R-2016-3529 - 6/9/2016RESOLUTION NO. R-2016-3529
WHEREAS, the City of Round Rock desires to retain professional consulting services for
engineering and design services related to the Roundville Lane Project, and
WHEREAS, Stantec Consulting Services, Inc. has submitted an Agreement for Professional
Consulting Services to provide said services, and
WHEREAS, the City Council desires to enter into said agreement with Stantec Consulting
Services, 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 an
Agreement for Professional Consulting Services for Engineering and Design Services Related to the
Roundville Lane Project With Stantec Consulting Services, 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 9th day of June, 2016.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
SARA L. WHITE, City Clerk
0112.1604; 00358247/rmc
EXHIBIT
„A»
CITY OF ROUND ROCK AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES FOR
ENGINEERING AND DESIGN SERVICES RELATED TO THE
ROUNDVILLE LANE PROJECT WITH
STANTEC CONSULTING SERVICES, INC.
THE STATE OF TEXAS §
THE CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THIS AGREEMENT for professional consulting services related to engineering and
design services for the City of Round Rock's Roundville Lane Project (the "Agreement') is made
by and between the CITY OF ROUND ROCK, a Texas home -rule municipal corporation with
offices located at 221 East Main Street, Round Rock, Texas 78664-5299 (the "City"), and
STANTEC CONSULTING SERVICES, INC., located at 221 West 6t" Street, Suite 600, Austin,
Texas, 78701 (the "Consultant").
RECITALS:
WHEREAS, the Roundville Lane Project, consisting of reconstruction of Roundville
Lane from A.W. Grimes Boulevard (CR 170) to the eastbound frontage road of SH 45, in Round
Rock, Texas (the "Project"), requires engineering and design services; and
WHEREAS, City desires to contract for Consultant's professional services generally
described as engineering and design services for the Project; and
WHEREAS, City has determined that there is a need for the delineated services; and
WHEREAS, desires to contract for such professional services; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties and obligations hereunder.
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.0 EFFECTIVE DATE, DURATION, AND TERM
This Agreement shall be effective on the date this Agreement has been signed by each
party hereto, and shall remain in full force and effect unless and until it expires by operation of
00357925/ss2
the term indicated herein, or is terminated or extended as provided herein.
The term of this Agreement shall be until full and satisfactory completion of the work
specified herein is achieved, with an estimated completion date of September 9, 2016.
City reserves the right to review the Agreement at any time, and may elect to terminate
the Agreement with or without cause or may elect to continue.
2.0 PROPOSAL FOR SERVICES
For the purposes of this Agreement, the City agrees to furnish the Consultant the
information set forth and appended to this Agreement as Exhibit "A" titled "City Services." For
purposes of this Agreement Consultant has issued its proposal for services, such proposal for
services being attached to this Agreement as Exhibit "B" titled "Scope of Services," incorporated
herein by reference for all purposes.
3.0 SCOPE OF SERVICES
Consultant shall satisfactorily provide all services described herein and as set forth in
Exhibit "B."
Consultant shall perform the Scope of Services in accordance with the Tentative Work
Schedule set forth in Exhibit "C."
Consultant shall perform services in accordance with this Agreement, in accordance with
the appended Scope of Service and Work Schedule and in accordance with due care and
prevailing consulting industry standards for comparable services.
4.0 LIMITATION TO SCOPE OF SERVICES
Consultant's undertaking shall be limited to performing services for City and/or advising
City concerning those matters on which Consultant has been specifically engaged. Consultant
and City agree that the Scope of Services to be performed is enumerated in Exhibit "B" and
herein, and may not be changed without the express written agreement of the parties.
5.0 CONTRACT AMOUNT
Not -to -Exceed Fee: In consideration for the professional consulting services to be
performed by Consultant, City agrees to pay Consultant an amount not -to -exceed One Hundred
Thirty -Six Thousand Two Hundred and No/Dollars ($136,200.00), in accordance with
Exhibit "D" entitled "Fee Schedule," which document is attached hereto and incorporated herein
by reference for all purposes, in payment for services and the Scope of Services deliverables as
delineated in Exhibit "B."
Reimbursable Expenses: Reimbursable expenses shall not exceed Two Thousand and
No/100 Dollars ($2,000.00) and shall be paid for only the "Reimbursable Expenses" described
2
in Exhibit "B." Reimbursable expenses shall be included in the not -to -exceed fee of
$136,200.00 set forth above.
Travel reimbursements may be made for meals, travel, and lodging as follows:
(1) all travel shall be in coach and not business class;
(2) reasonable toll road charges shall be reimbursable;
(3) lodging shall be in a hotel located within City limits; and
(4) meals shall be reimbursed at an amount not -to -exceed $50.00 per day. This
amount includes tips.
Travel reimbursements shall only apply to travel in excess of forty (40) miles. It shall
be in the sole discretion of the City to determine if expenses are reasonable and qualify for
reimbursement pursuant to the terms of the Agreement. Consultant is responsible for providing
all receipts to City for the reimbursement of items set forth above. Receipts shall be provided to
the City within thirty (30) days of the expenditure to qualify for reimbursement. Receipts should
have enough detail to determine if the requested reimbursable meets this criteria.
Costs of personal entertainment, amusements, alcoholic beverages, traffic citations,
personal items or illegal activities will not be reimbursed. Expenses due to vacations or personal
trips in conjunction with City travel are not reimbursable. Adequate travel time is allowed, but
travel expenses are not paid for absences not required by City business.
Deductions: No deductions shall be made for Consultant's compensation on account of
penalty, liquidated damages or other sums withheld from payments to Consultant.
Additions: No additions shall be made to Consultant's compensation based upon project
claims, whether paid by the City or denied.
6.0 INVOICE REQUIREMENTS; TERMS OF PAYMENT
Invoices: To receive payment, Consultant shall prepare and submit detailed invoices to
the City, in accordance with the delineation contained herein, for services rendered. Such
invoices for professional services shall track the referenced Scope of Work, and shall detail the
services performed, along with documentation for each service performed. Payment to
Consultant shall be made on the basis of the invoices submitted by Consultant and approved by
the City. Such invoices shall conform to the schedule of services and costs in connection
therewith.
Should additional backup material be requested by the City relative to service
deliverables, Consultant shall comply promptly. In this regard, should the City determine it
necessary, Consultant shall make all records and books relating to this Agreement available to
the City for inspection and auditing purposes.
Payment of Invoices: The City reserves the right to correct any error that may be
discovered in any invoice that may have been paid to Consultant and to adjust same to meet the
3
requirements of this Agreement. Following approval of an invoice, the City shall endeavor to pay
Consultant promptly, but no later than the time period required under the Texas Prompt Payment
Act described in Section 8.01 herein. Under no circumstances shall Consultant be entitled to
receive interest on payments which are late because of a good faith dispute between Consultant
and the City or because of amounts which the City has a right to withhold under this Agreement
or state law. The City shall be responsible for any sales, gross receipts or similar taxes
applicable to the services, but not for taxes based upon Consultant's net income.
7.01 INSURANCE
Consultant shall meet all City of Round Rock Insurance Requirements set forth at:
http•//www.rouiidrocktexas.�ov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf.
Consultant's Certificate of Insurance is attached hereto and incorporated herein as Exhibit "E."
8.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by the City to Consultant will be made within thirty (30) days of the date the City receives
goods under this Agreement, the date the performance of the services under this Agreement are
completed, or the date the City receives a correct invoice for the goods or services, whichever is
later. Consultant may charge interest on an overdue payment at the "rate in effect" on September
1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to
payments made by the City in the event:
(a) There is a bona fide dispute between the City and Consultant, a contractor,
subcontractor, or supplier about the goods delivered or the service performed
that cause the payment to be late; or
(b) There is a bona fide dispute between Consultant and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the
service performed that causes the payment to be late; or
(c) The terms of a federal contract, grant, regulation, or statute prevent the City
from making a timely payment with federal funds; or
(d) The invoice is not mailed to the City in strict accordance with any instruction
on the purchase order relating to the payment.
9.0 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of the City's current revenues only. It is understood and
agreed that the City shall have the right to terminate this Agreement at the end of any City fiscal
year if the governing body of the City does not appropriate funds sufficient to purchase the
services as determined by the City's budget for the fiscal year in question. The City may effect
11
such termination by giving Consultant a written notice of termination at the end of its then -
current fiscal year.
10.0 TIMETABLES
Unless otherwise indicated to Consultant in writing by City, or unless Consultant is
unreasonably delayed in the orderly progress of its work by forces beyond Consultant's control,
the timetable structure and deliverable due dates shall be in reasonable conformity to
Consultant's schedule tendered to City and attached as Exhibit "C."
11.0 SUPPLEMENTAL AGREEMENT
The terms of this Agreement may be modified by written Supplemental Agreement
hereto, duly authorized by City Council or by the City Manager, if the City determines that there
has been a significant change in (1) the scope, complexity, or character of the services to be
performed; or (2) the duration of the work. Any such Supplemental Agreement must be
executed by both patties within the period specified as the term of this Agreement. Consultant
shall not perform any work or incur any additional costs prior to the execution, by both patties,
of such Supplemental Agreement. Consultant shall make no claim for extra work done or
materials furnished unless and until there is full execution of any Supplemental Agreement, and
the City shall not be responsible for actions by Consultant nor for any costs incurred by
Consultant relating to additional work not directly authorized by Supplemental Agreement.
12.0 TERMINATION; DEFAULT
Termination: It is agreed and understood by Consultant that the City may terminate this
Agreement for the convenience of the City, upon thirty (30) days' written notice to Consultant,
with the understanding that immediately upon receipt of said notice all work being performed
under this Agreement shall cease. Consultant shall invoice the City for work satisfactorily
completed and shall be compensated in accordance with the terms hereof for work accomplished
prior to the receipt of said notice of termination. Consultant shall not be entitled to any lost or
anticipated profits for work terminated under this Agreement. Unless otherwise specified in this
Agreement, all data, information, and work product related to this project shall become the
property of the City upon termination of this Agreement, and shall be promptly delivered to the
City in a reasonably organized form without restriction on future use. Should the City
subsequently contract with a new consultant for continuation of service on the project,
Consultant shall cooperate in providing information.
Termination of this Agreement shall extinguish all rights, duties, and obligations of the
City and the terminated party to fulfill contractual obligations. Termination under this section
shall not relieve the terminated party of any obligations or liabilities which occurred prior to
termination.
Nothing contained in this section shall require the City to pay for any work which it
deems unsatisfactory or which is not performed in compliance with the terms of this Agreement.
Default: Either party may terminate this Agreement, in whole or in part, for default if
the Party provides the other Party with written notice of such default and the other fails to
satisfactorily cure such default within ten (10) business days of receipt of such notice (or a
greater time if agreed upon between the Parties).
If default results in termination of this Agreement, then the City shall give consideration
to the actual costs incurred by Consultant in performing the work to the date of default. The cost
of the work that is useable to the City, the cost to the City of employing another firm to complete
the useable work, and other factors will affect the value to the City of the work performed at the
time of default. Neither party shall be entitled to any lost or anticipated profits for work
terminated for default hereunder.
The termination of this Agreement for default shall extinguish all rights, duties, and
obligations of the terminating Party and the terminated Party to fulfill contractual obligations.
Termination under this section shall not relieve the terminated party of any obligations or
liabilities which occurred prior to termination.
Nothing contained in this section shall require the City to pay for any work which it
deems unsatisfactory, or which is not performed in compliance with the terms of this Agreement.
13.0 NON -SOLICITATION
Except as may be otherwise agreed in writing, during the term of this Agreement and for
twelve (12) months thereafter, neither the City nor Consultant shall offer employment to or shall
employ any person employed then or within the preceding twelve (12) months by the other or
any affiliate of the other if such person was involved, directly or indirectly, in the performance of
this Agreement. This provision shall not prohibit the hiring of any person who was solicited
solely through a newspaper advertisement or other general solicitation.
14.0 INDEPENDENT CONTRACTOR STATUS
Consultant is an independent contractor, and is not the City's employee. Consultant's
employees or subcontractors are not the City's employees. This Agreement does not create a
partnership, employer-employee, or joint venture relationship. No party has authority to enter
into contracts as agent for the other party. Consultant and the City agree to the following rights
consistent with an independent contractor relationship:
(1) Consultant has the right to perform services for others during the term hereof.
(2) Consultant has the sole right to control and direct the means, manner and method
by which it performs its services required by this Agreement.
(3) Consultant has the right to hire assistants as subcontractors, or to use employees
to provide the services required by this Agreement.
(4) Consultant or its employees or subcontractors shall perform services required
hereunder, and the City shall not hire, supervise, or pay assistants to help
Consultant.
(5) Neither Consultant nor its employees or subcontractors shall receive training from
the City in skills necessary to perform services required by this Agreement.
(6) City shall not require Consultant or its employees or subcontractors to devote full
time to performing the services required by this Agreement.
(7) Neither Consultant nor its employees or subcontractors are eligible to participate
in any employee pension, health, vacation pay, sick pay, or other fringe benefit
plan of the City.
15.0 CONFIDENTIALITY; MATERIALS OWNERSHIP
Any and all programs, data, or other materials furnished by the City for use by Consultant
in connection with services to be performed under this Agreement, and any and all data and
information gathered by Consultant, shall be held in confidence by Consultant as set forth
hereunder. Each party agrees to take reasonable measures to preserve the confidentiality of any
proprietary or confidential information relative to this Agreement, and to not make any use
thereof other than for the performance of this Agreement, provided that no claim may be made
for any failure to protect information that occurs more than three (3) years after the end of this
Agreement.
The parties recognize and understand that the City is subject to the Texas Public
Information Act and its duties run in accordance therewith.
All data relating specifically to the City's business and any other information which
reasonably should be understood to be confidential to City is confidential information of City.
Consultant's proprietary software, tools, methodologies, techniques, ideas, discoveries,
inventions, know-how, and any other information which reasonably should be understood to be
confidential to Consultant is confidential information of Consultant. The City's confidential
infortnation and Consultant's confidential information is collectively referred to as "Confidential
Information." Each party shall use Confidential Information of the other party only in
furtherance of the purposes of this Agreement and shall not disclose such Confidential
Information to any third party without the other party's prior written consent, which consent
shall not be unreasonably withheld. Each party agrees to take reasonable measures to protect the
confidentiality of the other party's Confidential Information and to advise their employees of the
confidential nature of the Confidential Information and of the prohibitions herein.
Notwithstanding anything to the contrary contained herein, neither party shall be
obligated to treat as confidential any information disclosed by the other party (the "Disclosing
Party") which: (1) is rightfully known to the recipient prior to its disclosure by the Disclosing
Party; (2) is released by the Disclosing Party to any other person or entity (including
7
governmental agencies) without restriction; (3) is independently developed by the recipient
without any reliance on Confidential Information; or (4) is or later becomes publicly available
without violation of this Agreement or may be lawfully obtained by a party from any non-party.
Notwithstanding the foregoing, either party will be entitled to disclose Confidential Information
of the other to a third party as may be required by law, statute, rule or regulation, including
subpoena or other similar form of process, provided that (without breaching any legal or
regulatory requirement) the party to whom the request is made provides the other with prompt
written notice and allows the other party to seek a restraining order or other appropriate relief.
Subject to Consultant's confidentiality obligations under this Agreement, nothing herein shall
preclude or limit Consultant from providing similar services for other clients.
Notwithstanding the foregoing, either party will be entitled to disclose Confidential
Information of the other to a third party as may be required by law, statute, rule or regulation,
including subpoena or other similar form of process, provided that (without breaching any legal
or regulatory requirement) the party to whom the request is made provides the other with prompt
written notice and allows the other party to seek a restraining order or other appropriate relief.
Subject to Consultant's confidentiality obligations under this Agreement, nothing herein shall
preclude or limit Consultant from providing similar services for other clients.
Neither the City nor Consultant will be liable to the other for inadvertent or accidental
disclosure of Confidential Information if the disclosure occurs notwithstanding the party's
exercise of the same level of protection and care that such party customarily uses in safeguarding
its own proprietary and confidential information.
Notwithstanding anything to the contrary in this Agreement, the City will own as its sole
property all written materials created, developed, gathered, or originally prepared expressly for
the City and delivered to the City under the terms of this Agreement (the "Deliverables"); and
Consultant shall own any general skills, know-how, expertise, ideas, concepts, methods,
techniques, processes, software, or other similar information which may have been discovered,
created, developed or derived by Consultant either prior to or as a result of its provision of
services under this Agreement (other than Deliverables). Consultant's working papers and
Consultant's Confidential Information (as described herein) shall belong exclusively to the
Consultant. City shall have a non-exclusive, non -transferable license to use Consultant's
Confidential Information for City's own internal use and only for the purposes for which they are
delivered to the extent that they form part of the Deliverables.
16.0 WARRANTIES
Consultant represents that all services performed hereunder shall be performed consistent
with generally prevailing professional or industry standards, and shall be performed in a
professional and workmanlike manner. Consultant shall re -perform any work no in compliance
with this representation.
17.0 LIMITATION OF LIABILITY
Should any of Consultant's services not conform to the requirements of the City or of this
Agreement, then and in that event the City shall give written notification to Consultant;
thereafter, (a) Consultant shall either promptly re -perform such services to the City's satisfaction
at no additional charge, or (b) if such deficient services cannot be cured within the cure period
set forth herein, then this Agreement may be terminated for default.
In no event will Consultant be liable for any loss, damage, cost or expense attributable to
negligence, willful misconduct or misrepresentations by the City, its directors, employees or
agents.
18.0 INDEMNIFICATION
Consultant 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 Agreement, which are caused by or which result from the negligent error,
omission, or negligent act of Consultant or of any person employed by Consultant or under
Consultant's direction or control.
Consultant 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 Consultant, its agents, or employees.
19.0 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party may
assign any rights or delegate any duties under this Agreement without the other party's prior
written approval, which approval shall not be unreasonably withheld.
20.0 LOCAL, STATE AND FEDERAL TAXES
Consultant shall pay all income taxes, and FICA (Social Security and Medicare taxes)
incurred while performing services under this Agreement. The City will not do the following:
(1) Withhold FICA from Consultant's payments or make FICA payments on its
behalf,
(2) Make state and/or federal unemployment compensation contributions on
Consultant's behalf, or
(3) Withhold state or federal income tax from any of Consultant's payments.
W
If requested, the City shall provide Consultant with a certificate from the Texas State
Comptroller indicating that the City is a non-profit corporation and not subject to State of Texas
Sales and Use Tax.
21.0 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Consultant, its consultants, agents, employees and subcontractors shall use best efforts to
comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by local,
state and national boards, bureaus and agencies. Consultant shall further obtain all permits,
licenses, trademarks, or copyrights required in the performance of the services contracted for
herein, and same shall belong solely to the City at the expiration of the term of this Agreement.
22.0 FINANCIAL INTEREST PROHIBITED
Consultant covenants and represents that Consultant, 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 hereunder.
23.0 DESIGNATION OF REPRESENTATIVES
The City hereby designates the following representative authorized to act on its behalf
with regard to this Agreement:
Christopher Lopez, Project Manager
Transportation Department
2008 Enterprise Drive
Round Rock, TX 78664
Telephone: (512) 218-7026
E-mail address: clopezn,roundrocktexas.gov
The Consultant hereby designates the following representative authorized to act on its
behalf with regards to this Agreement:
Arnold Gonzales, Jr., PE
Stantec Consulting Services, Inc.
221 West 6t" Street, Suite 600
Austin, TX 78701
Telephone: (512) 328-0011
E-mail address: arnold.gonzalesnstantec.com
24.0 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
10
(1) When delivered personally to recipient's address as stated herein; or
(2) Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Consultant:
Stantec Consulting Services, Inc.
221 West 6t" Street, Suite 600
Austin, TX 78701
Notice to City:
City Manager, City of Round Rock
221 East Main Street
Round Rock, TX 78664
AND TO:
Stephan L. Sheets, City Attorney
309 East Main Street
Round Rock, TX 78664
Nothing contained in this section shall be construed to restrict the transmission of routine
communications between representatives of the City and Consultant.
25.0 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, 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 Agreement shall
be governed by and construed in accordance with the laws and court decisions of Texas.
26.0 EXCLUSIVE AGREEMENT
The terms and conditions of this Agreement, including exhibits, constitute the entire
agreement between the parties and supersede all previous communications, representations, and
agreements, either written or oral, with respect to the subject matter hereof. The parties
expressly agree that, in the event of any conflict between the terms of this Agreement and any
other writing, this Agreement shall prevail. No modifications of this Agreement will be binding
on any of the parties unless acknowledged in writing by the duly authorized governing body or
representative for each party.
27.0 DISPUTE RESOLUTION
The City and Consultant hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
28.0 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion of provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion of
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this Article shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
29.0 STANDARD OF CARE
Consultant represents that it is specially trained, experienced and competent to perform
all of the services, responsibilities and duties specified herein and that such services,
responsibilities and duties shall be performed, whether by Consultant or designated
subconsultants, in a manner acceptable to the City and according to generally accepted business
practices.
30.0 GRATUITIES AND BRIBES
City, may by written notice to Consultant, cancel this Agreement without incurring any
liability to Consultant if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Consultant or its agents or
representatives to any City Officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Consultant may be subject to penalties stated in
Title 8 of the Texas Penal Code.
31.0 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure an anticipatory repudiation of this Agreement.
12
32.0 MISCELLANEOUS PROVISIONS
Time is of the Essence. Consultant agrees that time is of the essence and that any failure
of Consultant to complete the services for each Phase of this Agreement within the agreed
project schedule may constitute a material breach of the Agreement.
Consultant shall be fully responsible for its delays or for failures to use reasonable efforts
in accordance with the terms of this Agreement. Where damage is caused to City due to
Consultant's failure to perform in these circumstances, City may withhold, to the extent of such
damage, Consultant's payments hereunder without a waiver of any of City's additional legal
rights or remedies. City shall render decisions pertaining to Consultant's work promptly to avoid
unreasonable delays in the orderly progress of Consultant's work.
Force Majeure. Notwithstanding any other provisions hereof to the contrary, no failure,
delay or default in performance of any obligation hereunder shall constitute an event of default
or breach of this Agreement, only to the extent that such failure to perform, delay or default
arises out of causes beyond control and without the fault or negligence of the party otherwise
chargeable with failure, delay or default; including but not limited to acts of God, acts of public
enemy, civil war, insurrection, riots, fires, floods, explosion, theft, earthquakes, natural disasters
or other casualties, strikes or other labor troubles, which in any way restrict the performance
under this Agreement by the parties.
Section Numbers. The section numbers and headings contained herein are provided for
convenience only and shall have no substantive effect on construction of this Agreement.
Waiver. No delay or omission by either party in exercising any right or power shall
impair such right or power or be construed to be a waiver. A waiver by either party of any of the
covenants to be performed by the other or any breach thereof shall not be construed to be a
waiver of any succeeding breach or of any other covenant. No waiver of discharge shall be valid
unless in writing and signed by an authorized representative of the party against whom such
waiver or discharge is sought to be enforced.
Multiple Counterparts. This Agreement may be executed in multiple counterparts,
which taken together shall be considered one original. The City agrees to provide Consultant
with one fully executed original.
[Signatures are on the following page.]
13
IN WITNESS WHEREOF, the parties have executed this Agreement on the dates
hereafter indicated.
City of Round Rock, Texas
By:
Printed Name:
Title:
Date Signed:
For City, Attest:
By:
Sara L. White, City Clerk
For City, Approved as to Form:
In
Stephan L. Sheets, City Attorney
14
Stantec Consulting Services, Inc.
By:
Printed Name:
Title:
Date Signed:
EXHIBIT A
City Services
The City WILL provide the following items/information for the ENGINEER under this
agreement:
I. ROUTE AND DESIGN STUDIES
i. Provide preferred design concept to be used in detailed design.
II. Right -Of -Way Data
i. Provide previously dedicated Rights -of -Way (ROW) parcel sketches, plats, and
field notes for existing ROW (if available).
2. Provide Rights -of -Entry (ROE) for all adjacent properties.
3. Provide existing plans for City owned utilities and public facilities within the
project limits.
III. Roadway Design Controls
i. Provide Traffic Impact Analysis for the adjacent development
2. Provide contact information for coordination with development
(client/ engineer)
3. Provide Traffic Signal Warrant Study or verification (A.W. Grimes Blvd &
Roundville Ln.)
4. Provide verification of pavement design
5. Provide current version of City Specifications, Standards, and General Notes
IV. Miscellaneous
1. Provide timeline/schedule confirmation for milestone submittals.
2. Meet with ENGINEER on an as -needed basis.
3. Provide timely review of submittals and provide comments. (10 Business Days)
4. Provide agreements with utility and property owners for all necessary off-site
improvements.
5. Relay approvals for all local, regional, state, and federal agencies and provide
assistance, as necessary, to obtain necessary data, information, and approvals
form the various agencies.
EXHIBIT "B"
? SCOPE OF SERVICES
Mr. Lopez
Page 1 of 8
Scope and Fees
Reference: Proposal for Professional Services
ATTACHMENT B
SCOPE AND FEES
Proposal No. 16-172
Based on our understanding of your needs at this time and the current status of this project, we
propose to provide the following specific services:
A. Traffic Control Plan Preparation (Schematic/30% Phase)
Meet with Client and Project Team to obtain a clear understanding of the area to
be included in the Traffic Control Plan (TCP) as well as the most current phasing
plan.
2. Meet with the City staff and Project Team to review construction details and traffic
control requirements during construction period,
3. Determine proper traffic control requirements based on City input, the City of
Round Rock Traffic Control Standards, TxDOT, CTRMA, and the Texas Manual on
Uniform Traffic Control Devices (TMUTCD), Traffic control requirements may include
road closures, lane closures, sidewalk closures, flaggers, temporary signing,
pavement markings, pedestrian protection, and barricade devices.
4. A preliminary TCP will be prepared for the proposed construction activities. The
TCP is assumed to be phased for this project,
5. The TCP will work to maintain minimal impact on existing traffic operations in the
vicinity of the site. The plan will consider vehicular and pedestrian routes near the
project, In addition, consideration will be given to construction traffic entering and
exiting staging area.
6. Prepare and submit a preliminary TCP for review by the City of Round Rock and
coordinate with City staff to review and address comments.
B. Traffic Signal Design Plans (Schematic/30% Phase)
The City of Round Rock has set specific guidelines for the design of traffic signals. The traffic
signal design for the intersection of Roundville Lane and A. W. Grimes (CR 170) will be
designed to City of Round Rock standards. It is assumed that a traffic warrant study has
already been performed and approved for this intersection. The following tasks will be
necessary in the preparation of the preliminary Traffic Signal Design Plans:
EXHIBIT "B"
SCOPE OF SERVICES
Mr, Lopez
Page 2 of 8
Scope and Fees
Reference: Proposal for Professional Services
Obtain roadway plans (electronic) of this intersection showing existing and
proposed roadway geometrics at the intersection. The Roadway Plans will be used
as a base for the Signal Design Plans.
Meet with the City of Round Rock to understand their traffic signal design
requirements.
3. Obtain a Topographic Survey to recover horizontal and vertical control points, set
on-site survey control; provide boundary survey of right-of-way (ROW) lines, locate
all improvements with ROW, locate visible utilities and one -call utility markings,
locate existing pavement lane striping. The topographic survey will need to extend
300 feet from the intersection in each direction.
4. Coordinate with the Utility Location Service to locate all utilities and conduct a field
review with City of Round Rock design staff at the intersections to note and verify
physical constraints, power connections, utility placement, existing traffic signal
equipment, and any other details necessary for signal design plan preparation.
Meet with the design team to discuss the intersection, the proposed turning
movements, and to obtain the proposed Utility Plan for the development to ensure
no conflicts will arise with the installation of the signal.
6. Prepare a draft set of plans, specifications, and a quantity estimate. Draft plans
will include a preliminary Traffic Signal Plan for the intersection, including locations
of pole foundations, sizes of foundations, pedestrian facilities, underground
electrical conduit locations, and any other pertinent information for the schematic
depiction of the future traffic signal.
7. We will submit design plans to the City of Round Rock at 30% completion for review.
We will meet with the City for submittal and discuss any changes or updates that
need to be made to the final plans.
C. Public Paving and Drainage Construction Documents (Schematic/30% Phase)
The proposed project involves the planning and preliminary design of roadway
improvements to reconstruct and extend Roundville Lane from A. W. Grimes Boulevard to
the eastbound frontage road of SH 45 for approximately 2,700 linear feet (If) on the current
alignment. Scope will include evaluating two (2) options (rural or urban) for a 3 -lane roadway
section along with associated general design constraints, drainage, traffic control &
operations, utilities, right-of-way impacts, and cost estimate for each alternative. The
following items will be included for evaluation of each alternative.
We will prepare preliminary Engineering Design Documents for the roadway
improvements to accommodate the roadway realignment and associated drainage
Design with community in mind
EXHIBIT "B"
( _.%, SCOPE OF SERVICES
Mr. Lopez
Page 3 of 8
Scope and Fees
Reference: Proposal for Professional Services
improvements for review and approval by the City of Round Rock, The design section
and length of roadway will be defined in the Typical Section & Project Layout Plan
sheets. These documents will also include plan/profile, details, and other required
items for review and approval.
2. We will prepare a preliminary Drainage Plan that consists of an open ditch or
underground storm sewer system as part of the roadway schematic design, The
drawings will show final grades, plan/profiles, calculations, and accommodations for
storm water conveyance along the proposed roadway. It is assumed that no
detention or water quality considerations will be needed for these improvements.
3. If applicable, we will prepare a preliminary Utility Plan that consists of all underground
water, wastewater, and franchise utility improvements/adjustments as part of the
roadway schematic design. We will coordinate with City of Round Rock and the
franchise utility companies to ensure that the drawings show all pertinent horizontal
and vertical utility alignments, potential conflicts with proposed roadway facilities,
and necessary adjustments to existing utilities.
4. We will prepare a preliminary cost estimate for each alternative based on current
pricing for relative construction items (City of Round Rock/ City of Austin/TxDOT).
5. We will prepare an engineer's summary letter and drainage report addressing
requirements of the City of Round Rock with respect to roadway design and
hydraulics and submit along with the preliminary paving and drainage design
package for review.
6. It is assumed that the retainage of a geotechnical engineer will be required to
provide an assessment of the soils along the proposed roadway alignment and
establish the approved pavement design section for final design. Scope of work and
associated fee was provided by the sub -consultant and is included in this proposal.
7. It is assumed that the retainage of an environmental consultant will not be required
to provide an assessment of the site along the proposed roadway alignment and that
all applicable environmental clearances required by the City or State have been or
will be acquired by the City of Round Rock.
8. Work Product: 30% Plan Documents:
The formal submittal will consist of preliminary schematic design documents for each
alternative and associated improvements. It is assumed that the requirements for the
design submittals shall generally follow the Williamson County PS&E Development
Checklist and as a minimum include the following:
a. Cover Sheet indicating project name and number; site location; design
speed; project limits with beginning and ending stations; names and signature
blocks for the project owners/partners, symbology legend, and the proposed
index of drawings to be included in the plan set.
b. Roadway layout drawing including coordinates for proposed alignment;
Design with community in mind
EXHIBIT "B"
SCOPE OF SERVICES
Mr. Lopez
Page 4 of 8
Scope and Fees
Reference: Proposal for Professional Services
C, Typical sections showing proposed and existing conditions, pavement
structure, sidewalk location (if applicable), and typical slope requirements.
d. General design notes applicable to the project provided by the City of Round
Rock.
e. Plan and profile showing existing conditions and how design speed, site
distance, drainage/storm sewer, utilities, ADA, and environmental
requirements are planned to be met as well as the proposed type and
location of any significant structures to be included;
f. Preliminary grading, signing, and pavement marking layout,
g. Drainage plan improvements including drainage area maps, storm sewer
system (plan & profile), ditches and culvert locations,
h. Preliminary traffic control plan, intersection layouts, details, and sequence of
construction
I. Identification of limits of construction, utilities, and properties affected by the
proposed construction;
J. Identifications of existing easements and utilities affected by the proposed
construction (if applicable);
k. Engineer's preliminary quantity sheets, cost estimate with unit prices and
associated bid schedule in City of Round Rock (or TxDOT) format.
Final utility company costs and documentation from each utility contacted (if
applicable),
D. Review and Approval (Schematic/30%)
It is assumed that a submittal will be issued to the following jurisdictions for review and
approval;
City of Round Rock - Coordination, review and approval of all improvements
to Roundville Lane and impacted adjacent roadways/properties.
CTRMA/fxDOT - Coordination, review and approval of all improvements to
the eastbound frontage road of SH 45.
E. Project Meetings and Coordination (Schematic/30%)
Depending on the needs and nature of the project, the amount of project meeting
times and coordination can vary drastically.
Design with community in mind
EXHIBIT "B"
SCOPE OF SERVICES
Mr. Lopez
Page 5 of 8
Scope and Fees
Reference: Proposal for Professional Services
We have budgeted three (3) formal project meetings, two (2) hours in length each,
for a 3- month design and review time period. In addition, time has been budgeted
for general project coordination efforts with Client, Design Team, utility companies
and City representatives as necessary,
F. CTRMA/Texas Department of Transportation Driveway Permit
Bury, Inc. now Stantec Consulting Services, Inc. (Stantec) shall coordinate with the City and
TxDOT/CTRMA for the permit application and design improvements associated with a
driveway along the eastbound frontage road of SH 45. Design and application may include;
Providing a preliminary plan reflecting driveway location and associated
improvements to be submitted to the TxDOT Georgetown Area Office for review.
2. Populating the TxDOT driveway application and providing all necessary support
documentation.
3. We will coordinate with TxDOT to make sure all design and operational comments are
addressed for permit approval.
G. Surveys
Development of this tract requires accurate surveys of a variety of items including boundary
verification, topography, and trees. We will perform the following surveys to the requirements
of the local governmental review agencies.
Topographic and Tree
Perform and design route survey of the approximately 2,700 If corridor and prepare
a topographic survey which will be used to complete the design of the road
improvements plan. The topographic survey will be based on an on -the -ground
survey and will be produced at a 1 -foot interval, The total acreage for this site is
currently expected to be approximately three (3) acres.
Prepare a tree survey, which will be used to complete the design of the roadway
plan. The tree survey will be based on an on -the -ground survey. The tree survey
will be performed as required by City ordinances.
Provide topographic and improvements survey for the use in project design
including plan/profile layout of route and adjacent drainage facilities.
Design with community In mind
EXHIBIT "B"
" SCOPE OF SERVICES
Mr. Lopez
Page 6 of 8
Scope and Fees
Reference: Proposal for Professional Services
H. Site Related Sub -Consultant Services
The nature of this project requires professional services from several sub -consultants. While we
will coordinate with all the Design Team consultants, we have included the following
sub -consultants under our contract in order to simplify the design process, Their fees are
included in this proposal.
1, Geotechnical Engineer:
Geotechnical services are included in our scope of our services, Please see attached
proposal for Geotechnical Engineering Services provided by Raba-Kistner
Consultants for your review and approval.
I. Reimbursables/Reproduction
Reproduction, courier and delivery services will be provided for this project and billed
in accordance to our Standard Rate Schedule, In addition, minor out-of-pocket
expenses for outside reproduction, travel expenses, courier and review agency fees,
etc. incurred will be billed at Cost+10%. We request that you issue checks for fees
unless otherwise agreed upon in advance.
FEE SCHEDULE
We propose to provide the specific services described above on a joint lump sum/hourly fee basis
as follows;
Item
Fee Basis
Fee
Task
A.
Traffic Control Plan Preparation (Schematic/30%)
1-6
Lump Sum
$ 6,000
200
B.
Traffic Signal Design Plans (Schematic/30%)
1-7 Lump Sum
$ 8,000F
201
C.
Public Paving and Drainage Construction Documents (Schematic/30%)
1-8
Lump Sum
$ 81,000
202
D.
Review and Approvals (Schematic/30%)
1
Hourly to Max
T77 5,000
203
Design with community in mind
EXHIBIT "B"
SCOPE OF SERVICES
Mr. Lopez
Page 7 of 8
Scope and Fees
Reference: Proposal for Professional Services
Item
Fee Basis
Fee
Task
E.
Project Meetings and Coordination (Schematic/30%)
1
Hourly to Max
$ 5,000
204
F.
CTRMA/Texas Department of Transportation Driveway Permit
1-3
Lump Sum
$ 4,000
205
G.
Survey
1
Lump Sum
$ 20,000
206
H.
Site Related Sub -Consultant Services
1
Cost+10%
$ 5,200
207
Total
$ 134,200
__
I.
Reimbursables/Reproduction
1
Cost+10%
$ 2,000
208
`Preliminary budget amount, in accordance with our Standard Labor Schedule.
Please note that the above fees are based on a smooth project implementation and have
assumed no major changes to the project after we begin final design and preparation of the
design drawings and application for this project. Fees shown for the hourly basis elements are
provided as an estimate based on currently available information and understanding of the
scope of service. Invoices will reflect the actual time and material costs incurred up to the
maximum amount authorized. The maximum budgeted cost will not be exceeded without the
Client's prior approval and executed Change Order. Work provided outside the above scope of
services will be billed as an additional service once approved in writing by your office,
ASSUMPTIONS
In preparing this proposal, we have made the following assumptions:
• Project will be subject to the City of Round Rock watershed ordinance,
• No variance requests or waivers are required.
The fee does not include preparation of a floodplain study or research to
determine if one is necessary or has been performed, or detailed drainage studies
to analyze conveyance of offsite runoff involving hydrologic or hydraulic analyses,
survey cross sections, fieldnotes and easements.
O No on-site or off-site public or franchise utility design is included in this proposal.
WI'h :',;ani1n rT) M—J
EXHIBIT "B"
SCOPE OF SERVICES
Mr. Lopez
Page 8 of 8
Scope and Fees
Reference: Proposal for Professional Services
• This project will not encounter significant opposition from City, County, or State
review agencies, neighborhood groups, environmental groups, etc.
• We have relied upon entitlement representations made by you and your
representative and these are assumed to be true and correct.
• Changes made offer submittal to the City require a substantial amount of time for
the project manager, project engineer, draftsman, and designer to address. In
addition, they result in additional City comments, which must then be addressed.
Revisions affer City submittal typically create a ripple effect through the drawings
due to the fact that a change in the site plan also requires a change in the site
grading and filtration plan, water and wastewater utility plan, landscape plans,
associated calculations, revised reports, new or changed details, etc. We will work
as closely as possible with you regarding these changes. However, changes
beyond our control generated after submittal to the City are not included in this
fee and will be performed as an additional service.
The following items are excluded from this proposal but can be provided as an additional service:
• Design revisions required due to amendments/changes in regulatory criteria (i.e.,
zoning and subdivision ordinances, design criteria, results of legislation, court
decisions, etc.) adopted after the date of the proposal, which becomes effective
retroactive prior to the date of the proposal, or which might benefit your
development to the extent your desire to incorporate them into the project.
Proposed TxDOT right-of-way takings, which result in major redesign efforts.
• Survey or design of offsite roadways, frontage road improvements, sanitary sewers,
storm drainage, or water mains.
The following services are excluded unless specifically included in this proposal:
• Structural design of retaining walls, stormwater splitter boxes or detention ponds,
bridges, culverts and similar structures.
• Environmental site assessments, wetlands, endangered species and KARST feature
investigations.
• Design franchise utility services for electricity, gas, cable, telephone, etc.
Design with community in mind
n
U m
M� 2
W u )
V
w ry
O
E
a 11
E
O
Cf)
cnW
U
m
a
a
m (0 to o CO
a) 0) Co O N N LO
U) N M r r r N
C tT LO LO W 00 W W
V- V" V" L O LL LL O O
1
0 o 1
0 1
0
a3 N Ln LO LO Ln 00 0o N W
CO .0 t L O O LL O O 3
F F F
C m m m m m m a m N m
o a _0 _0 a _0 r a a a
n I- O O M o
LO
o rn o
❑
E
a)
F
C C
rn -
a) a)
W a2S
-5
W U
E o M m o rn
c - O N F
N o 0
0 `�' aai °' La ❑ ❑
Q v 4-- 2 a m F E
O O d C w
m v a
Lu 0 U U
06
R v O Y Cl) M o y
o Ln
a) m a o n d a) a
E �r O
Z ' 6 O Z d M in M 2 Q
N '�
Fm- 0
CD aA
j
I - -
_
(DU)
3 O N
a
00F
U U 6
C 7 Q
0 Ln 0)
0 cZ
C N N
en (D
ID
fl N
X C
Q
N m -0
Fn (D
ftf
Q
Q
C
O
w a) (6
@ p O N N O U')
EU)O O N p 7 > >' F O�
co F C Ln V) �' C y a) CD
M
O_ > > C=037 3 O C E
t0
d C7 c ❑ CA LL W W d ❑
0
0
_ =
ca
- _ J
0 0 D09
® o
co U)
Q
o m c c W
o c
Ny a� E ti rn CMm Z
O w Y
°' F@- � M m m a C- m
o c m @ > > o > > >o
o co
t0N a) N a) a) a) = N O S
Coca 7 O O a3 O O O Q a3
ca X
F m m U) Q' m of 2' Of Cn m W W
O
O
O
L(7
O
0
O
Cl)
(D
IN
0 �
ch
LU
W
LL
ON
00
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
cn
000000000
bo
'Q
y
C
6
0
J
O
C:)
v)-
O
69
Qf
64
O
O
O
a
O
N
O
m
13)
n0
C
C)
O
N
H
O
Lf)
+'
Y
O)
N
E
(SII
C
f6
O
N
CO
0
N
64
F-
O)
L
L
L
Ef}
M
ca
C
co
C
ca
C
co
C
co
C
E
1
a
a
69-
9O
a.
a.
C1
cu
O
O
O
C3
CD
CD
N
O
O
O
O
O
O
O
O
O
O
C
V
64
N
6a
Et}
64
K}
64
64
ff}
tN
Q
64
64
7
N
N
L O
m V
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0
0
0
0
y
y
0
0
0
0
0
0
0
0
0
O
L
69,
64
64
64
64
64
64
64
64
K3
U)
O
Vo
0
0
C)
0
p
o
0
0
0
O
,Q
O
p
O
o
O
o
O
p
O
o
O
0
O
op
O
O
O
O
O
F0 J
O
C)
C)
O
O6
0
6
6
0
0
0
�-
-a
O
O
O
613�
(f)
EA
Eh
64
R
O
J
L
O
CO
co
0 O
cM
o
0
0
co
0
0
CD
o
00m
O
J
C
Q
_O
C
C
(L)
cn
Q
-0
Q
C
O
CDo
O
N
O_
fC
C
o
H
V
0
O
C
C
o
cn
O
N
(U
O
U
E
(6
L
U
O
N
O
O
�
❑-
N
O
cnO
co
a)
N
Co
C
O
m
O)
tq
N
U
m
E
(0
�
Cc:)
U
O
C
O
O
L
O
N
a
.0
E
O_
N
J
F
O
�
N
(6
C
O
O
U)
(7
a
a
IL
m
0
a
O
r
N
M
'V'
LO
m�
m
m
Z
1'`1
1
1
Y
Y
.Y
Y
Y
Q
ON
O
T
f6
Y
�
N
v)
Y
C
Q
U
(6
E
bo
'Q
y
C
6
?
M
N
W
(D
6
Y
O
ca
v-)
u
m
13)
n0
C
N
CU
E
W
co
LO
a
W
U
+'
Y
N
E
(SII
C
f6
M
U
Ln
a
F-
L
L
L
L
L
ca
C
co
C
ca
C
co
C
co
C
E
1
a
a
a.
a.
a.
C1
ON
A� ®? CERTIFICATE OF LIABILITY INSURANCE
ATE
D05/01/2016 (MMIDDIYYYY)
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
AON REED STENHOUSE INC.
AON RISK SERVICES CENTRAL, INC.
900 - 10025 - 102A AVENUE
EDMONTON, AB T5J OY2
CONTACT
NAME ANDREA OTTO
AIC. N Extl: 1-952-807-0679 FAX No :1-312-381-6608
IL
ADDRESS: ANDREA.OTTO AON.COM
INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A: ZURICH AMERICAN INSURANCE COMPANY 116535
INSURED
STANTEC CONSULTING SERVICES NC.
221 WEST SIXTH STREET SUITE 600
AUSTIN TX 78701-3411
INSURER B: SENTRY INSURANCE A MUTUAL COMPANY 124988
INSURER C: ZURICH INSURANCE COMPANY
INSURER D: SENTRY INSURANCE A MUTUAL COMPANY 24988
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 575 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 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
TYPE OF INSURANCE
INSR
WVD
POLICY NUMBER
I POLICY EFF
(MO
POLICY EXP
MMIDDIYYYY
LIMITS
A
GENERAL LIABILITY
GLO5415704
05/01/16
05/01/17
EACH OCCURRENCE S 2,000,000
PREMISES (Ea occurrence) S 300,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE Fx_1 OCCUR
MED EXP (Any one person) S 10,000
PERSONAL & ADV INJURY S 2,000,000
X CONTRACTUAVCROSS LIABILITY
XOWNERS&CONTRACTORS
6RRH-PFft!
GENERAL AGGREGATE S 4,000,000
XCU COVER INCLUDED
GEN'LAGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OPAGG S 2,000,000
$
POLICY X JECT I X1 LOC
B
AUTOMOBILE
LIABILITY
90-17043-08
05/01/16
05/01/17
COMBINED
(Ea accident) LE LIMIT S 1,000,000
BODILY INJURY (Per person) S
X
ANYAUTO
ALL OWNEDSCHEDULED
BODILY INJURY (Per accident) $
QED
HIRED AUTOS NON-OWNED
PROPERTY
raecRdenl) DAMAGE $
S
C
4
UMBRELLA LIAB
OCCUR
8831307
05/01/16
05/01/17
EACH OCCURRENCE S 5,000,000
AGGREGATE S 5,000,000
X
EXCESS LIAR
X
CLAIMS -MADE
EXCESS GENERAL, AUTO AND
EMPLOYERS LIABILITY (FOLLOW
DED X RETENTION
I S
D
WORKERS COMPENSATIONSTAT
90-17043-06
05/01/16
05/01/17
- -
X TOR LIMIT I ER
AND EMPLOYERS' LIABILITY YIN
E.L. EACH ACCIDENT s 1,000,000
ANY PROPRIETORIPARTNER/EXECUTIV
N / A
- EA EMPLOYE S
E.L. DISEASE1,000,000
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
E.L. DISEASE - POLICY LIMIT I S 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
AUSTIN, TX. CONSULTING - 221 WEST SIXTH ST
L;LK I IYIL:A I t HULUtK t ANL rLLAI lU111
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
TO WHOM IT MAY CONCERN THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD