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