utilities and facilities within the project limits. III. FIELD SURVEYING 1. Aerial Photography Page 1 of 2 IV. ROADWAY DESIGN CONTROLS 1. Estimate and Quantity Sheets and General Notes - The CITY will supply current specification and general notes if any for review by the ENGINEER. The ENGINEER will incorporate into the PS&E CITY specifications and general notes, as applicable. V. MISCELLANEOUS 1. Agreements — With direction and coordination provided by the CITY, the ENGINEER shall be responsible for securing necessary agreements pertaining to the utilities and traffic signals as necessary. 2. CITY shall provide copies of appropriate and applicable Standard sheets. 3. CITY shall relay approvals for local, regional, state and federal agencies and provide assistance, as necessary, to obtain necessary data, information, and approvals from the various agencies. 4. CITY shall provide reviews according to the following design plan review schedule: PLAN REVIEW TURN-AROUND TIMES PS&E Review: 10 Business Days for each plan submittal Page 2 of 2 EXHIBIT B Engineering Services PROJECT STATEMENT City of Round Rock Median Improvements is a project being developed by the City of Round Rock(the"CITY"). PROJECT DESCRIPTION Existing Facility The existing road section of AW Grimes and Gattis School Road within the project work limits consists of a striped median divided four-lane section of asphalt concrete pavement with closed storm sewer drainage. Proposed Facility The proposed modifications to the existing roadway consist of adding raised median at the following locations: • Along AW Grimes between Plateau Vista Blvd and the existing raised median north of US 79. • Along Gattis School Road between Windy Park Drive and the existing drainage cross culvert • Along Gattis School Road east of High Country Drive ROUTE AND DESIGN STUDIES A. Concept Exhibits. The ENGINEER will develop two concept exhibits on 11x17 sheets on aerial photography supplied by the CITY for the AW Grimes Improvements. The exhibits will have potential vehicular storage dimensions, preliminary median locations and lane/median width dimensions shown. The median widths, storage lengths and lane width will meet TxDOT criteria. B. Concept Cost Estimates. The ENGINEER will prepare a preliminary construction cost estimate for each concept. C. Concept Meeting. The ENGINEER will attend one meeting with the CITY and TxDOT to discuss the concepts and receive direction on which concept to move forward in detail design. RIGHT-OF-WAY No right of way coordination or acquisition is anticipated with this project Page 1 of 5 UTILITY DESIGN No utility relocation or coordination is anticipated with this project. SURVEY A. Horizontal and Vertical Control. Establish primary and secondary horizontal and vertical control. Horizontal control will be based on State plane coordinates, Central Zone adjusted to surface using the TxDOT Travis County Combined Surface Adjustment Factor(1.0001). Horizontal control will be based on NAD 83 (CORS). Vertical control will be based on NAVD 88 (Geoid 09 or Geoid 12). All control work will be established using GPS (static / RTK / VRS) and conventional methods. B. Apparent Right-of-Way 1. Perform limited research of current tax rolls, plats, right-of-way (ROW) maps and deeds in order to compile record ROW documents. References to adjoining properties will be based upon current tax rolls 2. Perform a survey for fence corners, monuments, iron pins, etc. within the existing ROW and analyze to establish existing apparent right-of-way. 3. Provide a preliminary base map in *.dgn format containing apparent ROW and adjoining tracts, which will be used by the ENGINEER to develop proposed improvements and its position relative to the existing and any proposed ROW. This preliminary base map will show approximate lot or property lines and land ownership data per Williamson County Appraisal District Records. C. Topographic and Improvement Survey 1. Perform a topographic survey including cross sections at 50-foot intervals within the existing apparent right-of-way and 25 feet either side when easily accessible, ±100 feet along side street intersections, ±100 feet upstream and downstream at existing culvert crossings. 2. Prepare a Digital Terrain Model (DTM). The DTM will contain all break lines such as: edge of pavement, curbs, retaining walls, centerline of roadway, apparent right-of-way, ditches, culverts, driveways, rip-rap, changes of slope or grade breaks and spot shot elevations as needed to ensure that the model represents the terrain and adequately maps existing features. 3. In addition to the DTM, the following will be performed to provide a 2D topographic mapping file: 4. Submit locate requests and locate utilities identified by Texas8l l (DigTess). 5. Locate improvements within the existing right-of-way, including drive entrances, lane striping, x and y(no z) locations of accessible existing sanitary sewer and storm sewer lines, visible surface evidence of utilities, and signs (including text) within the existing ROW along project limits. 6. Locate trees 8" diameter and larger. Critical root zones (tree circles) will be shown in accordance with COA standards, unless other local or specific standards are provided to us. Client understands that certain species of trees may be difficult to identify, particularly in winter months, and the client Page 2 of 5 should consider retaining an arborist to confirm the identification of certain trees in critical areas. Notes: No underground utility connections will be shown. ROADWAY DESIGN A. Typical Sections. The ENGINEER shall prepare existing and proposed typical sections, including lane widths, curb, PGL, ROW and traffic direction arrows at each location. B. Project Layout. The ENGINEER shall prepare project layout sheets for each location that details the median improvements proposed in the project. It is anticipated that one plan sheet will be used for all the improvements at each location. The ENGINEER shall use the same alignment provided by the CITY in the as-builts, if available. C. Signage and Pavement Markings. The ENGINEER shall design the necessary signage and pavement markings required for the median modification at each location. The design will be shown on the project layout sheet. D. Standard Details. The ENGINEER will provide the necessary standard details for the project. The standard details will be CITY details or TxDOT details. It is not anticipated that any pavement design or roadway widening is required for this project. DRAINAGE DESIGN A. Curb Cuts. The ENGINEER will determine locations for any necessary curb cuts to provide drainage through the proposed median. The curb cuts will be shown on the project layout sheets. It is not anticipated than any hydrologic or hydraulic study will be associated with this project. MISCELLANEOUS A. Title Sheet and Index of Sheets. The ENGINEER shall prepare a title sheet and index of sheets in accordance with CITY DACS. B. Traffic Control Plan. The ENGINEER shall prepare a traffic control layout sheet for each location. The ENGINEER shall include any necessary TxDOT standard details. C. SW3P and Erosion Control. The ENGINEER shall include inlet project details and locations to be included on the project layout sheets. D. Compute and Tabulate Quantities. The ENGINEER shall compute quantities that are required for the pay items, and those quantities identified by the CITY as necessary for inclusion for contractor's information only. Quantities shall be shown in the plan sheets and the project manual bid form. Page 3 of 5 E. Construction Schedule. The ENGINEER shall prepare a construction schedule, which will identify the major items of work for the construction project in order to determine a construction time duration to be included in the bid documents. F. Specifications and General Notes. The CITY shall furnish an electronic listing of the current general notes, standard specifications, and special specifications that will be utilized for the project. The ENGINEER will prepare any special specifications and will work with the CITY to identify the applicable general notes. G. Submittals. The ENGINEER shall submit a 90% draft PS&E for the CITY to review. The CITY shall provide comments and the ENGINEER shall incorporate the comments and make a final, signed and sealed submittal. H. Cost Estimate. The ENGINEER shall determine the probable estimate of construction cost for the draft and final submittals. It is not anticipated that the ENGINEER will acquire any permits or environmental clearances for this project. PROJECT MANAGEMENT The ENGINEER will coordinate with the CITY to complete the project. The ENGINEER shall conduct regular coordination meetings with the CITY. The ENGINEER shall prepare monthly invoices, progress reports, and updated schedules. The ENGINEER shall implement a QA/QC program throughout the project and will provide documentation of QC reviews upon request. DELIVERABLES ROUTE AND DESIGN STUDIES 1) Concept Exhibits (4); (2 for AW Grimes and 2 for Gattis School Road) 2) Preliminary Cost Estimates (4); (2 for AW Grimes and 2 for Gattis School Road) CONSTRUCTION PLANS (complete) 1) Draft and Final review copies (three each) on"11 x 17" sheets. 2) CITY DACS will be utilized for construction plans 3) ENGINEER's Estimated Probable Cost of Construction BIDDING PHASE SERVICES A. Bidding Documents. The ENGINEER shall prepare bid documents including the project manual B. Bidding. The ENGINEER shall respond to any bidder questions. The ENGINEER shall attend the bid opening. Page 4 of 5 C. Recommendation of Award. The ENGINEER shall tabulate the bids and provide the CITY with an approval letter recommending award based on the low bid amount. CONSTRUCTION PHASE SERVICES A. Pre-Construction Meeting. The ENGINEER shall attend a pre-construction meeting to answer any question the contractor may have at that time. B. Review Construction Submittals. The ENGINEER shall review shop drawings. C. Site Visits. The ENGINEER shall perform periodic construction field visits for observation. It is anticipated that not more than three site visits will be required. D. Request for Information. The ENGINEER will respond to RFI's during construction. RFI's shall be submitted to the ENGINEER in written format. E. Review Payment Invoices. The ENGINEER will review contractor invoices and provide recommendations for payment to the CITY. F. Review Change Orders. The ENGINEER will assist the CITY in reviewing and preparing change orders. G. Final Walk Through. The ENGINEER shall accompany the CITY on a final walk through after substantial completion of the project is complete and develop a punch list. Page 5 of 5 EXHIBIT C Work Schedule NOTICE TO PROCEED ------------ July 24, 2015 DEVELOP CONCEPTS ------------ August 4, 2015 60% SUBMITTAL------------------- August 21, 2015 90% SUBMITTAL ------------------- September 18, 2015 FINAL SUBMITTAL --------------- October 16, 2015 EXHIBIT D Fee Schedule 0 6I `OJI fOA aaV� >`l CHAPARRAL KLOTZ PROFESSIONAL TOTAL COSTS DESCRIPTION ASSOCIATES LAND SURVEYING BY FC ROUTE AND DESIGN STUDIES $4,815.00 $4,815.00 SURVEY AND PHOTOGRAMMETRY $15,755.00 $15,755.00 ROADWAY DESIGN $12,570.00 $12,570.00 MISCELLANEOUS $14,680.00 $14,680.00 PROJECT MANAGEMENT $5,415.00 $5,415.00 BIDDING PHASE SERVICES $3,875.00 $3,875.00 CONSTRUCTION PHASE SERVICES $4,255.00 $4,255.00 DIRECT EXPENSES $588.00 $588.00 LABOR EXPENSES SUBTOTAL $46,198.00 $15,755.00 $61,953.00 KLOTZ ASSOCIATES CITY OF ROUND ROCK MEDIAN IMPROVEMENTS Sr.Project Project Project Admin. Total Manager Manager Sr.Engineer Engineer EIT CADD Tech Assistant Hours Total Fee Contract Rate $200.00 $175.00 $150.00 $130.00 $100.00 $85.00 $65.00 Route&Design Studies Concept Exhibits 1 1 2 1 4 12 8 26 $2,750.00 Concept Cost Estimates 2 3 3 I 1 1 8 $1,040.00 Concept Meeting 1 1 3 3 1 7 $1,025.00 Subtotal Hours 17 0 7 18 8 0 41 Subtotal Cost $2011.00 $1,225.00 $0.00 $910.00 $1,800.00 $680.00 $0.00 $4,815.00 Roadway Design Typlcal Sections ? 4 16 8 30 $3,150.00 Project Layout 2 16 24 18 60 $6,360.00 Signage and Pavement Marking 6 6 6 18 $1,890.00 Standard Details 2 4 6 12 $1,170.00 Subtotal Hours 0 4 0 28 50 38 0 120 Subtotal Cost $0.00 $700.00 $0.00 $3,640.00 $5,000.00 $3,230.00 $0.00 $12,570.00 Miscellaneous Title Sheet and Index of Sheets 1 3 4 $385.00 Traffic Control Plan 1 3 12 26 18 60 $6,315.00 SW3P and Erosion Control 1 4 4 9 $915.00 Compute and Tabulate Quantities 1 4 6 2 13 $1,465.00 Construction Schedule 1 2 6 9 $1,035.00 Standards,Specifications and General Notes 1 8 8 2 19 $2,185.00 Submittal Prepemlion 1 6 6 13 $1,285.00 Cost Estimate 1 4 4 9 $1,095.00 Subtotal Hours 0 7 331 60 35 0 136 Subtotal Cost $0.00 $1,225.00 $450.00 $4,030.00 $6,000.00 $2,975.00 1 $0.00 Ji 11 $14,680.00 Project Management Project Management 1 10 2 4 1 17 1 $2,510.00 QAJQC 1 3 4 1 4 1 12 $1845.00 Meeting Notes 1 4 1 4 9 $1,060.00 Subtotal Hours 3 13 10 4 0 0 8 29 Subtotal Cost $600.00 1 $2,275.00 1 $1,500.00 Ji $520.00 1 $0.00 $0.00 1 $520.00 1 $5,415.00 Bidding Phase Services Bidding Documents 2 8 8 2 20 $2,320.00 Bidding 1 4 4 9 $1095.00 Recommendation of Award 2 2 4 $460.00 Subtotal Hours 0 3 0 14 14 0 2 33 Subtotal Cost $0.00 $525.00 $0.00 $1,820.00 $1,400.00 $0.00 $130.00 $3,875.00 Construction Phase Services Pre-Construction Meeting 2 1 1 2 1 1 4 $610.00 Review Construction Submittals 2-1 1 8 10 $$1 390.00 Site Visits(3) 8 8 1 040.00 Request for Information 6 6 $780.00 Final Walk Through 1 2 3 $435.00 Subtotal Hours 0 5 0 1 26 0 0 0 31 Subtotal Cost $0.00 $875.00 $0.00 $3,380.00 $0.00 $0.00 $0.00 $4,255.00 Direct Expenses Unit Unit cost Total 8.5"x 11"Reproduction Project Manual -2 for each submittal 4 $50.00 $200.00 11"x 17"Plan Re roduction Constructlon Plans -2 for each submittal 4 $40.00 $160.00 Mileage 400 $0.57 $228.00 Total Direct Expenses Costs $588.00 Total Manhour Costs $45,610.00 Klotz Associates Project Cost $46,198.00 6/29/2015 Page 2 of 3 CHAPARRAL PROFESSIONAL LAND SURVEYING CITY OF ROUND ROCK MEDIAN IMPROVEMENTS Item Fee Basis Rate Chaparral Fee A.W.Grimes Horizontal and Vertical Control Lump Sum $1,000.00 $1,000.00 Apparent Right-of-Way Survey Lump Sum $ 1,000.00+Tax $1,085.00 Topographic and Improvement Survey Lump Sum $3,000.00 $3,000.00 Gattis School Road 1 Horizontal and Vertical Control Lump Sum $1,000.00 $1,000.00 Apparent Right-of-Way Survey Lump Sum $ 1,000.00+Tax $1,085.00 Topographic and Improvement Survey Lump Sum $3,500.00 $3,500.00 Gattis School Road 2 Horizontal and Vertical Control Lump Sum $1,000.00 $1,000.00 Apparent Right-of-Way Survey Lump Sum $1,000.00+Tax $1,085.00 Topographic and Improvement Survey Lump Sum $3,000.00 $3,000.00 Total $15,755.00 Page 3 of 3 EXHIBIT E Certificates of Insurance Attached Behind This Page '4 CERTIFICATE OF LIABILITY INSURANCE F 5/21/2015 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(ies) 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 CONTACT Michelle Serrell NAME: Upstream Brokers PHONE (713)869-3100 FAX No: (713)869-9920 2020 North Memorial Way E-MAIL ADDRESS: .com INSURERS AFFORDING COVERAGE NAIC# Houston TX 77007 INSURERA:LlO ds Of London INSURED INSURER B:Liberty Mutual Insurance Co 23043 Klotz Associates, Inc. dba INSURER C:Liberty Mutual Fire Ins Co 23035 RPS Klotz Associates INSURERDACE American Insurance Co 22667 1160 Dairy Ashford, Ste 500 INSURER E: Houston TX 77079 INSURER F: COVERAGES CERTIFICATE NUMBER:CL1522505749 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 ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ A CLAIMS-MADE r_X1 OCCUR SM0255314 4/1/2015 1/5/2015 MED EXP(Any one person) $ 10,000 X Prof Liab $1MM PERSONAL BADV INJURY $ 1,000,000 X Contr Poll $1MM GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $ 2,000,000 JFCT POLICY X PRO- LOC $ AUTOMOBILE LIABILITY CBINED SINGLE LIMIT EOa Maccident 1,000,000 B X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED S6-641-439037-024 4/1/2015 1/5/2015 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Per accident $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 11,000,000 A X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 11,000,000 DED I I RETENTION$ M0176414 /1/2015 11/5/2015 $ C WORKERS COMPENSATION X WC TORY RSTATT ER AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N❑ N/A (Mandatory in NH) CC-641-439037-014 /1/2015 11/5/2015 E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 D Foreign Package HFD38248819 4/1/2015 11/5/2015 See Notes DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: AW Grimes Raised Median /Prepare exhibits and final construction plans to add a raised median from the existing raised median north of IIS 79 to Plateau Vista The City of Round Rock is named as additional insured with respect to all policies listed except Workers Compensation and Employers Liability and Professional Liability. Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. CERTIFICATE HOLDER CANCELLATION 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. Attn: City Manager 221 E. Main Street AUTHORIZED REPRESENTATIVE Round Rock, TX 78664 Susan Fontaine/MLS ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. imsng5 rgninn o ni Th.Al't lD 1 nnmu-4 Inns of At rkP l COMMENTS/REMARKS FOREIGN PACKAGE POLICY #PHFD37916742 - 4/1/2015-11/5/2015 Commercial General Liability $1, 000, 000 Each Occurrence $2, 000, 000 Aggregate Limit/ Products Completed Operations $1, 000, 000 Premises Damage Limit $1, 000, 000 Personal Injury & Advertising Injury $ 10, 000 Medical Payments ---$1-,-000, 000 Employee Benefits Contingent Auto Liability - $1, 000, 000 CSL Hired Car PD- $40, 000 Any One Accident $40, 000 Any One Policy Period Contingent Employers Liability $1, 000, 000 Each Accident $1, 000, 000 Each Employee $1, 000, 000 Policy Limit $1, 000, 000 Maritime Employers Liability $1, 000, 000 Executive Assistance (including Repatriation) AD & D/ Medical Employee Coverage AD & D - $100, 000 Medical Expense - $1, 500, 000 Aggregate - $1, 500, 000 Commercial Property $10, 000 Personal Property Employment Practice/ Fiduciary/ Crime Insurer F - Lloyds of London.-Maritime Employers Liability - Policy # SM0170914- 4/1/2015-11/05/2015 - Limit of Liability $1, 000, 000 Any one Accident or Illness including indemnity and expense. Maritime Coverage includes USL&H, Death on the High Seas, Outer Continental Shelf Lands Act, Jones Act, In REM. Alternate Employer is included on Workers Compensation (if required by written contract) . Voluntary Compensation Insurer G - Federal Insurance Co. Policy# 8226-0890 4/1/2015-11/5/2015 Limits: EPLI - $3, 000, 000 Fiduciary - $1, 000, 000 Crime - $500, 000 Each Agreement Excess Liability drops down and provides Excess coverage on all primary liability lines - follows form of underlying. All primary liability lines included in schedule of underlying. Gulf of Mexico Extension 30 Day Notice of Cancellation except 10 days notice for non-payment of premium. All carriers are rated "A" XV by A. M. Best ' s. OFREMARK COPYRIGHT 2000, AMS SERVICES INC.