Loading...
Contract - Halff Associates, Inc. - 11/10/2016 IrROUND ROCK,TEXAS MSION.PROSPERITY. CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: HALFF ASSOCIATES,INC. ("Engineer") ADDRESS: Two Sierra Way, Suite 105, Georgetown ,TX 78626-7574 PROJECT: SH 45F (Frontage Roads) THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the 1 day of 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 0199.1631;00366315 00192831 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. 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 Two Hundred Seventy-Six Thousand Six Hundred Eighty-Two and 20/100 Dollars ($276,682.20) 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: Gerald Pohlmeyer Project Manager 2008 Enterprise Drive Round Rock, TX 78664 Telephone Number(512) 218-5589 Fax Number(512) 218-5563 Email Address gpohlmeyer@roundrocktexas.gov 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: Dan Franz, P.E. Senior Project Manager Two Sierra Way, Suite 105 Georgetown, TX 78626-7574 Telephone Number(512) 777-4606 Fax Number(512) 869-0089 Email Address dfranz@halff.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 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. 8 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 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: Dan Franz, P.E. Senior Project Manager Two Sierra Way, Suite 105 Georgetown, TX 78626-7574 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 OFRO D ROCK, TEXAS APPR D ASIO FO . By: J May �ll�t�rN Irv=1�,►�i Stephan . Sheets, City Attorney , ATTEST: By: Sara" . White, City Clerk HALFF ASSOCIATES, INC. By: �k./A Signature of Principal Printed Name: 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 furnish to the Engineer the following information and/or perform the following tasks: • Assist with outside City consultant coordination,as needed, for acquisition of traffic data associated with other City of Round Rock CII'projects. • Review Engineer's plan and cost estimates. • Support project development with external stakeholders such as the Texas Department of Transportation,Texas Toll Authority,other agencies and property owners. • Assist the Engineer, as needed, in obtaining data and information from the State, County, and/or other franchise utility companies. • Coordination with communication of project items and progress to other city departments and the City of Pflugerville. EXHIBIT B Engineering Services PROPOSED PROJECT DESCRIPTION/SCOPE OF SERVICES For SH 45 FRONTAGE ROAD EXTENSION AND ACCESS RAMP EVALUATION & ANALYSIS— CITY OF ROUND ROCK, TEXAS PROJECT DESCRIPTION The proposed Scope of Services delineates the items that Halff Associates, Inc. (Engineer) will provide to the City of Round Rock (City) for the project development of the SH45 Frontage Road Extension Project. The project includes 0.5 miles of Eastbound (EB) and Westbound (WB) roadway extension between Donnell Drive and Heatherwilde Boulevard, analyses of potential new or modified west bound SH45 ramps and toll facilities and may also include addition of SH45 U-turn facilities at Heatherwilde Boulevard. In the initial phase of this contract, a Preliminary Design Schematic will be prepared for the project. The Engineer will then work with the City to evaluate what portions of the design schematic will be developed to a 100% Plans, Specifications and Estimates (PS&E) completion level during the next phase of plan development. The preliminary design schematic services are separated into the following Tasks and described in more detail below: Task 1: Project Management and Coordination Task 2: Survey Task 3: 30%Design(Preliminary Design Schematic) Task 4: Environmental Document Preparation Task 5: Traffic Analysis Task 6: Public Involvement TASK 1: PROJECT MANAGEMENT & COORDINATION 1.1 Progress Meetings, Reports, and Monthly Invoicing For the work performed,Engineer will prepare Monthly Invoices billed as a percentage complete per task and Progress Reports. These Reports will include: • Tasks completed during the reporting period&planned for upcoming periods. • Issues encountered and recommended actions to address them. • Overall Project status and development progress, including a tabulation of Tasks showing percentage complete,and supporting documentation 1 1.2 Coordination and administration of work products • Coordination-Engineer shall designate one Texas Registered Professional Engineer as the Project Manager responsible for Project management, coordination,and communications. • Administration-Engineer will manage Project activities(including sub- consultants),direct the project team/staff,attend meetings with City staff, handle deliverables,and keep records of project communications/files. 1.3 Coordination Meetings • Engineer will attend periodic meetings with City, Texas Toll Authority (TTA) and the Texas Department of Transportation (TXDOT) for development of the project(approximately two meetings a month). TASK 2: FIELD SURVEY 2.1 Project Control • Primary control -horizontal&vertical (3 Dimensional(313)control) The surveyor shall set 3 or more primary control monuments. Primary Control monuments shall be placed where disturbance and future construction is least anticipated. Information required shall include but not be limited to Texas Coordinate System (TCS) state plane coordinates and surface coordinates, TCS Zone, elevation (North American Vertical Datum 88 (NAVD 88) unless otherwise specified), project station and offset, monument description, reference or basis monument(s) used, a control layout map and location sketches tying monuments to a minimum of three existing features. • Secondary control- Additional control shall be set as necessary to accomplish the survey efficiently and accurately. Information shall also be provided in the deliverables on any additional control set for the project. • Information on all control shall be signed, sealed and dated by a Registered Professional Land Surveyor(RPLS). • All survey data collected by the surveyor shall be based upon: The TxDOT Real Time Network (netRTK) and based upon the latest National Geodetic Survey (NGS) datum adjustment (presently North American Datum (NAD) 83, epoch 2010, geoid 2012A)and the latest elevation adjustment. • The surveyor shall calculate Project or Surface Coordinates by applying a Combined Adjustment Factor (CAF) to State Plane Coordinate values for this project: Using the county-wide adjustment factor provided(1.00012). 2.2 Design and Control Surveys 2 • The surveyor shall contact property owners for Right of Entry if needed. • Existing Right Of Way(ROW) a) The surveyor shall locate and verify Existing ROW. • The surveyor shall collect data for a typical design and topographic survey. Process data for DTM & Triangle Irregular Network (TIN) (213 & 31)), including but not limited to chains and points; planimetric maps (213) & topographic maps, cross sections and/or drainage analysis and other needs as detailed below. a) Typical DTM & topographic data includes but is not limited to: natural ground (NG), roadway surfaces, edge of pavement (EP), centerline, grade breaks, striping, driveways and side streets (determine driveway/side street radii), curb, ditches, culverts, headwalls, drainage structures, channel(s), riprap, power poles, signs, delineators, luminaries, fences, manholes, sewer lines, telephone boxes,junctions,etc.,water valves, fire hydrants,pipeline crossings, gas meters, gas valves, etc.,and any other utility. b) Driveway and street/county road data collect type of surface (asphalt, concrete, seal coat, gravel, dirt, etc.), with or without culvert,type of culvert pipe, size, length,with or without Safety End Treatment (SET) for a distance of 200' beyond the existing SH45 ROW. c) Cross road structures data (includes culverts and bridge class structures), collect type, size, end treatment, etc., and profile for crossroad structure. d) Identify and photograph features(signs,mail boxes,etc.). e) In addition the following are also needed- i. Digital pictures of all signs (traffic, advertising, utility, or any other. ii. digital pictures of culverts on side roads, crossroads and crossovers, f) Trees-all trees of 8"diameter or greater shall be located and tied in. Information needed is trunk size, tree type and limits of canopy (size). g) Utility locations- collect horizontal and vertical location data of all underground and above ground utilities within the limits of the project. This includes the height or elevation of any power line, telephone or cable company line, pipeline or any other. Contact utility owners, compile contact list to include company name, contact name, phone number, utility type, size and product information of pipelines and any other important information. The Surveyor shall allow time for owner contact, coordination,location, location data collection,etc. h) The Texas Excavation Safety System, DIGTESS one call system (phone number 1-800-DIG-TESS) shall be notified for utility locations and prior to drilling, setting or driving anything including 3 property corners or control monuments below 16" depth, as detailed by DIGTESS (http://www.digtess.org), which may impact or be impacted by the existence of any underground utility, whether visible or not. Note that some local or city utilities may not be a part of the DIGTESS system and may require separate notification. TASK 3: 30% DESIGN (PRELIMINARY DESIGN SCHEMATIC) 3.1 Preliminary Engineering Engineer will develop a project Design Summary Report(DSR)and attend a Design Concept Conference(DCC)with TXDOT,TTA and the City. It is assumed that the existing frontage road pavement cross section will be used for the proposed frontage road extension. A geotechnical investigation and pavement recommendation is not included with the preliminary design schematic. 3.2 Roadway • Existing and Proposed Typical Sections • Roadway Plan and Profiles • Horizontal Alignment Sheets 3.3 Storm Sewer Design • Prepare Preliminary Drainage Report using TxDOT Drainage Design Criteria 3.4 Signing and Pavement Marking Design • Engineer will develop overview traffic control plans for the project. These overview layout plans will depict lane configurations,construction areas, and signage/striping necessary for the project. Overview layout plans will illustrate the removal or relocation of existing signage and markings anticipated. Engineer will show on the schematic an ultimate signage and marking design layout associated with the project. 3.5 Ramp & Bridge Evaluation Engineer will evaluate alternatives for ramp modifications of SH45 for a designated WB exit ramps for Heatherwilde Blvd. and the proposed Kenney Fort Blvd. Ramp design criteria will be based on the TxDOT roadway design manual. • Engineer will investigate proposed retaining walls locations for any proposed ramp and determine the most suitable wall type for each application. • Engineer will develop schematic bridge and pier conceptual plans for the anticipated SH45 EB and WB U-turn facilities. These preliminary conceptual plans will contain information as required in the TxDOT LRFD Bridge Design and Bridge Detailer's Manual, but will not include foundation design information. • Engineer will submit preliminary ramp and bridge conceptual plans to the City and TxDOT for review/approval. 4 • Engineer will identify any issues or constraints for any proposed ramp modifications which may impact the project schedule or budget for discussion with the City. • Engineer will work with CP&Y(consultant under separate contract with City of Round Rock)for any proposed ramp modifications affecting the plan development of Kenney Fort Blvd. 3.6 Quantities and Preliminary Cost Estimates Engineer will calculate quantities for each of the following as necessary to provide and Engineer's estimate of probable cost: • Roadway • Drainage • Removal • Signage and Pavement Marking • Retaining Walls • Bridge and Foundation Engineer will prepare an opinion of probable construction cost at the 30% submittal for each alternative identified below: • EB & WB Frontage Roads • Frontage Roads and Proposed U-turn facilities • Frontage Roads,U-turn facilities and SH 45 Ramp Modifications TASK 4: ENVIRONMENTAL DOCUMENTATION The City is proposing to construct a segment of frontage roads along SH 45 from their current termination at Louis Henna Boulevard to Heatherwilde Boulevard within the operational SH 45 right-of-way owned and operated by the Texas Department of Transportation(TxDOT). An environmental review and appropriate documentation is required for the proposed project in accordance with the National Environmental Policy Act(NEPA)of 1969,23 Code of Federal Regulations(CFR)Part 771, and 43 Texas Administrative Code(TAC)Chapter 2. It is our understanding that a Final Environmental Impact Statement(FEIS)was prepared for the proposed project in June 2000 for the environmental evaluation of the SH 45 project from Anderson Mill Road to FM 685,which included an evaluation of the proposed east-bound and west-bound frontage roads to be constructed separately by the City from Louis Henna Boulevard to Heatherwilde Boulevard. This scope of work and fee estimate are based on the assumption that the proposed improvements would require a reevaluation of the June 2000 FEIS for the affected environment in accordance with 43 TAC 2.85 and 23 CFR 771.129. Halff's effort for this environmental process will follow guidance published as of August 2016 by the Texas Department of Transportation(TxDOT)regarding revaluations. 5 4.1 Reevaluation Consultation The purpose of this subtask is to initiate consultation with TxDOT regarding the proposed project. Halff will perform desktop research to obtain readily-available,digital environmental information from appropriate local, state, and federal agencies. Halff will complete the Reevaluation Consultation Checklist(RCC)for submittal to TxDOT to initiate the reevaluation process. The RCC will be used to determine if a reevaluation is necessary, conduct any required additional work and consultation,and record the outcome of the process. In close coordination with TxDOT,the Halff Team will identify any relevant changes that have occurred within the proposed project area since the 2000 FEIS. The reevaluation process will have one of the following three possible outcomes: 1) The original environmental decision remains valid and no additional environmental analysis is required; 2) The original environmental decision is no longer valid and a reevaluation of the June 2000 FEIS is required, including additional environmental analysis and technical documentation;or 3) The original environmental decision is no longer valid and the proposed project is reclassified to obtain a new environmental decision(i.e.,the proposed project will be classified as a(C)-list Categorical Exclusion(CE)requiring a new environmental analysis per 23 CFR 771.117(c)(22)). If at the conclusion of reevaluation consultation procedure TxDOT determines that additional formal environmental analysis is required for the proposed project,then Halff will notify the City of TxDOT's decision and submit a supplemental agreement toerp form the required additional environmental services to obtain environmental clearance for the project. TASK 5: TRAFFIC ANALYSIS AND EVALUATION 5.1 Traffic Analysis and Evaluation Engineer will provide an intersection measure of effectiveness(MOE)traffic analysis and evaluation of three scenarios. These scenarios include: (1)extension of both EB/WB frontage roads, (2) frontage road extension with incorporation of EB U-turn facility, (3) frontage road extensions with incorporation of both EB/WB U-turn facilities,and (4)extension of both EB/WB frontage roads w/incorporation both U-turn facilities and a new WB exit ramp for Heatherwilde Blvd. Intersections to be investigated for MOE's include Donnell Drive and Louis Henna,Heatherwilde Blvd and the EB/WB frontage roads, Heatherwilde and Cheyenne Valley, Kenney Fort Blvd and SH45,Red Bud Lane and Gattis School Road,Gattis School Road and High Country Blvd, Schultz Lane and Louis Henna,New Meister and Heatherwilde Blvd. Existing traffic count information for the identified intersections will be provided by the City of Round Rock and the City of Pflugerville.No separate traffic data or counts will be collected. 6 Additional ramp or gantry location traffic modeling is not included in this scope. It is anticipated that any new traffic or toll revenue study/evaluation will be conducted directly by the Texas Toll Authority. • See attached scope of services to be performed by Kimley-Horn & Associates, Inc. TASK 6: PUBLIC INVOLVEMENT 6.1 Public Meetings • Attend two (2) City of Round Rock Public meetings for City staff support of presentation of the report findings and address specific analysis questions that the council may have. • Halff will provide up to four(4)color exhibits for use at the Public Meetings PROJECT DELIVERABLES: • Monthly progress reports and invoices • Preliminary Schematic Design Plans • Environmental Document Submittals for the project • Synchro 8 Analysis and Output information for the identified intersections and scenarios • Engineers opinion of probable costs 7 ITEMS EXCLUDED FROM THE SCOPE OF SERVICES 1. Performing pavement analyses 2. Design of water quality or detention ponds 3. Design of roadway illumination and electrical 4. Design of landscaping,irrigation,or hardscape(enhanced flatwork) facilities 5. Environmental services or permitting 6. Design of noise abatement facilities 7. Utility Coordination and formal Subsurface Utility Explorations 8. Design of public and franchised utility relocations 9. Preparing/submitting a Stormwater Pollution Prevention Plan (S WPPP) 10. Preparing property parcels for acquisition 11. Property acquisition or negotiations 12.Filing fees, permit fees 13.Performing Geotechnical bores or pavement recommendation 14. Investigation and preparation of any grant or funding agreements 15. Traffic Signal Warrants, Analysis or Design 16. Toll Revenue Analysis or Study for proposed ingress/egress ramps Any additional services required beyond those specifically identified in this proposal are excluded from the scope of services to be provided under this agreement. A scope and commensurate fee for any required additional services would be negotiated and provided under a separate supplemental agreement. 8 EXHIBIT C Work Schedule Attached Behind This Page EXHIBIT C PROPOSED WORK SCHEDULE CITY OF ROUND ROCK/PFLUGERVILLE PROJECT: SH45 FRONTAGE ROADS & RAMP MODIFICATIONS 2016 2017 PROJECT TASKS AUG SEPT OCT NOV DEC JAN FEB MAR APR MAY JUN JULY AUG SEPT NTP ❑ DATA GATHERING SURVEY, ENVIRONMENTAL PRELIMINARY SCHEMATICS PREPARE 30% DESIGN C 30%CITY REVIEW f TXDOT/TTA COORDINATION ADDRESS CITY/TXDOT/TTA COMMENTS PUBLIC INPUT/PRESENTATION a FINAL 30%SCHEMATIC I I Page 1 of 1 EXHIBIT D Fee Schedule Attached Behind This Page CITY OF ROUND ROCK EXHIBIT " D"-SH45 FRONTAGE ROAD EXTENSION EXHIBIT D-FEE SCHEDULE DIRECT DELIV, TOTAL COST TASK/D ES C R I P T I O N LABOR PRINTING, TRAVEL SUB FOR TASK COSTS PLOTTING &MISC CONSULTANTS (INCL MULT'S) FEE SUMMARY I PROJECT MANAGEMENT $27,680 $27 $27,707 II SURVEY $52,630 .$52,630 III PRELIMINARY SCHMATIC DESIGN $149,490 $193.6 $149,684 IV ENVIRONMENTAL DOCUMENTATION $6,008 $2.00 $6,010 V TRAFFIC ANALYSIS AND EVALUATION $33,750 $33,750 A PUBLIC INVOLVEMENT $6,880 $21.60 $6,902 TOTAL FEE $242,688 1 $195.60 $48.60 $33,750 $276,682.20 Round Rock SH45 Exhibit D_FINAL: Halff Associates Inc. 1 OF 1 Fee Backup Professional Services on Lump Sum Basis Dale:9/162016 Preliminary Engineering Evaluation for SH45 Frontage Road Extension En'. ..C.T..C. H PE EI.T. ENV ENV E.V S r sU SURVEY PICK TOTAL DELIV, TT TASK/DESCRIPTION ANAGEN PE SCIENTIST SCIENTIST SCIf ITIST I M.. SUE Y/ C/ADMIN N -Nr-, TRAVEL FCATA5K SHeoM PN SR JR TECH ALSEN TECH CREW HWHS PLOTTING ASUECONSULTANTS SNGL NUIC) ASK 1 PRQIECT MANAGEMENT A COOPUHATION tont&AIffiugrtNtY 8 18 10 36 55,780 _ $5,780 I.4.000RDWATION AHD AOWMSTRATION OF WOM(PROWCTS 28 20 40 $10,000 $10,000 1.3,000NDwATIDH MEETINGS 20 40 60 $11,900 :$27 $11,927 I SUBTOTAL HOURSCOSTS 56 78 10 144 $27,680 $27 $27,707 USR2 SURVEY PROJECT COHTNW 12 32 42 86 $10,73a-- - $10,730 2,2-DESIGN AND CONTROL SURVEYS 32 148 164 344 $41,900 $41,900 SUBTOTAL NS GOS75 44 180 206 430 $52,630 $52,630 ASKJ DESIGN(TMTELIMINMY DESIGN SCHEMATIC) _ 11 FHEUMINARYENGINEERING 1 2 6 30 38 $7,400 $7,400 3.2 ROADWAY _ 2 10 58 90 176 336 $37,010 $192 $37,202 a.a sTDRu$EW ER 12 34 100 66 212 $24,770 $24,770 .SIGNAGEMDPAVEMENTMARpHOSCHEMATIC _ 1 6 22 56 _42 126 $14,660 $14,660 3.5 RAMP A BRIDGE EVALUATION I 2 20 84 130 160 _ 396 $46,880 546,990 _AI.-.E9 AND PREHNINMYESTINATEG t0 66 40 _ 116 $18,660 $2 $18,662 SUBTOTAL HOLU3COsTS 6 64 294 416 444 1224 $149,490 $193.60 $149.684 TASK ENVIRONMENTAL DDCUM ENTATION 4.1_IiESEANCH,PREP/JIATIW AND SUBMITTAL 18 34 s2 $6,008 $2 $6,010 SUBTOTAL KOURSCOSTS 18 34 52 $6,008 $2.00 $6.010 TASK TRAFnc-nis AND EY MUATIW 1A TRAFFIC ANALYSIS IKImI>y 11- a.o�.1 _ _ $33,750 $33,750 SUSTOTALHOUNBtOSTS $33,750 $33,750 ASKS mauc INVOLVEMENT 61 PUBUC E.M. 8 16 B 16 48 56,880 $22 $6,902 I SUBTOTAL HOURS COSTS 8 16 B 16 48 $6,880 $21.60 1 $6.902 E SUMMARY USKI mwECT MANAGEMENT A COORDINATION I 56 78 10 _ 144 $27,680 _$27.00 $27,707 TASK SURVEY _ _ 44 180 206 430 552,630 $52,630 TA K3 30%MUM IPNELIYINAIIY MWON SCHEMATIC) 6 84 294 416 444 1224 $149,480 $183.60 $149,684 TACK ENVIROGLIEHTALDOCIINENTATITIH 18 34 52 $6,000 $2.00 $6,010 USK 5 TR-C AN&YSIS AND EVALUATNIN $33,750 $33,750 TACH-6 PUSucINVWVEYEHT B ifi 8 16 48 56,880 S21.fi0 $6,902 TOTAL HOURS 6 128 388 424 18 34 450 44 180 206 10 1898 CONTRACT HATESIN $250.00 $225.00 $185.00 $140.00 $105.00 $160.00 $92.00 $86 OD $80.00 5155.00 SIOD.00 $135.00 $65.00 RASE RATES A RHMBSTOTAL $1500 $284800 $71,780 544,520 $2,880 $3,128 $36,800 56,820 518,000 $27,810 $650 $242,688 $195.60 $48.60 $33,750 $276.682.20 TOTAL BY CATEGONY 1% 12% 30% 18% 1% 1% 15% 3% 7% 11% 0% 100% $242,688 $195.60 $48.60 $33,750 $276,682.20 O1AL $242,688 $195.60 $48.60 $33.750 $276.682.20 _ I I _ DIRECT EXPENSE REMS OTY PRICE TOTAL _ I1"K 17"Prints(EA) 60 $020 $12.00 _ 8.5"x 11"Prints(EA) i 36 $0.10 $3.60 ,COIDF Tell plots(SF) 72 $2.50 $180.00 Subtotal $195.60 File:EX 0 ORA"FEE SUMMARY-30:: HAlll A...MIaA Ine. 1 OF 3 Fee Backup Professional Services on Lump Sum Basis Data:9116/2016 Preliminary Engineering Evaluation for SH45 Frontage Road Extension PRWGPAL P1101ECT SP PE EJ.T. ENV CAOOI O RVEY SUgVEY SURVEY/ ..—L LAedJ BE. OTAL COST TASKIOESCRIPTION MANAGER PE .=.r ..:,-Is,, BGENN3T SANAOEq ISUE 6VE /ADMIN CN.Yi0E6 PPomIHG, T L SUB TFGI TASK E.. PM Sq JH TECH NPL6 TECH CREW NplRS PLOTTING !SUE CONSULTAMS pNLL NULT6l Deliveries(EA) 520.00 __. - 4_ Mlloago(MI)'To be reimbursed at the current IRS rale 90 80.540 $48.60 i Subtotal 548.60 1 TOTAL $244.20 Fila:Ex 0 DRAFT FEE SUMMARY•30:: HJlil A....W..Inc. Z OF 2 EXHIBIT E Certificates of Insurance Attached Behind This Page - °'='o� CERTIFICATE OF LIABILITY INSURANCE 7/8/2016 ' 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 CONTACT CandNAME: - y Goehring Bell Insurance PHONE (972)581-4800 FXC No).(9721501-4850 16980 Dallas Parkway #210 E-MAILADDRESS.cgoehring@bellgroup.com INSURER(S)AFFORDING COVERAGE NAIC q Dallas TX 75246 INSURERA:Hanover American 36064 INSURED INSURER 8Massachusetts Bay 22306 Halff Associates, Inc. INSURERC:The Hanover Ins. Co. 122292 1201 N. Bowser INSURERD:Ironshore Specialty Ins Cc 25445 INSURER E: Richardson TX 75081 INSURER F: COVERAGES CERTIFICATE NUMBER:16/17 2MIL REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS TYPE OF INSURANCE A D UBR POLICY EFF POLICY EXP POLICY NUMBER FAMIDD YYY IAM/DD/YYYY LIMITS GENERAL UABIUTY EACH OCCURRENCE S 1,000,000 AI. GtTO IIENID I S 1,000,000 X COMMERCIAL GENERAL LIABILITY PRELUSES IEa occurrence A CLAIMS-MADE ❑X OCCUR DDA055845 /12/2016 /12/2017 I.IED EXP(My cre Gerson} 5 10,000 X Contractual Liab. PERSONAL SADV INJURY 5 1,000,000 GENERAL AGGREGATE S 2,000,000 GENL AGGREGATE LIMIT APPLIES PER. PRODUCTS-COMP!OP AGG S 2,000,000 17 POLICY X PRO LOC I $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIF En ncc!dent is 1 000 000 X ANY AUTO BODILY INJURY(Per parson) I S $ ALL OWNED SCHEDULED FDA051300 7/12/2016 /12/2017 AUTOS AUTOS BODILY INJURY(Per accident)I S Ex NON-OWNED PROPERY DAMAGE S HIRED AUTOSAUTOS Uninsured mo!crist ccmbined S 1,000,000 X UMBRELLA LIAB X OCCUR I EACH OCCURRENCE 5 5,000,000 C EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DEO I X I RETENTIONS 10,00C PHDA051287 /12/2016 /12/2017 I5 $ WORKERS COMPENSATION X T.WC STA'U- 1OT1• AND EMPLOYERS'UABIUTY YIN FR '� ANY PROPMETOR/PARTNER'EXECUTIVE E.L.EACH ACCIDENT S 1_000,000 OFFICERIMEl.IBEREXCLUDED? N NIA DA028649 /12/2016 /12/2017 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEd S 1,000,000 If yes.descnbe under DESCRIPTION OF OPERATIONS below EL.DISEASE-POLICY LIMIT I S 1,000,000 D Professional Liability 0020.91902 /12/2016 /12/2017 Per Claim: $2,000,000 Claims Made Aggregate: $2,000,000 I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) City of Round Rack is included as additional insured as respects general liability and is primary non-contributory if required by written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Manager, City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 221 East Main Street Round Rock, TX 78664 AUTHORIZED REPRESENTATIVE / T J. Ashley/CANDY �j- ACORD 25(2010105) ©1988-2010 ACORD CORPORATION, All rights reserved. INS025potoo5)ol The ACORD name and logo are registered marks of ACORD CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll 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 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-114396 Halff Associates, Inc. Georgetown,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/20/2016 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 services,goods,or other property to be provided under the contract. SH45F Professional Engineering Services Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party, ❑ X 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. KAREN SEEVERS �0.0.Y P(Ti�L :° Notary Public,State Texas Bu�:«� M Commission Expires ires lol`n N10eovember 21, 2016 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE /l Sworn to and subscribed before me,by the said _ w{ i lJ` tvt 1" this the Wday of 2011p ,to certify which,witness my hand and seal of office. Vjt) 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 V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 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 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-114396 Halff Associates, Inc. Georgetown,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/20/2016 being filed. City of Round Rock Date Acknowledged: 10/28/2016 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 services,goods,or other property to be provided under the contract. SH45F Professional Engineering Services Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 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 V1.0.277