Loading...
Contract - Lockwood, Andrews, Newnam Inc - 4/28/2016'ROUND ROCK, TEXAS PURPOSE, PASSION. PROSPERITY. CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: LOCKWOOD, ANDREWS & NEWNAM, INC. ("Engineer") ADDRESS: 8911 N. Capital of Texas Highway, Building 2, Suite 2300, Austin, TX 78759 PROJECT: Oak Bluff/Greenfield Drainage Improvements THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this then%ay of ' L , 2016 by and between the CITY OF ROUND ROCK, a Texas home - rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other. good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract Rev. 04/13 0199.1607;00354496 00296523 ? . 00 ul— 33dl- 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 perform the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. PJ (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 all engineering services performed and to be performed under this Contract. Engineer shall be paid on the basis of actual hours worked by employees performing work associated with this Contract, in accordance with the Fee Schedule attached hereto as Exhibit D. Payment of monies due for the Engineer's subconsultant's services shall be based on the actual amount billed to the Engineer by the subconsultant. Payment of monies due for direct cost expenses shall be based on the actual costs. The maximum amount payable under this Contract, without modification of this Contract as provided herein, is the sum of Eighty Thousand Two Hundred Ninety -Five and No/100 Dollars, ($80,295.00). Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the work and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B entitled "Engineering Services". Satisfactory progress of work shall be an absolute condition of payment. The maximum amount payable herein may be adjusted for additional work requested and performed only if approved by written Supplemental Agreement. 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 3 Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. 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: Danny Halden Project Manager 2008 Enterprise Drive Round Rock, TX 78664 Telephone Number (512) 218-6610 m Fax Number (512) 218-5536 Email Address dhalden@roundrocktexas.gov 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: Chad Cormack, PE, CFM Regional Stormwater Manager 8911 N. Capital of Texas Highway, Building 2, Suite 2300 Austin, TX 78759 Telephone Number (512) 338-2718 Fax Number (512) 338-4942 Email Address cmcormack@lan-inc.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. 31 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 USE OF DOCUMENTS All documents, including but not limited to drawings, specifications and data or programs stored electronically, (hereinafter referred to as "Instruments of Service") prepared by Engineer and its subcontractors are related exclusively to the services described in this Contract and are intended to be used with respect to this Project. However, it is expressly understood and agreed by and between the parties hereto that all of Engineer's designs under this Contract (including but not limited to tracings, drawings, estimates, specifications, investigations, studies and other documents, completed or partially completed), shall be the property of City to be thereafter used in any lawful manner as City elects. Any such subsequent use made of documents by City shall be at City's sole risk and without liability to Engineer, and, to the extent permitted by law, City shall indemnify, defend and hold harmless Engineer from all claims, damages, losses and expenses, including but not limited to attorneys fees, resulting therefrom. By execution of this Contract and in confirmation of the fee for services to be paid under this Contract, Engineer hereby conveys, transfers and assigns to City all rights under the Federal Copyright Act of 1976 (or any successor copyright statute), as amended, all common law copyrights and all other intellectual property rights acknowledged by law in the Project designs and work product developed under this Contract. Copies may be retained by Engineer. Engineer shall be liable to City for any loss or damage to any such documents while they are in the possession of or while being worked upon by Engineer or anyone connected with Engineer, including agents, employees, Engineers or subcontractors. All documents so lost or damaged shall be replaced or restored by Engineer without cost to City. Upon execution of this Contract, Engineer grants to City permission to reproduce Engineer's work and documents for purposes of constructing, using and maintaining the Project, provided that City shall comply with its obligations, including prompt payment of all sums when due, under this Contract. Engineer shall obtain similar permission from Engineer's subcontractors consistent with this Contract. If and upon the date Engineer is adjudged in default of this Contract, City is permitted to authorize other similarly credentialed design professionals to reproduce and, where permitted by law, to make changes, corrections or additions to the work and documents for the purposes of completing, using and maintaining the Project. 7 City shall not assign, delegate, sublicense, pledge or otherwise transfer any permission granted herein to another party without the prior written contract of Engineer. However, City shall be permitted to authorize the contractor, subcontractors and material or equipment suppliers to reproduce applicable portions of the Instruments of Service appropriate to and for use in their execution of the Work. Submission or distribution of Instruments of Service to meet official regulatory requirements or for similar purposes in connection with the Project is permitted. Any unauthorized use of the Instruments of Service shall be at City's sole risk and without liability to Engineer and its Engineers. Prior to Engineer providing to City any Instruments of Service in electronic form or City providing to Engineer any electronic data for incorporation into the Instruments of Service, City and Engineer shall by separate written contract set forth the specific conditions governing the format of such Instruments of Service or electronic data, including any special limitations not otherwise provided in this Contract. Any electronic files are provided by Engineer for the convenience of City, and use of them is at City's sole risk. In the case of any defects in electronic files or any discrepancies between them and any hardcopy of the same documents prepared by Engineer, the hardcopy shall prevail. Only printed copies of documents conveyed by Engineer shall be relied upon. Engineer shall have no liability for changes made to the drawings by other engineers subsequent to the completion of the Project. Any such change shall be sealed by the engineer making that change and shall be appropriately marked to reflect what was changed or modified. ARTICLE 15 PERSONNEL, 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. 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 TERMSBREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 9 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty -day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 10 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON -COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non -collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per claim from a company authorized to do insurance business in Texas and 11 otherwise acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Engineer shall notify City thirty (30) days prior to the expiration, cancellation, non- renewal or any material change in coverage, and such notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self -Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled "Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 12 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 13 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Chad Cormack, PE, CFM Regional Stormwater Manager 8911 N. Capital of Texas Highway, Building 2, Suite 2300 Austin, TX 78759 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 14 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion, judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above -stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its corporate name by its duly authorized City Manager or Mayor, as has Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF ROUND ROCK, TEXAS By: U" \N ATTEST: . N'Nor _?V By9VMM,_. ( Ury l t Sara L. White, City Clerk FORM: Stepl�14n L. Sheets, City -Attorney LOCKWOOD, NDREWS & NEWNAM, INC. By: . Signature of Principal Printed Name: A�]ZSL.y P. ijiQ-g— t� 15 LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Engineering Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance 16 EXHIBIT A City Services The City will provide the following information and other assistance to the Engineer (LAN, Inc.) that the City deems appropriate and necessary: 1. Any readily available pertinent existing information relating to the services to be performed by the Engineer; the City will provide one copy of such information in a format chosen by the City. 2. Clear direction and/or response to questions or requests made by the Engineer in the course of the Engineer's performance of services. 3. Timely review of deliverables that have been properly completed and submitted by the Engineer; and timely provisions of comments, if any, to the Engineer resulting from said reviews. 4. All coordination efforts with Williamson County. 5. Right of Entry (ROE) necessary for the Engineer to accomplish the services shown in Exhibit B. EXHIBIT B Engineering Services 1. PROJECT DESCRIPTION The goal of the Oak Bluff/Greenfield Drainage Improvements project is to support the City in their efforts to assess and mitigate flooding issues in the Oak Bluff and Greenfield neighborhoods. The focus of the project is more or less between Evergreen Drive (Williamson County) and Meandering Way (City of Round Rock) within the Area of Interest shown in Exhibit B2. The project will analyze the current hydrologic and hydraulic conditions to develop potential design alternatives for increasing capacity, and to prepare construction drawings for improvements to the storm system (System) that exists in the vicinity of the common boundary between Greenfield and Oak Bluff Estates Subdivisions. The limits of the System under consideration extend from the southeast corner of Greenfield Subdivision north to its termination at Brushy Creek, the channel areas between the two subdivisions from the southeast corner of the Greenfield Subdivision to a point approximately 750 feet to the west, the presumed channel area from the northeast corner of Greenfield subdivision west to Evergreen Drive, and the existing storm drain from the southeast corner of Greenfield Subdivision east to Meandering Way. 2. SCOPE OF WORK The scope of Work for this project has been divided into the following tasks: • Task 1: Project Management • Task 2: Survey • Task 3: Analysis • Task 4: Final Design • Task 5: Direct Costs and Reimbursable Expenses 2.1 Work Breakdown Structure Tasks and Description 2.1.1 Task 1: ProjectManagement Task Description: a. General Project Management General project management will be ongoing through the period of the contract and include items such as participation in the development of a Project Management Plan, developing and updating the project schedule, preparing contract correspondence, transmitting deliverables, documenting the quality control process, and other project oversight activities. b. Working Meetings with City and County Staff Working meetings with City staff shall be held to discuss study related issues, review the progress of the work effort, or to address issues which may arise. If requested by the City, the Engineer shall prepare and deliver meeting minutes to the City within five (5) working days after each meeting. The total anticipated number of meetings is three (3). Page B-1 of 5 2.1.2 Task 2: Survey Task Description: All tasks under Task 2 will be completed by the sub consultant Surveying and Mapping, LLC (SAM). SAM will be retained under a "Time and Materials" contract. a. Project Limits Survey project limits shall be the area within the limits of the existing 20' wide drainage easement as defined on the plat of Oak Bluff Estates — Phase 2 and recorded under Cabinet "17", Pages 253-259 in the Williamson County Plat Records to a distance of 25' beyond either side of the recorded drainage easement. b. Control Surveyor shall recover or set control points within the project limits (utilizing VRS horizontal only). This project will be placed on the horizontal datum based on NAD83 and vertical datum based on NAVD88 values (Texas State Plane, Central Zone). c. Engineering Design Survey Surveyor will conduct engineering design survey locating features within, and 25' adjacent to each side of the existing drainage easement and to include, fences, grade breaks, ditches, and top of toe of grade, visible above ground utilities, buildings, and other improvements with the areas which were not included or accessible during the previous survey done in August of 2015 for Williamson County. Three dimensional data including the Easting, Northing, and Elevation will be recorded at 50 foot intervals along the proposed areas. Surveyor will call to locate potential underground utilities in the area that may include utilities outside the City's jurisdiction such as private wells or septic systems. d. Tree Survey Surveyor will conduct a tree survey within the project limits locating all 8 -inch diameter (or larger) hardwood trees and 12 -inches diameter (or larger) cedar trees. Any live tree with a diameter equal to or greater than 24" will also be located, regardless of species. 2.1.3 Task 3: Analysis Task Description: a. Hydrologic Modeling LAN will update the Oak Bluff region hydrologic model, developed as part of the Oak Bluff Drainage Analysis Engineering Services Contract with the City (OBESC), as necessary to finalize results for the 10%, 4%, 2%, and I% annual chance storm events. b. Hydraulic Modeling LAN will utilize the collected field topographic survey to update the existing conditions 2- dimensional hydraulic model developed as part of the OBESC. The survey data will be merged with the available LiDAR data to build a height -aware shapefile InfoWorks compatible format. Existing conditions model results will be generated for the 10%, 4%, 2%, and 1% annual chance storm events. It is not anticipated that additional model calibration will be necessary for historic flood events beyond what was done with the OBESC. c. Design Alternatives Modeling LAN will develop design alternatives consisting of conduits, inlets, open channels, or combinations thereof necessary to increase the capacity of the System to levels that would be Page B-2 of 5 sufficient to convey stormwater generated by the aforementioned drainage basin for the 10%, 4%, 2%, and 1% annual chance events. Improvement benefits will be evaluated on ability to reduce flood frequency and depth to area homes in both the City and County. Prior to detailed analysis, the City and LAN will meet to discuss potential alternatives to be analyzed. Alternatives for this analysis will be improved upon by attempting to provide benefits to all homes in the area. d. Preliminafy Opinions of Probable Cost Planning level cost estimates will be prepared for each of the alternatives. The Engineer will develop an Estimate of Probable Construction Cost for each alternative. The cost estimates should include all major project items such as inlet counts, storm sewer linear footages, any apparent public water and wastewater utility relocations and pavement or concrete replacement with an overall 20% contingency. e. Reporting An engineering technical memo of the Analysis will be developed and will include a discussion of the work performed, general methodology, assumptions applied during the course of study, a discussion of the study goal, the reported drainage problems, possible structural flooding, system capacity issues, a discussion of deviations from general methodology, and a discussion of findings and recommendations. Improvement alternatives will be documented individually and an assessment of project need, benefit, and potential challenges such as ROW or environmental impacts will be addressed. A draft memo will be compiled to include text, model output, and exhibits for the City's review. All Microsoft Word and Excel documents used to generate the draft report are to be included as well as the final models, shapefiles, databases, and worksheets used will be included on a compact disc, DVD or FTP site. f. Quality Assurance / Quality Control QA/QC review process will be documented at major milestones. 2.1.4 Task 4: FinalDesiM Task Description: a. Selection of Final Alternative If requested by the City, LAN will present the completed alternatives analysis to both the City and County at a joint meeting. LAN will participate in discussions and give recommendations to aid the City and County to determine the alternative(s) or portion(s) thereof to be implemented for the design and construction drawing preparation. b. Impacts Assessment and Brushy Creek Interaction LAN will assess potential impacts that may be caused by the proposed project. This may include downstream hydrologic, hydraulic, or erosive impacts to Brushy Creek as well as impacts to surrounding habitable structures in the project region. Potential impacts to the Brushy Creek effective floodplain will be assessed, however a CLOMR/LOMR is considered outside the scope of this project. Due to the terrain in the area, there is also a potential for backwater from Brushy Creek to have an effect on the proposed project. LAN will consider tailwaters on Brushy Creek that are based on hydrograph timing of the creek corresponding to the time of peak of the drainage basin. LAN will identify measures that can be implemented to prevent storm water in Brushy Creek from backing into the System when the creek level is above the outlet of the system. Page B-3 of 5 c. Storm Water Pollution Protection Plan (SWPPP) Engineer shall develop a high level SWPPP to ensure future project can comply with TCEQ NPDES requirements. d. Preparation of Constr-L[ction Drativings LAN will prepare design plans for proposed drainage facilities and submit 50%, 100%, and Final drawings. Plans will include drainage area maps, storm sewer plan and profile, ditch profiles and grading, and SWPPP features. Miscellaneous and standard drainage details will be provided at 100% and Final. A quantity estimate shall be provided. Comments provided from the City will be addressed for each submittal. e. Opinion of Probable Cost At each design submittal, a cost estimate will be prepared. The cost estimates should include all major project items such as inlet counts, storm sewer linear footages, apparent public water and wastewater utility relocations and pavement or concrete replacement with an overall 15% contingency. f. Specifications LAN will assess the need for special specifications that may arise on the project. g. Quality Assurance / Quality Control QA/QC review process will be documented at major milestones. 2.1.4 Task4: Direc Task Description: a. Reimbursable expenses will be billed to the Client by invoice. Reimbursements shall be the actual invoice costs. A reimbursable expense budget of $500 has been established as a not -to -exceed amount without prior approval. Reimbursable expenses shall include printing and reproduction, deliveries, and mileage. 2.2 Services Excluded from Proposed Services City of Round Rock and LAN agree that the following services are beyond the Scope of Services described in the tasks above. However, LAN can provide these services, if needed, upon the City's written request as agreed to by both parties in a Supplemental Services Contract. These additional services include the following: • Environmental engineering and permitting related services • Geotechnical engineering related services • Right -of -Way acquisition services • Revisions to the current effective Brushy Creek models or floodplain maps • CLOMR/LOMR preparation • Bidding Services • Construction management and inspection services • Services related to easement delineation or acquisition • Water quality analysis or design Page B-4 of 5 3. KEY PERSONNEL A summary of the proposed engineering team including names and titles are presented in table B-1. TABLE B-1 SUMMARY OF PROPOSED ENGINEERING TEAM PERSONNEL NAME TITLE Chad Cormack Project Manager Derek St. John Project Principal Laura Casset Project Engineer Elias Potts Graduate Engineer Cassandra Pham Graduate Engineer Page B-5 of 5 Mid 390ld -1 m SHARK LOOP. I DO 0 io: R s. , m y9 :-;52; z z Irl b ------ --- - m Ar ro13 - T 7 SC.. rn C- M cn m m M X FM rasp ::E = > 0. m X M -m R > x o z z r- A > MEW > > 0 0 0 0 Go m C) 0 m Cq z > u z --I --I m z > -n .0 --1 0 M M X > 2177 Ti - m o C, m m mr Cn Z 0 CA CL I > FmBes m z z 0 0C �% ✓ w P n � O cn En a cn c CD CD n o O < � r» CD N � O O r- Q� O O �4 CSD O n f✓� CCD ✓ G � '.' COD S cn CD in C r . 1 () (D � y a y O O � � d � � O " C t.A O =' 0 a � N O 0� O. O O O N Orq O cn z -"dxx ::�p y To �� ._. a o CD ro g o v, p � � � � o• � fD W N � � � ,V A � o s N O_ G1 O 7^ � N 0 a N o r � t> N ? O ii cz O 7: nn Cn CD CD Ln 0 CD 0 z CD O 0 rD 3 CD N W. O n O c Z3 rz z 0 Z (ri A W N -i 11 D C/) O O m v c c m ro 0 m CD v vi' cn cfl- i EXHIBIT E Certificates of Insurance Attached Behind This Page ACORL> CERTIFICATE OF LIABILITY INSURANCE 7/1/2016 DATE(hIhVDDrrm) 6/19/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies ON NAAMECT PHONE FAX —'" rc No Ext): AIC' 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 E-MAIL ADDRESS, INSURERS AFFORDING COVERAGE MAIC p INSURER A: Lloyd's of London 38253 INSURED LOCKWOOD, ANDREWS & NEWNAM, INC. 1055303 ATTN: MR. DON SCHUETZ INSURERS: INSURER C : INSURER D : 2925 BRTARPARK DRIVE HOUSTON, Tit 77042 INSURER E: INSURER F COVERAGES LEOAD01 CERTIFICATE NUMBER: 11ISS9011 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS_ AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL IN BR WV POLICYNUMBER POLICY EFF MIAIDD POLICY EXP MMIDD LIMITS COMMERCIAL GENERAL LIABILITY CLA1h1S-I.IADE n OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX DAMGE TO RENTED PREMISES Ea occurrence) S XXXXXXX LIED EXP (Any one person) $ XX.XXXXX PERSONAL & ADV INJURY $ XXXXXXX GENERAL AGGREGATE _ $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: ]POLICY I JECT FILOC PRODUCTS-COMPIOPAGG $ XXXXXXX_ _ S OTHER: AUTOMOBILE LIABILITY NOTAPPLICABLE COMBINED SINGLE LIMIT Eaaoddent S XXXXXXX BODILY INJURY (Per person) $ XXXXXXX ANYAUTO ALL AUTOS OWNED SCHEDAUTOS BODILY BODILY INJURY (Per accident) .$. XXXXXXX__ NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE Per accident _ $ XXXXXXX _ $XXXXXXX UMBRELLA LIAR OCCUR NOTAPPLICABLE EACH OCCURRENCE S XXXXXXX_ AGGREGATE S_ XX}{XXxx EXCESS LULB CLAIh1S-MADE DEO I I RETENTION S $ XXXXXXX WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y! N ANY PROPRIETORIPARTNERIFXECUT(VE NOT APPLICABLEPER OTH- STATUTE ER ,_. E.L EACH ACCI DENT S XXXXXXX OFFICENMEMBEREXCLUDED? F1NIA (Mandatory inNH) "— E.L. DISEASE -EA EMPLOYE_ S XXXXXXX SCdebe under DEes RIPTION OF OPERATIONS be:o,v E.L. DISEASE -POLICY LIMIT S A PROFESSIONAL N N LDUSA1504566 7/1/2015 7/1/2016 $2,000,000 EACH CLAIM ANTI) 11\1 LIABILITY THE ANNUAL AGGREGATE DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space Is required) Kim a ill I I ia 1:97-11 t1 �111 ii Lai -4 -1 a i 7iV L-39 11AII10-i►I"I H I lid It 13559013 CITY OF ROUND ROCK ATTN: CITY MANAGER 221 EAST MAIN STREET ROUND ROCK TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED A ACORD CORPORATION. All rinhfs rAswrvad ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD ADDITIONAL NAMED INSURED: LOCKWOOD, ANDREWS & NEWMAN, INC. ATTACHING TO AND FORMING PART OF POLICY NO. B0146LDUSA1404566 ISSUE TO: Leo A. Daly Company and as more fully described in the Policy ISSUED BY: Underwriters at Lloyd's, London EFFECTIVE: 12:01 am Standard Time on 1 July, 2014 Endorsement Number: 19 LIMITED AUTHORITY TO ISSUE CERTIFICATES OF INSURANCE ENDORSEMENT In consideration of the premium charged, it is hereby understood and agreed as follows: (1) Underwriters authorize Lockton Companies LLC the ("Certificate issuer") to issue Certificates of Insurance at the request or direction of the Insured. It is expressly understood and agreed that, subject to Paragraph (2) below, any Certificate of Insurance so issued shall not confer any rights upon the Certificate Holder, create any obligation on the part of the Underwriters, or purport to, or be construed to, alter, extend, modify, amend, or otherwise change the terms or conditions of this Policy in any manner whatsoever. In the case of any conflict between the description of the terms and conditions of this Policy contained in any Certificate of insurance on the one hand, and the terms and conditions of this Policy as set forth herein on the other, the terms and conditions of this Policy as set forth herein shall control. (2) Notwithstanding Paragraph (1) above, such Certificates of Insurance as are authorized under this endorsement may provide that in the event the Underwriters cancel or non -renew this Policy or in the event of a Material Change to this Policy, Underwriters shall mail written notice of such cancellation, non- renewal, or Material Change to such Certificate Halder within a specified period of time; provided, however, that the Insurers shall have not be required to provide such notice more than 60 days prior to the effective date of cancellation, non -renewal, or a Material Change. The Insured shall provide written notice to the Underwriters of all Certificate Holders and the number of days' written notice of cancellation, non -renewal, or Material Change, if any, specified in each Certificate of Insurance (i) at inception of this Policy, (ii) 90 days prior to expiration of this Policy, and (iii) within 10 days of receipt of a written request from Insurers. Insurers' obligation to mail notice of cancellation, non -renewal, or a Material Change as provided in this paragraph shall apply solely to those Certificate Holders with respect to whom the Insured has provided the foregoing written notice to the insurers. (3) It is further understood and agreed that Underwriters' authorization of the Certificate Issuer under this endorsement is limited solely to the issuance of Certificates of Insurance and does not authorize, empower, or appoint the Certificate Issuer to act as an agent for the Underwriters or bind the Underwriters for any other purpose. The Certificate Issuer shall be solely responsible for any errors or omissions in connection with the issuance of any Certificate of Insurance pursuant to this endorsement. (4) As used in this endorsement: (i) Certificate of insurance means a document issued for informational purposes only as evidence of the existence and terms of this Policy in order to satisfy a contractual obligation of the Insured. (ii) Material Change means an endorsement to or amendment of this Policy after issuance of this Policy by the Underwriters that restricts the coverage afforded to the Insured, All other terms and conditions of the Policy remain unchanged. Miscellaneous Attachment: M507672 Certificate ID: 13559013 AcdR", CERTIFICATE OF LIABILITY INSURANCEDATE(MRVDD/YYYY) lIk.� 111/2017 12/22/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER LOCkton Companies 444 W. 47th Street, Suite 900(A)CIE Kansas City MO 64112-1906 (816) 960-9000 NAME: FAX No, Ext): AIC No): E MAIL ADDRESS: INSURERIS1 AFFORDING COVERAGE NAIC 0 INSURERA: Continental Casualty Com all ' 20443 INSURED LOCKWOOD, ANDREWS & NEWNAM, INC. 1079765 ATTN: MR. DON SCHUETZ 2925 BRIARPARK DRIVE HOUSTON TX 77042 INSURER B: Valley For c Insurancc Company 20503 INSURERC: St Paul Fire and Marine Insurance Co 24767 INSURER D : National Fire Insurance Co of I Iartford 2047$ INSURER E: INSURER F: COVERAGES I .F.OATi01 CERTIFICATE NUMBER: 11559009 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL LNSD SUER YND POLICY NUMBER POLICY EFF MI 0 POLICY EXP MINOD LIMITS D X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE rX—] OCCUR Y Y 1015651942 1/1/2016 - 1/1/2017 EACH OCCURRENCE S 1,000,000 DAI.IAGE TO RENTED 3OO QQQ PR EI.IISES Ea M rence !.{ED EXP (Any oneperson) 10,000 PERSONAL & ADV INJURY S 1,000,000 GENL AGGREGATE LIMIT APPLIES PER: RPOLICY E T � LOC OTHER GENERAL AGGREGATE s 2,000,000 PRODUCTS-COMPIOP AGG s 2,000,000 S A AUTOMOBILE LIABILITY ANY AUTO AUTSS�ED gUTOSULED A AUOTNOMED S Y Y 1015651956 l/I/20t6 1/1/2017 COMBIBINED,SINGLELIMIT dan $ 1,000,000 BODILY INJURY (Per person) SXXXXXXX BODILY INJURY (Per accident S XXXXXXX PROPERdenDAIAAGE 'XXXXHIREDAUTOS erdTt S XXXX P $ XXXXX'XX C X UMBRELLA LIAB EXCESS UAB X OCCUR CLAIMS -!,LADE N N Z,UP-14NI9818-16 1/1/2016 1/112017 EACH OCCURRENCE S 2$000000 AGGREGATE S 25,000,000 DED I X I RETENTION$ 10,000 S XXXXXXX B B WORKERS COMPENSATION WO KERSEMPLCO PENA TIONILIT A14YPROPRIETORPARTNEILEXECUINE ❑ OFFICERQJEIJBER EXCLUDED? N (IJ)an W.rYMNH) under DESCRIPTIdes�nON OF OPERATIONS Udsw NIA Y 1015651973 (AOS) 1063334424 (CA) 1/1/2016 1/1/2016 1/1/2017 t/l/20]7 PER OTH- X STATUTE I FR EL EACHACCIOENT $ 1000000 E.L DISEASE - EA EIJPLOYEE 1:000:000 E.L. DISEASE -PODGY DIJIT 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, may be attached It more space Is required) RE: THE CITY OF ROUND ROCK, TEXAS IS NAMED ADDITIONAL INSURED ON A PRIMARY BASIS ON THE GENERAL LIABILITY AND AU'T'O LIABILITY POLICIES AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO GENERAL AND AU -1.0 LIABILITY AND WORKERS COMPENSATION WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRITTEN CONTRACT. OTHER INSURANCE SHALL NOT APPLY 7.O ANY COVERAGE HELD BY THE CITY. CERTIFICATE HOLDER CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 13559009 AUTHORIZED REPRESENTATIVE CITY OF ROUND ROCK ATTN: CITY MANAGER 221 EAST MAIN STREET ROUND ROCK TX 78664 ACORD 25120141011 ©19 B-2044 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos. 1- 4 and 6 if there are interested parties. 7-7 OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-34899 Lockwood, Andrews & Newnam, Inc. Houston, TX United States Date Filed: 04/04/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the goods or services to be provided under the contract. OKBLF Engineering services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Daly, Leo Washington, DC United States X Daly, Grega Washington, DC United States X Petersen, Dennis Houston, TX United States X Cohen, Arnie Austin, TX United States X Vajdani, Sima Los Angeles, CA United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. �'"11eti NICOLETTEHEBERT *' *- MY COMMISSION EXPIRES R,° •'February 8, 2017 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE j Sworn to and subscribed before me, by the said A 1T� /If y n this the day of 20 (n , to certify which, witness my hand and seal of office. 10h Signature of officer administering oath Printed name of officer administering oath itle of officer admi istering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.312 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-34899 Lockwood, Andrews & Newnam, Inc. Houston, TX United States Date Filed: 04/04/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Round Rock Date Acknowledged: 04/12/2016 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the goods or services to be provided under the contract. OK13LF Engineering services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Daly, Leo Washington, DC United States X Daly, Grega Washington, DC United States X Petersen, Dennis Houston, TX United States X Cohen, Arnie Austin, TX United States X Vajdani, Sima Los Angeles, CA United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us version vl.u.312