Loading...
R-04-05-13-13H2 - 5/13/2004 RESOLUTION NO. R-04-05-13-131-12 WHEREAS, the City of Round Rock desires to retain engineering services for the installation of traffic signals at Mays Street at Old Settlers Boulevard and Mays Street at Texas Avenue, and WHEREAS, Alliance Transportation Group, Inc . has submitted a Contract for Engineering Services to provide said services, and WHEREAS, the City Council desires to enter into said contract with Alliance Transportation Group, 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 a Contract for Engineering Services with Alliance Transportation Group, Inc. for the installation of traffic signals at Mays Street at Old Settlers Boulevard and Mays Street at Texas Avenue, a cop-Nr of said contract 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 13th day of May, 2004 . NYL ELL, T4ayor n City Round Rock, Texas ATTESTaku�� /� ni CHRISTINE R. MARTINEZ' ,, City Secretar @PEDesktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/R4O513H2.WPD/sc ''ROUND ROCK,TEXAS PURPOSE.RMON PROSPERil: CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM ALLIANCE TRANSPORTATION GROUP INC. ("Engineer") ADDRESS: 100 East Anderson Lane, Suite 300,Austin,TX 78752 PROJECT: MAYS/OLD SETTLERS BLVD &MAYS/TEXAS AVE THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the—day of , 2004 by and between the CITY OF ROUND ROCK, a Texas home- rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract Rev.02/23/04 File Name: Signals.Alliance;64971 00064494 EXHIBIT "T ll CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled"City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not performed the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for the Engineering Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of Five Thousand Sixty-Nine Dollars and Fortv-Nine Cents ($ 5,069.49 ) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Engineering Services as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Engineering Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Engineering Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Engineering Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination,that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non-disputed invoices shall be considered correct and payable per the terms of Chapter 2251,V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: Bill Stablein Transportation Construction Coordinator 212 Commerce Cove Round Rock, Texas 78664 Telephone Number(512) 218-5562 Fax Number(512) 218-3242 Email Address bstablein(a round-rock.tx.us 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Scott A. Feldman,P.E. Senior Transportation Engineer 100 East Anderson Lane, Suite 300 Austin, TX 78752 Telephone Number (512) 821-2081 Fax Number (512) 821-2085 Email Address Scott_Feldman(d,)alliance-transportation.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City,or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty-day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or(2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by City Council Resolution. Engineer shall not proceed until the appropriate Resolution has been adopted. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City Council authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished City under this Contract. ARTICLE 15 PERSONNEL,EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 7 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty(30)days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 8 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty-day notice period shall not exceed the amount charged during the preceding thirty(30)days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations,then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 9 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to 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 activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON-COLLUSION.FINANCIAL INTEREST PROHIBITED (1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission,percentage,brokerage fee,gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars from a company authorized to do insurance business in Texas and otherwise 10 acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non-renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section(3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non- renewal or reduction in limits by endorsement a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self-Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled"Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 11 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 12 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Scott A. Feldman, P.E. Senior Transportation Engineer Alliance Transportation Group,Inc. 100 East Anderson Lane, Suite 300 Austin,TX 78752 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 13 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion,judgment, approval, review, or determination to be arbitrary,capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above-stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF,the City of Round Rock has caused this Contract to be signed in its corporate name by its Mayor, duly authorized to execute the same on its behalf by Resolution No. , approved by the City Council on the day of the month of , 2004, and Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF ROUND ROCK: By: Nyle Maxwell, Mayor ATTEST: By: Christine Martinez, City Secretary ALLIANCE TRANSPORTATION GROUP.JNC. y: �e bti-A of Princi al ame: �c� 14 LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2)Exhibit B Engineering Services (3)Exhibit C Work Schedule (4)Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance 15 ATTACHMENT A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK The City of Round Rock will furnish to the Engineer the following items/information: Provide all available written data pertinent to previous operation, reports and any other data affecting the two intersections. Provide all available electronic files of existing right-of-way, property maps, survey files, design plans, etc. within 400 feet of each intersection. Provide assistance in negotiating with public utilities, railroads, and others who will be affected by the installation of the traffic signals. Preparation of necessary permit applications. (Note: Alliance-Texas Engineering Company will provide graphical exhibits in support of the applications.) ATTACHMENT B SERVICES TO BE PROVIDED BY THE ENGINEER PROJECT PARAMETERS The following assumptions pertain to the provision of Basic Services: A. The PROJECT will consist of the following activities, as requested by the CLIENT: Task 1.0 Traffic Signal Warrant Studies for the following two intersections in Round Rock, Texas. 7C Mays Street/Old Settlers Boulevard; and Ir Mays Street/Texas Avenue. Task 2.0 Surveying Services Task 3.0 Traffic signal layouts for the following two (2) intersections in Round Rock, Texas: n Mays Street/Old Settlers Boulevard; and 7t Mays Street/Texas Avenue. Task 4.0 Traffic signal specifications and bid documents for the traffic signals designed under Task 3.0. Task 5.0 Meetings B. CLIENT will review approved plans and provide recommendations in a timely manner. C. PROJECT is located within the City of Round Rock, Texas. D. Electronic files of Survey Data will be collected and used as the basis for any designs associated with the PROJECT. E. Existing traffic signal specifications used by the Texas Department of Transportation (TxDOT) will be used for design plans. TASK 1.0 TRAFFIC SIGNAL WARRANT STUDIES 1.1 Gather existing 24 hour traffic counts for each intersection approach. 1.2 Gather historical accident data from the City of Round Rock Police Department. 1.3 Apply warrants from the Texas Manual on Uniform Traffic Control Devices (TMUTCD) to the traffic count and accident data provided by CLIENT's representatives. 1.4 Determine the applicable traffic control device (traffic signal or flashing light) that is warranted at this intersection. 1.5 Prepare, for submittal and approval to the Texas Department of Transportation (TXDOT), a technical report detailing the study and recommending the appropriate traffic control device, if any, needed at this intersection. TASK 2.0 SURVEYING SERVICES The Surveying Services include those engineering services required to design the traffic signal layout. These services to be provided by the ENGINEER are as follows: 2.1 Prepare a preliminary base map based on record information to include right of way maps, tax maps, plats, deeds, topographic maps, and other available information. 2.2 Field survey the identified intersection to determine right of way, overhead utility, and underground utility location information, including the electrical service point. 2.3 Identify locations of the pavement, curb and gutter, islands, sidewalks, shoulders, and other structures within the right-of-way. 2.4 Identify the following traffic control features, where applicable: • Lane usages and dimensions • Parking restrictions • Location and message of existing signs • Location and operation of existing signals • Existing speed limits • Existing pavement markings • One-way streets • Bus stops and loading zones Turn restrictions • Building lines 2.5 Identify locations of any railroads or emergency centers in the vicinity of the intersection. NOTE: All surveying services will be at the direction of the CLIENT or the CLIENT's representative(s) and will be performed on an hourly fee basis. Thus, for Task 2.0 the budget is strictly an estimate and does not include a not-to-exceed clause. TASK 3.0 TRAFFIC SIGNAL LAYOUTS 3.1 Collect all "as built" or design drawings of the intersection, in electronic format, from the CLIENT or his representatives. 3.2 Create base plan sheets for signal plans from"as built" drawings. 3.3 Inspect intersection, where applicable, to determine existing pavement widths, lane configurations and traffic control devices, and locate existing above ground utilities. 3.4 Transmit base sheets to utility service providers with request for identification and location of all utilities in and around the intersection. Request field location of utilities using One-Call system. 3.5 Add utilities identified by service providers to base sheets. 3.6 Develop construction plan sheets showing traffic signal poles, detector loops, conduit runs, wiring diagram, and signal face locations. 3.7 Develop plan view sheet showing elevations of traffic signal indications, poles, and any traffic control signs to be mounted on the traffic signal. 3.8 Develop wiring diagram sheet showing the number and type of electrical wire runs between the signal controller and indications. 3.9 Submit one (1) preliminary copy of the signal layout plans for review by City of Round Rock representatives. 3.10 Meet one (1) time with City of Round Rock representatives to review the preliminary traffic signal design. 3.11 Incorporate one (1) time any revisions to the preliminary plans based on City of Round Rock comments. 3.12 Provide one (1) set of reproducible mylar final drawings, sealed by a Professional Engineer to City of Round Rock. TASK 4.0 TRAFFIC SIGNAL SPECIFICATIONS AND BID DOCUMENTS 4.1 Obtain AM, Noon, and PM peak hour turning movement volumes at the intersections. For the intersection of Mays Street and Old Settlers Boulevard, this includes the intersections of the IH-35 Frontage Roads with Old Settlers Boulevard/FM 3406. 4.2 Develop traffic signal phasing sheet based on traffic volumes. For the intersection of Mays Street and Old Settlers Boulevard, this includes a coordination plan between this intersection and the intersections of the IH-35 Frontage Roads with Old Settlers Boulevard/FM 3406. 4.3 Develop quantity estimate sheet. 4.4 Insert appropriate specification sheets from the Texas Department of Transportation (TxDOT). 4.5 Prepare packet of preliminary construction plans and bid documents. 4.6 Submit one (1) draft copy of the preliminary construction plans and preliminary bid documents for review by City of Round Rock representatives. 4.7 Meet one (1) time with City of Round Rock representatives to review any changes to the preliminary bid packet. 4.8 Incorporate, one (1) time, any changes to the construction plans and bid documents based on City of Round Rock comments. 4.9 Provide one (1) set of reproducible mylar final drawings and specifications and one (1) reproducible set of bid packet documents to the City of Round Rock . 4.10 Prepare one (1) time, an ENGINEER's opinion of probable construction cost based on the approved drawings, specifications, and materials. TASK 5.0 MEETINGS 5.1 Meet one (1) time with City of Round Rock representatives to review the preliminary draft signal design as described in Task 3.10. 5.2 Meet one (1) time with City of Round Rock representatives to review the proposed bid packet as described in Task 4.7. NOTE: All meetings will be at the direction of the Client or the Client's representative(s) and will be performed on an hourly fee basis. Thus, for Task 5.0 the budget is strictly an estimate and does not include a not-to- exceed clause. TASK 6.0 CONSTRUCTION BASED SERVICES 6.1 Prior to beginning of construction for traffic signal foundations, meet one (1) time with contractor to review field staking of traffic signal at each intersection. 6.2 Prior to traffic signal turn on, meet one (1) time with contractor and City of Round Rock representative for final inspection of signal construction and assistance in preliminary input of timing data into traffic signal controller at each intersection. 6.3 Meet one (1) time with contractor and City of Round Rock representative for traffic signal turn on at each intersection. NOTE: All construction based services will be at the direction of the Client or the Client's representative(s) and will be performed on an hourly fee basis. For Task 6.0 the budget is estimated at 16 hours per intersection. For efforts beyond this estimate, prior written approval for additional services will be obtained from the Client. ATTACHMENT "C" WORK SCHEDULE 1.1 WORK SCHEDULE Traffic signal construction is underway at both intersections. It is anticipated that both signals will be fully operational within 60 to 90 days. ATTACHMENT "D" FEESCHEDULE 1.1 FEE/COMPENSATION FOR SERVICES AND REIMBURSABLE EXPENSES Direct Labor: No retainer fee is required to begin Task 1.0 for this project. Direct labor to complete the transportation engineering services is described below,based on the assumption that signal designs will be provided at two intersections: This contract provides a time extension for a previous contract to provide traffic signal designs at two intersections in Round Rock, Texas. The remaining budget from the original contract will be used for this contract. The remaining tasks to be performed are providing construction based services to the City's contractor at each intersection. These tasks will be completed on a Lump Sum basis in the amount of $ 5,069.49 CERTIFICATE OF LIABii-ITY INSURANCE Date: izaa. PRODUCER COMPANIES AFFORDING C0WRAGE AIC—Sun Belt Group, Inc. INS--COMPANY-----___.- -------- __ Austin TX 78731 512-452-0611 B TRINITY UNIVERSAL OF KANSAS INSTJR,ED - -C EVEREST INDEMNITY CO. Alliance—Texas Engineering 100 E. Anderson Ln, 1300 D HARTFORD UNDEpmjTERS INS. CO_ Austin TX 78752 THIS IS To CERTIFY THAT the itlsurcd named above is insured by the Companies listed abo,ie with respect to the business operations hereinafter descnbed, for tbo types of insurance and in accordance with rite provisions of the Standard policies used by the, companies, and huther hereinafter described. Exceptions-io the policies are noted below, Col - TYPE OF INSURANCE POLICY EMCTIn EXPIRATION LIMI'I� LTR NLIbSER DATE DATE GENERAL LLA u- y GEt,ffitAt.AGGREGATE S 21 Q00,000 A 65 SBA KT2941 10/15/2003 10/15/2004PRODvas�oMi'�oP Aar, s 2,000,000 rERSONAL a:ADV.D=,Y s 1,000►000 EAQiOCCURRPNCE S 1,000,000 FGM DAMAGE(Any one fi;e) S 300,000 i NED.ES ENSE(Any one fcncn)i - 10,000 E .AUTOMOBILE LIABILrrY C'OMSR4EO SWGIE LIMIt S1,000,000 B BODILY DUMY(Per p=n) S TCA8015552 10/08/2003 10/0812004 BODux IId7URY(Pe..6.w) s PROPERTT DAMAGE MCCESS LG.BILLTY E&CH o��CE 51,000,000 A 65 SBA KT2941 10/15/2003 10/15/2004`WMOATE S1,000,000 WORI�RT'COMPFhSATIGN STATiTrORY LIMITS S AND EMPLOYERS'LIAamrrY EACH ACCIDENT s 500,000 D 65WECGG2836 01/01/2003 0.1/01/2004 DLMASE-POLICY Wrr S 500,000 DISEASs-1rACx> Lrng S 500,000 ' PBOFESSID2,tAL L7A,BILTIY C ° 102002Q23593 10/27/2003 10/27/2004 $I,000,OOOEa_ Occ/$I,000,OOpAgg. nsscxlPl-ION OF OPSPA-noNsa oc TION srsps mL n124$&Xj=MoNTS ThelCiry of Round Rock-is named as additionai JwMtd with respect m a))PohCies ez t'Wort=' and 1Tmfessional Liability'; Should any of the above d�cttbad I�cics Campensetion and Employes'• o any will msii tW y Po caaee)I14 or chmrscd before rhe rxpiraticn dire tbereof,the issuing �}P rty(30)days written notice m the-Xdfk2te holder named bel ow. CERTIFICATE HOLDER: Ciry MamM City of Round Rock SIGNATURE AU 0 RI31?ESRNTAm1g • ?'I>~Msin Street Round Rock,Texas 75664 Typed Name.• Stei C ro n.ypr Ttt!•- went • 1 cm of Insur CORK doelsp=mastic E7lHMIT P.evisnd IeX2Uo2 �a e� OHO 0� Zy �9 ME�'G OM o� Z 2 N N P N w E Traffic Signals � ROI�DROCh 11:S AS DATE: May 7, 2004 SUBJECT: City Council Meeting - May 13, 2004 ITEM: 13.H.2. Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with Alliance Transportation Group, Inc. for traffic signal design at Mays Street at Old Settlers Boulevard and Mays Street at Texas Avenue. Department: Transportation Services Staff Person: Tom Martin, Director of Transportation Services Justification: This contract replaces the previous contract with Alliance Transportation Group, which expired December 31, 2003. This contract will allow the consult to complete all outstanding work, including construction services and project close out services, which would have been completed had the contract not expired. Monies from the original contract are available to fund this work, with no additional funding required by the City. Funding: Cost: $5,069.49 Source of funds: Capital Project Funds (TCIP) Outside Resources: Alliance Transportation Group Inc. Background Information: This contract will allow the consult to complete all outstanding work, including construction services and project close out services, which would have been completed had the contract not expired. Monies from the original contract are available to fund this work, with no additional funding required by the City. Public Comment: N/A EXECUTED DOCUMENT FOLLOWS s , r fROUND ROCK,TEXAS PURPOSE.PASSION.PROSPERITY CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM ALLIANCE TRANSPORTATION GROUP, INC. .("Engineer") ADDRESS: 100 East Anderson Lane, Suite 300, Austin, TX 78752 PROJECT: MAYS/OLD SETTLERS BLVD&MAYS/TEXAS AVE THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the 13 day of m P , 2004 by and between the CITY OF ROUND ROCK, a Texas home- rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract Rev.02/23/04 File Name: Signals.Alliance;64971 00064494 R-04-�5/3-/�3 � 1 CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled"City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not performed the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for the Engineering Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of Five Thousand Sixty-Nine Dollars and Forty-Nine Cents ($ 5,069.49 as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Engineering Services as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Engineering Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Engineering Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Engineering Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non-disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: Bill Stablein Transportation Construction Coordinator 212 Commerce Cove Round Rock, Texas 78664 Telephone Number(512) 218-5562 Fax Number(512) 218-3242 Email Address bstablein(a),round-rock.tx.us 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Scott A. Feldman, P.E. Senior Transportation Engineer 100 East Anderson Lane, Suite 300 Austin, TX 78752 Telephone Number (512) 821-2081 Fax Number (512) 821-2085 Email Address Scott_Feldman(&,alliance-transportation.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty-day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or(2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by City Council Resolution. Engineer shall not proceed until the appropriate Resolution has been adopted. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City Council authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished City under this Contract. ARTICLE 15 PERSONNEL,EOUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 7 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 8 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty-day notice period shall not exceed the amount charged during the preceding thirty(30)days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations,then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 9 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to 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 activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON-COLLUSION,FINANCIAL INTEREST PROHIBITED (1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission,percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars from a company authorized to do insurance business in Texas and otherwise 10 acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non-renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section(3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non- renewal or reduction in limits by endorsement a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self-Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled"Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 11 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 12 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Scott A. Feldman, P.E. Senior Transportation Engineer Alliance Transportation Group, Inc. 100 East Anderson Lane, Suite 300 Austin, TX 78752 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 13 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion,judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above-stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF,the City of Round Rock has caused this Contract to be signed in its corporate name by its Mayor, duly authorized to execute the same on its behalf by Resolution No. P-04-66-13-I3N2, approved by the City Council on the /3 day of the month of m4y , 2004, and Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF UN R C By: NY ell, ayor ATTES By: J�J Christine Martinez, City Secretary ALLIANCE TRANSPORTATION GROUPP C. y: Signa of Principal t Name: lue �L�A,��` � - _ 14 LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Engineering Services (3)Exhibit C Work Schedule (4)Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance 15 ATTACHMENT A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK The City of Round Rock will furnish to the Engineer the following items/information: Provide all available written data pertinent to previous operation, reports and any other data affecting the two intersections. Provide all available electronic files of existing right-of-way, property maps, survey files, design plans, etc. within 400 feet of each intersection. Provide assistance in negotiating with public utilities, railroads, and others who will be affected by the installation of the traffic signals. Preparation of necessary permit applications. (Note: Alliance-Texas Engineering Company will provide graphical exhibits in support of the applications.) ATTACHMENT B SERVICES TO BE PROVIDED BY THE ENGINEER PROJECT PARAMETERS The following assumptions pertain to the provision of Basic Services: A. The PROJECT will consist of the following activities, as requested by the CLIENT: Task 1.0 Traffic Signal Warrant Studies for the following two intersections in Round Rock, Texas. n Mays Street/Old Settlers Boulevard; and n Mays Street/Texas Avenue. Task 2.0 Surveying Services Task 3.0 Traffic signal layouts for the following two (2) intersections in Round Rock, Texas: it Mays Street/Old Settlers Boulevard; and n Mays Street/Texas Avenue. Task 4.0 Traffic signal specifications and bid documents for the traffic signals designed under Task 3.0. Task 5.0 Meetings B. CLIENT will review approved plans and provide recommendations in a timely manner. C. PROJECT is located within the City of Round Rock, Texas. D. Electronic files of Survey Data will be collected and used as the basis for any designs associated with the PROJECT. E. Existing traffic signal specifications used by the Texas Department of Transportation (TxDOT) will be used for design plans. TASK 1.0 TRAFFIC SIGNAL WARRANT STUDIES 1.1 Gather existing 24 hour traffic counts for each intersection approach. 1.2 Gather historical accident data from the City of Round Rock Police Department. 1.3 Apply warrants from the Texas Manual on Uniform Traffic Control Devices (TMUTCD) to the traffic count and accident data provided by CLIENT's representatives. 1.4 Determine the applicable traffic control device (traffic signal or flashing light) that is warranted at this intersection. 1.5 Prepare, for submittal and approval to the Texas Department of Transportation (TXDOT), a technical report detailing the study and recommending the appropriate traffic control device, if any, needed at this intersection. TASK 2.0 SURVEYING SERVICES The Surveying Services include those engineering services required to design the traffic signal layout. These services to be provided by the ENGINEER are as follows: 2.1 Prepare a preliminary base map based on record information to include right of way maps, tax maps, plats, deeds, topographic maps, and other available information. 2.2 Field survey the identified intersection to determine right of way, overhead utility, and underground utility location information, including the electrical service point. 2.3 Identify locations of the pavement, curb and gutter, islands, sidewalks, shoulders, and other structures within the right-of-way. 2.4 Identify the following traffic control features, where applicable: • Lane usages and dimensions • Parking restrictions • Location and message of existing signs • Location and operation of existing signals • Existing speed limits • Existing pavement markings • One-way streets • Bus stops and loading zones • Turn restrictions • Building lines 2.5 Identify locations of any railroads or emergency centers in the vicinity of the intersection. NOTE: All surveying services will be at the direction of the CLIENT or the CLIENT's representative(s) and will be performed on an hourly fee basis. Thus, for Task 2.0 the budget is strictly an estimate and does not include a not-to-exceed clause. TASK 3.0 TRAFFIC SIGNAL LAYOUTS 3.1 Collect all "as built" or design drawings of the intersection, in electronic format, from the CLIENT or his representatives. 3.2 Create base plan sheets for signal plans from "as built" drawings. 3.3 Inspect intersection, where applicable, to determine existing pavement widths, lane configurations and traffic control devices, and locate existing above ground utilities. 3.4 Transmit base sheets to utility service providers with request for identification and location of all utilities in and around the intersection. Request field location of utilities using One-Call system. 3.5 Add utilities identified by service providers to base sheets. 3.6 Develop construction plan sheets showing traffic signal poles, detector loops, conduit runs, wiring diagram, and signal face locations. 3.7 Develop plan view sheet showing elevations of traffic signal indications, poles, and any traffic control signs to be mounted on the traffic signal. 3.8 Develop wiring diagram sheet showing the number and type of electrical wire runs between the signal controller and indications. 3.9 Submit one (1)preliminary copy of the signal layout plans for review by City of Round Rock representatives. 3.10 Meet one (1) time with City of Round Rock representatives to review the preliminary traffic signal design. 3.11 Incorporate one (1) time any revisions to the preliminary plans based on City of Round Rock comments. 3.12 Provide one (1) set of reproducible mylar final drawings, sealed by a Professional Engineer to City of Round Rock. TASK 4.0 TRAFFIC SIGNAL SPECIFICATIONS AND BID DOCUMENTS 4.1 Obtain AM, Noon, and PM peak hour turning movement volumes at the intersections. For the intersection of Mays Street and Old Settlers Boulevard, this includes the intersections of the IH-35 Frontage Roads with Old Settlers Boulevard/FM 3406. 4.2 Develop traffic signal phasing sheet based on traffic volumes. For the intersection of Mays Street and Old Settlers Boulevard, this includes a coordination plan between this intersection and the intersections of the IH-35 Frontage Roads with Old Settlers Boulevard/FM 3406. 4.3 Develop quantity estimate sheet. 4.4 Insert appropriate specification sheets from the Texas Department of Transportation (TxDOT). 4.5 Prepare packet of preliminary construction plans and bid documents. 4.6 Submit one (1) draft copy of the preliminary construction plans and preliminary bid documents for review by City of Round Rock representatives. 4.7 Meet one (1) time with City of Round Rock representatives to review any changes to the preliminary bid packet. 4.8 Incorporate, one (1) time, any changes to the construction plans and bid documents based on City of Round Rock comments. 4.9 Provide one (1) set of reproducible mylar final drawings and specifications and one (1)reproducible set of bid packet documents to the City of Round Rock . 4.10 Prepare one (1) time, an ENGINEER's opinion of probable construction cost based on the approved drawings, specifications, and materials. TASK 5.0 MEETINGS 5.1 Meet one (1) time with City of Round Rock representatives to review the preliminary draft signal design as described in Task 3.10. 5.2 Meet one (1) time with City of Round Rock representatives to review the proposed bid packet as described in Task 4.7. NOTE: All meetings will be at the direction of the Client or the Client's representative(s) and will be performed on an hourly fee basis. Thus, for Task 5.0 the budget is strictly an estimate and does not include a not-to- exceed clause. TASK 6.0 CONSTRUCTION BASED SERVICES 6.1 Prior to beginning of construction for traffic signal foundations, meet one (1) time with contractor to review field staking of traffic signal at each intersection. 6.2 Prior to traffic signal turn on, meet one (1) time with contractor and City of Round Rock representative for final inspection of signal construction and assistance in preliminary input of timing data into traffic signal controller at each intersection. 6.3 Meet one (1) time with contractor and City of Round Rock representative for traffic signal turn on at each intersection. NOTE: All construction based services will be at the direction of the Client or the Client's representative(s) and will be performed on an hourly fee basis. For Task 6.0 the budget is estimated at 16 hours per intersection. For efforts beyond this estimate, prior written approval for additional services will be obtained from the Client. ATTACHMENT "C" WORK SCHEDULE 1.1 WORK SCHEDULE Traffic signal construction is underway at both intersections. It is anticipated that both signals will be fully operational within 60 to 90 days. ATTACHMENT "D" FEE SCHEDULE 1.1 FEE/COMPENSATION FOR SERVICES AND REIMBURSABLE EXPENSES Direct Labor: No retainer fee is required to begin Task 1.0 for this project. Direct labor to complete the transportation engineering services is described below, based on the assumption that signal designs will be provided at two intersections: This contract provides a time extension for a previous contract to provide traffic signal designs at two intersections in Round Rock, Texas. The remaining budget from the original contract will be used for this contract. The remaining tasks to be performed are providing construction based services to the City's contractor at each intersection. These tasks will be completed on a Lump Sum basis in the amount of $ 5,069.49 .T• _ . . _ r:nm nl vV110LLI t)P.1-'ur .IIV', N0- U9GL Y- LIL CERTIFICATE OF LIABILITY INSURANCE Dare;. tofu-iZM PRODUCER COMPANIES AFFORDING CCjW-1PAGE AIC-Sun Belt Group, Inc. 6101_-Balcones Dr.-,- Ste--2-00-.-- - - - ------A-HARTFORD-LLOYDS INS COMPANY------__. ------- - Austin TX 78731 512-452-0611 B TRINITY UNIVERSAL OF KANSAS INSURED -C EVEREST INDEI`'Q1ITY Co. Alliance-Texas Engineering 100 E. Anderson Ln, X300 D HARTFORD UNDERWRITERS INS, Cp_ Austin TX 78752 THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter descnied, for tht: types of insurance and is accordance with ale provisions of the standard policies used by the companies. and further hereinafter described. Exceptions-to the policies are noted belmw. C0► TYPE OF INSURANCE POLICY EFF a—Wj Fs_XPIRATION LIMITS LTR NUb'1BER DATE DATE GENERAL IIABI rTY GMMtAI:AGaREGATE s 2,000,000 A 65 SBA KT2941 10/15/2003 10/15/2004 PRODUCTS-comr/oP AO" -T2,000,000 rEKSONAL d:ADV.INJURY s 1,000,000 EAC R OCCURRENCE S 1,OW,000 FOM DAMAGS(Any one fim) S M0,000 tdED.�CPF�tSF(Any one Easc�S 10,000 AUTOMOBILELIABU= COkiBII(EDSWGIELQ.?IT S1,000,000 BODILY INJURY(Per penia) S B TC48015552 10/08/2003 16/0812004 BODILY 1 mwf(Ya u6wx) S PROPERTYDAMAGE S Exan-s LEA iurf FhLff OCCURRENCE S A 65 SBA RT2941 10/15/2003 10/15/2004 AoczMATE S 1`� 000 1-.000.000 WOMRS'C0MPENSAn0N S[AMORY 1.QrSfrS S AND EMMO IMRS'LIABILnY 13I1CH ACCIDENT s 500,000 D 65W (;G2836 01/01/2003 0.1/01/2004 DM"E-POIICr LjMrr s 500,000 DMASE-BAM EMPUDITE s 500,000 P$OFESSIONAL LUtBILrry C ° 102002Q23593 10/27/2003 10/27/2004 $1,000,000Ea_ Oce/$I000,OOOAgg. Dr=RIMON OF OPERA-nQNsaDcA-noNSNEHICIES(SPgtAL rrEMsMxcEPnoNS ThelOry of Rm and Rock-is named as addiriorul imuted with�to all policies exer;pt'W0rl=3'Compensation end Employers'��H�. and.Tmferaional Liabiliry'. Shflvld any of dZ ab&r-descnbai policies be.canerJic�nr changed bcforo the r�piraticn dare thereuf�the*ilic carripany will mail dlr (30)days written notice LD rhe cuv{are holder named below. g CERTIFICATE H01-DER: City Manager City of Round Rock SIGNATURE AU 0 RI3RESENTATn� 221 1-Main Street Round Rod;,Texas 78664 Typed Name: Stair Cr-o •nnt ar ` Tuts _Agznf r Cert orinsur C0RR.doc1rp=muw EXEUBIT"A" PCAS(ld rlkjD(iZ