Loading...
R-04-01-08-7G1 - 1/8/2004El RESOLUTION NO. R -04-01-08-7G1 WHEREAS, the City of Round Rock has previously entered into an Agreement for Engineering Services with Lockwood, Andrews & Newnam, Inc. for the Round Rock West Street Improvements Project, and WHEREAS, Lockwood, Andrews & Newnam, Inc. has submitted Supplemental Agreement No. 2 to the Agreement for Engineering Services for a change in the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Agreement No. 2 with Lockwood, Andrews & Newnam, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental Agreement No. 2 to the Agreement for Engineering Services with Lockwood, Andrews & Newnam, Inc., a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 8th day of January, 2 4. NY E Mayo lf City f Round Rock, Texas ATTE 7] / e' CHRISTINE R. MARTINEZ, City Secreta @PFDeSktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/R40108GI.WPD/So STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL AGREEMENT NO.2 TO AGREEMENT FOR ENGINEERING SERVICES WITH LOCKWOOD, ANDREWS & NEWNAM, INC. FOR THE G.O. BOND 2002 - VARIOUS ROUND ROCK WEST STREET IMPROVEMENTS PROJECT This Supplemental Agreement No 2, to Agreement for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Lockwood, Andrews & Newnam, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed an Agreement for Engineering Services, hereinafter called the "Agreement", on the 14th day of November, 2002 for Various Round Rock West Street Improvements Project; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 1 on the 28th day of August, 2003 to change the scope of services, extend the termination date of the Agreement from November 14, 2003 to September 6, 2004 and to amend the compensation for a total of $178,638.00; and WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the scope of services and to modify the compensation; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Agreement is amended as follows: I. Article 2. Scope of Services to be Performed by Engineer shall be amended as set forth in the Revised Exhibit B, attached hereto and incorporated herein, and said Scope of Services shall be performed in accordance with the Revised Exhibit C, attached hereto and incorporated herein. II. Article 3, Agreement Period, shall be amended as set forth below: (1) Term. The Engineer is expected to complete the work in accordance with the above described Work Schedule. If Engineer does not perform the work in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 18. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the work is completed. Any work performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon #59695 EXHIBIT RRW street imp-supp-2.doc Supplemental Agreement — Rev. 4/2/03 � age 1 of 2 "All as possible if he/she/it determines, or reasonably anticipates, that the work 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 the work 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 work required under this Agreement in a professional manner. Article 4, Compensation and Exhibit D Fee Schedule shall be amended by increasing by $75,387.00 the lump sum amount payable under the Agreement for a total of $254,025.00, as set forth in the Revised Exhibit D, attached hereto. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Agreement in duplicate. LOCKWOOD, ANDREWS & NEWNAM, INC. By: Brian D. Rice, P//.E., Regional Manager 21410 Date CITY OF ROUND ROCK By: Nyle Maxwell, Mayor Date Page 2 of 2 CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street LIST OF EXHIBITS ATTACHED (1) Revised Exhibit B "Services to be Performed by Engineer" (2) Revised Exhibit C "Work Schedule" (3) Revised Exhibit D "Fee Schedule" (4) Exhibit E "Certificates of Insurance" CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street REVISED EXHIBIT B "Services to be Performed by the Engineer" In addition to providing services identified in Exhibit B attached to the Agreement and the services identified in Exhibit B attached to Supplemental Agreement No. 1, the Engineer agrees to provide the services as described as follows: The scope of services to be performed by the Engineer is to provide professional services including preparation of construction drawings, probable cost estimates, bidding and construction phase services for drainage improvements as part of the Street Rehabilitation Project and as described below. 1) Engineering for drainage improvements at twenty two (22) intersections where the City of Round Rock has identified the possible need for valley gutters. Surveys will be taken at each of these intersections. LAN will conduct field visits to study each intersection along with the survey and determine a solution for drainage problems. A detail depicting the solution for each intersection will be included in the final plan set. A list of the intersections selected for drainage design is provided below. 2) Engineering for low-water crossing on Deepwood Drive. A survey will be taken of the profile of the low-water crossing on Deepwood Drive. LAN will design a new profile to improve the transition from the asphalt paving to the concrete paving. LAN is assuming that any enhancements to the profile will take place between the intersections of St. Williams Drive and Lakecreek Drive. We are also assuming that no alterations to the concrete box culverts will occur. We will also evaluate and recommend an alternative for the railing that lines the culvert. 3) Prepare opinion of probable construction cost and provide Technical Specifications related to the drainage improvements. LAN will provide an Opinion of Probable Construction Cost with each plan set submittal. In addition, LAN will provide the City with any technical specifications required for the drainage improvements. 4) Recommendations for streets to be reconstructed or mill and overlay. Our geotechnical subconsultant, HVJ & Associates, will perform field testing to better define the limits of full -depth reconstruction and mill and overlay and to recommend a pavement section for each. 5) LAN will assist in the bid phase by issuing plans to bidders, answering questions, preparing addenda as necessary, conducting a pre-bid conference, and preparing the bid tab. We are also assuming that we will assist during construction by reviewing submittals, conducting bi-weekly site visits, reviewing pay -estimates, and performing an observation upon completion of construction. Intersections to be evaluated for drainage improvements: Dragon Drive at Deepwood Drive Dragon Drive at Lake Creek Drive Deepwood Drive at Oak Ridge Drive Deepwood Drive at Lake Creek Drive Deepwood Drive at St. Williams Ave. Deepwood Drive at Creek View Drive Deepwood Drive at Walsh Lane Deepwood Drive at Windy Cove Deepwood Drive at Lime Rock Drive Deepwood Drive at Bluff Drive Deepwood Drive at Flint Rock Drive Lake Creek Drive at Round Rock West Cove Westwood Drive at Bonwood Drive Lakewood Drive at Bonwood Drive Bluff Drive at Round Rock West Drive Bluff Drive at Deer Run Bluff Drive at Penny Lane Aqualine Cove at Lime Rock Drive Blue Jay Way at Deer Run Blue Jay Way at St. William Ave. Blue Jay Way at Penny Lane School Driveway north of Creek View Drive on Deepwood Drive. CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street REVISED EXHIBIT C WORK SCHEDULE The work schedule for services being added under Revised Exhibit B is attached behind this page. The work schedules identified in Exhibit C attached to Agreement and in Exhibit C attached to Supplemental Agreement No. 1 remain in effect for the services to be provided as identified in Exhibit B attached to the Agreement and as identified in Exhibit B attached to Supplemental Agreement No. 1, respectively. 0 0 Z v 0 _ ..._.. _. .___.. -..... ..... ...... ............. ..__ U O O ___..._.._..._._.__.._._.___...___.._.—__-._.._.._..---- _. ............................. __.._ ... .._..................... ..._ .... ....... ._............._.__._. _._.._._. m V) __.._........ ...............___................ O ....____.......... ... _._._.__ ........... _...__.__.._.._..._.._.._.._.__..___.._._._. --- ------ ---- .._..._..___.__..____.....-.._____..._................... _.___...__.__ 01 7 a O 7 O C 7 W O W E E W m _ � U W L '— n E 0 a W a V 4) m O � 0 a d L r = Cl) o --------------r ..-- _ O s ++c w'Li= = O O _40 C14 m oc (n (Q - N m O o m r C Ae C. m. Y r goW N d W O w+ G% E m v O n > V n > '0 n > 'D n 7 V F W a d N �. �. m n p� p r �... `-_ r m m O m E m Q .. __._.� _. _.. Q O _.O7 O __. .� C C Q O O N _ O M O O O to �V {� LL 3 O LL LL IL LL t 7 m L l6 m m m cc 0 01 m W c r r N lh to 4 l7 rV r f\7 m (O Of O M C W W >. W > W W W W W W W >� co C E N o o N W o o ro m o LO �* m c W E o m E ca F (n 0- N w cW O) C L U m t OC, MCI as 0. O m mm > m n E N W m 12 L O C Q G m m o m o E o a Uc o ' O ; m w IL CL cEoE aw>Q Omm E oo Z O j m to� C C O CEm UCj 2Z MO CL m LL U U W mp mN 3 F D £ C DU U LL N m 1 - t0 A O O O N M �,� 1 m m E m ao CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street REVISED EXHIBIT D FEE SCHEDULE The fee schedule for services being added under Revised Exhibit B is attached behind this page. The fee schedules identified in Exhibit D attached to Agreement and in Exhibit D attached to Supplemental Agreement No. 1 remain in effect for the services to be provided as identified in Exhibit B attached to the Agreement and as identified in Exhibit B attached to Supplemental Agreement No. 1, respectively. �1 • M • • • • ROUND ROCK WEST REHABILITATION PROJECT STREET REHABILITATION TOTAL COST November 7, 2003 LABOR COSTS DIRECT LABOR OVERHEAD 174% TOTAL LABOR+OVHD FIXED FEE 12% TOTAL COST Design Phase $ 8,684 $ 15,110 $ 23,794 $ 2,855 $ 26,649 Bid Phase $ 556 $ 967 $ 1,523 $ 183 $ 1,706 Construction Phase $ 2,392 $ 4,162 $ 6,554 $ 786 S 7,341 TOTAL LABOR COSTS $ 11,632 $ 20,240 $ 31,8721$ 3.8251S 35,696 DIRECT COSTS: Expenses Design Phase $ 300 Bid Phase $ 268 Construction Phase $ 590 Total Expenses 1,158 Sub -Contracts TASK BASE MARK-UP TOTAL Baker-Aicklen Surveying $ 12,540 $ 1.10 $ 13,794 HVJ Associates Geotech Investi ation $ 22,490 $ 1.10 $ 24,739 Total Sub -Contracts $ 38,533 TOTAL DIRECT COSTS $ 39,691 TOTAL COST $ 75,3$7. I Lockwood, Andrews & Newnam, Inc. ROUND ROCK WEST REHABILITATION PROJECT STREET REHABILITATION HOUR ESTIMATE November 7, 2003 DESIGN PHASE Project Princi I Manager Project E ineer Engineer HOURS Staff CADD Technician Clerical Total 36 Bid Phase 4 8 16 8 36 Pre-bid Conference 2 4 6 Answer bidders questions 2 4 1 16 8 Issue addenda 1 Recommendation for Street Rehabilitation Technique 41 1 8—r— 14 LAN Construction Phase Labor Total 41 36 48 01 8 96 Coordinate with Geotech Engineer 1 4 26 4 9 2 Drainage Improvements Coordinate with Surveyor 1 4 8 4 Intersection Improvements (detail valley 18 intersections 36 72 108 216 3 Low Water Crossing at Deepwood Improve profile for low water crossing, 2 sheets 6 12 32 50 Design new railing 6 6 12 ,{ Opinion of Probable Construction Cost and Preparation of Technical Specifications Constructwn cost estimate for intersection drainage and law water crossing 4 8 24 8 4 48 Prepare technical specifications for drainage irnprovements 4 4 6 2 LAN Design Phase Labor Total 0 10 62 128 1541 14 368 BIDDING PHASE Project Project Principal Manager Engineer Staff CADD Engineer Technician Clerical Total Bi wee" site visit / progress meeting 6 months 12 24 36 Bid Phase 4 8 16 8 36 Pre-bid Conference 2 4 6 Answer bidders questions 2 4 1 16 8 Issue addenda 2 41 1 8—r— 14 LAN Construction Phase Labor Total 41 36 48 01 8 96 LAN Bid Phase Labor Total 0 01 61 12 .01 8 26 CONSTRUCTION PHASE Principal Project Project Manager Engineer Engineer Staff CADD Technician Clerical Total Bi wee" site visit / progress meeting 6 months 12 24 36 Review Shop Drawings 4 8 16 8 36 Conduct Observation Upon Completion of Construction 8 81 16 Review Pay Estimates 8 8 LAN Construction Phase Labor Total 41 36 48 01 8 96 October 27, 2003 Round Rods West Street Rehabilitation Page 1 of 1 an Lockwood, Andrews & Newnam, Inc. ROUND ROCK WEST REHABILITATION PROJECT STREET REHABILITATION HOUR SUMMARY SHEET November 7, 2003 DESIGN PHASE HOURS SALARY DIRECT LABOR COST Principal 0 $ 48.00 $ - Pro'ect Manager 10 $ 42.00 $ 420 Project Engineer 62 $ 28.00 $ 1,736 Staff Engineer 128 $ 23.00 $ 2,944 CADD Designer 154 $ 22.00 $ 3,388 Clerical 14 $ 14.00 $ 196 Subtotal 368 $ 8,684 BID PHASE HOURS SALARY DIRECT LABOR COST Principal 0 $ 48.00 $ - Project Manager 0 $ 42.00 $ - Pro'ect Engineer 6 $ 28.00 $ 168 Staff Engineer 12 $ 23.00 $ 276 CADD Designer 0 $ 22.00 $ - Clerical 8 $ 14.00 $ 112 Subtotal 26 $ 556 CONSTRUCTION PHASE HOURS SALARY DIRECT LABOR COST Principal 0 $ 48.00 $ - Pro Mana er 4 $ 42.00 $ 168 Project Engineer 36 $ 28.00 $ 1,008 Staff Engineer 48 $ 23.00 $ 1,104 CADD Designer 0 $ 22.00 $ - Clerical 8 $ 14.00 $ 112 Subtotal 96 $ 2,392 isn Lockwood, Andrews & Newnam, Inc. ROUND ROCK WEST REHABILITATION PROJECT STREET REHABILITATION EXPENSES October 27, 2003 DESIGN PHASE Printing Copies Sheets/ Copy Cost/ Sheet Cost 50% Plans - 5 sets 5 35 $ 0.25 $ 43.75 95% Plans - 5 sets 5 35 $ 0.25 $ 44 95% Project Manual - 5 sets 5 10 $ 0.06 $ 3 100% Plans - 5 sets 5 35 $ 0.25 $ 44 100% Project Manual - 5 sets 5 10 $ 0.06 $ 3 Rate Quantity Miles e $ 0.35 180 $ 63 Mail and Delivery $ 20.00 5 $ 100 Subtotal Design Phase ODCs $ 300 BIDDING PHASE Printing Co ies Sheets/ Copy Cost/ Sheet Cost Bid Plans 5 35 $ 0.25 $ 44 Project Manuals 5 10 $ 0.06 $ 3 Rate Quantity Mileage $ 0.35 60 $ 21 Mail and Delivery $ 20.00 10 $ 200 Subtotal Bid Phase Printing $ 268 CONSTRUCTION PHASE Printing Construction Docs -10 sets of Plans 10 35 $ 0.25 $ 88 Construction Docs -10 Project Manuals 10 150 $ 0.06 $ 90 Rate Quantity Mileage $ 0.35 720 $ 252 Mail and Delivery $ 20.00 8 $160 Subtotal Constr Phase Printing $ 590 CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street EXHIBIT E CERTIFICATES OF INSURANCE (Behind this page) CERTIFICATE OF LIABILITY INSURANCE - PROFESSIONAL SERVICES PRODUCER LOCKTON COMPANIES 444 W. 47TH STREET, SUITE 900 KANSAS CITY, MO 64112-1906 INSURED LOCKWOOD, ANDREWS & NEWNAM, INC. ATTN: MR. JOHN CHROSTEK 2925 BRIARPARK DRIVE HOUSTON, TX 77042 Date: 8/13/2003 COMPANIES AFFORDING COVERAGE A CNA INSURANCE (VICTOR O. SCHINNERER) B LEXINGTON INS. CO. C THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE A PROFESSIONAL LIAB(33.33%) AEA006161340 06/10/2003 06/10/2004 $15,000,000 EACH CLAW B PROFESSIONAL LIAB(66.67%) 1323253 06/10/2003 06/10/2004 AND ANNUAL AGGREGATE DESCRIPTION OF SPECIAL ITEMS/EXCEPTIONS LAN PROJECT: CONSTRUCTION PHASE SERVICES 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: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Christine Martinez, City Secretary SIGNATURE OF AUTHORIZED REPRESENTATIVE Typed Name: GROVER B. SIMPSON Title: PRESIDENT, PROPERTY & CASUALTY,LOCKTON COMPANIES Rev'd 2/10/03 - Professional Liability Certiticate.doc DATE (MM/DD/YY) ACORD. CERTIFICATE OF LIABILITY INSURANCE ' 01/01/2004 ATE(M /DDN 003 PRODUCER LOCKTON COMPANIES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 444 W. 47th Street, Suite 900 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR KANSAS CITY, MO 64112-1906 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, (816) 960-9000 INSURERS AFFORDING COVERAGE INSURED LOCKWOOD, ANDREWS & NEWNAM, INC. INSURER A: VALLEY FORGE INSURANCE CO. CNA 1027788 ATTN: MR. JOHN CHROSTEK INSURER B: TRANSPORTATION INSURANCE CO. CNA 2925 BRIARPARK DRIVE INSURER c: AMERICAN INTERNATIONAL* HOUSTON, TX 77042 INSURER D: *SPECIALTY LINES INSURANCE COMPANY COVERAGES PC 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE fMMfDDfYYl POLICY EXPIRATIONDATE DATE IMMODIM LIMITS GENERAL LIABILITY EACH OCCURRENCE $ I OOO 000 FIRE DAMAGE (Any one fire $ 100 000 rBX COMMERCIAL GENERAL LIABILITY C1017317309 01/01/2003 01/01/2004 MED EXP (Any oneperson) $ $ OW CLAIMS MADE [j] OCCUR PERSONAL & ADV INJURY $ 1,000,000 X CONTRACTUAL GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: POLICY X JET LOC PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE X LIABILITY ANY AUTO C1017317312 01/01/2003 01/01/2004 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY $ XXXXXXX (Per person) X HIRED AUTOS X NON -OWNED AUTOS BODILY INJURY $ XXXXXXX (Per accident) X N TEXAS PIP -BASIC PROPERTY DAMAGE $ XXXXXXX (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ XXXXXXX OTHER THAN EA ACC $ XXXXXXX ANY AUTO NOT APPLICABLE AUTO ONLY: AGG $ XXXXXXX C EXCESS LIABILITY X OCCUR FICLAIMS MADE BE 9414206 01/01/2003 01/01/2004 EACH OCCURRENCE $ 20,000,000 AGGREGATE $ 20,000,000 $ XXXXXXX ❑ UMBRELLA XXXXXXX DEDUCTIBLE FORM X RETENTION $ 10,000 $ XXXXXXX A WORKERS COMPENSATION AND WC 131765991 01/01/2003 01/01/2004 X I WC sTATu- OTH- ER EMPLOYERS• LIABILITY E.L. EACH ACCIDENT $ 1000 000 E.L. DISEASE - EA EMPLOYE $ 1000 000 E.L. DISEASE - POLICY LIMIT $ 1000 000 OTHER .- •...•...� �nn,�ca.u.�v�vna AVVcv o� G7WIS1CMtIV 1/SF't(:IAL PROVISIONS LAN PROJECT: CONSTRUCTION PHASE SERVICES. CITY OF ROUND ROCK IS ADDITIONAL INSURED AS RESPECTS GENERAL AND AUTO LIABILITY IF REQUIRED BY WRITTEN CONTRACT. 1855154 CITY OF ROUND ROCK ATTN: CITY MANAGER 221 E. MAIN STREET ROUND ROCK TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE ACORD 25-S (7/97) ® ACO D CORPORATION 1988 XIAI "< T 7, VV 7/1 f �- - - r 1 X � %` - tilt �II\\W S-1 N 2001 G.O. BOND W�E VARIOUS ROUND ROCK WEST y ROUND ROCK. TEKAS nwrosv.wssf �sxnnx SCALE: 1" =1000' STREETS DATE: January 2, 2004 SUBJECT: City Council Meeting - January 8, 2004 ITEM: *7.G.1. Consider a resolution authorizing the Mayor to execute Supplemental Agreement No. 2 to the Agreement for Engineering Services with Lockwood, Andrews & Newnam, Inc. for the Round Rock West Street Project. Resource: Tom Word, Chief of Public Works Operations Danny Halden, City Engineer History: The original contract, Resolution No. R -02-11-14-13B7, was approved on November 14, 2002 for preliminary engineering for water main replacements, water service replacements, street assessments and repairs. Supplemental Agreement No. 1 was approved on August 28, 2003 to provide the final design, construction documents and contract administration for the water main and water service replacement portion of the project. Supplemental Agreement No.2 is for engineering analyses and design, construction documents preparation and contract administration for street and drainage improvements. The Engineer has agreed to perform the work for $75,387.00, which will bring the total cost of the contract to $254,025.00. Funding: Cost: $75,387.00 Source of funds: Capital Project Funds (2001 G. O. Bond) Outside Resources: LAN, Inc. Impact/Benefit: Address problems with water mains and services that do not meet current standards and that have been problematic. This project will also examine and correct street and drainage problems. Public Comment: N/A Sponsor: N/A EXECUTED DOCUMENT FOLLOWS STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL AGREEMENT NO. 2 TO AGREEMENT FOR ENGINEERING SERVICES WITH LOCKWOOD, ANDREWS & NEWNAM, INC. FOR THE G.O. BOND 2002 - VARIOUS ROUND ROCK WEST STREET IMPROVEMENTS PROJECT This Supplemental Agreement No 2, to Agreement for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Lockwood, Andrews & Newnam, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed an Agreement for Engineering Services, hereinafter called the "Agreement", on the 14th day of November, 2002 for Various Round Rock West Street Improvements Project; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 1 on the 28th day of August, 2003 to change the scope of services, extend the termination date of the Agreement from November 14, 2003 to September 6, 2004 and to amend the compensation for a total of $178,638.00; and WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the scope of services and to modify the compensation; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Agreement is amended as follows: I. Article 2. Scope of Services to be Performed by Engineer shall be amended as set forth in the Revised Exhibit B, attached hereto and incorporated herein, and said Scope of Services shall be performed in accordance with the Revised Exhibit C, attached hereto and incorporated herein. II. Article 3, Agreement Period, shall be amended as set forth below: (1) Term. The Engineer is expected to complete the work in accordance with the above described Work Schedule. If Engineer does not perform the work in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 18. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the work is completed. Any work performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon #59695 RRW street imp-Supp-2.doc Supplemental Agreement — Rev. 4/2/03 R_0L/_0/_Qg 76/ Page 1 of as possible if he/she/it determines, or reasonably anticipates, that the work 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 the work 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 work required under this Agreement in a professional manner. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $75,387.00 the lump sum amount payable under the Agreement for a total of $254,025.00, as set forth in the Revised Exhibit D, attached hereto. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Agreement in duplicate. LOCKWOOD, ANDREWS & NEWNAM, INC. By: Brian D. Rice, P.E., Regional Manager /? `c -- Date CIT By: Date Page 2 of 2 CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street LIST OF EXHIBITS ATTACHED (1) Revised Exhibit B "Services to be Performed by Engineer" (2) Revised Exhibit C "Work Schedule" (3) Revised Exhibit D "Fee Schedule" (4) Exhibit E "Certificates of Insurance" CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street REVISED EXHIBIT B "Services to be Performed by the Engineer" In addition to providing services identified in Exhibit B attached to the Agreement and the services identified in Exhibit B attached to Supplemental Agreement No. 1, the Engineer agrees to provide the services as described as follows: The scope of services to be performed by the Engineer is to provide professional services including preparation of construction drawings, probable cost estimates, bidding and construction phase services for drainage improvements as part of the Street Rehabilitation Project and as described below. 1) Engineering for drainage improvements at twenty two (22) intersections where the City of Round Rock has identified the possible need for valley gutters. Surveys will be taken at each of these intersections. LAN will conduct field visits to study each intersection along with the survey and determine a solution for drainage problems. A detail depicting the solution for each intersection will be included in the final plan set. A list of the intersections selected for drainage design is provided below. 2) Engineering for low-water crossing on Deepwood Drive. A survey will be taken of the profile of the low-water crossing on Deepwood Drive. LAN will design a new profile to improve the transition from the asphalt paving to the concrete paving. LAN is assuming that any enhancements to the profile will take place between the intersections of St. Williams Drive and Lakecreek Drive. We are also assuming that no alterations to the concrete box culverts will occur. We will also evaluate and recommend an alternative for the railing that lines the culvert. 3) Prepare opinion of probable construction cost and provide Technical Specifications related to the drainage improvements. LAN will provide an Opinion of Probable Construction Cost with each plan set submittal. In addition, LAN will provide the City with any technical specifications required for the drainage improvements. 4) Recommendations for streets to be reconstructed or mill and overlay. Our geotechnical subeonsultant, HVJ & Associates, will perform field testing to better define the limits of full -depth reconstruction and mill and overlay and to recommend a pavement section for each. 5) LAN will assist in the bid phase by issuing plans to bidders, answering questions, preparing addenda as necessary, conducting a pre-bid conference, and preparing the bid tab. We are also assuming that we will assist during construction by reviewing submittals, conducting bi-weekly site visits, reviewing pay -estimates, and performing an observation upon completion of construction. Intersections to be evaluated for drainage improvements: Dragon Drive at Deepwood Drive Dragon Drive at Lake Creek Drive Deepwood Drive at Oak Ridge Drive Deepwood Drive at Lake Creek Drive Deepwood Drive at St. Williams Ave. Deepwood Drive at Creek View Drive Deepwood Drive at Walsh Lane Deepwood Drive at Windy Cove Deepwood Drive at Lime Rock Drive Deepwood Drive at Bluff Drive Deepwood Drive at Flint Rock Drive Lake Creek Drive at Round Rock West Cove Westwood Drive at Bonwood Drive Lakewood Drive at Bonwood Drive Bluff Drive at Round Rock West Drive Bluff Drive at Deer Run Bluff Drive at Penny Lane Aqualine Cove at Lime Rock Drive Blue Jay Way at Deer Run Blue Jay Way at St. William Ave. Blue Jay Way at Penny Lane School Driveway north of Creek View Drive on Deepwood Drive. CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street REVISED EXHIBIT C WORK SCHEDULE The work schedule for services being added under Revised Exhibit B is attached behind this page. The work schedules identified in Exhibit C attached to Agreement and in Exhibit C attached to Supplemental Agreement No. I remain in effect for the services to be provided as identified in Exhibit B attached to the Agreement and as identified in Exhibit B attached to Supplemental Agreement No. 1, respectively. 0 0 0 U 0 CD U O OI 7 ¢ O O C 7 � m O cq O T E N W 7 � a ¢ _._ _.... _...._. O a m x w W m 0 0 VN W = o as LL rcc -'�o N m N N N N N _o N rn i +► r• o-14 N w m a O Y d LW U H d cn O. O_ a O. m H CD W M N E O C-1 V) m v m a m a m > d N th a O O) O O O O 3' v O v O v O v O v O v O v O v O v O v v v v O O O O v O a, Ir x w ,Y, QC G L O N OI C7 OI N N N N c7 O) M O .-- (D N N W — O N f7 V w _ a C LL W C ._ LL LL ._ LL LL 7 m m L m m ~ m F- H F H H F C - O�O O O O O O O O O O O O O O _ aI Of 01 0) cO GO N N cn Cl) N N c`7 t` O) O .� r r r N (7 C m V C V LO O O > co t0 I� _ Y U C O O O O O m O LL F 1- W m m Cm N N m 'O N c0 N c0 N W "O N W 'O N W 'U N W -O N W -O T N N N ca T >. T 'O W c0 W 'O 'O 'O N C O O 'O CM O 'O -O c0 O O V co cO 00 c0 E � N C N ccc O N E cn a in _T U m ami U N CO W C :O m O U) m N C U N W C W m U m 'p @ m > O. C E C N W U O O d@ .N.. C D C O C O LO E W Ol O_ O > co W r C d O m C) m� N 0 m� N N C E m '> C W d m C d 0 C ¢ 0_ O 2 C E m m 0o i W m ao m a .N-. m — V D_ O W ¢ C o — D cp C W Z, o 3 0 (D n. �` o d �' C '>O V O O c m` N Cl) Z pp Oz U) 2' U U LL ¢ m U U LL c N 3 N H W O. D N U 0 r U _ U LL - O m W a0 CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street REVISED EXHIBIT D FEE SCHEDULE The fee schedule for services being added under Revised Exhibit B is attached behind this page. The fee schedules identified in Exhibit D attached to Agreement and in Exhibit D attached to Supplemental Agreement No. 1 remain in effect for the services to be provided as identified in Exhibit B attached to the Agreement and as identified in Exhibit B attached to Supplemental Agreement No. 1, respectively. Lgn Lockwood, Andrews & Newnam, Inc. ROUND ROCK WEST REHABILITATION PROJECT STREET REHABILITATION TOTAL COST November 7, 2003 LABOR COSTS DIRECT LABOR OVERHEAD 174% TOTAL LABOR+OVHD FIXED FEE 12%. TOTAL COST Design Phase $ 8,684 $ 15,110 $ 23,794 $ 2,855 $ 26,649 Bid Phase $ 556 $ 967 $ 1,523 $ 183 $ 1,706 Construction Phase $ 2,392 $ 4,162 $ 6,554 $ 786 $ 7,341 TOTAL LABOR COSTS $ 11,632 $ 20,240 $ 31,872 $ 3,825 $ 35,696 DIRECT COSTS: Expenses Design Phase $ 300 Bid Phase $ 268 Construction Phase $ 590 Total Expenses 1,158 Sub -Contracts TASK BASE MARK-UP TOTAL Baker-Aicklen Surveying $ 12,540 $ 1.10 $ 13,794 HVJ Associates Geotech Investi ation $ 22,490 $ 1.10 $ 24,739 Total Sub -Contracts $ 38,533 TOTAL DIRECT COSTS $ 39,691 TOTAL COST $ 75,387 Lockwood, Andrews & Newnam, Inc. ROUND ROCK WEST REHABILITATION PROJECT STREET REHABILITATION HOUR ESTIMATE November 7, 2003 DESIGN PHASE Project Princi al Manager Project Engineer E HOURS Staff Engineer CADD Te chnician Clerical Total 36 Bid Phase 4 8 16 8 36 Pre-bid Conference 2 4 6 Answer bidders questions 2 4 6 Issue addenda 1 Recommendation for Street Rehabilitation Technique 4 8 14 LAN Construction Phase Labor Total 1 41 361 481 01 81 96 Coordinate with Geotech Engineer 1 4 26 4 9 2 Drainage Improvements Coordinate with Surveyor 1 4 8 4 Intersection Improvements (detail valley gutters), 18 intersections 36 721 108 216 3 Low Water Crossing at Dee wood Improve profile for low water crossing, 2 sheets 6 12 32 50 Design new railing 6 6 12 4 Opinion of Probable Construction Cost and Preparation of Technical Specifications Construction cost estimate for intersection drainage and low water crossing 4 8 24 8 4 48 Prepare technical specifications for drainage improvements 4 4 6 2 LAN Design Phase Labor Total 1 01 10 62 1281 154 141 368 BIDDING PHASE Project Project Princi al Manager Engineer Staff CADD Engineer Technician Clerical Total Bi -weekly site visit / progress meeting 6 months 12 24 36 Bid Phase 4 8 16 8 36 Pre-bid Conference 2 4 6 Answer bidders questions 2 4 6 Issue addenda 2 4 8 14 LAN Construction Phase Labor Total 1 41 361 481 01 81 96 LAN Bid Phase Labor Total 0 0 6 12 0 8 26 CONSTRUCTION PHASE Project Project Principal Manager Engineer Staff CADD Engineer Technician Clerical Total Bi -weekly site visit / progress meeting 6 months 12 24 36 Review Shop Drawings 4 8 16 8 36 Conduct Observation Upon Completion of Construction 81 81 16 Review Pay Estimates 1 81 1 1 1 8 LAN Construction Phase Labor Total 1 41 361 481 01 81 96 October 27, 2003 Round Rods West Street Rehabilitation Page 1 of 1 Im Lockwood, Andrews & Newnam, Inc. ROUND ROCK WEST REHABILITATION PROJECT STREET REHABILITATION HOUR SUMMARY SHEET November 7, 2003 DESIGN PHASE HOURS SALARY DIRECT LABOR COST Principal 0 $ 48.00 $ - Project Manager 10 $ 42.00 $ 420 Project Engineer 62 $ 28.00 $ 1,736 Staff Engineer 128 $ 23.00 $ 2,944 CADD Designer 154 $ 22.00 $ 3,388 Clerical 14 $ 14.00 $ 196 Subtotal 368 $ 8,684 BID PHASE HOURS SALARY DIRECT LABOR COST Principal 0 $ 48.00 $ - Project Manager 0 $ 42.00 $ - Proect Engineer 6 $ 28.00 $ 168 Staff Engineer 12 $ 23.00 $ 276 CADD Designer 0 $ 22.00 $ - Clerical 8 $ 14.00 $ 112 Subtotal 26 $ 556 CONSTRUCTION PHASE HOURS SALARY DIRECT LABOR COST Principal 0 $ 48.00 $ - Project Manager 4 $ 42.00 $ 168 Project Engineer 36 $ 28.00 $ 1,008 Staff Engineer 48 $ 23.00 $ 1,104 CADD Designer 0 $ 22.00 $ - Clerical 8 $ 14.00 $ 112 Subtotal 96 $ 2,392 isn Lockwood, Andrews & Newnam, Inc. ROUND ROCK WEST REHABILITATION PROJECT STREET REHABILITATION EXPENSES October 27, 2003 DESIGN PHASE Printing Copies Sheets/ Copy Cost/ Sheet Cost 50% Plans - 5 sets 5 35 $ 0.25 $ 43.75 95% Plans - 5 sets 5 35 $ 0.25 $ 44 95% Project Manual - 5 sets 5 10 $ 0.06 $ 3 100% Plans - 5 sets 5 35 $ 0.25 $ 44 100% Project Manual - 5 sets 5 10 $ 0.06 $ 3 Rate Quantity Mileage $ 0.35 180 $63 Mail and Delivery $ 20.00 5 $ 100 Subtotal Design Phase ODCs $ 300 BIDDING PHASE Printing Copies Sheets/ Copy Cost/ Sheet Cost Bid Plans 5 35 $ 0.25 $ 44 Project Manuals 5 10 $ 0.06 $ 3 Rate Quantity Mileage $ 0.35 60 $ 21 Mail and Delivery $ 20.00 10 $ 200 Subtotal Bid Phase Printing $ 268 CONSTRUCTION PHASE Printing Construction Docs - 10 sets of Plans 10 35 $ 0.25 $ 88 Construction Docs - 10 Project Manuals 10 150 $ 0.06 $ 90 Rate Quantity Mileage $ 0.35 720 $ 252 Mail and Delivery $ 20.00 8 $ 160 Subtotal Constr Phase Printing $ 590 CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO.2 FOR ENGINEERING SERVICES WITH Lockwood, Andrews & Newnam, Inc. G.O. Bond 2002 — Various Round Rock West Street EXHIBIT E CERTIFICATES OF INSURANCE (Behind this page) CERTIFICATE OF LIABILITY INSURANCE PROFESSIONAL SERVICES PRODUCER LOCKTON COMPANIES 444 W. 47T" STREET, SUITE 900 KANSAS CITY, MO 64112-1906 INSURED LOCKWOOD, ANDREWS & NEWNAM, INC. ATTN: MR. JOHN CHROSTEK 2925 BRIARPARK DRIVE HOUSTON, TX 77042 Date: 8/ 13/2003 COMPANIES AFFORDING COVERAGE A CNA INSURANCE (VICTOR O. SCHINNERER) B LEXINGTON INS. CO. C 1) THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE A PROFESSIONAL LIAB(33.33%) AEA006161340 06/10/2003 06/10/2004 $15,000,000 EACH CLAIM/ B PROFESSIONAL LIAB(66.67%) 1323253 06/10/2003 06/10/2004 AND ANNUAL AGGREGATE DESCRIPTION OF SPECIAL ITEMS/EXCEPTIONS LAN PROJECT: CONSTRUCTION PHASE SERVICES 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: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Christine Martinez, City Secretary SIGNATURE OF AUTHORIZED REPRESENTATIVE Typed Name: GROVER B. SIMPSON Title: PRESIDENT, PROPERTY & CASUALTY, LOCKTON COMPANIES Rev'd 2/10/03 - Professional Liability Certificate.doc 'ACOIRDTM CERTIFICATE OF LIABILITY INSURANCE 01/01/2004 DATE (MM/DD/YY) 07/28/2003 PRODUCER LOCKTON COMPANIES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W. 47th Street, Suite 900 KANSAS CITY, MO 64112-1906 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. LIMITS (816) 960-9000 INSURERS AFFORDING COVERAGE INSURED 1027788 LOCKWOOD, ANDREWS &NEW NAM, INC. ATTN: MR. JOHN CHROSTEK 2925 BRIARPARK DRIVE INSURER A: VALLEY FORGE INSURANCE CO. CNA INSURER B: TRANSPORTATION INSURANCE CO. CNA INSURER c: AMERICAN INTERNATIONAL* INSURER D: *SPECIALTY LINES INSURANCE COMPANY HOUSTON, TX 77042 INSURER E: 01017317309 V V Y GI'7liL7GJ 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire $ 100,000 COMMERCIAL GENERAL LIABILITY 01017317309 01/01/2003 01/01/2004 MED EXP (Any oneperson) $ 5,000 rBX CLAIMS MADE []j] OCCUR PERSONAL & ADV INJURY $ 1,000,000 X CONTRACTUAL GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 PRO - POLICY LOC XPOLICY A AUTOMOBILE X LIABILITY ANY AUTO C1017317312 01/01/2003 01/01/2004 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) BODILY INJURY (Per person) $ XXXXXXX ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ XXXXXXX X X HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ XXXXXXX (Per accident) X TEXAS PIP -BASIC GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ XXXXXXX OTHER THAN EA ACC $ XXXXXXX ANY AUTO NOT APPLICABLE AUTO ONLY: AGG $ XXXXXXX C EXCESS LIABILITY X OCCUR El CLAIMS MADE BE 9414206 01/01/2003 01/01/2004 EACH OCCURRENCE $ 20,000,000 AGGREGATE $ 20,000,000 $ XXXXXXX UMBRELLA DEDUCTIBLE I FORM XXXXXXX $ XXXXXXX X RETENTION $ 10,000 A WORKERS COMPENSATION AND WC 131765991 01/01/2003 01/01/2004 X 1TWoCF&TAMUFOTH- s E.L. EACH ACCIDENT $ 1,000,000 EMPLOYERS' LIABILITY E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS LAN PROJECT: CONSTRUCTION PHASE SERVICES. CITY OF ROUND ROCK IS ADDITIONAL INSURED AS RESPECTS GENERAL AND AUTO LIABILITY IF REQUIRED BY WRITTEN CONTRACT. 1855154 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF ROUND ROCK DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN ATTN: CITY MANAGER 221 E. MAIN STREET NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL ROUND ROCK TX 78664 I IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE AcnQn 9s -c 171071 m ACOAD CORPORATION 1988