Loading...
HomeMy WebLinkAboutAgenda CC 07.22.2008Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, July 22, 2008 The Georgetown City Council will meet on Tuesday, July 22, 2008 at 06.00:00 PM at City Council Chambers, at the northeast corner of Seventh and Main Streets, Georgetown, Texas. If you need accommodations for a disability, please notify the city in advance. An agenda packet, containing detailed information on the items listed below, is distributed to the Mayor, Councilmembers, and the Georgetown Public Library no later than the Saturday preceding the council meeting. The library's copy is available for public review. Executive Session Regular Session to convene and continue Executive Session, if necessary In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon's Texas Codes, Annotated, the items listed below will be discussed in closed session and are subject to action in the regular session that follows. A Sec.551.071: Consultation with Attorney - Advice from attorney about pending or contemplated litigation and other matters on which the attorney has a duty to advise the City Council, including agenda items - City of Georgetown. Texas v. Georgetown Railroad Company, Inc, at al.; Civil Action No. A08CA 453 SS', In the United States District Court for the Western District of Texas, Austin Division - Mark Shelton v City of Georgetown, et al; Cause No. A07CA063; in the United States District Court for the Western District of Texas. Austin Division - Pending, threatened, and contemplated litigation arising from incident in October 2007 involving former police officer Fennell - First Citizens Bank & Trust Company v. City of Georgetown, Cause No. 0 -1 -GN -08-02325, 53rd Judicial District, Travis County, Texas. Regular Session - To begin no earlier than 06:00 PM (Council may, at any time, recess the Regular Session to convene an Executive Session at the request of the Mayor, a Councilmember, or the City Manager for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551.) B Call to Order C Pledge of Allegiance D Comments from the Mayor - Welcome and Meeting Procedures - Possible letter to TXDOT E Announcements and Comments from City Manager F Action from Executive Session Statutory Consent Agenda The Statutory Consent Agenda includes non -controversial and routine items that Council may act on with one single vote. A councilmember may pull any item from the Consent Agenda in order that the council discuss and act upon it individually as part of the Regular Agenda. G Consideration and possible action to approve the minutes of the City Council Workshop on Monday, July 7, and the City Council Meeting on Tuesday, July 8, 2008 -- Sandra D. Lee, City Secretary City Council Agenda/July 22, 2008 Page 1 of 4 Pages H Consideration and possible action to approve a Master Services Agreement with Schneider Engineering, Ltd. of Boeme, Texas, for professional engineering services — Thomas R. Benz, P.E., System Engineering Manager and Jim Briggs, Assistant City Manager for Utility Operations I Consideration and possible action to approve Amendment No. 1 to the Advance Funding Agreement with Texas Department of Transportation for the City's portion of the funding for the IH 35 at Lakeway Project -- Bill Dryden, Transportation Engineer and Jim Briggs, Assistant City Manager for Utility Operations J Consideration and possible action on a Preliminary Plat for 5.182 acres out of the J. Fish Survey, to be known as Woodlake, Phase 6 located on Williams Dr. at Woodlake Drive — Carla Benton, Planner II and Elizabeth Cook, Director of Planning and Development K Consideration and possible action on a Preliminary Plat for 37.512 acres in the L. Dyches Survey to be known as Georgetown South Industrial Park, located at 100 Snead Drive -- Carla Benton, Planner II and Elizabeth Cook, Director of Planning and Development L Consideration and possible action on a Preliminary Plat for 36.956 acres in the B.C. Low Survey to be known as Teravista, Section 313, located near the intersection of Westinghouse Road and FM 1460 — Carla Benton, Planner It and Elizabeth Cook, Director of Planning and Development M Forwarded from the Georgetown Transportation Enhancement Corporation (GTEC) Board 1. Consideration and possible action to approve a Master Services Agreement with Klotz Associates, Inc., of Austin, for professional engineering services -- Bill Dryden, Transportation Engineer and Jim Briggs, Assistant City Manager for Utility Operations 2. Consideration and possible action to approve Task Order No.1 with Klotz Associates, Inc., of Austin, to develop the Preliminary Route Alignment for the connection over IH 35 from Northwest Boulevard in an amount of $21,000.00 -- Bill Dryden, Transportation Engineer and Jim Briggs, Assistant City Manager ford Utility Operations Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: N Consideration and possible action to approve a lease agreement and utility cost reimbursement agreement with CARTS for the development of an inter -nodal transit facility at S. Austin Avenue and IH -35 -- Ed Polasek, Principal Planner and Tom Yantis, Assistant City Manager O Discussion and possible direction to staff regarding the proposed November 2008 Road Bond and Parks and Recreation Bond Projects, as well as, allocation of $7,500 from legal contingency for McCall Parkhurst and Horton, the City's bond counsel, to proceed with legal requirements for the bond election — Paul E. Brandenburg, City Manager and Micki Rundell, Director of Finance and Administration P Consideration and possible action to approve a development agreement with Golden Royal Hospitality for the development of an approximately 6 acre site within the Williams Drive Gateway Redevelopment area at the southwest comer of the IH -35 frontage road and Northwest Blvd. — Tom Yantis, Assistant City Manager Q Discussion and possible action to approve the naming of a proposed public street "Aviation Drive" — Paul E. Brandenburg, City Manager R Discussion and possible action regarding the research and evaluation of cost effective options for legal services — Paul E. Brandenburg, City Manager S Forwarded from Georgetown Economic Development Corporation 1. Discussion and possible action to approve a Performance Agreement between the Georgetown Economic Development Corporation and Airbom, Inc. — Mark Thomas, Economic Development Director and Paul E. Brandenburg, General Manager 2. Discussion and possible action to approve a Performance Agreement between the Georgetown Economic Development Corporation and Enflite, Inc. — Paul E. Brandenburg, General Manager and Mark Thomas, Economic Development Director T Forwarded from the Georgetown Utility Systems (GUS) Advisory Board 1. Discussion and possible action to renew the existing brush -grinding contract between the City of Georgetown and Austin Wood Recycling (AWR) of Cedar Park, Texas for routine brush grinding services at City Council Agenda/July 22, 2008 Page 2 of 4 Pages the Collection Station — Rachel Osgood, Environmental Services and Jim Briggs, Assistant City Manager for Utility Operations 16, 2. Consideration and possible action to award a contract to Keystone Construction, Inc, of Austin Texas, for (.05 the construction of Leander Pump Station Expansion in the amount of $271,000.00 -- Glenn Dishong,„P Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations U Forwarded from the Georgetown Transportation Advisory Board (GTAB) 1. Consideration and possible action to approve a Master Services Agreement with Kimley-Horn and Associates, Inc., of Austin, Texas, for professional engineering services — Bill Dryden, Transportation Engineer and Jim Briggs, Assistant City Manager for Utility Operations �0 �\0O 2. Consideration and possible action to approve a Task Order No. 1 with Kimley-Horn and Associates, a, Inc., for the Road Impact Fee Study in an amount of $ 114,500.00 -- Bill Dryden, Transportation Engineer and Jim Briggs, Assistant City Manager for Utility Operations 3. Consideration and possible action to award a construction contract to EBG Construction, LLC, of Manor, Texas, for the construction of Leander Street (18th street to 22nd street) and 22nd Street (from 452 ft. west ly of Leander Street to Austin Avenue) in an amount of $ 382,359.00 -- Bill Dryden, Transportation Engineer �� and Jim Briggs, Assistant City Manager for Utility Operations �bo 4. Consideration and possible action to award a construction contract to Aaron Concrete Contractors, LP, of rn��/1 Austin, Texas, for the construction of Blue Hole Restoration Project in an amount of $98,752.50 — Bill d av Dryden, Transportation Engineer and Jim Briggs, Assistant City Manager for Utility Operations V Public Hearing and possible action on a Special Use Permit for potential uses within the Tamiro Plaza Phase 1 building for City of Georgetown, Block 27, Lot 1-8, also known as Tamiro Plaza, located at 501 S. Austin Ave. -- Robbie Wyler, Historic District Planner and Elizabeth Cook, Director of Planning and Development W Consideration and possible action on a Final Plat for the Resubdivision of 2nd Revised Map of Eubank Addition, Block 4, Lot 9, located at 1813 S. Main St. -- Carla Benton, Planner II and Elizabeth Cook, Director of Planning and Development X Second Reading 1. Second Reading of an Ordinance to revise Chapter 12.32 of the Code of Ordinances pertaining to the Georgetown Municipal Airport Use Regulations due to the activation of the Georgetown Air Traffic Control Tower — Travis McLain, Airport Manager and Tom Yantis, Assistant City Manager 2. Second Reading on an Ordinance approving a Comprehensive Plan Amendment to modify the 2030 Plan Overall Transportation Plan related to the removal of a future Major Collector between Cooperative Way and South Austin Avenue — Edward G. Polasek, AICP, Principal Planner and Elizabeth Cook, Director of Planning and Development Y Public HearinglFirst Readings 1. First and only reading of an emergency ordinance denying the proposed change in rates for ONCOR Electric Delivery Company — Jim Briggs, Assistant City Manager of Utility Operations and Patricia E. Cads, City Attorney 2. First Reading of an Ordinance Amending and Correcting Section 6.50.040(A)(12) of the Code of Ordinances Pertaining to the Regulation of Itinerant Merchants — Paul E. Brandenburg, City Manager and Tom Yantis, Assistant City Manager 3. First Reading of an Ordinance adding a new Chapter 9.13 to the Code of Ordinances relating to "Juvenile Curfew” -- Paul E. Brandenburg, City Manager and Patricia E. Carls, City Attorney 4. Public Hearing for the voluntary annexation into the City for 5.016 acres, more or less, in the Antonio Flores Survey, Abstract No. 235, for Georgetown High School Stadium, east of Austin Avenue and northwest of Meda Street — Edward G. Polasek, AICP, Principal Planner and Elizabeth Cook, Director of Planning and Development Z Appointments 1. Consideration and possible action to approve the appointment of Councilmember Keith Brainard to replace Councilmember Pat Berryman on the Social Service and Children's and Youth Progam Funding Subcommittee -- Mayor George Garver City Council Agenda/July 22, 2008 Page 3 of 4 Pages 2. Consideration and possible action to re -appoint Councilmember Pat Berryman to the CAPCOG General Assembly to represent the City of Georgetown -- Mayor George Garver AA Consideration and possible action to approve a letter request to Chair Deirdre Delisi of the Texas Transportation Commission regarding support for a cooperative effort with Williamson County to construct necessary roads on the east side of IH35 near the Inner Loop -- Mayor George Garver Certificate of Posting I, Sandra Lee, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the _ day of , 2008, at , and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. Sandra Lee, City Secretary City Council Agenda/July 22, 2108 Page 4 of 4 Pages Council Meeting Date: July 22, 2008 Item No. tt AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action regarding a Master Services Agreement with Schneider Engineering, LTD, Boerne, Texas. ITEM SUMMARY: The City Council has expressed the desire to expand the pool of firms that perform engineering services work for the City of Georgetown. The City staff received and reviewed qualifications from two local engineering firms, McCord Engineering, College Station, Texas and Schneider Engineering, Boerne Texas. The City has also updated its Master Services Agreement for engineering services. Attached for your review and consideration is a Master Services Agreement (MSA) with Schneider Engineering, LTD. The MSA contains the basic terms governing the relationship between the City and the engineer. The MSA would have a term of one year, renewable for up to four additional terms. During the contract term, the City could issue Task Orden; to the engineering firm for specific projects. The Task Orders would contain all of the details that would be specific to a certain project — e.g, scope, schedule, cost, etc. Task Orders would be approved by the authorized City representative(s) in accordance with the City's purchasing policy — which currently requires that all professional services contracts for $15,000 or greater be approved by the City Council. Approval of the MSA is not a guarantee of work, but approval of the MSA allows Task Orders to be issued in an expeditious way that will allow for efficient project management. SPECIAL CONSIDERATIONS: None GUS BOARD RECOMMENDATION: N/A STAFF RECOMMENDATION: Staff recommends entering into an MSA with Schneider Engineering, LTD. ATTACHMENTS: Master Services Agreement with Schneider Engineering, LTD. TJ (��b Q, Submitted By: Thomas R. Benz P.E., Jim System Engineering Am Manager Operations PROFESSIONAL SERVICES CONTRACT MASTER SERVICES AGREEMENT ENGINEERING SERVICES This is a Professional Services Contract ("Contract") between the City of Georgetown, Texas (the "CITY") and Schneider Engineering Ltd, ("Professional"), collectively referred to as the "Parties" or individually as a "Patty", made for and in consideration of the payment terms and performance obligations herein described. WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Engineering Services Procurement Act" provides for procurement by municipalities of services of professional engineers; and WHEREAS, City and Professional desire to contract for such professional engineering services; and WHEREAS, City and Professional wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, for and in consideration of the mutual promises contained herein and other good and valuable consideration, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: ARTICLE 1. SERVICES TO BE PROVIDED (a) Professional shall provide professional services (the "Services") to CITY under individual assignments ("Task Order(s)") in the general format shown in Attachment A to the Agreement. The Services that Professional may be requested to perform include professional engineering services such as civil, electrical and Mechanical engineering site services, utility line design, drainage calculations and design, street design, and related surveying, GIS mapping, investigations, studies, reports, reviews, designs, and consultations. CITY will provide a written Task Order, including a written scope of work ("Scope of Work") describing the particular tasks to be performed, to Professional for the particular task and a specific price or a formula by which the price can be determined. No Services are authorized unless authorized representatives of both Parties sign such a Task Order. This Contract does not guarantee a minimum amount Professional will be paid or a minimum number of Task Orders. (b) Notwithstanding anything to the contrary contained in this Contract, CITY and Professional agree and acknowledge that CITY is entering into this Contract in reliance on Professional's special and unique abilities with respect to performing the Services. Professional represents that there are no undisclosed obligations, commitments or impediments of any kind that will or could taint, limit or prevent performance of the Services. (c) Changes in Services. CITY may request additional Services or changes in the Services as the project progresses. If so, changes in the Scope of Work shall be initiated by a written change order ("Change Order") signed by an authorized representative of each Party. The Change Order shall describe the Services to be added, changed or deleted and shall state the additional cost or cost reduction and schedule changes, if any. Verbal Change Orders shall have no effect, except in cases of an emergency threatening personal injury or property damage. The terms and conditions of this Contract may be modified only by a written amendment signed by an authorized representative of each Party. Master Services Agreement — Schneider Engineering Ltd. Page 1 Version 6.4.2008 (d) Effect of Expiration on Task Orders. Upon expiration or earlier termination of this Contract, these terms and conditions shall continue in full force and effect with respect to any Task Order awarded under this Contract that has not been completed or otherwise terminated. ARTICLE 2. CONTRACT DOCUMENTS (a) General Definition. In order of precedence, this Contract shall consist of the following documents ("Contract Documents'): (1) All written Change Orders executed after the effective date of this Contract by an authorized representative of each Party; (2) Each Task Order executed pursuant to this Contract by an authorized representative of both Parties; (3) The Scope of Work attached to each Task Order, (4) This Contract; and (5) Any other documents specifically identified as Contract Documents. (b) Exclusion from Contract Documents. No terms and conditions submitted by Professional in connection with any proposal or proposed Task Order that conflict with the terms and conditions contained in this Contract will be considered part of the Contract Documents unless expressly accepted in writing by the CITY. ARTICLE 3. TERM This Contract is for a one (1) year period, with an option to extend for four (4) consecutive one (1) year periods, not to exceed a maximum of five (5) years. The primary term begins upon execution of this Contract by an authorized representative of the CITY. This Contract will be deemed to extend beyond its expiration or termination date with respect to any Task Order being performed under it at that time, unless the Task Order is also terminated. ARTICLE 4. SCHEDULE Time shall be of the essence for performance under this Contract. Professional agrees to perform all obligations and render the Services set forth in this Contract or any Task Order issued pursuant hereto in accordance with any timelines included in the Scope of Work, except as the Parties may otherwise mutually agree to in writing. If required by the Scope of Work, a specific Services progress schedule will be developed for each individual task in compliance with the Scope of Work. ARTICLE 5. PRICE The price to be paid for Services under any Task Order shall be a not to exceed price as agreed in a particular Task Order. ARTICLE 6. PAYMENT (a) Notwithstanding anything in this Contract to the contrary, all payments to be made by the CITY hereunder are subject to Ch. 2251 of the Texas Government Code, popularly known as the Prompt Payment Act. Payment in full for invoices shall be due within thirty (30) days from date the invoice is received by CITY. Invoices paid more than thirty (30) days after the invoice is received are subject to a late charge of 1% per month (12% APR) on the amount of the undisputed past due balance. (b) Invoices for payment under this Contract shall be sent to: Master Services Agreement—Schneider Engineering Ltd. Page 2 Version 6.4.2008 City of Georgetown Atm: Accounts Payable P.O. Box 409 Georgetown, Texas 78626 CITY's purchase order numbers shall be included prominently on each invoice. Payments may be based on completion of the Services, fulfillment of milestones, progress payments or any other method that is established in the agreed Task Order. In no event shall Professional invoice CITY more than once a month. (c) No invoice shall be considered complete or payable unless all documentation is submitted with invoice supporting reimbursable and CITY approved expenses, such as time sheets, transportation, lodging and meal expenses. Alcohol and entertainment expenses are not reimbursable. ARTICLE 7. ACCEPTANCE OF THE SERVICES When Professional can demonstrate that the Services are complete in accordance with the acceptance criteria included in the Task Order and so notifies CITY, CITY shall review the Services for general compliance with the Contract. If the Services appear to comply with the Contract requirements, and Professional has furnished any required documentation, CITY shall notify Professional in writing of CTI Y's acceptance of the services ("Acceptance of the Services"). Acceptance of the Services shall not limit nor diminish Professional's warranties and standards with respect to the Services. ARTICLE S. JOBSITE INSPECTION If applicable to the Services and required by the CITY, Professional's representatives shall inspect the jobsite and clearly understand the requirements and risks of the Services to be performed, the jobsite conditions, traffic conditions, the proximity of high-voltage power lines, buried utilities, biological hazards and other local conditions likely to affect Professional's performance before accepting any Task Order. Acceptance of a Task Order shall constitute the Professional's certification that it has by inspection satisfied itself with respect to all such local conditions and is willing to accept all risks they impose. ARTICLE 9. INDEPENDENT CONTRACTOR Professional shall perform in all respects as an independent contractor and not as an employee, partner, joint venturer or agent of the CITY. The Services to be performed by Professional shall be subject to the CITY's review, approval and acceptance as provided in the Contract Documents, but the detailed manner and method of performance shall be under the control of Professional. The accuracy, completeness and scheduling of the Services and the application of proper means and methods for performance of the Services are entirely the responsibility of Professional. Professional shall be solely responsible for hiring, supervising and paying its employees, subcontractors and suppliers. Professional shall be solely responsible for payment of all (i) compensation, including any employment benefits, to its employees, (ii) taxes, including withholding for federal income tax purposes, employment and unemployment taxes, and (iii) such other expenses as may be owed to Professional's employees. However, because Professional 's Services may be associated in the minds of the public with CITY, Professional shall ensure that all Services by its employees, subcontractors and agents are performed in an orderly, responsible and courteous manner. Upon prior notification to and written approval of CITY, Professional may hire subcontractors to perform Services hereunder. Professional shall be responsible to CITY for the performance of all such subcontractors. The CITY reserves the right, in its sole discretion, to reject the employment by Professional of any subcontractor to which CITY has a reasonable objection. Professional, however, shall not be required to contract with any subcontractor to which it has a reasonable objection. CITY shall require any and all such subcontractors to sign contracts with Professional that bind the subcontractors to perform their subcontracts in Master Services Agreement — Schneider Engineering Ltd. Page 3 Version 6.4.2008 accordance with the applicable requirements of the Contract Documents. Upon the request of CITY, Professional shall furnish CITY with copies of such subcontracts. In addition, Professional agrees that it is Professional's responsibility to ensure that such subcontractors make all appropriate tax payments or tax withholding in relation to subcontractor's employees providing Services to CITY through Professional under this Contract. Professional represents that it and its subcontractors are fully trained to perform the tasks required by this Contract and that they need no training by the CITY. ARTICLE 10. DESIGNATED PROJECT REPRESENTATIVES (a) City's Designated Representative. The City's Designated Representative for purposes of this Contract shall be designated on each Task Order. The City's Designated Representative shall coordinate all meetings and be authorized to act on City's behalf with respect to the Task Order. City or City's Designated Representative shall participate in all meetings and render decisions in a timely manner pertaining to documents submitted by Professional in order to avoid unreasonable delay in the orderly and sequential progress of Services. (b) Professional's Designated Representative. The Professional's Designated Representative for purposes of this Contract shall be acceptable to the City and designated on each Task Order. The Professional's Designated Representative shall participate in all meetings and be authorized to act on Engineer's behalf with respect to the Task Order. Professional's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by City in order to avoid unreasonable delay in the orderly and sequential progress of Services. (c) The Parties Designated Representatives shall serve as the primary contact person for issues related to work under each Task Order. (d) Changes to a Designated Representative shall be provided in writing by one party to the other. The City retains the right at all times to approve or disapprove the Professional's Project Representative. ARTICLE 11. LICENSES AND PERMITS (a) Professional shall procure and maintain at its expense all licenses and permits necessary for it to perform the Services. (b) Professional shall ensure that its employees and subcontractors and their employees are all properly licensed to perform their respective portions of the Services. ARTICLE 12. GOVERNING LAWS. REGULATIONS & STANDARDS (a) This Contract shall be governed, interpreted and enforced under the laws of the State of Texas, without regard to its conflict of law principles. In the event of litigation between the Parties arising out of this Contract issued under it, venue for such litigation shall be in a court of competent jurisdiction in Williamson County, Texas. (b) Professional, its employees, subcontractor's and agents, shall be aware of and shall comply with the Charter of the City of Georgetown and all federal, state and local laws, ordinances, codes (including applicable professional codes) and regulations applicable to the Services, any equipment to be fabricated and delivered and for compliance with standards and codes of technical societies that have been adopted by law or regulation or compliance with which is required to perform the Services. . If any of the Services fails to comply with such laws, ordinances, codes and regulations, Professional shall bear any expense arising from that failure, including the costs to bring the Services into compliance. Professional shall further obtain and maintain all permits and licenses required, if any, for the performance of any Services required hereunder. Master Services Agreement —Schneider Engineering Ltd. Page 4 Version 6.4.2008 ARTICLE 13. INTOXICANTS & DRUGS: EMPLOYEE CONDUCT Professional shall not at any time allow personnel for whom it is responsible on the jobsite if they are under the influence of any substance that may impair their performance. Professional shall promptly remove from the jobsite any person who is or appears to be under the influence of any of these substances or is otherwise unsafe or disorderly. Professional shall ensure that its employees, subcontractors and their employees avoid excessive noise, exceeding speed limits or reckless driving, use of weapons or trespass on land not owned by or under easement to CITY. If private property must be entered or crossed to perform the Services, Professional shall obtain permission from the property owner before entering. ARTICLE 14. RISK OF LOSS (a) Professional shall bear the expense and risk of loss or damage to its work in progress, completed work, materials, equipment and all other incidents of its Services prior to Acceptance of the Services. Professional shall promptly replace or repair any loss or damage to its work at its own expense. In the event of substantial loss or damage due to Force Majeure (see Article 20 for definition), the schedules shall be equitably extended. Professional shall bear the expense of storage space for stored materials, whether on-site or off-site, and shall bear the risk of loss or damage to all such materials. Professional shall take reasonable precautions to protect its work from weather damage, burglary, pilferage, fire, theft and similar hazards. (b) Professional shall bear the risk of loss or damage to its own equipment, tools, supplies and property and those of its subcontractors and suppliers, regardless of the cause of loss or damage throughout the project. ARTICLE 15. WARRANTIES AND STANDARDS (a) Warranty of Title. Professional warrants the title to any goods it delivers to CITY incidental to the performance of the Services and that said goods will be free and clear of all liens, mortgages, security interests or other encumbrances. (b) General Standard of Performance. Professional shall perform all Services in a professional manner consistent with the usual and customary industry standards and to any higher standard required in the Contract Documents. Professional shall correct, without delay and at its own expense, any portion of the Services that does not meet the foregoing standard and that is discovered within one (1) year after Acceptance of the Services by re -performing the defective portion of the Services to the required standard of performance. Any repair, replacement or modification of the Services performed pursuant to the provisions of this paragraph shall be supplied or repaired on the same terms and conditions as provided for herein for the Services. In particular, a new correction period shall apply. Such new correction period shall expire twelve (12) months from the date of such replacement, repair or modification. (c) Intellectual Property Warranty. Professional warrants that the Services, including any deliverables associated therewith, and the processes used in performing them shall not infringe on any valid United States patent, United States copyright, trademark or trade secret. (d) Business Standing Warranty. Professional warrants, represents and agrees that if (i) it is a corporation or limited liability company, then it is a corporation duly organized, validly existing and in good standing under the laws of the State of Texas, or a foreign corporation or limited liability company duly authorized and in good standing to conduct business in the State of Texas, that it has all necessary corporate power and has received all necessary corporate approvals to execute and deliver the Contract, and the individual executing the Contract on behalf of Professional has been duly authorized to act for and bind Professional; or (ii) if it is a partnership, limited partnership or limited liability partnership, then it has all necessary partnership power and has secured all necessary approvals to execute and deliver this Contract and Master Services Agreement — Schneider Engineering Ltd. Page 5 Version 6.4.2008 perform all its obligations hereunder; and the individual executing this Contract on behalf of Professional has been duly authorized to act for and bind Professional. ARTICLE 16. GENERAL INDEMNITY (a) PROFESSIONAL SHALL HOLD THE CITY, ITS AFFILIATES, ITS BOARDS OF DIRECTORS, OFFICERS, AGENTS AND EMPLOYEES HARMLESS FROM ALL CLAIMS, DAMAGES, LOSSES AND EXPENSES (JOINTLY -CLAIMS-), INCLUDING REASONABLE ATTORNEYS' FEES, ARISING OUT OF, OR RESULTING FROM OR ARISING UNDER THIS CONTRACT, OR ANY CLAIMED DEFECT IN THE SERVICES, PROVIDED THAT ANY SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS CAUSED, IN WHOLE OR IN PART, BY THE NEGLIGENT OR GROSSLY NEGLIGENT ACT OR WILLFUL MISCONDUCT OF PROFESSIONAL, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY IT, OR ANYONE FOR WHOSE ACTS IT MAY BE LIABLE. (b) IF THE PARTIES ARE CONCURRENTLY NEGLIGENT, EACH PARTY'S LIABILITY SHALL BE LIMITED TO THAT PORTION OF NEGLIGENCE ATTRIBUTABLE TO IT AS DETERMINED UNDER THE APPLICABLE PROPORTIONATE RESPONSIBILITY RULES OF THE STATE OF TEXAS. (c) NOTWITHSTANDING ANYTHING TO THE CONTRARY HEREIN, NEITHER PARTY SHALL BE LIABLE TO INDEMNIFY THE OTHER FOR THE NEGLIGENCE, GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF THE OTHER. (d) THE FOREGOING INDEMNITY PROVISIONS SHALL BE DEEMED INDEPENDENT COVENANTS AND SHALL SURVIVE COMPLETION OF OR ANY TERMINATION OF THE CONTRACT OR ANY CLAIMED BREACH THEREOF. PROFESSIONAL'S INDEMNITY RESPONSIBILITY AS SPECIFIED IN THIS ARTICLE SHALL NOT INCLUDE SPECIAL, INCIDENTAL, PUNITIVE OR CONSEQUENTIAL DAMAGES. ARTICLE 17. INTELLECTUAL PROPERTY INDEMNITY (a) PROFESSIONAL SHALL, AT ITS OWN EXPENSE, DEFEND ALL SUITS OR PROCEEDINGS INSTITUTED AGAINST CITY, ITS AFFILIATES, ITS BOARDS OF DIRECTORS, OFFICERS, AGENTS AND EMPLOYEES BASED UPON ANY CLAIM THAT THE SERVICES, OR ANY PART THEREOF, OR THE PROCESS PERFORMED THEREBY CONSTITUTES AN INFRINGEMENT OF EITHER ANY PATENT OR COPYRIGHT OF THE UNITED STATES OR OF ANY TRADEMARK OR TRADE SECRET PROTECTED BY EITHER FEDERAL OR STATE LAW. PROFESSIONAL SHALL PAY ALL AWARDS OF DAMAGES ASSESSED WHICH RESULT FROM ANY SUCH CLAIM, SUIT OR PROCEEDING AND SHALL INDEMNIFY AND SAVE CITY HARMLESS AGAINST LOSSES, EXPENSES (INCLUDING REASONABLE ATTORNEYS' FEES), AND DAMAGES RESULTING FROM ANY SUCH CLAIM, SUIT OR PROCEEDING, INCLUDING OBEDIENCE TO RESULTING DECREES AND TO RESULTING COMPROMISES. (b) IF, IN ANY SUCH SUIT, A RESTRAINING ORDER OR TEMPORARY INJUNCTION IS GRANTED, PROFESSIONAL SHALL MAKE EVERY REASONABLE EFFORT, BY GIVING A SATISFACTORY BOND OR OTHERWISE, TO SECURE THE SUSPENSION OF ANY SUCH RESTRAINING ORDER OR TEMPORARY INJUNCTION. IF, IN ANY SUCH SUIT, THE SERVICES OR ANY PART THEREOF OR THE PROCESS PERFORMED THEREBY IS HELD TO CONSTITUTE AN INFRINGEMENT AND ITS USE BE PERMANENTLY ENJOINED, PROFESSIONAL SHALL AT ONCE MAKE EVERY REASONABLE EFFORT TO SECURE FOR CITY A LICENSE AT PROFESSIONAL'S Master Services Agreement—Schneider Engineering Ltd. Page 6 Version 6.4.2008 EXPENSE AUTHORIZING THE CONTINUED USE OF THE ALLEGED INFRINGING PORTION OF THE SERVICES. IF PROFESSIONAL IS UNABLE TO SECURE SUCH LICENSE WITHIN A REASONABLE TIME, PROFESSIONAL SHALL, AT ITS OWN EXPENSE AND WITHOUT IMPAIRING PERFORMANCE REQUIREMENTS, EITHER PROVIDE NON -INFRINGING REPLACEMENTS OR MODIFY THE SERVICES TO ELIMINATE THE INFRINGEMENT. IN ADDITION TO INDEMNIFYING AND SAVING CITY HARMLESS, PROFESSIONAL SHALL REIMBURSE CITY FOR ANY COSTS INCURRED AS A RESULT OF THE UNAVAILABILITY OF THE INFRINGING ITEM OR ITS NON - INFRINGING REPLACEMENT. ARTICLE 18. INDEMNITY PROCEDURES Promptly after receipt by any entity entitled to indemnification of notice of the commencement or threatened commencement of any civil, administrative or investigative action or proceeding involving a claim for which the indemnitee seeks indemnification, it shall notify the indemnitor of such claim in writing. No failure to so notify an indemnitor shall relieve the indemnitor of its obligations under this Contract except to the extent that the indemnitor can demonstrate damages attributable to such failure. Within fifteen (15) days following receipt of written notice from the indemnitee relating to any claim, but no later than ten (10) days before the date on which any response to a complaint or summons is due, the indemnitor shall assume control of the defense and settlement of that claim. ARTICLE 19. INSURANCE Professional shall obtain and maintain the insurance coverage specified below on an occurrence -basis and shall provide to CITY a copy of the insurance policies listing the coverage before starting Services. THE COVERAGE SHALL NOT BE CONSTRUED AS ESTABLISHING OR LIMITING PROFESSIONAL'S LIABILITY UNDER THE INDEMNITY PROVISION. Professional for itself and its insurers hereby waives subrogation against CITY, its affiliates, their Boards of Directors, directors, officers, employees and agents with respect to General Liability, Auto and Workers Compensation insurance. Professional's failure to maintain the required insurance coverage at any time during the Contract period may be grounds for CITY to suspend the Contract and withhold payment until insurance coverage is satisfactory. In addition to any other required information, all insurance policies must contain the applicable purchase order number and project title. Failure to furnish or update (as applicable) insurance policies that comply with CITY requirements may result in retraction of a contract award, or suspension or termination for breach of contract. The Professional's insurance coverage shall be primary insurance with respect to the City, its affiliates, their boards of directors, officers, agents, employees and volunteers. Any insurance or self-insurance maintained by the City, its affiliates, their boards of directors, officers, agents, employees and volunteers, shall be considered in excess of the Professional's insurance and shall not contribute to it. The Professional shall include all subcontractors as additional insureds under his policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. General Liability, Automobile Liability, and Professional Liability insurance shall be written by a carrier with an A: VIII or better rating in accordance with the current Best Key Rating Guide. Only insurance carriers licensed and admitted to do business in the State of Texas will be accepted. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. Master Services Agreement — Schneider Engineering Ltd. Page 7 Version 6.4.2008 The City, its affiliates, their boards of directors, officers, agents and employees are to be added as "Additional Insured" on all policies other than the Workers' Compensation. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees, or volunteers. A Waiver of Subrogation in favor of the City of Georgetown with respect to Workers' Compensation insurance must be included. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, cancelled, or reduced in coverage or in limits except after thirty (30) days' prior written notice by certified [nail, return receipt requested, has been given to the City of Georgetown. Tvpe of Insurance (a) Workers' Compensation Coverage A - Coverage B - (b) General Liability Bodily Injury Bodily Injury Property Damage (c) Automobile Liability Minimum Coverage statutory $ 250,000 employer's liability $ 500,000 per person $1,000,000 per occurrence $1,000,000 per occurrence (including owned or leased vehicles) Bodily Injury $1,000,000 per occurrence Property Damage $ 500,000 per occurrence The automobile liability coverage shall apply to owned, non -owned, hired and leased vehicles. (d) Professional Liability $2,000,000 per occurrence. With approval of the City's Risk Manager, a Claims Made Policy may be accepted for Professional Liability Insurance, provided that the deductible limit shall not exceed Twenty Five Thousand Dollars ($25,000). (e) Copies of Policies. Before Services begin, a copy of the policies for all required insurance shall be filed with the CITY Purchasing Agent. (f) Other Insurance. Other or different insurance requirements shall be specified in a Task Order. ARTICLE 20. FORCE MAJEURE (a) The nonperformance or delayed performance by Professional or CITY of any obligation under the Contract shall be excused if such nonperformance or delay is caused by an event beyond the control of the affected Party ("Force Majeure"), except to the extent that Professional knew of or should reasonably have been able to foresee such an event and failed to take reasonable measures to avoid the event. Items beyond the control of the Parties include, but are not limited to: acts of war, acts of a public enemy, acts of domestic or foreign terrorism, natural disasters, strikes, epidemics or quarantine restrictions, riot, or sabotage and acts of civil or military authority having jurisdiction. Master Services Agreement — Schneider Engineering Ltd. Page 8 Version 6.4.2008 (b) Upon occurrence of a Force Majeure event, the date for performance of the Services shall be extended for a period equal to the time lost by reason of the delay, provided Professional or CITY has taken reasonable steps to proceed with the performance of the Contract and has made written notification of such delay and of any corrective action taken. Professional shall not be entitled to any increase in compensation by reason of Force Majuere. (c) The following delays shall not constitute excusable delays in performance by Professional and shall not constitute a reason for extending the date for performance of the Services: (1) Delays by subcontractors or by suppliers for reasons other than Force Majeure; (2) Delays in approval of documentation because of inadequate performance or to unrealistic approval schedules; or (3) Delays caused by Professional's lack of sufficient personnel with the necessary skills. ARTICLE 21. GENERAL SAFETY, ENVIRONMENTAL AND SITE OPERATIONS REQUIREMENTS (a) General. Professional, its employees and subcontractors shall perform all work required by this Contract in a safe and healthy [[tanner. During the course of the work, the Professional shall comply with and enforce all laws, rules, regulations and industry practices applicable to worker safety and health. (b) Scope of Health and Safety Requirements. Professional will manage all of Professional's employees and subcontractors on site and will be accountable for their employees' and subcontractors' performance with respect to health and safety. (c) Mandatory Health and Safety Conditions. (1) Training/Qualification - Professional, its employees and subcontractors performing work on site shall be properly trained and qualified to perform the work they are expected to perform, and have received the necessary certifications and other credentials necessary to perform the work, as required. (2) Safety Orientation — Professional shall ensure all of its employees and subcontractors on site shall attend a safety orientation prior to the start of work If any workers fail to attend the initial safety orientation, Professional shall designate an employee (e.g., site superintendent) to provide the orientation before those workers shall be allowed to start work. All safety orientations shall be documented and maintained for inspection. Safety orientation is only required once unless otherwise needed, or the Scope of Work changes. (d) Warnings & Barricades. Professional shall famish, erect and maintain warning notices, signs, signals, lights, protective guards, enclosures, platforms and other devices as necessary to adequately protect all personnel on site; including but not limited to employees, subcontractors, other professionals, CITY workers and the public. (e) Personal Protective Equipment (PPE) & Safety Equipment. Professional shall ensure all contract employees and subcontractors are trained on and equipped with appropriate PPE and safety equipment (i.e. lanyards, harnesses, monitoring equipment, rescue equipment, fire extinguishers, etc.). (f) Periodic Inspections. Professional shall conduct regular health and safety inspections of the work area(s) and work being performed. CITY, or its agent, reserves the right to inspect the work site(s) at any time and without prior notice to Professional. (g) Safety Communications Master Services Agreement — Schneider Engineering Ltd. Page 9 Version 6.4.2008 (1) Safety meetings — Professional shall ensure that all hazards and protective measures associated with the work being performed on site are properly communicated to all personnel on site. Professional shall conduct regular health and safety meetings. A copy of the minutes of such meetings shall be submitted to CITY, upon request. Professional is responsible for providing an interpreter if necessary to ensure its communications are understood by all workers. (2) Communications with CITY — The City's Designated Representative shall be the point of communication for all safety and health issues arising under this Contract. Professional shall communicate with the City's Designated Representative in the event of any of the following conditions: • Professional shall inform City's Designated Representative twenty-four (24) hours prior to any activity that could adversely affect a business organization. Examples of these "activities" include but are not limited to welding, painting, fire protection, system maintenance/repair and any activity impacting emergency systems/egress routes. City's Designated Representative will make all reasonable efforts to inform any parties potentially impacted by the activities. • Professional shall immediately inform the City's Designated Representative of all federal, state and local safety inspections, citations and penalties associated with the work. • Professional shall immediately notify the City's Designated Representative by verbal, person to person communication, in the event of any incident that results in a death, serious bodily injury or serious property damage related to any aspect of the project. Minor incidents and near -misses must be promptly communicated to the Project Contact. • Professional shall investigate all incidents resulting in personal injury or illness, property damage, or near -misses to determine the root causes and shall take appropriate action to eliminate such causes. A copy of the final investigation report shall be promptly submitted to the Project Contact. (3) Coordination with Other Officials — Professional is fully responsible for coordinating with the proper authorities for moving heavy equipment, location of underground utilities, erecting barricades, traffic control and other safety measures, unless otherwise specified. (4) Communications with Media Restricted - In the event of an accident or other condition on site, Professional shall not communicate with the media or any other entity without the expressed consent of the CITY. (h) SUSPENSION OF WORK AND LIMITATION OF LIABILITY. CITY RESERVES THE RIGHT THROUGH THE CITY'S DESIGNATED REPRESENTATIVE TO SUSPEND ALL OR ANY PORTION OF THE WORK BEING PERFORMED IN VIOLATION OF THESE PROVISIONS. CITY SHALL NOT BE LIABLE IN CONTRACT, TORT (INCLUDING WITHOUT LIMITATION NEGLIGENCE AND STRICT LIABILITY) WARRANTY OR UNDER ANY OTHER LEGAL THEORY) FOR JUDGMENTS, DAMAGES, COSTS OR EXPENSES RELATED TO ANY SUSPENSION OR STOPPAGE OF WORK, LOSS OF BUSINESS, OR OTHER SPECIAL, INCIDENTAL, CONSEQUENTIAL OR PUNITIVE DAMAGES IN CONNECTION WITH ANY FAILURE ON THE PROFESSIONAL'S PART TO ESTABLISH, ENFORCE OR ADEQUATELY MONITOR ITS HEALTH AND SAFETY PROGRAM. (i) Preliminary Submittals. Within ten (10) days after the effective date of the Contract and no later than the preconstruction conference, Professional shall submit to City's Designated Representative for review: (1) A letter designating onsite safety representative for general safety and specific activities; and (2) If applicable, a site safety plan to include plans for specific activities. Master Services Agreement— Schneider Engineering Ltd. Page 10 Version 6.4.2008 0) Other Requirements. Professional shall promptly settle rightful claims from counties, municipalities or private parties for road damage caused by trucks or heavy equipment driven to and from the job sites by third -party property by Professional, subcontractors or suppliers, or employees of any of them If Professional fails to settle such claims promptly, CITY shall have the right to settle the claims and withhold the amount paid plus CITY's costs and expenses from Professional's payments under the Contract. (k) Environmental. Professional is solely responsible for all costs incurred by CITY for any spills or leaks caused by Professional or its subcontractors or consultants during performance of, or in connection with the Services. Without limiting the foregoing sentence, Professional shall be responsible for all costs incurred to contain, remediate and restore the site of the spill according to applicable state and federal laws and regulations, and if on CITY's property, according to CITY's requirements. CITY shall be responsible for all notifications required by federal, state or local law or regulation. The CITY shall identify to Professional the site supervisor (if applicable) and facility environmental manager (if applicable). Professional shall immediately notify the site supervisor, City's Designated Representative and the facility environmental manager with the nature and location of the spill. Professional shall provide a written report to CITY whose representative shall identify the substance, quantity released, location of the spill and perform clean up and remediation activities. If the spill occurs off the CITY's property, then the Professional shall also notify the CITY of any agencies notified and the representatives of the agencies contacted. The report shall be a narrative that summarizes on -scene activity and remediation efforts. If long-term remediation will be required, it shall be noted in the report. The initial report shall be provided to CITY within 24 hours after the incident. Follow-up reports shall be provided to CITY weekly until remediation efforts have been completed and the spill has been properly remediated. PROFESSIONAL SHALL INDEMNIFY AND HOLD CITY HARMLESS FROM ANY AND ALL LIABILITIES, INCLUDING, BUT NOT LIMITED TO, REMEDIATION COSTS, FINES, PENALTIES, COURT COSTS AND ATTORNEYS' FEES RESULTING FROM SPILLS, RELEASES, IMPROPER HANDLING AND/OR DISPOSAL OF WASTES BY PROFESSIONAL, ITS SUBCONTRACTORS AND/OR CONSULTANTS. (1) Confined Space Entry. Professional will perform confined space entries in strict accordance with OSHA 1910.146 Confined Space Standard. All Professional entries will be performed under the guidelines of the contractor's confined space program, which should include but not be limited to, all required personnel training, confined space monitoring and evaluation, entry tag system or any personnel protective equipment required by confined space conditions. All entries will be coordinated with the City's Designated Representative or System Operations Dispatcher to assure proper isolation and/or de -energizing of the confined space is performed. (m) Surplus Material. Unless otherwise directed through written instructions issued by CITY, Professional shall promptly remove all excess surplus material from the job site. Final payment for performance of the work shall not be due and payable until such materials are removed from the job site. If surplus materials are not removed from the job site within thirty (30) days of completion of the work, CITY may dispose of the materials and offset the cost associated with disposal against the unpaid balance of the Contract price. (n) Cleaning Jobsite. Professional shall clean the job site daily. (o) Facility Equipment Clearance and Lock Out Procedures. Facility Equipment Clearance and Lock Out Procedures shall be followed. Clearances shall be acquired by Professional and CITY personnel when required prior to performing work on any equipment. Professional shall be responsible for providing company locks. Professional's locks shall be clearly identified and shall have a tag for employee to print name. Master Services Agreement — Schneider Engineering Ltd. Page 1 1 Version 6.4.2008 ARTICLE 22. ASSIGNMENT This Contract is to be considered a personal Services Contract. Professional may not assign this Contract without the consent of CITY. Any permitted assignee must notify the CITY in writing that it accepts the assignment on the same terms and conditions contained in this Contract. No permitted assignment shall limit Professional's responsibility for performance of this Contract. Attempted assignment or delegation of this Contract, including obligations under it, without the written consent of CITY shall be void, and not merely voidable. ARTICLE 23. OWNERSHIP OF DELIVERABLES (a) The Parties agree that such items as plans, drawings, photographs, designs, studies, specifications, data, computer programs, schedules, technical reports or other work products which are developed and specified to be delivered under this Contract and which are paid for by CITY are considered instruments of services in respect of the Contract, but are subject to the rights of the CITY under this Contract. These rights include, but are not limited to the right to use, duplicate and disclose such items, in whole or in part, for the purpose of completing, maintaining and operating any building, structure, plant, equipment or system that may result from the performance of this Contract. If an item produced by Professional is copyrightable, Professional may copyright it, subject however to the rights of the CITY under this Contract. CITY is hereby granted and assigned a royalty free, non-exclusive, and irrevocable license to reproduce, publish, modify and use such items and to authorize others to do so solely for CITY's business purposes. Professional shall include in its subcontractor and consultant contracts, appropriate provisions to achieve the purposes set out here. (b) Intellectual property and rights to intellectual property owned by any Party on the date of this Contract shall remain the property of that Party. (c) PROFESSIONAL DOES NOT REPRESENT OR WARRANT THAT ANY DELIVERABLES WILL BE SUITABLE FOR REUSE ON ANY OTHER PROJECT. PROFESSIONAL DISCLAIMS LIABILITY FOR ANY REUSE OF THE DELIVERABLES ON ANY OTHER PROJECT THAT IS DONE WITHOUT THE EXPLICIT, WRITTEN APPROVAL OF THE PROFESSIONAL. ARTICLE 24. TERMINATION FOR CONVENIENCE (a) CITY shall have the right to terminate this Contract for its convenience at any time. After receipt of the notice of termination, the Professional shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due at that point in the Contract: (1) Stop all ongoing Services; (2) Place no further subcontracts or orders for materials or Services; (3) Terminate all subcontracts; (4) Cancel all materials and equipment orders, as applicable; and (5) Take any action that is necessary to protect and preserve all property related to this Contract that is in the possession of the Professional. (b) In the event of a termination under paragraph (a) of this Article, CITY shall pay equitable termination charges, including payment for portions of Services completed and materials purchased, profit on completed portions, and out-of-pocket costs that have been reasonably incurred by Professional as a result of terminating this Contract. CITY shall not be liable in connection with any termination under this Article for special, incidental, consequential or punitive damages, or for loss of anticipated future Master Services Agreement — Schneider Engineering Ltd. Page 12 Version 6.4.2008 Services, anticipated profits, administrative costs or overhead on anticipated Services, or other indirect costs. ARTICLE 25. TERMINATION FOR CAUSE (a) The occurrence of any one or more of the following events will constitute an event of default: (1) Professional's persistent failure to perform the Services in accordance with the Contract Documents (including, but not limited to, failure to supply sufficiently skilled workers, suitable materials or equipment, or to adhere to project schedules as adjusted from time to time pursuant by the Parties); (2) Professional's disregard of applicable laws or regulations; (3) Professional's disregard of the authority of CITY's Designated Representative; (4) Professional's violation in any material way of any provisions of the Contract Documents; (5) Failure of Professional to pay subcontractors and/or material suppliers; or (6) Professional's violation of CITY's Ethics Ordinance (City Code of Ordinances Chapter 2.26) or any ethics policies that are applicable to City employees). (b) If one or more of the events identified in paragraph (a) occur, CITY may terminate this Contract if after giving Professional (and the surety, if any) seven (7) calendar days prior written notice, unless such event of default shall have been cured. (c) If this Contract has been so terminated by CITY, the termination will not affect any rights or remedies of CITY against Professional or any surety then existing or which may thereafter accrue. No retention or payment of moneys due Professional by CITY will release Professional from liability. (d) In such a circumstance, CITY shall notify Professional in writing of the termination, with copies of the notice to CITY's jobsite personnel. ARTICLE 26. SUSPENSION (a) CITY may, at any time and at its sole option, suspend all or any portions of the Services to be performed under this Contract by providing ten (10) calendar days written notice to the Professional. Upon receipt of any such notice, Professional shall: (1) Immediately discontinue the Services on the date and to the extent specified in the notice; (2) Place no further orders or subcontracts for materials, Services or facilities with respect to the suspended portion of the Services, other than to the extent necessary to protect any portion of the Services already performed; (3) Promptly make every reasonable effort to obtain suspension, upon terms satisfactory to CITY, of all orders, subcontracts and rental agreements to the extent that they relate to performance of the portion of Services suspended by the notice; (4) Continue to protect and maintain the portion of the Services already completed, including the portion of the Services suspended hereunder, unless otherwise specifically stated in the notice; and (5) Continue to perform Professional's obligations for the portions of the Services not suspended. (b) As full compensation for such suspension, Professional will be reimbursed for the following costs, reasonably incurred, without duplication of any item, to the extent that such costs actually result from such suspension of Services. Master Services Agreement — Schneider Engineering Ltd. Page 13 Version 6.4.2008 (1) A reasonable standby charge to be negotiated between CITY and the Professional sufficient to compensate Professional for keeping (to the extent required in the notice) its organization and equipment committed to the Services in a standby status; (2) All reasonable costs associated with demobilization of Professional's facility, forces and equipment; and (3) A reasonable amount to be negotiated between CITY and the Professional to reimburse the Professional for the cost of maintaining and protecting that portion of the Services upon which activities have been suspended. (c) Upon receipt of notice to restart the suspended portion of the Services, Professional shall immediately resume performance on the suspended portion of the Services to the extent required in the notice. Within fourteen (14) calendar days after receipt of notice to restart the suspended portion of the Services, the Professional shall submit a revised schedule for approval by CITY. If, as a result of any suspension, the cost to Professional of subsequently performing the Services or the time required to do so is changed, a claim for an adjustment in the Contract price may be made. Any claim on the part of Professional for change in price or extension of time shall be made in accordance with this Contract. ARTICLE 27. DISPUTE RESOLUTION The Parties agree that in the event of a dispute concerning the performance or non-performance of any obligations flowing from or as a result of this Contract and prior to the initiation of any litigation, the Parties will voluntarily submit the dispute to an agreed mediation center or mediator for mediation as though it were referred through the operation of the Texas Alternative Dispute Resolution Procedures Act, Title 7, Chapter 154, TEX. CIV. PRAC. & REM. ANN., (Vernon's 1986). No record, evidence, statement or declaration resulting from or in connection with such alternate dispute resolution procedure may be used in evidence in subsequent litigation except to demonstrate that this Article has been complied with in good faith by a Party. Professional shall proceed diligently with performance of the Contract, pending final resolution of any request for relief, claim, appeal, or action arising under the Contract. ARTICLE 28. NOTICES All notices or other communications required under this Contract must be made in writing and sent either by personal delivery, registered or certified mail (in each case with return receipt requested and postage prepaid), nationally recognized overnight courier (with all fees prepaid), facsimile, or e-mail the other Party. Changes to name or address for notice are not effective unless they are in writing and provided to the other party in the same manner as other notices under this Contract. Notice is effective only sent using one of the methods specified above and if actually received. CITY: City of Georgetown Attn: Thomas R. Benz, P.E., Systems Engineering Manager P.O. Box 409 Georgetown, TX 78626 Fax No.: 512-930-3559 E-Mail:tbenz@georgetowntx.org Master Services Agreement — Schneider Engineering Ltd. Version 6.4.2008 PROFESSIONAL: Schneider Engineering Ltd. Attn: Lance Pettigrew 191 Menger Springs Pkwy Boeme, Texas, 78006 Fax No.:(830) 249-5434 E -Mail: 1pettigrew@se-texas.com Page 14 with a copy to: Marsha Iwers P.O. Box 409 Georgetown, TX 78626 Fax No. 512-930-9027 E-Mail:mei@georgetowntx.org ARTICLE 29. TITLES AND SECTION HEADINGS The titles and section headings of this Contract are included for convenience only and shall not be deemed to constitute a part of this Contract. ARTICLE 30. INTERPRETATION AND RELIANCE While this Contract form was initiated by CITY, Professional had the opportunity to take exception to and seek clarification of it. Thus, this Contract is the product of negotiations between the Parties. No presumption will apply in favor of any Party in the interpretation of this Contract or in resolution of any ambiguity of any provision. ARTICLE 31. FAILURE TO ACT No action or failure to act by either Party shall be a waiver of a right or duty afforded under the Contract, nor shall such action or failure to act constitute a breach of this Contract, except as specifically agreed to in writing. ARTICLE 32. CONTRACT NON-EXCLUSIVE The Contract is not exclusive. Professional has the right to perform Services for others during the term of the Contract, and CITY has the right to hire others to perform the same or similar tasks. ARTICLE 33. THIRD PARTY BENEFICIARIES There are no third party beneficiaries to this Contract and the provisions of this Contract shall not create any legal or equitable right, remedy or claim enforceable by any person, firm or organization other than the Parties and their permitted successors and permitted assigns. ARTICLE 34. MITIGATION OF DAMAGES In all cases the Party establishing or alleging a breach of contract or a right to be indemnified in accordance with this Contract shall be under a duty to take all necessary measures to mitigate the loss which has occurred, provided that it can do so without unreasonable inconvenience or cost. ARTICLE 35. SEVERABILITY This Contract is severable and if any one or more parts of it are found to be invalid, such invalidity shall not affect the remainder of this Contract if it can be given effect without the invalid parts. Master Services Agreement—Schneider Engineering Ltd. Page 15 Version 6.4.2008 Professional warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Professional, to solicit or secure this Contract, and that the/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 deduce from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Professional covenants and represents that Professional, 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. Professional hereby represents and warrants to City, with the intention that City rely on this representation in entering this Contract, that no portion of any payment to Professional by City pursuant to this Contract shall be: (i) used as a bribe, kickback, rebate, or illegal political contribution of the purpose of obtaining political influence; or (ii) in violation of applicable regulations, tax laws or regulations or other laws of any jurisdiction. Professional hereby represents and wan -ants to City that Professional shall not perform any work or services for a third parry that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under a Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. ARTICLE 37. INTEGRATION & CONTRACT MODIFICATION This Contract, including its exhibits and Task Orders issued pursuant to it, contains the entire and integrated agreement between Professional and CITY as to their subject matter and supersedes all prior negotiations, correspondence, understandings, representations and agreements, written or oral, related to it. In case of conflict between the terms and conditions of this Contract and those of any standard sales forms presented by Professional or such forms appearing in or referenced by Professional's bid or proposal, the terms and conditions of this Contract shall prevail. The terms and conditions of this Contract can be modified only by a writing signed by an authorized representative of both Professional and CITY. ARTICLE 38. APPROVAL Task Orders that exceed $15,000 (either initially or through a change order) must be approved by the City Council before they become effective. Change orders to Task Orders or contracts must be approved by the City Council if they exceed $15,000, either separately or in the aggregate. Change orders and Task Orders must be executed by an authorized representative of each Party. The City may unilaterally adjust the dollar amounts in this Article based on changes in state law or in Council approved purchasing and contracting policies; notice of any such adjustments shall be provided to Professional. Master Services Agreement — Schneider Engineering Ltd. Page 16 Version 6.4.2008 ARTICLE 39. SECURITY AT CITY JOB SITE Professional shall provide a list of names of its and its subcontractor's employees to the CITY project manager prior to commencing work at any CITY facility. The employee will only be allowed on any CITY job site, if the employee is able to show photo identification and their name is on the list. Any addition or deletion must be provided to the CITY project manager. THE CITY OF GEORGETOWN, TEXAS: By: Name: George G. Garver Title: Mayor Date: ATTEST: Sandra D. Lee, City Secretary APPROVED AS TO FORM: Patricia E. Carls, City Attorney Attachment A — Task Order PROF SION eider Engineering Ltd. B N Lance Pettigrew Title: Vic -e \ 4esr Date: 5oL t 3, 3006 Mester Services Agreement— Schneider Engineering Ltd. Page 17 Version 6.4.2008 ATTACHMENT A TASK ORDER City's Designated Representative City of Georgetown P.O. Box 409 Georgetown, Texas 78627 General Description of Services or Project: City Provided Information or Work: The City shall provide the following services or perform the following work (describe): Any documents or information related to the Work/Services provided by the City to the Professional, including, without limitation, engineering studies, maps, reports, filed data, notes, plans, diagrams, sketches, or maps (the "Information") is and shall remain the property of the City, and Professional shall have no ownership or other interest in same. The Professional shall deliver to the City, if requested, a written itemized receipt for the Information, and shall be responsible for its safe keeping and shall return it to the City, upon request, in as good condition as when received, normal wear and tear excepted. Scope of Work. (describe in detail using additional or separate sheets if necessary): Master Services Agreement - Engineering Attachment A Version 1.31.2008 Page 1 Statement Regarding Non -Collusion; Prohibited Financial Interests; Prohibited Political Influences: (Per Article 36 in the Master Service Agreement): Professional hereby represents and warrants to City that Professional shall not perforin any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under this Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. Compensation: (Pick one) Time and Materials with Amount Not to Exceed: - Services to be provided at rates shown on Exhibit B in an amount not to exceed $ DOLLARS and CENTS. Lump Sum: Services to be provided at rates shown on Exhibit B in an amount not to exceed $ DOLLARS and ZERO CENTS. APPROVED: CITY OF GEORGETOWN Title: City Designated Representative Master Services Agreement - Engineering Version 1.31.2008 PROFESSIONAL By: Name: Title: Professional Designated Representative Address: Fax: E -Mail: Date: Attachment A Page 2 Council Meeting Date: July 22, 2008 Item No. AGENDA ITEM COVER SHEET SUB :Consideration and possible action to approve Amendment No. 1 to the Advance Funding Agreement with Texas Department of Transportation for the City's portion of the funding for the IH 35 at Lakeway Project. ITEM SUMMARY: The City entered into an agreement dated April 25, 2007, with the Texas Department of Transportation (TxDOT) for local share funding in an estimated amount of $2,500,000 to replace the existing bridge over IH 35 at Lakeway Drive, including realignment of Lakeway Drive, the northbound exit ramp and the frontage roads. The participating amount was originally committed towards the costs of construction of the Project at ten percent (101/6) of construction costs, the City's share having been estimated at $2.5M, actual City costs to be determined when the project was bid by TxDOT. With the rescission of funds by TxDOT in 2007 the project became inactive. In order to avoid arbitrage issues and to expedite the project, the City requested its share be re -directed to the purchase of rights-of-way (ROW) and utility relocations. By this request, the City's share also would become a fixed amount, not dependent upon a percentage of construction costs. TxDOT is in agreement with the City's request and has drafted Amendment No. 1 to the Advance Funding Agreement which would commit the City's participation share at a fixed $2,500,000 towards ROW acquisition and utility adjustment costs. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: Funds for this expenditure are budgeted in the GTEC Fund: Fund Cost Budeet 400-9-0980-90-029 GTEC Fund $2,500.000 $2,500.0001 1$1,750,000 from 2005 CO issuance and $750,000 from 2007 CO issuance. STAFF RECOMMENDATION: Staff recommends approving Amendment No. 1 to the Advance Funding Agreement with TxDOT. COMMENTS: None ATTACHMENTS: Amendment No. 1 to the Advance Funding Agreement Submitted By: Bill Dryden 4E,., Transportation Engineer i��_ * Texas Department of Transportation P.O. DRAWER 15426 • AUSTIN. TEXAS 78761-5426 • (512) 832-7000 April 2, 2007 County: Williamson Highway: 1-35 at Lakeway CSJ: 0015-08-116 Honorable George Garver Mayor City of Georgetown P.O. Box 409 Georgetown, Texas 78627 Dear Mayor Garver: RECEIVE® JUL 0 7 2008 CITY SE17=ARY Enclosed are two originals of Amendment No. 1 to the Advance Funding Agreement executed April 25, 2007, for the above referenced project. The project consists of the replacement of an existing bridge structure and the realignment of the frontage road on 1-35 at Lakeway Drive. At the request of city staff, the fixed participation amount of $2,500,000 to originally be committed towards the cost of construction of the Project will now be devoted to right of way acquisition and utility adjustments. Please return the two signed and dated documents to my attention for final execution. A fully executed agreement will be returned for your records. If you have any questions, please contact me at (512) 832-7050. Your assistance is appreciated. Sincerely, Patricia L. Crews- eight, P.E. Director of Design - AUS Attachments cc: John Wagner, P.E. Shelly Easley THE TEXAS PLAN REDUCE CONGESTION • ENHANCE SAFETY • EXPAND ECONOMIC OPPORTUNITY • IMPROVE AIR QUALITY INCREASE THE VALUE OF OUR TRANSPORTATION ASSETS An Equal Opportunity Employer CSJ 0015-08-116 District # 14 - AUS Code Chart 64 # 16000 1-35 at Bt 35M and Lakeway Drive STATE OF TEXAS § COUNTY OF TRAVIS § ADVANCE FUNDING AGREEMENT ORIGINAL AMENDMENT #1 THIS AMENDMENT IS MADE BY AND BETWEEN the State of Texas, acting through the Texas Department of Transportation, hereinafter called the State, and the City of Georgetown, acting by and through their duly authorized officials, hereinafter called the Local Government. WITNESSETH WHEREAS, the State and the Local Government executed a contract on 25th day of April, 2007, to effectuate their agreement to contribute funding towards construction of a bridge replacement, approaches and frontage road improvements on 1-35 at BI 35 M and Lakeway Drive in Georgetown; and, WHEREAS, it has become necessary to amend that contract, NOW THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, the State and the Local Government do agree as follows: AGREEMENT Article 1. Description of Amended Items The Local Government would like to divert the fixed amount of $2,500,000 they committed towards the cost of construction of the Project toward the cost of right of way acquisition and utility adjustments on the Project. Due to the revised description where the fixed costs provided by the Local Government will be dedicated, it has become necessary to update the Project Budget and Description to more accurately reflect the Description and Work Responsibilities. Therefore, Article 4 is void in its entirety and replaced with: The State will coordinate the right of way acquisition and utility adjustments. The Local Government shall participate in the cost of the right of way acquisition and utility adjustment as stated in Attachment A-1. Attachment A is void in its entirety and replaced with Attachment A-1 contained herein. All other provisions of the original contract are unchanged and remain in full force and effect. Article 2. Signatory Warranty The signatories to this amendment warrant that each has the authority to enter into this agreement on behalf of the organization they represent. AFA—AFA_Amend Page 1 of 3 Revised 11/09/05 IN W114NESS WHEREOF, THE STATE AND THE LOCAL GOVERNMENT have executed duplicate counterparts to effectuate this agreement. THE LOCAL GOVERNMENT Name of Local Government Signature Printed Name Title Date THE STATE OF TEXAS Executed for the Executive Director and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. By: Name Date AFA—AFA_Amend Page 2 of 3 Revised 11/09/05 ATTACHMENT A-1 Project Budget and Description The Local Government will contribute a fixed amount towards the cost of right of way acquisition and utility adjustments to replace the Lakeway Drive bridge and approaches and associated frontage road improvements. The Local Government's participation is fixed at $2,500,000 toward the cost of these activities. The State has estimated the project to be as follows: Description Total FederalS tate Local Estimate Participation Participation Participation Cost _ COSI °/a COSI % Cost RIGHT OF WAY and UTILITY COSTS Right of Way Acquisition $3,000,000 0% $0.00 $500,000 Fixed $2,500,000 and Utility Adjustments for Construction of Bridge, approaches and frontage road improvements TOTAL $3,000,000 $0.00 $500,000 $2,500,000 Local Government's Participation (Fixed) = IZfipp�M Work Responsibilities Engineering Services A. The State shall prepare or cause to be prepared the engineering plans, specifications, and estimates (P.S. & E.) necessary for the development of the Project. The P.S. & E. shall be prepared in accordance with all applicable laws, policies and regulations, deemed necessary by the State. B. The engineering plans shall conform to the design criteria in the State's Roadway Design Manual, the current Standard Specifications for Construction and Maintenance of Highways Streets and Bridges and the Texas Accessibility Standards, 2. Environmental A. The State shall prepare the appropriate environmental documentation required for clearance of the Project. B. To the extent required to complete the Project, the State will be responsible for the mitigation and remediation of any environmental problems associated with the development of the Project. 3. Right of Way and Utility Adjustments The State shall include this work to the current project under State identifier CSJ 0015-08-126 (ROW). 4. Construction Responsibilities A. The State shall advertise for construction bids, issue bid proposals, receives and tabulate the bids and award and administer the contract for construction of the Project. Administration of the contract includes the responsibility for construction engineering and for issuance of any change orders, supplemental agreements, amendments, or additional work orders, which may become necessary subsequent to the award of the construction contract. B. The State will use its approved contract letting and award procedures to let and award the construction contract. AFA—AFA—Amend Page 3 of 3 Revised 11/09/05 Council Meeting Date: July 22, 2008 Item No. (i\•1 - AGENDA ITEM COVER SHEET SUB) CT: Consideration and possible action to approve a Master Services Agreement with Klotz Associates, of Austin, Texas, for professional engineering services. ITEM SUMMARY: As part of the overall transportation enhancement needs for development of the area north of the City's Williams Drive Gateway Project of the City of Georgetown, the City is determining the best potential route for a bridge connecting Northwest Boulevard and the intersection of FM 971 and Austin Avenue. Attached for your review and consideration is a Master Services Agreement (MSA) with Klotz Associates, Inc., of Austin, Texas The MSA contains the basic terms governing the relationship between the City and the engineer. The MSA would have a term of one year, renewable for up to four additional terms. During the contract term, the City could issue Task Orders to the engineering firm for specific projects. The Task Orders would contain all of the details that would be specific to a certain project — e.g., scope, schedule, cost, etc. Task Orders would be approved by the authorized City representative(s) in accordance with the City's purchasing policy — which currently requires that all professional services contracts for $15,000 or greater be approved by the City Council. Approval of the MSA is not a guarantee of work, but approval of the MSA allows for Task Orders to be issued in an expeditious way that will allow for efficient project management. SPECIAL CONSIDERATIONS: None GTEC BOARD RECOMMENDATION: GTEC recommended approval of the Master Services Agreement with Klotz Associates, Inc unanimously. STAFF RECOMMENDATION: Staff recommends entering into an MSA with Klotz Associates, Inc. None ATTACHMENTS: Master Services Agreement with Klotz Associates, Inc. Submitted By: Bill Dryden IVE., Transportation Engineer Utility PROFESSIONAL SERVICES CONTRACT MASTER SERVICES AGREEMENT ENGINEERING SERVICES This is a Professional Services Contract ("Contract") between the City of Georgetown, Texas (the "CITY") and Klotz Associates, Inc., ("Professional"), collectively referred to as the "Parties" or individually as a "Party", made for and in consideration of the payment terms and performance obligations herein described. WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Engineering Services Procurement Act" provides for procurement by municipalities of services of professional engineers; and WHEREAS, City and Professional desire to contract for such professional engineering services; and WHEREAS, City and Professional wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, for and in consideration of the mutual promises contained herein and other good and valuable consideration, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: ARTICLE 1. SERVICES TO BE PROVIDED (a) Professional shall provide professional services (the "Services") to CITY under individual assignments ("Task Order(s)") in the general format shown in Attachment A to the Agreement. The Services that Professional may be requested to perform include professional engineering services such as civil engineering site services, utility line design, drainage calculations and design, street design, and related surveying, GIS mapping, investigations, studies, reports, reviews, designs, and consultations. CITY will provide a written Task Order, including a written scope of work ("Scope of Work") describing the particular tasks to be performed, to Professional for the particular task and a specific price or a formula by which the price can be determined. No Services are authorized unless authorized representatives of both Parties sign such a Task Order. This Contract does not guarantee a minimum amount Professional will be paid or a minimum number of Task Orders. (b) Notwithstanding anything to the contrary contained in this Contract, CITY and Professional agree and acknowledge that CITY is entering into this Contract in reliance on Professional's special and unique abilities with respect to performing the Services. Professional represents that there are no undisclosed obligations, commitments or impediments of any kind that will or could taint, limit or prevent performance of the Services. (c) Changes in Services. CITY may request additional Services or changes in the Services as the project progresses. If so, changes in the Scope of Work shall be initiated by a written change order ("Change Order") signed by an authorized representative of each Party. The Change Order shall describe the Services to be added, changed or deleted and shall state the additional cost or cost reduction and schedule changes, if any. Verbal Change Orders shall have no effect, except in cases of an emergency threatening personal injury or property damage. The terms and conditions of this Contract may be modified only by a written amendment signed by an authorized representative of each Party. Master Services Agreement - Engineering Page I Version 5.19.2008 (d) Effect of Expiration on Task Orders. Upon expiration or earlier termination of this Contract, these terms and conditions shall continue in full force and effect with respect to any Task Order awarded under this Contract that has not been completed or otherwise terminated. ARTICLE 2. CONTRACT DOCUMENTS (a) General Definition. In order of precedence, this Contract shall consist of the following documents ("Contract Documents"): (1) All written Change Orders executed after the effective date of this Contract by an authorized representative of each Party; (2) Each Task Order executed pursuant to this Contract by an authorized representative of both Parties; (3) The Scope of Work attached to each Task Order; (4) This Contract; and (5) Any other documents specifically identified as Contract Documents. (b) Exclusion from Contract Documents. No terms and conditions submitted by Professional in connection with any proposal or proposed Task Order that conflict with the terms and conditions contained in this Contract will be considered part of the Contract Documents unless expressly accepted in writing by the CITY. ARTICLE 3. TERM This Contract is for a one (1) year period, with an option to extend for four (4) consecutive one (1) year periods, not to exceed a maximum of five (5) years. The primary term begins upon execution of this Contract by an authorized representative of the CITY. This Contract will be deemed to extend beyond its expiration or termination date with respect to any Task Order being performed under it at that time, unless the Task Order is also terminated. ARTICLE 4. SCHEDULE Time shall be of the essence for performance under this Contract. Professional agrees to perform all obligations and render the Services set forth in this Contract or any Task Order issued pursuant hereto in accordance with any timelines included in the Scope of Work, except as the Parties may otherwise mutually agree to in writing. If required by the Scope of Work, a specific Services progress schedule will be developed for each individual task in compliance with the Scope of Work. ARTICLE 5. PRICE The price to be paid for Services under any Task Order shall be a not to exceed price as agreed in a particular Task Order. ARTICLE 6. PAYMENT (a) Notwithstanding anything in this Contract to the contrary, all payments to be made by the CITY hereunder are subject to Ch. 2251 of the Texas Government Code, popularly known as the Prompt Payment Act. Payment in full for invoices shall be due within thirty (30) days from date the invoice is received by CITY. Invoices paid more than thirty (30) days after the invoice is received are subject to a late charge of I% per month (12% APR) on the amount of the undisputed past due balance. (b) Invoices for payment under this Contract shall be sent to: Master Services Agreement - Engineering Page 2 Version 5.19.2008 City of Georgetown Attn: Accounts Payable P.O. Box 409 Georgetown, Texas 78626 CITY's purchase order numbers shall be included prominently on each invoice. Payments may be based on completion of the Services, fulfillment of milestones, progress payments or any other method that is established in the agreed Task Order. In no event shall Professional invoice CITY more than once a month. (c) No invoice shall be considered complete or payable unless all documentation is submitted with invoice supporting reimbursable and CITY approved expenses, such as time sheets, transportation, lodging and meal expenses. Alcohol and entertainment expenses are not reimbursable. ARTICLE 7. ACCEPTANCE OF THE SERVICES When Professional can demonstrate that the Services are complete in accordance with the acceptance criteria included in the Task Order and so notifies CITY, CITY shall review the Services for general compliance with the Contract. If the Services appear to comply with the Contract requirements, and Professional has furnished any required documentation, CITY shall notify Professional in writing of CrI Y's acceptance of the services ("Acceptance of the Services"). Acceptance of the Services shall not limit nor diminish Professional's warranties and standards with respect to the Services. ARTICLE 8. JOBSITE INSPECTION If applicable to the Services and required by the CITY, Professional's representatives shall inspect the jobsite and clearly understand the requirements and risks of the Services to be perforated, the jobsite conditions, traffic conditions, the proximity of high-voltage power lines, buried utilities, biological hazards and other local conditions likely to affect Professional's performance before accepting any Task Order. Acceptance of a Task Order shall constitute the Professional's certification that it has by inspection satisfied itself with respect to all such local conditions and is willing to accept all risks they impose. ARTICLE 9. INDEPENDENT CONTRACTOR Professional shall perform in all respects as an independent contractor and not as an employee, partner, joint venturer or agent of the CITY. The Services to be performed by Professional shall be subject to the CITY's review, approval and acceptance as provided in the Contract Documents, but the detailed manner and method of performance shall be under the control of Professional. The accuracy, completeness and scheduling of the Services and the application of proper means and methods for performance of the Services are entirely the responsibility of Professional. Professional shall be solely responsible for hiring, supervising and paying its employees, subcontractors and suppliers. Professional shall be solely responsible for payment of all (i) compensation, including any employment benefits, to its employees, (ii) taxes, including withholding for federal income tax purposes, employment and unemployment taxes, and (iii) such other expenses as may be owed to Professional's employees. However, because Professional's Services may be associated in the minds of the public with CITY, Professional shall ensure that all Services by its employees, subcontractors and agents are performed in an orderly, responsible and courteous manner. Upon prior notification to and written approval of CITY, Professional may hire subcontractors to perform Services hereunder. Professional shall be responsible to CITY for the performance of all such subcontractors. The CITY reserves the right, in its sole discretion, to reject the employment by Professional of any subcontractor to which CITY has a reasonable objection. Professional, however, shall not be required to contract with any subcontractor to which it has a reasonable objection. CITY shall require any and all such subcontractors to sign contracts with Professional that bind the subcontractors to perform their subcontracts in Master Services Agreement - Engineering Page 3 Version 5.19.2008 accordance with the applicable requirements of the Contract Documents. Upon the request of CITY, Professional shall furnish CITY with copies of such subcontracts. In addition, Professional agrees that it is Professional's responsibility to ensure that such subcontractors make all appropriate tax payments or tax withholding in relation to subcontractor's employees providing Services to CITY through Professional under this Contract. Professional represents that it and its subcontractors are fully trained to perform the tasks required by this Contract and that they need no training by the CITY. ARTICLE 10. DESIGNATED PROJECT REPRESENTATIVES (a) City's Designated Representative. The City's Designated Representative for purposes of this Contract shall be designated on each Task Order. The City's Designated Representative shall coordinate all meetings and be authorized to act on City's behalf with respect to the Task Order. City or City's Designated Representative shall participate in all meetings and render decisions in a timely manner pertaining to documents submitted by Professional in order to avoid unreasonable delay in the orderly and sequential progress of Services. (b) Professional's Designated Representative. The Professional's Designated Representative for purposes of this Contract shall be acceptable to the City and designated on each Task Order. The Professional's Designated Representative shall participate in all meetings and be authorized to act on Engineer's behalf with respect to the Task Order. Professional's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by City in order to avoid unreasonable delay in the orderly and sequential progress of Services. (c) The Parties Designated Representatives shall serve as the primary contact person for issues related to work under each Task Order. (d) Changes to a Designated Representative shall be provided in writing by one party to the other. The City retains the right at all times to approve or disapprove the Professional's Project Representative. ARTICLE 11. LICENSES AND PERMITS (a) Professional shall procure and maintain at its expense all licenses and permits necessary for it to perform the Services. (b) Professional shall ensure that its employees and subcontractors and their employees are all properly licensed to perform their respective portions of the Services. ARTICLE 12. GOVERNING LAWS. REGULATIONS & STANDARDS (a) This Contract shall be governed, interpreted and enforced under the laws of the State of Texas, without regard to its conflict of law principles. In the event of litigation between the Parties arising out of this Contract issued under it, venue for such litigation shall be in a court of competent jurisdiction in Williamson County, Texas. (b) Professional, its employees, subcontractor's and agents, shall be aware of and shall comply with the Charter of the City of Georgetown and all federal, state and local laws, ordinances, codes (including applicable professional codes) and regulations applicable to the Services, any equipment to be fabricated and delivered and for compliance with standards and codes of technical societies that have been adopted by law or regulation or compliance with which is required to perform the Services.. If any of the Services fails to comply with such laws, ordinances, codes and regulations, Professional shall bear any expense arising from that failure, including the costs to bring the Services into compliance. Professional shall further obtain and maintain all permits and licenses required, if any, for the performance of any Services required hereunder. Master Services Agreement - Engineering Page 4 Version 5.19.2008 ARTICLE 13. INTOXICANTS & DRUGS: EMPLOYEE CONDUCT Professional shall not at any time allow personnel for whom it is responsible on the jobsite if they are under the influence of any substance that may impair their performance. Professional shall promptly remove from the jobsite any person who is or appears to be under the influence of any of these substances or is otherwise unsafe or disorderly. Professional shall ensure that its employees, subcontractors and their employees avoid excessive noise, exceeding speed limits or reckless driving, use of weapons or trespass on land not owned by or under easement to CITY. If private property must be entered or crossed to perform the Services, Professional shall obtain permission from the property owner before entering. ARTICLE 14. RISK OF LOSS (a) Professional shall bear the expense and risk of loss or damage to its work in progress, completed work, materials, equipment and all other incidents of its Services prior to Acceptance of the Services. Professional shall promptly replace or repair any loss or damage to its work at its own expense. In the event of substantial loss or damage due to Force Majeure (see Article 20 for definition), the schedules shall be equitably extended. Professional shall bear the expense of storage space for stored materials, whether on-site or off-site, and shall bear the risk of loss or damage to all such materials. Professional shall take reasonable precautions to protect its work from weather damage, burglary, pilferage, fire, theft and similar hazards. (b) Professional shall bear the risk of loss or damage to its own equipment, tools, supplies and property and those of its subcontractors and suppliers, regardless of the cause of loss or damage throughout the project. ARTICLE 15. WARRANTIES AND STANDARDS (a) Warranty of Title. Professional warrants the title to any goods it delivers to CITY incidental to the performance of the Services and that said goods will be free and clear of all liens, mortgages, security interests or other encumbrances. (b) General Standard of Performance. Professional shall perform all Services in a professional manner consistent with the usual and customary industry standards and to any higher standard required in the Contract Documents. Professional shall correct, without delay and at its own expense, any portion of the Services that does not meet the foregoing standard and that is discovered within one (1) year after Acceptance of the Services by re -performing the defective portion of the Services to the required standard of performance. Any repair, replacement or modification of the Services performed pursuant to the provisions of this paragraph shall be supplied or repaired on the same terms and conditions as provided for herein for the Services. In particular, a new correction period shall apply. Such new correction period shall expire twelve (12) months from the date of such replacement, repair or modification. (c) Intellectual Property Warranty. Professional warrants that the Services, including any deliverables associated therewith, and the processes used in performing them shall not infringe on any valid United States patent, United States copyright, trademark or trade secret. (d) Business Standing Warranty. Professional warrants, represents and agrees that if (i) it is a corporation or limited liability company, then it is a corporation duly organized, validly existing and in good standing under the laws of the State of Texas, or a foreign corporation or limited liability company duly authorized and in good standing to conduct business in the State of Texas, that it has all necessary corporate power and has received all necessary corporate approvals to execute and deliver the Contract, and the individual executing the Contract on behalf of Professional has been duly authorized to act for and bind Professional; or (ii) if it is a partnership, limited partnership or limited liability partnership, then it has all necessary partnership power and has secured all necessary approvals to execute and deliver this Contract and Master Services Agreement - Engineering Page 5 Version 5.19.2008 perform all its obligations hereunder; and the individual executing this Contract on behalf of Professional has been duly authorized to act for and bind Professional. ARTICLE 16. GENERAL INDEMNITY (a) PROFESSIONAL SHALL HOLD THE CITY, ITS AFFILIATES, ITS BOARDS OF DIRECTORS, OFFICERS, AGENTS AND EMPLOYEES HARMLESS FROM ALL CLAIMS, DAMAGES, LOSSES AND EXPENSES (JOINTLY "CLAIMS"), INCLUDING REASONABLE ATTORNEYS' FEES, ARISING OUT OF, OR RESULTING FROM OR ARISING UNDER THIS CONTRACT, OR ANY CLAIMED DEFECT IN THE SERVICES, PROVIDED THAT ANY SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS CAUSED, IN WHOLE OR IN PART, BY THE NEGLIGENT OR GROSSLY NEGLIGENT ACT OR WILLFUL MISCONDUCT OF PROFESSIONAL, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY IT, OR ANYONE FOR WHOSE ACTS IT MAY BE LIABLE. (b) IF THE PARTIES ARE CONCURRENTLY NEGLIGENT, EACH PARTY'S LIABILITY SHALL BE LIMITED TO THAT PORTION OF NEGLIGENCE ATTRIBUTABLE TO IT AS DETERMINED UNDER THE APPLICABLE PROPORTIONATE RESPONSIBILITY RULES OF THE STATE OF TEXAS. (e) NOTWITHSTANDING ANYTHING TO THE CONTRARY HEREIN, NEITHER PARTY SHALL BE LIABLE TO INDEMNIFY THE OTHER FOR THE NEGLIGENCE, GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF THE OTHER. (d) THE FOREGOING INDEMNITY PROVISIONS SHALL BE DEEMED INDEPENDENT COVENANTS AND SHALL SURVIVE COMPLETION OF OR ANY TERMINATION OF THE CONTRACT OR ANY CLAIMED BREACH THEREOF. PROFESSIONAL'S INDEMNITY RESPONSIBILITY AS SPECIFIED IN THIS ARTICLE SHALL NOT INCLUDE SPECIAL, INCIDENTAL, PUNITIVE OR CONSEQUENTIAL DAMAGES. ARTICLE 17. INTELLECTUAL PROPERTY INDEMNITY (a) PROFESSIONAL SHALL, AT ITS OWN EXPENSE, DEFEND ALL SUITS OR PROCEEDINGS INSTITUTED AGAINST CITY, ITS AFFILIATES, ITS BOARDS OF DIRECTORS, OFFICERS, AGENTS AND EMPLOYEES BASED UPON ANY CLAIM THAT THE SERVICES, OR ANY PART THEREOF, OR THE PROCESS PERFORMED THEREBY CONSTITUTES AN INFRINGEMENT OF EITHER ANY PATENT OR COPYRIGHT OF THE UNITED STATES OR OF ANY TRADEMARK OR TRADE SECRET PROTECTED BY EITHER FEDERAL OR STATE LAW. PROFESSIONAL SHALL PAY ALL AWARDS OF DAMAGES ASSESSED WHICH RESULT FROM ANY SUCH CLAIM, SUIT OR PROCEEDING AND SHALL INDEMNIFY AND SAVE CITY HARMLESS AGAINST LOSSES, EXPENSES (INCLUDING REASONABLE ATTORNEYS' FEES), AND DAMAGES RESULTING FROM ANY SUCH CLAIM, SUIT OR PROCEEDING, INCLUDING OBEDIENCE TO RESULTING DECREES AND TO RESULTING COMPROMISES. (b) IF, IN ANY SUCH SUIT, A RESTRAINING ORDER OR TEMPORARY INJUNCTION IS GRANTED, PROFESSIONAL SHALL MAKE EVERY REASONABLE EFFORT, BY GIVING A SATISFACTORY BOND OR OTHERWISE, TO SECURE THE SUSPENSION OF ANY SUCH RESTRAINING ORDER OR TEMPORARY INJUNCTION. IF, IN ANY SUCH SUIT, THE SERVICES OR ANY PART THEREOF OR THE PROCESS PERFORMED THEREBY IS HELD TO CONSTITUTE AN INFRINGEMENT AND ITS USE BE PERMANENTLY ENJOINED, PROFESSIONAL SHALL AT ONCE MAKE EVERY REASONABLE EFFORT TO SECURE FOR CITY A LICENSE AT PROFESSIONAL'S Master Services Agreement - Engineering Page 6 Version 5.19.2008 EXPENSE AUTHORIZING THE CONTINUED USE OF THE ALLEGED INFRINGING PORTION OF THE SERVICES. IF PROFESSIONAL IS UNABLE TO SECURE SUCH LICENSE WITHIN A REASONABLE TIME, PROFESSIONAL SHALL, AT ITS OWN EXPENSE AND WITHOUT IMPAIRING PERFORMANCE REQUIREMENTS, EITHER PROVIDE NON -INFRINGING REPLACEMENTS OR MODIFY THE SERVICES TO ELIMINATE THE INFRINGEMENT. IN ADDITION TO INDEMNIFYING AND SAVING CITY HARMLESS, PROFESSIONAL SHALL REIMBURSE CITY FOR ANY COSTS INCURRED AS A RESULT OF THE UNAVAILABILITY OF THE INFRINGING ITEM OR ITS NON - INFRINGING REPLACEMENT. ARTICLE 18. INDEMNITY PROCEDURES Promptly after receipt by any entity entitled to indemnification of notice of the commencement or threatened commencement of any civil, administrative or investigative action or proceeding involving a claim for which the indemnitee seeks indemnification, it shall notify the indemnitor of such claim in writing. No failure to so notify an indemnitor shall relieve the indemnitor of its obligations under this Contract except to the extent that the indemnitor can demonstrate damages attributable to such failure. Within fifteen (15) days following receipt of written notice from the indemnitee relating to any claim, but no later than ten (10) days before the date on which any response to a complaint or summons is due, the indemnitor shall assume control of the defense and settlement of that claim. ARTICLE 19. INSURANCE Professional shall obtain and maintain the insurance coverage specified below on an occurrence -basis and shall provide to CITY a copy of the insurance policies listing the coverage before starting Services. THE COVERAGE SHALL NOT BE CONSTRUED AS ESTABLISHING OR LIMITING PROFESSIONAL'S LIABILITY UNDER THE INDEMNITY PROVISION. Professional for itself and its insurers hereby waives subrogation against CITY, its affiliates, their Boards of Directors, directors, officers, employees and agents with respect to General Liability, Auto and Workers Compensation insurance. Professional's failure to maintain the required insurance coverage at any time during the Contract period may be grounds for CITY to suspend the Contract and withhold payment until insurance coverage is satisfactory. In addition to any other required information, all insurance policies must contain the applicable purchase order number and project title. Failure to furnish or update (as applicable) insurance policies that comply with CITY requirements may result in retraction of a contract award, or suspension or termination for breach of contract. The Professional's insurance coverage shall be primary insurance with respect to the City, its affiliates, their boards of directors, officers, agents, employees and volunteers. Any insurance or self-insurance maintained by the City, its affiliates, their boards of directors, officers, agents, employees and volunteers, shall be considered in excess of the Professional's insurance and shall not contribute to it. The Professional shall include all subcontractors as additional insureds under his policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. General Liability, Automobile Liability, and Professional Liability insurance shall be written by a carrier with an A:VUI or better rating in accordance with the current Best Key Rating Guide. Only insurance carriers licensed and admitted to do business in the State of Texas will be accepted. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. Master Services Agreement - Engineering Page 7 Version 5.19.2008 The City, its affiliates, their boards of directors, officers, agents and employees are to be added as "Additional Insured" on all policies other than the Workers' Compensation. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees, or volunteers. A Waiver of Subrogation in favor of the City of Georgetown with respect to Workers' Compensation insurance must be included. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, cancelled, or reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City of Georgetown. Type of Insurance (a) Workers' Compensation Coverage A - Coverage B - (b) General Liability Bodily Injury Bodily Injury Property Damage (c) Automobile Liability Minimum Coverage statutory $ 250,000 employer's liability $ 500,000 per person $1,000,000 per occurrence $1,000,000 per occurrence (including owned or leased vehicles) Bodily Injury $1,000,000 per occurrence Property Damage $ 500,000 per occurrence The automobile liability coverage shall apply to owned, non -owned, hired and leased vehicles. (d) Professional Liability $2,000,000 per occurrence. With approval of the City's Risk Manager, a Claims Made Policy may be accepted for Professional Liability Insurance, provided that the deductible limit shall not exceed Twenty Five Thousand Dollars ($25,000). (e) Copies of Policies. Before Services begin, a copy of the policies for all required insurance shall be filed with the CITY Purchasing Agent. (f) Other Insurance. Other or different insurance requirements shall be specified in a Task Order. ARTICLE 20. FORCE MAJEURE (a) The nonperformance or delayed performance by Professional or CITY of any obligation under the Contract shall be excused if such nonperformance or delay is caused by an event beyond the control of the affected Parry ("Force Majeure"), except to the extent that Professional knew of or should reasonably have been able to foresee such an event and failed to take reasonable measures to avoid the event. Items beyond the control of the Parties include, but are not limited to: acts of war, acts of a public enemy, acts of domestic or foreign terrorism, natural disasters, strikes, epidemics or quarantine restrictions, riot, or sabotage and acts of civil or military authority having jurisdiction. Master Services Agreement - Engineering Page 8 Version 5.19.2008 (b) Upon occurrence of a Force Majeure event, the date for performance of the Services shall be extended for a period equal to the time lost by reason of the delay, provided Professional or CrfY has taken reasonable steps to proceed with the performance of the Contract and has made written notification of such delay and of any corrective action taken. Professional shall not be entitled to any increase in compensation by reason of Force Majuere. (c) The following delays shall not constitute excusable delays in performance by Professional and shall not constitute a reason for extending the date for performance of the Services: (1) Delays by subcontractors or by suppliers for reasons other than Force Majeure; (2) Delays in approval of documentation because of inadequate performance or to unrealistic approval schedules; or (3) Delays caused by Professional's lack of sufficient personnel with the necessary skills. ARTICLE 21. GENERAL SAFETY, ENVIRONMENTAL AND SITE OPERATIONS (a) General. Professional, its employees and subcontractors shall perform all work required by this Contract in a safe and healthy manner. During the course of the work, the Professional shall comply with and enforce all laws, rules, regulations and industry practices applicable to worker safety and health. (b) Scope of Health and Safety Requirements. Professional will manage all of Professional's employees and subcontractors on site and will be accountable for their employees' and subcontractors' performance with respect to health and safety. (c) Mandatory Health and Safety Conditions. (1) Training/Qualification - Professional, its employees and subcontractors performing work on site shall be properly trained and qualified to perform the work they are expected to perform, and have received the necessary certifications and other credentials necessary to perform the work, as required. (2) Safety Orientation — Professional shall ensure all of its employees and subcontractors on site shall attend a safety orientation prior to the start of work. If any workers fail to attend the initial safety orientation, Professional shall designate an employee (e.g., site superintendent) to provide the orientation before those workers shall be allowed to start work. All safety orientations shall be documented and maintained for inspection. Safety orientation is only required once unless otherwise needed, or the Scope of Work changes. (d) Warnings & Barricades. Professional shall furnish, erect and maintain warning notices, signs, signals, lights, protective guards, enclosures, platforms and other devices as necessary to adequately protect all personnel on site; including but not limited to employees, subcontractors, other professionals, CITY workers and the public. (e) Personal Protective Equipment (PPE) & Safety Equipment. Professional shall ensure all contract employees and subcontractors are trained on and equipped with appropriate PPE and safety equipment (i.e. lanyards, harnesses, monitoring equipment, rescue equipment, fire extinguishers, etc.). (t) Periodic Inspections. Professional shall conduct regular health and safety inspections of the work area(s) and work being performed. CITY, or its agent, reserves the right to inspect the work site(s) at any time and without prior notice to Professional. (g) Safety Communications Master Services Agreement - Engineering Page 9 Version 5.19.2008 (1) Safety meetings — Professional shall ensure that all hazards and protective measures associated with the work being performed on site are properly communicated to all personnel on site. Professional shall conduct regular health and safety meetings. A copy of the minutes of such meetings shall be submitted to CITY, upon request. Professional is responsible for providing an interpreter if necessary to ensure its communications are understood by all workers. (2) Communications with CITY — The City's Designated Representative shall be the point of communication for all safety and health issues arising under this Contract. Professional shall communicate with the City's Designated Representative in the event of any of the following conditions: • Professional shall inform City's Designated Representative twenty-four (24) hours prior to any activity that could adversely affect a business organization. Examples of these "activities" include but are not limited to welding, painting, fire protection, system maintenance/repair and any activity impacting emergency systems/egress routes. City's Designated Representative will make all reasonable efforts to inform any parties potentially impacted by the activities. • Professional shall immediately inform the City's Designated Representative of all federal, state and local safety inspections, citations and penalties associated with the work. • Professional shall immediately notify the City's Designated Representative by verbal, person to person communication, in the event of any incident that results in a death, serious bodily injury or serious property damage related to any aspect of the project. Minor incidents and near -misses must be promptly communicated to the Project Contact. • Professional shall investigate all incidents resulting in personal injury or illness, property damage, or near -misses to determine the root causes and shall take appropriate action to eliminate such causes. A copy of the final investigation report shall be promptly submitted to the Project Contact. (3) Coordination with Other Officials — Professional is fully responsible for coordinating with the proper authorities for moving heavy equipment, location of underground utilities, erecting barricades, traffic control and other safety measures, unless otherwise specified. (4) Communications with Media Restricted - In the event of an accident or other condition on site, Professional shall not communicate with the media or any other entity without the expressed consent of the CITY. (h) SUSPENSION OF WORK AND LIMITATION OF LIABILITY. CITY RESERVES THE RIGHT THROUGH THE CITY'S DESIGNATED REPRESENTATIVE TO SUSPEND ALL OR ANY PORTION OF THE WORK BEING PERFORMED IN VIOLATION OF THESE PROVISIONS. CITY SHALL NOT BE LIABLE IN CONTRACT, TORT (INCLUDING WITHOUT LIMITATION NEGLIGENCE AND STRICT LIABILITY) WARRANTY OR UNDER ANY OTHER LEGAL THEORY) FOR JUDGMENTS, DAMAGES, COSTS OR EXPENSES RELATED TO ANY SUSPENSION OR STOPPAGE OF WORK, LOSS OF BUSINESS, OR OTHER SPECIAL, INCIDENTAL, CONSEQUENTIAL OR PUNITIVE DAMAGES IN CONNECTION WITH ANY FAILURE ON THE PROFESSIONAL'S PART TO ESTABLISH, ENFORCE OR ADEQUATELY MONITOR ITS HEALTH AND SAFETY PROGRAM. (i) Preliminary Submittals. Within ten (10) days after the effective date of the Contract and no later than the preconstruction conference, Professional shall submit to City's Designated Representative for review: (1) A letter designating onsite safety representative for general safety and specific activities; and (2) If applicable, a site safety plan to include plans for specific activities. Master Services Agreement - Engineering Page 10 Version 5.19.2008 (j) Other Requirements. Professional shall promptly settle rightful claims from counties, municipalities or private parties for road damage caused by trucks or heavy equipment driven to and from the job sites by third -party property by Professional, subcontractors or suppliers, or employees of any of them. If Professional fails to settle such claims promptly, CITY shall have the right to settle the claims and withhold the amount paid plus CITY's costs and expenses from Professional's payments under the Contract. (k) Environmental. Professional is solely responsible for all costs incurred by CITY for any spills or leaks caused by Professional or its subcontractors or consultants during performance of, or in connection with the Services. Without limiting the foregoing sentence, Professional shall be responsible for all costs incurred to contain, remediate and restore the site of the spill according to applicable state and federal laws and regulations, and if on CITY s property, according to CITY's requirements. CITY shall be responsible for all notifications required by federal, state or local law or regulation. The CITY shall identify to Professional the site supervisor (if applicable) and facility environmental manager (if applicable). Professional shall immediately notify the site supervisor, City's Designated Representative and the facility environmental manager with the nature and location of the spill. Professional shall provide a written report to CITY whose representative shall identify the substance, quantity released, location of the spill and perform clean up and remediation activities. If the spill occurs off the CITY's property, then the Professional shall also notify the CITY of any agencies notified and the representatives of the agencies contacted. The report shall be a narrative that summarizes on -scene activity and remediation efforts. If long-term remediation will be required, it shall be noted in the report. The initial report shall be provided to CITY within 24 hours after the incident. Follow-up reports shall be provided to CITY weekly until remediation efforts have been completed and the spill has been properly remediated. PROFESSIONAL SHALL INDEMNIFY AND HOLD CITY HARMLESS FROM ANY AND ALL LIABILITIES, INCLUDING, BUT NOT LIMITED TO, REMEDIATION COSTS, FINES, PENALTIES; COURT COSTS AND ATTORNEYS' FEES RESULTING FROM SPILLS, RELEASES, IMPROPER HANDLING AND/OR DISPOSAL OF WASTES BY PROFESSIONAL, ITS SUBCONTRACTORS AND/OR CONSULTANTS. (1) Confined Space Entry. Professional will perform confined space entries in strict accordance with OSHA 1910.146 Confined Space Standard. All Professional entries will be performed under the guidelines of the contractor's confined space program, which should include but not be limited to, all required personnel training, confined space monitoring and evaluation, entry tag system or any personnel protective equipment required by confined space conditions. All entries will be coordinated with the City's Designated Representative or System Operations Dispatcher to assure proper isolation and/or de -energizing of the confined space is performed. (m) Surplus Material. Unless otherwise directed through written instructions issued by CITY, Professional shall promptly remove all excess surplus material from the job site. Final payment for performance of the work shall not be due and payable until such materials are removed from the job site. If surplus materials are not removed from the job site within thirty (30) days of completion of the work, CITY may dispose of the materials and offset the cost associated with disposal against the unpaid balance of the Contract price. (n) Cleaning Jobsite. Professional shall clean the job site daily. (o) Facility Equipment Clearance and Lock Out Procedures. Facility Equipment Clearance and Lock Out Procedures shall be followed. Clearances shall be acquired by Professional and CITY personnel when required prior to performing work on any equipment. Professional shall be responsible for providing company locks. Professional's locks shall be clearly identified and shall have a tag for employee to print name. Master Services Agreement - Engineering Page I I Version 5.19.2008 ARTICLE 22. ASSIGNMENT This Contract is to be considered a personal Services Contract. Professional may not assign this Contract without the consent of CITY. Any permitted assignee must notify the CITY in writing that it accepts the assignment on the same terms and conditions contained in this Contract. No permitted assignment shall limit Professional's responsibility for performance of this Contract. Attempted assignment or delegation of this Contract, including obligations under it, without the written consent of CITY shall be void, and not merely voidable. ARTICLE 23. OWNERSHIP OF DELIVERABLES (a) The Parties agree that such items as plans, drawings, photographs, designs, studies, specifications, data, computer programs, schedules, technical reports or other work products which are developed and specified to be delivered under this Contract and which are paid for by CITY are considered instruments of services in respect of the Contract, but are subject to the rights of the CITY under this Contract. These rights include, but are not limited to the right to use, duplicate and disclose such items, in whole or in part, for the purpose of completing, maintaining and operating any building, structure, plant, equipment or system that may result from the performance of this Contract. If an item produced by Professional is copyrightable, Professional may copyright it, subject however to the rights of the CITY under this Contract. CITY is hereby granted and assigned a royalty free, non-exclusive, and irrevocable license to reproduce, publish, modify and use such items and to authorize others to do so solely for CITY's business purposes. Professional shall include in its subcontractor and consultant contracts, appropriate provisions to achieve the purposes set out here. (b) Intellectual property and rights to intellectual property owned by any Party on the date of this Contract shall remain the property of that Party. (c) PROFESSIONAL DOES NOT REPRESENT OR WARRANT THAT ANY DELIVERABLES WILL BE SUITABLE FOR REUSE ON ANY OTHER PROJECT. PROFESSIONAL DISCLAIMS LIABILITY FOR ANY REUSE OF THE DELIVERABLES ON ANY OTHER PROJECT THAT IS DONE WITHOUT THE EXPLICIT, WRITTEN APPROVAL OF THE PROFESSIONAL. ARTICLE 24. TERMINATION FOR CONVENIENCE (a) CITY shall have the right to terminate this Contract for its convenience at any time. After receipt of the notice of termination, the Professional shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due at that point in the Contract: (1) Stop all ongoing Services; (2) Place no further subcontracts or orders for materials or Services; (3) Terminate all subcontracts; (4) Cancel all materials and equipment orders, as applicable; and (5) Take any action that is necessary to protect and preserve all property related to this Contract that is in the possession of the Professional. (b) In the event of a termination under paragraph (a) of this Article, CITY shall pay equitable termination charges, including payment for portions of Services completed and materials purchased, profit on completed portions, and out -of --pocket costs that have been reasonably incurred by Professional as a result of terminating this Contract. CITY shall not be liable in connection with any termination under this Article for special, incidental, consequential or punitive damages, or for loss of anticipated future Master Services Agreement - Engineering Page 12 Version 5.19.2008 Services, anticipated profits, administrative costs or overhead on anticipated Services, or other indirect costs. ARTICLE 25. TERMINATION FOR CAUSE (a) The occurrence of any one or more of the following events will constitute an event of default: (1) Professional's persistent failure to perform the Services in accordance with the Contract Documents (including, but not limited to, failure to supply sufficiently skilled workers, suitable materials or equipment, or to adhere to project schedules as adjusted from time to time pursuant by the Parties); (2) Professional's disregard of applicable laws or regulations; (3) Professional's disregard of the authority of CITY's Designated Representative; (4) Professional's violation in any material way of any provisions of the Contract Documents; (5) Failure of Professional to pay subcontractors and/or material suppliers; or (6) Professional's violation of CITY's Ethics Ordinance (City Code of Ordinances Chapter 2.26) or any ethics policies that are applicable to City employees). (b) If one or more of the events identified in paragraph (a) occur, CITY may terminate this Contract if after giving Professional (and the surety, if any) seven (7) calendar days prior written notice, unless such event of default shall have been cured. (c) If this Contract has been so terminated by CITY, the termination will not affect any rights or remedies of CITY against Professional or any surety then existing or which may thereafter accrue. No retention or payment of moneys due Professional by CITY will release Professional from liability. (d) In such a circumstance, CITY shall notify Professional in writing of the termination, with copies of the notice to CrfY's jobsite personnel. ARTICLE 26. SUSPENSION (a) CITY may, at any time and at its sole option, suspend all or any portions of the Services to be performed under this Contract by providing ten (10) calendar days written notice to the Professional. Upon receipt of any such notice, Professional shall: (1) Immediately discontinue the Services on the date and to the extent specified in the notice; (2) Place no further orders or subcontracts for materials, Services or facilities with respect to the suspended portion of the Services, other than to the extent necessary to protect any portion of the Services already performed; (3) Promptly make every reasonable effort to obtain suspension, upon terms satisfactory to CITY, of all orders, subcontracts and rental agreements to the extent that they relate to performance of the portion of Services suspended by the notice; (4) Continue to protect and maintain the portion of the Services already completed, including the portion of the Services suspended hereunder, unless otherwise specifically stated in the notice; and (5) Continue to perform Professional's obligations for the portions of the Services not suspended. (b) As full compensation for such suspension, Professional will be reimbursed for the following costs, reasonably incurred, without duplication of any item, to the extent that such costs actually result from such suspension of Services. Master Services Agreement - Engineering Page 13 Version 5.19.2008 (1) A reasonable standby charge to be negotiated between CITY and the Professional sufficient to compensate Professional for keeping (to the extent required in the notice) its organization and equipment committed to the Services in a standby status; (2) All reasonable costs associated with demobilization of Professional's facility, forces and equipment; and (3) A reasonable amount to be negotiated between CITY and the Professional to reimburse the Professional for the cost of maintaining and protecting that portion of the Services upon which activities have been suspended. (c) Upon receipt of notice to restart the suspended portion of the Services, Professional shall immediately resume performance on the suspended portion of the Services to the extent required in the notice. Within fourteen (14) calendar days after receipt of notice to restart the suspended portion of the Services, the Professional shall submit a revised schedule for approval by CITY. If, as a result of any suspension, the cost to Professional of subsequently performing the Services or the time required to do so is changed, a claim for an adjustment in the Contract price may be made. Any claim on the part of Professional for change in price or extension of time shall be made in accordance with this Contract. ARTICLE 27. DISPUTE RESOLUTION The Parties agree that in the event of a dispute concerning the perfonnance or non-performance of any obligations flowing from or as a result of this Contract and prior to the initiation of any litigation, the Parties will voluntarily submit the dispute to an agreed mediation center or mediator for mediation as though it were referred through the operation of the Texas Alternative Dispute Resolution Procedures Act, Title 7, Chapter 154, TEX. CIV. PRAC. & REM. ANN., (Vernon's 1986). No record, evidence, statement or declaration resulting from or in connection with such alternate dispute resolution procedure may be used in evidence in subsequent litigation except to demonstrate that this Article has been complied with in good faith by a Party. Professional shall proceed diligently with performance of the Contract, pending final resolution of any request for relief, claim, appeal, or action arising under the Contract. ARTICLE 28. NOTICES All notices or other communications required under this Contract must be made in writing and sent either by personal delivery, registered or certified mail (in each case with return receipt requested and postage prepaid), nationally recognized overnight courier (with all fees prepaid), facsimile, or e-mail the other Party. Changes to name or address for notice are not effective unless they are in writing and provided to the other party in the same manner as other notices under this Contract. Notice is effective only sent using one of the methods specified above and if actually received. CITY: City of Georgetown Attn: Thomas R. Benz, P.E., Systems Engineering Manager P.O. Box 409 Georgetown, TX 78626 Fax No.: 512-930-3559 E-Mail:tbenz@georgetowntx.org Master Services Agreement - Engineering Version 5.19.2008 PROFESSIONAL: Klotz Associates, Inc. Attn: Scott Dukette, P.E. 901 S MoPac Expressway, B -V, Ste 220 Austin, TX 78746 Fax No.: (512) 328-5774 E -Mail: scott.dukette@klotz.com Page 14 with a copy to: Marsha Iwers P.O. Box 409 Georgetown, TX 78626 Fax No. 512-930-9027 E -Mail: mei@georgetowntx.org ARTICLE 29. TITLES AND SECTION HEADINGS The titles and section headings of this Contract are included for convenience only and shall not be deemed to constitute a part of this Contract. ARTICLE 30. INTERPRETATION AND RELIANCE While this Contract form was initiated by CITY, Professional had the opportunity to take exception to and seek clarification of it. Thus, this Contract is the product of negotiations between the Parties. No presumption will apply in favor of any Party in the interpretation of this Contract or in resolution of any ambiguity of any provision. ARTICLE 31. FAILURE TO ACT No action or failure to act by either Party shall be a waiver of a right or duty afforded under the Contract, nor shall such action or failure to act constitute a breach of this Contract, except as specifically agreed to in writing. ARTICLE 32. CONTRACT NON-EXCLUSIVE The Contract is not exclusive. Professional has the right to perform Services for others during the term of the Contract, and CITY has the right to hire others to perform the same or similar tasks. ARTICLE 33. THIRD PARTY BENEFICIARIES There are no third party beneficiaries to this Contract and the provisions of this Contract shall not create any legal or equitable right, remedy or claim enforceable by any person, firm or organization other than the Parties and their permitted successors and permitted assigns. ARTICLE 34. MITIGATION OF DAMAGES In.0 cases the Party establishing or alleging a breach of contract or a right to be indemnified in accordance with this Contract shall be under a duty to take all necessary measures to mitigate the loss which has occurred, provided that it can do so without unreasonable inconvenience or cost. ARTICLE 35. SEVERABILITY This Contract is severable and if any one or more parts of it are found to be invalid, such invalidity shall not affect the remainder of this Contract if it can be given effect without the invalid parts. Master Services Agreement - Engineering Page 15 Version 5.19.2008 ARTICLE 36. NON -COLLUSION: PROHIBITED FINANCIAL INTERESTS• PROHIBITED POLITICAL INFLUENCES Professional warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Professional, to solicit or secure this Contract, and that the/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 deduce from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Professional covenants and represents that Professional, 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. Professional hereby represents and warrants to City, with the intention that City rely on this representation in entering this Contract, that no portion of any payment to Professional by City pursuant to this Contract shall be: (i) used as a bribe, kickback, rebate, or illegal political contribution of the purpose of obtaining political influence; or (ii) in violation of applicable regulations, tax laws or regulations or other laws of any jurisdiction. Professional hereby represents and warrants to City that Professional shall not perform any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under a Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. ARTICLE 37. INTEGRATION & CONTRACT MODIFICATION This Contract, including its exhibits and Task Orders issued pursuant to it, contains the entire and integrated agreement between Professional and CITY as to their subject matter and supersedes all prior negotiations, correspondence, understandings, representations and agreements, written or oral, related to it. In case of conflict between the terms and conditions of this Contract and those of any standard sales forms presented by Professional or such forms appearing in or referenced by Professional's bid or proposal, the terms and conditions of this Contract shall prevail. The terms and conditions of this Contract can be modified only by a writing signed by an authorized representative of both Professional and CITY. ARTICLE 38. APPROVAL Task Orders that exceed $15,000 (either initially or through a change order) must be approved by the City Council before they become effective. Change orders to Task Orders or contracts must be approved by the City Council if they exceed $15,000, either separately or in the aggregate. Change orders and Task Orders must be executed by an authorized representative of each Party. The City may unilaterally adjust the dollar amounts in this Article based on changes in state law or in Council approved purchasing and contracting policies; notice of any such adjustments shall be provided to Professional. Master Services Agreement - Engineering Page 16 Version 5.19.2008 ARTICLE 39. SECURITY AT CITY JOB SITE Professional shall provide a list of names of its and its subcontractor's employees to the CITY project manager prior to commencing work at any CITY facility. The employee will only be allowed on any CITY job site, if the employee is able to show photo identification and their name is on the list. Any addition or deletion must be provided to the CITY project manager. THE CITY OF GEORGETOWN, TEXAS: By: Name: George G. Garver Title: Mayor Date: ATTEST: Sandra D. Lee, City Secretary APPROVED AS TO FORM: Patricia E. Carls, City Attorney Attachment A — Task Order PROFESSIONAL: Klotz Associates, Inc. 01WA)II FA Name: Scott Dukette Title: Vice President Date: 1p/a.7 0 Master Services Agreement - Engineering Page 17 Version 5. 19.2008 Council Meeting Date: July 22, 2008 Item No. M-C'� AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible recommendation to approve Task Order No. 1 with Klotz Associates, Inc., of Austin, to develop the Preliminary Route Alignment for the connection over IH 35 from Northwest Boulevard in an amount of $ 21,000.00. ITEM SUMMARY: The City has contracted with Klotz Associates, Inc., for professional engineering services. Pursuant to the Master Services Agreement (MSA), Task Order No. 1 (attached) defines the scope of work, schedule, etc., for developing a Preliminary Route Alignment for the bridge over IH 35 connecting Northwest Boulevard with the intersection of FM 971 and Austin Avenue. SPECIAL CONSIDERATIONS: None GTEC PROJECT FINANCIAL IMPACT: Funds for this expenditure are budgeted in the Economic Development Projects Pool in FY 2007/2008 and FY 2008/2009: Fund Cost Budget 400-9-0980-90-044 NW Blvd Bridge $ 21,000.00 $ 21,000.00 GTEC BOARD RECOMMENDATION: GTEC recommended approval of Task Order No. 1 with Klotz Associates, Inc unanimously. STAFF RECOMMENDATION: Staff recommends approval of Task Order No. 1 with Klotz Associates, Inc., of Austin, in an amount of $ 21,000.00. None. ATTACHMENTS: Task Order No. 1 Submitted By: Bill Dryden P. 9, Transportation Engineer Utility E. T C FEE SCHEDULE PROJECT NAME: Northwest BNd. Extension from Washam Drive to FM 971 CONTRACT NUMBER: TASK ORDER # 1 PROFESSIONAL PROVIDER NAME: KLOTZ ASSOCIATES, INC TASK DESCRIPTION PRINCIPAL PROJECT MANAGER SENIOR ENGINEER PROJECT ENGINEER GRADUATE ENGINEER CML DESIGNER CADD TECH CLERICAL TOTAL LABOR COSTS NO OF DWGS MILEAGE (420 MI. Q $0.505 per mile) 420 $212.10 PLOTTING 90 @ $5.00 per plot toot) 90 $45000 PHOTO COPIES (81/2' x 11': 200 Q $0.15 pW copy) 200 $3000 DELIVERIES (2 Q 525.00 per delivery) ROUTE i DESIGN STUDIES FC 110) $50,00 Misc. - Phone, fax. PDF. elc. 1 $2290 SUBTOTAL DIRECT EXPENSES $766.00 GRAND TOTAL I I I 1 $21,000.00 COLLECT AND REVIEW EXISTING INFORMATION 0 1 0 2 5 0 0 0 $1,025.00 WA DOCUMENT EXISTING AND PROPOSED DEVELOPMENT 0 2 0 4 0 0 0 0 $950.00 WA CONDUCT FIELD RECONNAISSANCE 0 4 0 4 0 0 0 0 $7,400.00 N/A PREPARE PRELIMINARY COST ESTIMATES 0 2 0 2 4 0 0 0 $1.140.00 WA CONCEPTUAL LAYOUTS FOR NW BLVD., IH -W FTG RD 8 FM 971 0 4 0 4 6 0 8 0 $2,820.00 N/A FINALIZE PRELIMINARY LAYOUT AND TYPICAL SECTIONS 0 8 0 B 12 0 20 0 $5,520.00 N/A DIRECT LABOR COSTS 1 $940.00 $3.375.00 1 $0.00 $1,350.00 $0.00 $0.00 1 5000 $350.00 1 36,015.00 HOUR SUBTOTALS 0 21 0 24 27 0 28 0 100 LABOR RATE PER HOUR $235.00 $22500 $175.00 $150.00 $125.00 $110.00 $9000 $70.00 $6,015.00 DIRECT LABOR COSTS$0.00 N,72500 $0.00 $3,600.00 $3,375.00 $0.00 $2,52000 $0.00 $14,220.00 SUBTOTAL IFC 110) $14,120.00 TASK DESCRIPTION PRINCIPAL PROJECT MANAGER SENIOR ENGINEER PROJECT ENGINEER GRADUATE ENGINEER CML 1 DESIGNER CPDD TECH CLERICAL TOTAL LABOR HRS. 8 COSTS NO OF DWGS MILEAGE (420 MI. Q $0.505 per mile) 420 $212.10 PLOTTING 90 @ $5.00 per plot toot) 90 $45000 PHOTO COPIES (81/2' x 11': 200 Q $0.15 pW copy) 200 $3000 DELIVERIES (2 Q 525.00 per delivery) COORDINATION AND MEETINGS FC 164 $50,00 Misc. - Phone, fax. PDF. elc. 1 $2290 SUBTOTAL DIRECT EXPENSES $766.00 GRAND TOTAL I I I 1 $21,000.00 COORDINATIONWEETINGS WITH GEORGETOWN (4 MEETINGS) 0 12 0 9 0 0 D 4 $2,960.00 N/A COORDINATION/MEETINGS WITH T%DOT (1 MEETINGS) 0 3 0 0 0 0 0 1 $745.00 WA PROJECT MANAGEMENT 4 12 0 0 0 0 0 6 $4,06000 WA HOUR SUBTOTALS 4 15 0 9 0 0 0 5 33 LABOR RA TE PER HOUR $23500 $22500 $175.00 $150.00 $125.00 $11000 $90.00 $70.00 DIRECT LABOR COSTS 1 $940.00 $3.375.00 1 $0.00 $1,350.00 $0.00 $0.00 1 5000 $350.00 1 36,015.00 SUBTOTAL (FC 164) I 1 $6,015.00 PAGE 1 OF 1 DIRECT EXPENSES MILEAGE (420 MI. Q $0.505 per mile) 420 $212.10 PLOTTING 90 @ $5.00 per plot toot) 90 $45000 PHOTO COPIES (81/2' x 11': 200 Q $0.15 pW copy) 200 $3000 DELIVERIES (2 Q 525.00 per delivery) 2 $50,00 Misc. - Phone, fax. PDF. elc. 1 $2290 SUBTOTAL DIRECT EXPENSES $766.00 GRAND TOTAL I I I 1 $21,000.00 PAGE 1 OF 1 ATTACHMENT A TASK ORDER 1 Mr. Tom Benz, P.E. City of Georgetown P.O. Box 409 Georgetown, Texas 78627 General Description of Services or Project: Conceptual schematic(s) for Northwest Boulevard extension from west of IH -35 to Austin Avenue. Realignment of FM 971 to connect to NW Blvd. at Austin Avenue. Extension of northbound IH 35 frontage road from Williams Drive to NW Blvd. extension on east side of IH -35. NW Blvd. Project will be coordinated with the proposed Williams Drive Gateway Plan. City Provided Information or Work: The City shall provide the following services or perform the following work (describe): Provide aerial photogrammetry with one foot contours/dtm in electronic format. Provide existing city information for known city utilities, proposed development/driveways or streets, tax maps/lot information and existing/proposed Right -of -Way data. Timely (15 business days) reviews and comments. Provide (if available) City of Georgetown design Standards and specifications. Any documents or information related to the Work/Services provided by the City to the Professional, including, without limitation, engineering studies, maps, reports, filed data, notes, plans, diagrams, sketches, or maps (the "Information") is and shall remain the property of the City, and Professional shall have no ownership or other interest in same. The Professional shall deliver to the City, if requested, a written itemized receipt for the Information, and shall be responsible for its safe keeping and shall return it to the City, upon request, in as good condition as when received, normal wear and tear excepted. Master Services Agreement - Engineering Attachment A Version 1.31.2008 Page 1 Scope of Work: (describe in detail using additional or separate sheets if necessary): Collect and review existing information from City, including the Williams Drive Gateway Plan. Document existing and proposed (provided by city) development. Conduct field reconnaissance, including visible utilities. Prepare 2 alternative alignments for NW Blvd. extension to cross Austin Avenue and connect to FM 971. Prepare a conceptual layout for the extension of northbound IH -35 frontage road from Williams Drive to NW Blvd. Finalize one conceptual schematic for NW Blvd., FM 971 and IH -35 frontage road. Coordinate with TxDOT for conceptual schematics. Attend up to five meetings total with City, TxDOT, GTEC or GTAB for coordination. Project management and weekly (or less if requested) progress reports. Deliverables: Conceptual schematic for up to two alignment alternatives for City selection. One final conceptual schematic, which will show visible utilities, aerial background, proposed typical sections and ROW requirements. Utilizing one foot contours, produce proposed cross sections, proposed retaining walls and earthwork quantities for use in cost estimates below. Probable cost of construction estimates for final conceptual schematic. Attend up to five total meetings. Provide weekly progress reports and monthly invoices estimated on percent complete. Statement Regarding Non -Collusion; Prohibited Financial Interests; Prohibited Political Influences: (Per Article 36 in the Master Service Agreement): Professional hereby represents and warrants to City that Professional shall not perform any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under this Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. Master Services Agreement - Engineering Attachment A Version 1.31.2008 Page 2 Compensation: (Pick one) ❑ Time and Materials with Amount Not to Exceed: -Services to be provided at rates shown on Exhibit B in an amount not to exceed $ DOLLARS and CENTS. X Lump Sum: Services to be provided at rates shown on Exhibit B in an amount not to exceed $ Twenty One Thousand ($21,000.00) DOLLARS and ZERO CENTS. APPROVED: CITY OF GEORGETOWN 0 Title: City Designated Representative Phone: Date: Master Services Agreement - Engineering Version 1.31.2008 PROFESSIONAL: KLOTZ ASSOCIATES, INC. Name: Scott Dukette Title: Professional Designated Representative Address: 901 S MoPac Exprwy B V, Ste 220 Austin TX 78746 Phone: (512) 328-5771 Fax:—(512) 328-5774 E-Mail:scott.dukette@klotz.com Attachment A Page 3 Agenda Item Check List &MUM Financial Impact Agenda Item: Proposed Northwest Boulevard Alignment Study Agenda Item Subject: Consideration and possible recommendation to approve Task Order No. 1 with Klotz Associates, Inc., of Austin, to develop the Preliminary Route Alignment for the connection over IH 35 from Northwest Boulevard in an amount of $ 21,000.00. Is this a Capital Improvement O Yes 0 No Project: Council Date: 07/22/2008 link to Agenda database => p Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council • Yes 0No • Yes 0No Economic Development Projects Pool in FY 2007/2008 and FY 2008/2009 $ 21,000.00 Is there something (budgeted) that won't get O Yes 0 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? 0 Yes 0 No Ther will be additional costs associated with Final design and construction of this project Yes 0 No Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: O Yes 0 No If so, what division(s)? Prepared by: Bill Dryden Date: 07/15/2008 You are an Administrator of the approval process Approval Cycle Settings Council Meeting Date: July 22, 2008 AGENDA ITEM COVER SHEET Item No. -T- I SUBJECT: Discussion and possible action to renew the existing brush -grinding contract between the City of Georgetown and Austin Wood Recycling (AWR) of Cedar Park, Texas, for routine brush grinding services at the Collection Station. ITEM SUMMARY: At the June 27, 2007 Council meeting, Council approved a one-year contract with Austin Wood Recycling. The bid and the contract with Austin Wood Recycling included an option to renew for two (2) one-year extensions upon mutual agreement of both the vendor and the City. The first year of this contract expired June 30, 2008 and staff is requesting approval to renew the contract for the first additional one-year period with an option to renew for the last additional one-year period. Austin Wood Recycling has been a satisfactory vendor and has agreed to renew at the same cost. The terms and conditions of the contract remain the same. The contract is for $1.57/cyd and any 08/09 expenses based on this agreement will be approved per budget in the future. SPECIAL CONSIDERATIONS: None GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the July 15, 2008, GUS Board meeting. COMMENTS: Staff recommends the extension of the existing contract. ATTACHMENTS: 1. Letter of Agreement Submitted By: Environmental Services 0 AUSTIN -s 0 WOOD ;ZEC=YC-ING ®0 GKIN BU DIR PROGRAM 3875 E. WHITESTONE BLVD. CEDAR PARK,'IN 78613 PH: 512-259-7430 PAX: 512-259-6482 June 24, 2008 Rachel Osgood Georgetown Utility Systems Coordinator/Environmental Services P.O. Box 409 Georgetown, TX 78627 512-930-8131 office 512-677-0748 cell 512-931-7713 fax Ms. Osgood: Please accept this letter as our intent to renew our current contract with the City of Georgetown for the period of one additional year. Austin Wood Recycling / Austin Land Service agree to the same terms and conditions set forth in the original contract. At this time, I would like to thank you and the City of Georgetown for the opportunity to be a part of the City's recycling program. We enjoy working with you and all of the city employees involved in this process. Thank you, Jerome Alder Vice President Austin Wood Recycling/Austin Land Service Agenda Item Check List rrt Financial Impact Agenda Item: Agenda Item Subject: Discussion and possible recommendation to extend the existing brush -grinding contract between the City of Georgetown and Austin Wood Recycling (AWR) of Cedar Park, Texas for routine brush grinding services at the Collection Station. Is this a Capital Improvement O Yes 0 No Project: Council Date: 07/22/2008 link to Agenda database => Gil Need Help? Was it budgeted? 0 Yes O No Is it within the approved budgeted amount? 0 Yes O No If not, where is the money coming from? G/L Account Number 630-5-0533-51-344 Amount Going to Council Is there something (budgeted) that won't get O Yes 40 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's O Yes 0 No budget? If so, please explain. Does this project have future revenue O Yes 0 No impact? Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: C' Yes 0 No If so, what division(s)? Prepared by: Rachel Osgood Date: 07/14/2008 Agenda Item Checklist. In Process (Jim Lori Briggs gkford (Chief an silty Manager ant 107/15/2008 12:46:55 PM 107/15/2008 12:46:55 PMI I - Approval Cycle Settings Council Meeting Date: July 22, 2008 Item No. (' d AGENDA ITEM COVER SHEET UB T: Consideration and possible action to award a contract to Keystone Construction, Inc. of Austin, Texas for the construction of the Leander Pump Station Expansion in the amount of $271,000.00. ITEM SUMMARY: The proposed project includes the addition of one 800 gpm pump and the replacement of the existing 150 gpm pump with an 800 gpm pump and related motor control changes. The improvements will provide additional pumping capacity and improved fire flows to developments served by the 1178' pressure plane (increase from 1,350 gpm to 2,800 gpm.) This project is required as part of agreements with Parkside and Mayfield MUDS and Water Oak development. Water Oak will be reimbursing the City for the cost of one of the 800 gpm pumps (approximately $46k). The cost for this project is higher than originally budgeted due to equipment cost increases and expansion of scope to include the replacement of the 150 gpm pump with a 800 gpm pump to maximize fire flows and set up the station for operation with an elevated storage tank. The low bidder, Keystone Construction, Inc. is one of 6 bidders out of 7 plan holders. They have recently completed plant construction projects in the central Texas area. Therefore, staff believes Keystone is qualified to construct this project. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funds for this expenditure are budgeted in the Water Capital Fund. The additional cost will be funded by shifting some 2006 annexation related water projects from 2007/08 into 2008/09 where originally scheduled. The resultant cash balance from current year appropriations will provide the necessary funds for the project: Fund cost Budget 660-9-0580-90-112 Leander Pump Station Upgrade $271,000.00 $115,000.00 660-9-0580-90-120 2006 Annexation $172,000.00 GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the July 15, 2008, GUS Board meeting. The staff recommends awarding the contract for the construction of the Leander Pump Station Upgrade to Keystone Construction, Inc. for $271,000.00. ATTACHMENTS: Engineers letter Site Plan Submitted By: Glenn W. Dishong, C tim Rigs Water Services. Director Assistant for Utility 12357-A 8iata Trace Parkway, Suit _ Austin, Texas 78727 tel: 512 3461100 tax: 512 345-1483 July 7, 2008 Mr. Tom Benz, P.E. System Engineering Manager Georgetown Utility System City of Georgetown 300 Industrial Ave. Georgetown, TX 78626 RECEIVED JUL 0 92008 GEORGETOWN UTILITY SYSTEMS Subject: Leander Road Booster Pump Station Expansion Project No. 2BD Recommendation of Award Dear Mr. Benz: On July 3, 2008 at 10:00 am, bids were received for the Leander Road Booster Pump Station Expansion project. Six bids were received. The Total Base Bid amounts for the bids are listed below: Keystone Construction, Inc. $271,000.00 Excel Construction Services, LLC $277,000.00 Hoover Construction Co., Inc. $280,702.00 Cunningham Constructor; & Associates, Inc. $306,800.00 Austin Engineering Co., Inc. $308,500.00 Electro Mechanical Services $309,429.00 The low bidder for the project is Keystone Construction, Inc. at $271,000.00. Keystone has successfully completed CDM designed projects in the past and has recently completed a CDM designed pump station expansion for the City of Round Rock. We believe that Keystone has the experience and the capacity to complete the Leander Road Booster Pump Station Expansion project within the time frame described in the contract. We therefore recommend that the Leander Road Booster Pump Station Expansion contract be awarded to Keystone in the amount of $271,000.00. File: Rewmmenoatiw of Award to Keystone (07 07 2008) consulting • engineering • construction • operations Mr. Tom Benz, P.E. July 7, 2008 Page 2 If you have any questions regarding this recommendation of award or the project in general, please contact me. Sincerely, Allen D. Woelke P.E. Vice President Camp Dresser & McKee Inc. xc: Glenn Dishong, City of Georgetown Michael Hallmark, City of Georgetown YACity of Georgetown\Leander Road Pump StationlComespondence\Recommendation of Award to Keystone (07 07 2008).doc LEAN ER ROAD BOOSTER PUMP STATION EXPANSION I I r 1 1 I, 1 I I 'll I I I 'Il I I 1 1 11 1 , XrS t0 'I 1 1 I 'I I , a nn , 1 �fH1h0 cw.n eswmc rar 1 1 IN/K 1 1 gam' OM wir ' I LLL r, mn,rr �rr w'I ' J 1 re e�mlew wW® nww.matt COMRI(:iOR UYO(IWN MfA I .frr'ro 1 I � ' ----------------------------------------------- LEAN ER ROAD BOOSTER PUMP STATION EXPANSION I I r SITE PLAN 7 1 I, 1 I I 'll I I I 'Il 1 1 1 1 11 SITE PLAN 7 Agenda Item Check List Agenda Item: Agenda Item Subject: Is this a Capital Improvement Project: Council Date: Was it budgeted? rr' Financial Impact Leander Pump Station Upgrade Consideration and possible recommendation to award a contract to Keystone Construction, Inc. of Austin, Texas for the construction of the Leander Pump Station Expansion in the amount of $271,000.00. • Yes No 07/22/2008 link to Agenda database => 46 Need Help? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number • Yes No Yes • No Additional funds will come from deferral of some 2006 annexation -related projects into 08/09 where originally scheduled. (Projects were scheduled for 07/08 to levelize capital spending) 660-9-0580-90-112 Amount Going to Council $ 271,000.00 Is there something (budgeted) that won't get • Yes No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? 2006 Annexation -related projects will be moved to 08/09 where originally scheduled Yes • No Yes • No Year: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: If so, what division(s)? Department: Increased electrical costs until Escalera Elevated Storage tank is complete, resulting in reduced electrical costs. Yes • No Prepared by: Glenn DishongDate: 07/10/2008 Item Checklist: In Process pprovers itlessignetl lNotified eceivetl tatus Change; Jim Briggs Assistant City Manager 07/10/2008 09:51:32 AM 07/10/2008 09:51:32 AM P711012008 11:24:34 AM 07/10/2008 11:2 Micki Rundell I Director of Finance and A 07/10/2008 11:24:56 AM 07/10/2008 11:24:56 AM Approval Cycle Settings Council Meeting Date: July 22, 2005 Item No. LL —� AGENDA ITEM COVER SHEET SUBIEc r: Consideration and possible action to approve a Master Services Agreement with Kimley-Horn and Associates, Inc., of Austin, Texas, for professional engineering services. ITEM SUMMARY: Council directed Staff to pursue developing a Road Impact Fee Program. Pursuant to that direction, Staff developed and published a Request for Proposals and received Statements of Qualifications (SOQ) from two firms, Duncan Associates, Inc., and Kinley-Horn and Associates, Inc., both with offices in Austin. The SOQs were evaluated by a team consisting of representatives from Finance, Planning, Purchasing, Transportation and Systems Engineering. After the reviewing the qualifications statements and interviewing each firms, staff selected Kimley Hom and Associates, Inc., as the best qualified firm. Attached for your review and consideration is a Master Services Agreement (MSA) (attached) with Kimley-Horn and Associates, Inc. The MSA contains the basic terms governing the relationship between the City and the engineer. The MSA would have a term of one year, renewable for up to four additional terms. During the contract term, the City could issue Task Orders to the engineering firm for specific projects. The Task Orders would contain all of the details that would be specific to a certain project – e.g., scope, schedule, cost, etc. Task Orders would be approved by the authorized City representative(s) in accordance with the City's purchasing policy – which currently requires that all professional services contracts for $15,000 or greater be approved by the City Council. Approval of the MSA is not a guarantee of work, but approval of the MSA allows for Task Orders to be issued in an expeditious way that will allow for efficient project management. SPECIAL CONSIDERATIONS: None GTAB BOARD RECOMMENDATION: GTAB recommendation will be presented during the Council Meeting. STAFF RECOMMENDATION: Staff recommends entering into an MSA with Kinley-Horn and Associates, Inc. IR.7T ATTACHMENTS: Master Services Agreement with Kimley-Horn and Associates, Inc. Submitted By: Bill Dryden P. l�/., — Jim Transportation Engineer < for Utility PROFESSIONAL SERVICES CONTRACT MASTER SERVICES AGREEMENT ENGINEERING SERVICES This is a Professional Services Contract ("Contract") between the City of Georgetown, Texas (the "CITY") and Kimley-Horn and Associates. Inc.. ("Professional"), collectively referred to as the "Parties" or individually as a "Party", made for and in consideration of the payment terms and performance obligations herein described. WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Engineering Services Procurement Act" provides for procurement by municipalities of services of professional engineers; and WHEREAS, City and Professional desire to contract for such professional engineering services; and WHEREAS, City and Professional wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, for and in consideration of the mutual promises contained herein and other good and valuable consideration, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: ARTICLE 1. SERVICES TO BE PROVIDED (a) Professional shall provide professional services (the "Services") to CITY under individual assignments ("Task Order(s)") in the general format shown in Attachment A to the Agreement. The Services that Professional may be requested to perform include professional engineering services such as civil engineering site services, utility line design, drainage calculations and design, street design, and related surveying, GIS mapping, investigations, studies, reports, reviews, designs, and consultations. CITY will provide a written Task Order, including a written scope of work ("Scope of Work") describing the particular tasks to be performed, to Professional for the particular task and a specific price or a formula by which the price can be determined. No Services are authorized unless authorized representatives of both Parties sign such a Task Order. This Contract does not guarantee a minimum amount Professional will be paid or a minimum number of Task Orders. (b) Notwithstanding anything to the contrary contained in this Contract, CITY and Professional agree and acknowledge that CITY is entering into this Contract in reliance on Professional's special and unique abilities with respect to performing the Services. Professional represents that there are no undisclosed obligations, commitments or impediments of any kind that will or could taint, limit or prevent performance of the Services. (c) Changes in Services. CITY may request additional Services or changes in the Services as the project progresses. If so, changes in the Scope of Work shall be initiated by a written change order ("Change Order") signed by an authorized representative of each Party. The Change Order shall describe the Services to be added, changed or deleted and shall state the additional cost or cost reduction and schedule changes, if any. Verbal Change Orders shall have no effect, except in cases of an emergency threatening personal injury or property damage. The terms and conditions of this Contract may be modified only by a written amendment signed by an authorized representative of each Party. Master Services Agreement - Engineering Version 1.31.2008 Page 1 (d) Effect of Expiration on Task Orders. Upon expiration or earlier termination of this Contract, these terms and conditions shall continue in full force and effect with respect to any Task Order awarded under this Contract that has not been completed or otherwise terminated. ARTICLE 2. CONTRACT DOCUMENTS (a) General Definition. In order of precedence, this Contract shall consist of the following documents ("Contract Documents"): (1) All written Change Orders executed after the effective date of this Contract by an authorized representative of each Party; (2) Each Task Order executed pursuant to this Contract by an authorized representative of both Parties; (3) The Scope of Work attached to each Task Order; (4) This Contract; and (5) Any other documents specifically identified as Contract Documents. (b) Exclusion from Contract Documents. No terms and conditions submitted by Professional in connection with any proposal or proposed Task Order that conflict with the terns and conditions contained in this Contract will be considered part of the Contract Documents unless expressly accepted in writing by the CITY. ARTICLE 3. TERM This Contract is for a one (1) year period, with an option to extend for four (4) consecutive one (1) year periods, not to exceed a maximum of five (5) years. The primary term begins upon execution of this Contract by an authorized representative of the CITY. This Contract will be deemed to extend beyond its expiration or termination date with respect to any Task Order being performed under it at that time, unless the Task Order is also terminated. ARTICLE 4. SCHEDULE Time shall be of the essence for performance under this Contract. Professional agrees to perform all obligations and render the Services set forth in this Contract or any Task Order issued pursuant hereto in accordance with any timelines included in the Scope of Work, except as the Parties may otherwise mutually agree to in writing. If required by the Scope of Work, a specific Services progress schedule will be developed for each individual task in compliance with the Scope of Work. ARTICLE 5. PRICE The price to be paid for Services under any Task Order shall be a not to exceed price as agreed in a particular Task Order. ARTICLE 6. PAYMENT (a) Notwithstanding anything in this Contract to the contrary, all payments to be made by the CITY hereunder are subject to Ch. 2251 of the Texas Government Code, popularly known as the Prompt Payment Act. Payment in full for invoices shall be due within thirty (30) days from date the invoice is received by CITY. Invoices paid more than thirty (30) days after the invoice is received are subject to a late charge of 1% per month (12% APR) on the amount of the undisputed past due balance. (b) Invoices for payment under this Contract shall be sent to: Master Services Agreement - Engineering Version 1.3 12008 Page 2 City of Georgetown Attn: Accounts Payable P.O. Box 409 Georgetown, Texas 78626 CITY's purchase order numbers shall be included prominently on each invoice. Payments may be based on completion of the Services, fulfillment of milestones, progress payments or any other method that is established in the agreed Task Order. In no event shall Professional invoice CITY more than once a month. (c) No invoice shall be considered complete or payable unless all documentation is submitted with invoice supporting reimbursable and CITY approved expenses, such as time sheets, transportation, lodging and meal expenses. Alcohol and entertainment expenses are not reimbursable. ARTICLE 7. ACCEPTANCE OF THE SERVICES When Professional can demonstrate that the Services are complete in accordance with the acceptance criteria included in the Task Order and so notifies CITY, CITY shall review the Services for general compliance with the Contract. If the Services appear to comply with the Contract requirements, and Professional has furnished any required documentation, CITY shall notify Professional in writing of CITY's acceptance of the services ("Acceptance of the Services"). Acceptance of the Services shall not limit nor diminish Professional's warranties and standards with respect to the Services. ARTICLE 8. JOBSITE INSPECTION If applicable to the Services and required by the CITY, Professional's representatives shall inspect the jobsite and clearly understand the requirements and risks of the Services to be performed, the jobsite conditions, traffic conditions, the proximity of high-voltage power lines, buried utilities, biological hazards and other local conditions likely to affect Professional's performance before accepting any Task Order. Acceptance of a Task Order shall constitute the Professional's certification that it has by inspection satisfied itself with respect to all such local conditions and is willing to accept all risks they impose. ARTICLE 9. INDEPENDENT CONTRACTOR Professional shall perform in all respects as an independent contractor and not as an employee, partner, joint venturer or agent of the CITY. The Services to be performed by Professional shall be subject to the CITY's review, approval and acceptance as provided in the Contract Documents, but the detailed manner and method of performance shall be under the control of Professional. The accuracy, completeness and scheduling of the Services and the application of proper means and methods for performance of the Services are entirely the responsibility of Professional. Professional shall be solely responsible for hiring, supervising and paying its employees, subcontractors and suppliers. Professional shall be solely responsible for payment of all (i) compensation, including any employment benefits, to its employees, (ii) taxes, including withholding for federal income tax purposes, employment and unemployment taxes, and (iii) such other expenses as may be owed to Professional's employees. However, because Professional's Services may be associated in the minds of the public with CITY, Professional shall ensure that all Services by its employees, subcontractors and agents are performed in an orderly, responsible and courteous manner. Upon prior notification to and written approval of CITY, Professional may hire subcontractors to perform Services hereunder. Professional shall be responsible to CITY for the performance of all such subcontractors. The CITY reserves the right, in its sole discretion, to reject the employment by Professional of any subcontractor to which CITY has a reasonable objection. Professional, however, shall not be required to contract with any subcontractor to which it has a reasonable objection. CITY shall require any and all such subcontractors to sign contracts with Professional that bind the subcontractors to perform their subcontracts in Master Services Agreement - Engineering Version 1.31.2008 Page 3 accordance with the applicable requirements of the Contract Documents. Upon the request of CITY, Professional shall furnish CITY with copies of such subcontracts. In addition, Professional agrees that it is Professional's responsibility to ensure that such subcontractors make all appropriate tax payments or tax withholding in relation to subcontractor's employees providing Services to CITY through Professional under this Contract. Professional represents that it and its subcontractors are fully trained to perform the tasks required by this Contract and that they need no training by the CITY. ARTICLE 10. DESIGNATED PROJECT REPRESENTATIVES (a) City's Designated Representative. The City's Designated Representative for purposes of this Contract shall be designated on each Task Order. The City's Designated Representative shall coordinate all meetings and be authorized to act on City's behalf with respect to the Task Order. City or City's Designated Representative shall participate in all meetings and render decisions in a timely manner pertaining to documents submitted by Professional in order to avoid unreasonable delay in the orderly and sequential progress of Services. (b) Professional's Designated Representative. The Professional's Designated Representative for purposes of this Contract shall be acceptable to the City and designated on each Task Order. The Professional's Designated Representative shall participate in all meetings and be authorized to act on Engineer's behalf with respect to the Task Order. Professional's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by City in order to avoid unreasonable delay in the orderly and sequential progress of Services. (c ) The Parties Designated Representatives shall serve as the primary contact person for issues related to work under each Task Order. (d) Changes to a Designated Representative shall be provided in writing by one party to the other. The City retains the right at all times to approve or disapprove the Professional's Project Representative. ARTICLE 11. LICENSES AND PERMITS (a) Professional shall procure and maintain at its expense all licenses and permits necessary for it to perform the Services. (b) Professional shall ensure that its employees and subcontractors and their employees are all properly licensed to perform their respective portions of the Services. ARTICLE 12. GOVERNING LAWS. REGULATIONS & STANDARDS (a) This Contract shall be governed, interpreted and enforced under the laws of the State of Texas, without regard to its conflict of law principles. In the event of litigation between the Parties arising out of this Contract issued under it, venue for such litigation shall be in a court of competent jurisdiction in Williamson County, Texas. (b) Professional, its employees, subcontractor's and agents, shall be aware of and shall comply with the Charter of the City of Georgetown and all federal, state and local laws, ordinances, codes (including applicable professional codes) and regulations applicable to the Services, any equipment to be fabricated and delivered and for compliance with standards and codes of technical societies that have been adopted by law or regulation or compliance with which is required to perform the Services. . If any of the Services fails to comply with such laws, ordinances, codes and regulations, Professional shall bear any expense arising from that failure, including the costs to bring the Services into compliance. Professional shall further obtain and maintain all permits and licenses required, if any, for the performance of any Services required hereunder. Master Services Agreement - Engineering Version 1.31.2008 Page 4 ARTICLE 13. INTOXICANTS & DRUGS: EMPLOYEE CONDUCT Professional shall not at any time allow personnel for whom it is responsible on the jobsite if they are under the influence of any substance that may impair their performance. Professional shall promptly remove from the jobsite any person who is or appears to be under the influence of any of these substances or is otherwise unsafe or disorderly. Professional shall ensure that its employees, subcontractors and their employees avoid excessive noise, exceeding speed limits or reckless driving, use of weapons or trespass on land not owned by or under easement to CITY. If private property must be entered or crossed to perform the Services, Professional shall obtain permission from the property owner before entering. ARTICLE 14. RISK OF LOSS (a) Professional shall bear the expense and risk of loss or damage to its work in progress, completed work, materials, equipment and all other incidents of its Services prior to Acceptance of the Services. Professional shall promptly replace or repair any loss or damage to its work at its own expense. In the event of substantial loss or damage due to Force Majeure (see Article 20 for definition), the schedules shall be equitably extended. Professional shall bear the expense of storage space for stored materials, whether on-site or off-site, and shall bear the risk of loss or damage to all such materials. Professional shall take reasonable precautions to protect its work from weather damage, burglary, pilferage, fire, theft and similar hazards. (b) Professional shall bear the risk of loss or damage to its own equipment, tools, supplies and property and those of its subcontractors and suppliers, regardless of the cause of loss or damage throughout the project. ARTICLE 15. WARRANTIES AND STANDARDS (a) Warranty of Title. Professional warrants the title to any goods it delivers to CITY incidental to the performance of the Services and that said goods will be free and clear of all liens, mortgages, security interests or other encumbrances. (b) General Standard of Performance. Professional shall perform all Services in a professional manner consistent with the usual and customary industry standards and to any higher standard required in the Contract Documents. Professional shall correct, without delay and at its own expense, any portion of the Services that does not meet the foregoing standard and that is discovered within one (1) year after Acceptance of the Services by re -performing the defective portion of the Services to the required standard of performance. Any repair, replacement or modification of the Services performed pursuant to the provisions of this paragraph shall be supplied or repaired on the same terms and conditions as provided for herein for the Services. In particular, a new correction period shall apply. Such new correction period shall expire twelve (12) months from the date of such replacement, repair or modification. (c) Intellectual Property Warranty. Professional warrants that the Services, including any deliverables associated therewith, and the processes used in performing them shall not infringe on any valid United States patent, United States copyright, trademark or trade secret. (d) Business Standing Warranty. Professional warrants, represents and agrees that if (i) it is a corporation or limited liability company, then it is a corporation duly organized, validly existing and in good standing under the laws of the State of Texas, or a foreign corporation or limited liability company duly authorized and in good standing to conduct business in the State of Texas, that it has all necessary corporate power and has received all necessary corporate approvals to execute and deliver the Contract, and the individual executing the Contract on behalf of Professional has been duly authorized to act for and bind Professional; or (ii) if it is a partnership, limited partnership or limited liability partnership, then it has all necessary partnership power and has secured all necessary approvals to execute and deliver this Contract and Master Services Agreement - Engineering Version 1.31.2008 Page 5 perform all its obligations hereunder; and the individual executing this Contract on behalf of Professional has been duly authorized to act for and bind Professional. ARTICLE 16. GENERAL INDEMNITY (a) PROFESSIONAL SHALL HOLD THE CITY, ITS AFFILIATES, ITS BOARDS OF DIRECTORS, OFFICERS, AGENTS AND EMPLOYEES HARMLESS FROM ALL CLAIMS, DAMAGES, LOSSES AND EXPENSES (JOINTLY "CLAIMS'), INCLUDING REASONABLE ATTORNEYS' FEES, ARISING OUT OF, OR RESULTING FROM OR ARISING UNDER THIS CONTRACT, OR ANY CLAIMED DEFECT IN THE SERVICES, PROVIDED THAT ANY SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS CAUSED, IN WHOLE OR IN PART, BY THE NEGLIGENT OR GROSSLY NEGLIGENT ACT OR WILLFUL MISCONDUCT OF PROFESSIONAL, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY IT, OR ANYONE FOR WHOSE ACTS IT MAY BE LIABLE. (b) IF THE PARTIES ARE CONCURRENTLY NEGLIGENT, EACH PARTY'S LIABILITY SHALL BE LIMITED TO THAT PORTION OF NEGLIGENCE ATTRIBUTABLE TO IT AS DETERMINED UNDER THE APPLICABLE PROPORTIONATE RESPONSIBILITY RULES OF THE STATE OF TEXAS. (c) NOTWITHSTANDING ANYTHING TO THE CONTRARY HEREIN, NEITHER PARTY SHALL BE LIABLE TO INDEMNIFY THE OTHER FOR THE NEGLIGENCE, GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF THE OTHER. (d) THE FOREGOING INDEMNITY PROVISIONS SHALL BE DEEMED INDEPENDENT COVENANTS AND SHALL SURVIVE COMPLETION OF OR ANY TERMINATION OF THE CONTRACT OR ANY CLAIMED BREACH THEREOF. PROFESSIONAL'S INDEMNITY RESPONSIBILITY AS SPECIFIED IN THIS ARTICLE SHALL NOT INCLUDE SPECIAL, INCIDENTAL, PUNITIVE OR CONSEQUENTIAL DAMAGES. ARTICLE 17. INTELLECTUAL PROPERTY INDEMNITY (a) PROFESSIONAL SHALL, AT ITS OWN EXPENSE, DEFEND ALL SUITS OR PROCEEDINGS INSTITUTED AGAINST CITY, ITS AFFILIATES, ITS BOARDS OF DIRECTORS, OFFICERS, AGENTS AND EMPLOYEES BASED UPON ANY CLAIM THAT THE SERVICES, OR ANY PART THEREOF, OR THE PROCESS PERFORMED THEREBY CONSTITUTES AN INFRINGEMENT OF EITHER ANY PATENT OR COPYRIGHT OF THE UNITED STATES OR OF ANY TRADEMARK OR TRADE SECRET PROTECTED BY EITHER FEDERAL OR STATE LAW. PROFESSIONAL SHALL PAY ALL AWARDS OF DAMAGES ASSESSED WHICH RESULT FROM ANY SUCH CLAIM, SUIT OR PROCEEDING AND SHALL INDEMNIFY AND SAVE CITY HARMLESS AGAINST LOSSES, EXPENSES (INCLUDING REASONABLE ATTORNEYS' FEES), AND DAMAGES RESULTING FROM ANY SUCH CLAIM, SUIT OR PROCEEDING, INCLUDING OBEDIENCE TO RESULTING DECREES AND TO RESULTING COMPROMISES. (b) IF, IN ANY SUCH SUIT, A RESTRAINING ORDER OR TEMPORARY INJUNCTION IS GRANTED, PROFESSIONAL SHALL MAKE EVERY REASONABLE EFFORT, BY GIVING A SATISFACTORY BOND OR OTHERWISE, TO SECURE THE SUSPENSION OF ANY SUCH RESTRAINING ORDER OR TEMPORARY INJUNCTION. IF, IN ANY SUCH SUIT, THE SERVICES OR ANY PART THEREOF OR THE PROCESS PERFORMED THEREBY IS HELD TO CONSTITUTE AN INFRINGEMENT AND ITS USE BE PERMANENTLY ENJOINED, PROFESSIONAL SHALL AT ONCE MAKE EVERY REASONABLE EFFORT TO SECURE FOR CITY A LICENSE AT PROFESSIONAL'S Master Services Agreement - Engineering Version 1.31.2008 Page 6 EXPENSE AUTHORIZING THE CONTINUED USE OF THE ALLEGED INFRINGING PORTION OF THE SERVICES. IF PROFESSIONAL IS UNABLE TO SECURE SUCH LICENSE WITHIN A REASONABLE TIME, PROFESSIONAL SHALL, AT ITS OWN EXPENSE AND WITHOUT IMPAIRING PERFORMANCE REQUIREMENTS, EITHER PROVIDE NON -INFRINGING REPLACEMENTS OR MODIFY THE SERVICES TO ELIMINATE THE INFRINGEMENT. IN ADDITION TO INDEMNIFYING AND SAVING CITY HARMLESS, PROFESSIONAL SHALL REIMBURSE CITY FOR ANY COSTS INCURRED AS A RESULT OF THE UNAVAILABILITY OF THE INFRINGING ITEM OR ITS NON - INFRINGING REPLACEMENT. ARTICLE 18. INDEMNITY PROCEDURES Promptly after receipt by any entity entitled to indemnification of notice of the commencement or threatened commencement of any civil, administrative or investigative action or proceeding involving a claim for which the indemnitee seeks indemnification, it shall notify the indemnitor of such claim in writing. No failure to so notify an indemnitor shall relieve the indemnitor of its obligations under this Contract except to the extent that the indemnitor can demonstrate damages attributable to such failure. Within fifteen (15) days following receipt of written notice from the indemnitee relating to any claim, but no later than ten (10) days before the date on which any response to a complaint or summons is due, the indemnitor shall assume control of the defense and settlement of that claim. ARTICLE 19. INSURANCE Professional shall obtain and maintain the insurance coverage specified below on an occurrence -basis and shall provide to CITY a copy of the insurance policies listing the coverage before starting Services. THE COVERAGE SHALL NOT BE CONSTRUED AS ESTABLISHING OR LIMITING PROFESSIONAL'S LIABILITY UNDER THE INDEMNITY PROVISION. Professional for itself and its insurers hereby waives subrogation against CITY, its affiliates, their Boards of Directors, directors, officers, employees and agents. Professional's failure to maintain the required insurance coverage at any time during the Contract period may be grounds for CITY to suspend the Contract and withhold payment until insurance coverage is satisfactory. In addition to any other required information, all insurance policies must contain the applicable purchase order number and project title. Failure to furnish or update (as applicable) insurance policies that comply with CITY requirements may result in retraction of a contract award, or suspension or termination for breach of contract. The Professional's insurance coverage shall be primary insurance with respect to the City, its affiliates, their boards of directors, officers, agents, employees and volunteers. Any insurance or self-insurance maintained by the City, its affiliates, their boards of directors, officers, agents, employees and volunteers, shall be considered in excess of the Professional's insurance and shall not contribute to it. The Professional shall include all subcontractors as additional insureds under his policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. General Liability, Automobile Liability, and Professional Liability insurance shall be written by a carrier with an A:VIII or better rating in accordance with the current Best Key Rating Guide. Only insurance carriers licensed and admitted to do business in the State of Texas will be accepted. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. Master Services Agreement - Engineering Version 1.31.2008 Page 7 The City, its affiliates, their boards of directors, officers, agents and employees are to be added as "Additional Insured" on all policies other than the Workers' Compensation and Professional Liability policies. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees, or volunteers. A Waiver of Subrogation in favor of the City of Georgetown with respect to Workers' Compensation insurance must be included. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, cancelled, or reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City of Georgetown. Type of Insurance (a) Workers' Compensation Coverage A - Coverage B - (b) General Liability Bodily Injury Bodily Injury Property Damage (c) Automobile Liability Minimum Coverage statutory $ 250,000 employer's liability $ 500,000 per person $1,000,000 per occurrence $1,000,000 per occurrence (including owned or leased vehicles) Bodily Injury $1,000,000 per occurrence Property Damage $ 500,000 per occurrence The automobile liability coverage shall apply to owned, non -owned, hired and leased vehicles. (d) Professional Liability $2,000,000 per occurrence. With approval of the City's Risk Manager, a Claims Made Policy may be accepted for Professional Liability Insurance, provided that the deductible limit shall not exceed Twenty Five Thousand Dollars ($25,000). (e) Copies of Policies. Before Services begin, a copy of the policies for all required insurance shall be filed with the CITY Purchasing Agent. (f) Other Insurance. Other or different insurance requirements shall be specified in a Task Order. ARTICLE 20. FORCE MAJEURE (a) The nonperformance or delayed performance by Professional or CITY of any obligation under the Contract shall be excused if such nonperformance or delay is caused by an event beyond the control of the affected Party ("Force Majeure"), except to the extent that Professional knew of or should reasonably have been able to foresee such an event and failed to take reasonable measures to avoid the event. Items beyond the control of the Parties include, but are not limited to: acts of war, acts of a public enemy, acts of domestic or foreign terrorism, natural disasters, strikes, epidemics or quarantine restrictions, riot, or sabotage and acts of civil or military authority having jurisdiction. Master Services Agreement - Engineering Version 1.31.2008 Page 8 (b) Upon occurrence of a Force Majeure event, the date for performance of the Services shall be extended for a period equal to the time lost by reason of the delay, provided Professional or CITY has taken reasonable steps to proceed with the performance of the Contract and has made written notification of such delay and of any corrective action taken. Professional shall not be entitled to any increase in compensation by reason of Force Majuere. (c) The following delays shall not constitute excusable delays in performance by Professional and shall not constitute a reason for extending the date for performance of the Services: (1) Delays by subcontractors or by suppliers for reasons other than Force Majeure; (2) Delays in approval of documentation because of inadequate performance or to unrealistic approval schedules; or (3) Delays caused by Professional's lack of sufficient personnel with the necessary skills. ARTICLE 21. GENERAL SAFETY, ENVIRONMENTAL AND SITE OPERATIONS (a) General. Professional, its employees and subcontractors shall perform all work required by this Contract in a safe and healthy manner. During the course of the work, the Professional shall comply with and enforce all laws, rules, regulations and industry practices applicable to worker safety and health. (b) Scope of Health and Safety Requirements. Professional will manage all of Professional's employees and subcontractors on site and will be accountable for their employees' and subcontractors' performance with respect to health and safety. (c) Mandatory Health and Safety Conditions. (1) Training/Qualification - Professional, its employees and subcontractors performing work on site shall be properly trained and qualified to perform the work they are expected to perform, and have received the necessary certifications and other credentials necessary to perform the work, as required. (2) Safety Orientation — Professional shall ensure all of its employees and subcontractors on site shall attend a safety orientation prior to the start of work. If any workers fail to attend the initial safety orientation, Professional shall designate an employee (e.g., site superintendent) to provide the orientation before those workers shall be allowed to start work. All safety orientations shall be documented and maintained for inspection. Safety orientation is only required once unless otherwise needed, or the Scope of Work changes. (d) Warnings & Barricades. Professional shall furnish, erect and maintain warning notices, signs, signals, lights, protective guards, enclosures, platforms and other devices as necessary to adequately protect all personnel on site; including but not limited to employees, subcontractors, other professionals, CITY workers and the public. (e) Personal Protective Equipment (PPE) & Safety Equipment. Professional shall ensure all contract employees and subcontractors are trained on and equipped with appropriate PPE and safety equipment (i.e. lanyards, harnesses, monitoring equipment, rescue equipment, fire extinguishers, etc.). (f) Periodic Inspections. Professional shall conduct regular health and safety inspections of the work area(s) and work being performed. CITY, or its agent, reserves the right to inspect the work site(s) at any time and without prior notice to Professional. (g) Safety Communications Master Services Agreement - Engineering Version 1.31.2008 Page 9 (1) Safety meetings — Professional shall ensure that all hazards and protective measures associated with the work being performed on site are properly communicated to all personnel on site. Professional shall conduct regular health and safety meetings. A copy of the minutes of such meetings shall be submitted to CITY, upon request. Professional is responsible for providing an interpreter if necessary to ensure its communications are understood by all workers. (2) Communications with CITY — The City's Designated Representative shall be the point of communication for all safety and health issues arising under this Contract. Professional shall communicate with the City's Designated Representative in the event of any of the following conditions: • Professional shall inform City's Designated Representative twenty-four (24) hours prior to any activity that could adversely affect a business organization. Examples of these "activities" include but are not limited to welding, painting, fire protection, system maintenance/repair and any activity impacting emergency systems/egress routes. City's Designated Representative will make all reasonable efforts to inform any parties potentially impacted by the activities. • Professional shall immediately inform the City's Designated Representative of all federal, state and local safety inspections, citations and penalties associated with the work. • Professional shall immediately notify the City's Designated Representative by verbal, person to person communication, in the event of any incident that results in a death, serious bodily injury or serious property damage related to any aspect of the project. Minor incidents and near -misses must be promptly communicated to the Project Contact. • Professional shall investigate all incidents resulting in personal injury or illness, property damage, or near -misses to determine the root causes and shall take appropriate action to eliminate such causes. A copy of the final investigation report shall be promptly submitted to the Project Contact. (3) Coordination with Other Officials — Professional is fully responsible for coordinating with the proper authorities for moving heavy equipment, location of underground utilities, erecting barricades, traffic control and other safety measures, unless otherwise specified. (4) Communications with Media Restricted - In the event of an accident or other condition on site, Professional shall not communicate with the media or any other entity without the expressed consent of the CITY. (h) SUSPENSION OF WORK AND LIMITATION OF LIABILITY. CITY RESERVES THE RIGHT THROUGH THE CITY'S DESIGNATED REPRESENTATIVE TO SUSPEND ALL OR ANY PORTION OF THE WORK BEING PERFORMED IN VIOLATION OF THESE PROVISIONS. CITY SHALL NOT BE LIABLE IN CONTRACT, TORT (INCLUDING WITHOUT LIMITATION NEGLIGENCE AND STRICT LIABILITY) WARRANTY OR UNDER ANY OTHER LEGAL THEORY) FOR JUDGMENTS, DAMAGES, COSTS OR EXPENSES RELATED TO ANY SUSPENSION OR STOPPAGE OF WORK, LOSS OF BUSINESS, OR OTHER SPECIAL, INCIDENTAL, CONSEQUENTIAL OR PUNITIVE DAMAGES IN CONNECTION WITH ANY FAILURE ON THE PROFESSIONAL'S PART TO ESTABLISH, ENFORCE OR ADEQUATELY MONITOR ITS HEALTH AND SAFETY PROGRAM. (i) Preliminary Submittals. Within ten (10) days after the effective date of the Contract and no later than the preconstruction conference, Professional shall submit to City's Designated Representative for review: (1) A letter designating onsite safety representative for general safety and specific activities; and (2) If applicable, a site safety plan to include plans for specific activities. Master Services Agreement - Engineering Version 1.31.2008 Page 10 Q) Other Requirements. Professional shall promptly settle rightful claims from counties, municipalities or private parties for road damage caused by trucks or heavy equipment driven to and from the job sites by third -party property by Professional, subcontractors or suppliers, or employees of any of them. If Professional fails to settle such claims promptly, CITY shall have the right to settle the claims and withhold the amount paid plus CITY's costs and expenses from Professional's payments under the Contract. (k) Environmental. Professional is solely responsible for all costs incurred by CITY for any spills or leaks caused by Professional or its subcontractors or consultants during performance of, or in connection with the Services. Without limiting the foregoing sentence, Professional shall be responsible for all costs incurred to contain, remediate and restore the site of the spill according to applicable state and federal laws and regulations, and if on CITY's property, according to CITY's requirements. CITY shall be responsible for all notifications required by federal, state or local law or regulation. The CITY shall identify to Professional the site supervisor (if applicable) and facility environmental manager (if applicable). Professional shall immediately notify the site supervisor, City's Designated Representative and the facility environmental manager with the nature and location of the spill. Professional shall provide a written report to CITY whose representative shall identify the substance, quantity released, location of the spill and perform clean up and remediation activities. If the spill occurs off the CITY's property, then the Professional shall also notify the CITY of any agencies notified and the representatives of the agencies contacted. The report shall be a narrative that summarizes on -scene activity and remediation efforts. If long -tern remediation will be required, it shall be noted in the report. The initial report shall be provided to CITY within 24 hours after the incident. Follow-up reports shall be provided to CITY weekly until remediation efforts have been completed and the spill has been properly remediated. PROFESSIONAL SHALL INDEMNIFY AND HOLD CITY HARMLESS FROM ANY AND ALL LIABILITIES, INCLUDING, BUT NOT LIMITED TO, REMEDIATION COSTS, FINES, PENALTIES, COURT COSTS AND ATTORNEYS' FEES RESULTING FROM SPILLS, RELEASES, IMPROPER HANDLING AND/OR DISPOSAL OF WASTES BY PROFESSIONAL, ITS SUBCONTRACTORS AND/OR CONSULTANTS. (1) Confined Space Entry. Professional will perform confined space entries in strict accordance with OSHA 1910.146 Confined Space Standard. All Professional entries will be performed under the guidelines of the contractor's confined space program, which should include but not be limited to, all required personnel training, confined space monitoring and evaluation, entry tag system or any personnel protective equipment required by confined space conditions. All entries will be coordinated with the City's Designated Representative or System Operations Dispatcher to assure proper isolation and/or de -energizing of the confined space is performed. (m) Surplus Material. Unless otherwise directed through written instructions issued by CITY, Professional shall promptly remove all excess surplus material from the job site. Final payment for performance of the work shall not be due and payable until such materials are removed from the job site. If surplus materials are not removed from the job site within thirty (30) days of completion of the work, CITY may dispose of the materials and offset the cost associated with disposal against the unpaid balance of the Contract price. (n) Cleaning Jobsite. Professional shall clean the job site daily. (o) Facility Equipment Clearance and Lock Out Procedures. Facility Equipment Clearance and Lock Out Procedures shall be followed. Clearances shall be acquired by Professional and CITY personnel when required prior to performing work on any equipment. Professional shall be responsible for providing company locks. Professional's locks shall be clearly identified and shall have a tag for employee to print name. Master Services Agreement - Engineering Version 1.31.2008 Page 11 ARTICLE 22. ASSIGNMENT This Contract is to be considered a personal Services Contract. Professional may not assign this Contract without the consent of CITY. Any permitted assignee must notify the CITY in writing that it accepts the assignment on the same terms and conditions contained in this Contract. No permitted assignment shall limit Professional's responsibility for performance of this Contract. Attempted assignment or delegation of this Contract, including obligations under it, without the written consent of CITY shall be void, and not merely voidable. ARTICLE 23. OWNERSHIP OF DELIVERABLES (a) The Parties agree that such items as plans, drawings, photographs, designs, studies, specifications, data, computer programs, schedules, technical reports or other work products which are developed and specified to be delivered under this Contract and which are paid for by CITY are considered instruments of services in respect of the Contract, but are subject to the rights of the CITY under this Contract. These rights include, but are not limited to the right to use, duplicate and disclose such items, in whole or in part, for the purpose of completing, maintaining and operating any building, structure, plant, equipment or system that may result from the performance of this Contract. If an item produced by Professional is copyrightable, Professional may copyright it, subject however to the rights of the CITY under this Contract. CITY is hereby granted and assigned a royalty free, non-exclusive, and irrevocable license to reproduce, publish, modify and use such items and to authorize others to do so solely for CITY's business purposes. Professional shall include in its subcontractor and consultant contracts, appropriate provisions to achieve the purposes set out here. (b) Intellectual property and rights to intellectual property owned by any Party on the date of this Contract shall remain the property of that Party. (c) PROFESSIONAL DOES NOT REPRESENT OR WARRANT THAT ANY DELIVERABLES WILL BE SUITABLE FOR REUSE ON ANY OTHER PROJECT. PROFESSIONAL DISCLAIMS LIABILITY FOR ANY REUSE OF THE DELIVERABLES ON ANY OTHER PROJECT THAT IS DONE WITHOUT THE EXPLICIT, WRITTEN APPROVAL OF THE PROFESSIONAL. ARTICLE 24. TERMINATION FOR CONVENIENCE (a) CITY shall have the right to terminate this Contract for its convenience at any time. After receipt of the notice of termination, the Professional shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due at that point in the Contract: (1) Stop all ongoing Services; (2) Place no further subcontracts or orders for materials or Services; (3) Terminate all subcontracts; (4) Cancel all materials and equipment orders, as applicable; and (5) Take any action that is necessary to protect and preserve all property related to this Contract that is in the possession of the Professional. (b) In the event of a termination under paragraph (a) of this Article, CITY shall pay equitable termination charges, including payment for portions of Services completed and materials purchased, profit on completed portions, and out-of-pocket costs that have been reasonably incurred by Professional Master Services Agreement - Engineering Version 1.31.2008 Page 12 as a result of terminating this Contract. CITY shall not be liable in connection with any termination under this Article for special, incidental, consequential or punitive damages, or for loss of anticipated future Services, anticipated profits, administrative costs or overhead on anticipated Services, or other indirect costs. ARTICLE 25. TERMINATION FOR CAUSE (a) The occurrence of any one or more of the following events will constitute an event of default: (1) Professional's persistent failure to perform the Services in accordance with the Contract Documents (including, but not limited to, failure to supply sufficiently skilled workers, suitable materials or equipment, or to adhere to project schedules as adjusted from time to time pursuant by the Parties); (2) Professional's disregard of applicable laws or regulations; (3) Professional's disregard of the authority of CITY's Designated Representative; (4) Professional's violation in any material way of any provisions of the Contract Documents; (5) Failure of Professional to pay subcontractors and/or material suppliers; or (6) Professional's violation of CITY's Ethics Ordinance (City Code of Ordinances Chapter 2.26) or any ethics policies that are applicable to City employees). (b) If one or more of the events identified in paragraph (a) occur, CITY may terminate this Contract if after giving Professional (and the surety, if any) seven (7) calendar days prior written notice, unless such event of default shall have been cured. (c) If this Contract has been so terminated by CITY, the termination will not affect any rights or remedies of CITY against Professional or any surety then existing or which may thereafter accrue. No retention or payment of moneys due Professional by CITY will release Professional from liability. (d) In such a circumstance, CITY shall notify Professional in writing of the termination, with copies of the notice to CITY's jobsite personnel. ARTICLE 26. SUSPENSION (a) CITY may, at any time and at its sole option, suspend all or any portions of the Services to be performed under this Contract by providing ten (10) calendar days written notice to the Professional. Upon receipt of any such notice, Professional shall: (1) Immediately discontinue the Services on the date and to the extent specified in the notice; (2) Place no further orders or subcontracts for materials, Services or facilities with respect to the suspended portion of the Services, other than to the extent necessary to protect any portion of the Services already performed; (3) Promptly make every reasonable effort to obtain suspension, upon terms satisfactory to CITY, of all orders, subcontracts and rental agreements to the extent that they relate to performance of the portion of Services suspended by the notice; (4) Continue to protect and maintain the portion of the Services already completed, including the portion of the Services suspended hereunder, unless otherwise specifically stated in the notice; and (5) Continue to perform Professional's obligations for the portions of the Services not suspended. Master Services Agreement - Engineering Version 1.31.2008 Page 13 (b) As full compensation for such suspension, Professional will be reimbursed for the following costs, reasonably incurred, without duplication of any item, to the extent that such costs actually result from such suspension of Services. (1) A reasonable standby charge to be negotiated between CITY and the Professional sufficient to compensate Professional for keeping (to the extent required in the notice) its organization and equipment committed to the Services in a standby status; (2) All reasonable costs associated with demobilization of Professional's facility, forces and equipment; and (3) A reasonable amount to be negotiated between CITY and the Professional to reimburse the Professional for the cost of maintaining and protecting that portion of the Services upon which activities have been suspended. (c) Upon receipt of notice to restart the suspended portion of the Services, Professional shall immediately resume performance on the suspended portion of the Services to the extent required in the notice. Within fourteen (14) calendar days after receipt of notice to restart the suspended portion of the Services, the Professional shall submit a revised schedule for approval by CITY. If, as a result of any suspension, the cost to Professional of subsequently performing the Services or the time required to do so is changed, a claim for an adjustment in the Contract price may be made. Any claim on the part of Professional for change in price or extension of time shall he made in accordance with this Contract. ARTICLE 27. DISPUTE RESOLUTION The Parties agree that in the event of a dispute concerning the performance or non-performance of any obligations flowing from or as a result of this Contract and prior to the initiation of any litigation, the Parties will voluntarily submit the dispute to an agreed mediation center or mediator for mediation as though it were referred through the operation of the Texas Alternative Dispute Resolution Procedures Act, Title 7, Chapter 154, TEX. CIV. PRAC. & REM. ANN., (Vernon's 1986). No record, evidence, statement or declaration resulting from or in connection with such alternate dispute resolution procedure may be used in evidence in subsequent litigation except to demonstrate that this Article has been complied with in good faith by a Party. Professional shall proceed diligently with performance of the Contract, pending final resolution of any request for relief, claim, appeal, or action arising under the Contract. ARTICLE 28. NOTICES All notices or other communications required under this Contract must be made in writing and sent either by personal delivery, registered or certified mail (in each case with return receipt requested and postage prepaid), nationally recognized overnight courier (with all fees prepaid), facsimile, or e-mail the other Party. Changes to name or address for notice are not effective unless they are in writing and provided to the other party in the same manner as other notices under this Contract. Notice is effective only sent using one of the method specified above and if actually received Master Services Agreement - Engineering Version 1.31.2008 Page 14 CITY: City of Georgetown Attn: Thomas R. Benz, P.E., Systems Engineering Manager P.O. Box 409 Georgetown, TX 78626 Fax No.: 512-930-3559 E-Mail:tbenz@georgetowntx.org with a copy to: Marsha Iwers P.O. Box 409 Georgetown, TX 78626 Fax No. 512-930-9027 E -Mail: ARTICLE 29. TITLES AND SECTION HEADINGS E -Mail: PROFESSIONAL: Kimley-Horn and Associates, Inc. Attn: Brian Van De Walle, P.E, PTOE 10415 Morado Circle, Bldg. I, Suite 300 Austin, TX 78759-5696 Fax No.: 512418-1791 brian.vandewalle@kimley-hom.com The titles and section headings of this Contract are included for convenience only and shall not be deemed to constitute a part of this Contract. ARTICLE 30. INTERPRETATION AND RELIANCE While this Contract form was initiated by CITY, Professional had the opportunity to take exception to and seek clarification of it. Thus, this Contract is the product of negotiations between the Parties. No presumption will apply in favor of any Party in the interpretation of this Contract or in resolution of any ambiguity of any provision. ARTICLE 31. FAILURE TO ACT No action or failure to act by either Party shall be a waiver of a right or duty afforded under the Contract, nor shall such action or failure to act constitute a breach of this Contract, except as specifically agreed to in writing. ARTICLE 32. CONTRACT NON-EXCLUSIVE The Contract is not exclusive. Professional has the right to perform Services for others during the term of the Contract, and CITY has the right to hire others to perform the same or similar tasks. ARTICLE 33. THIRD PARTY BENEFICIARIES There are no third party beneficiaries to this Contract and the provisions of this Contract shall not create any legal or equitable right, remedy or claim enforceable by any person, firm or organization other than the Parties and their permitted successors and permitted assigns. ARTICLE 34. MITIGATION OF DAMAGES In all cases the Party establishing or alleging a breach of contract or a right to be indemnified in accordance with this Contract shall be under a duty to take all necessary measures to mitigate the loss which has occurred, provided that it can do so without unreasonable inconvenience or cost. Master Services Agreement - Engineering Version 1.31.2008 Page 15 ARTICLE 35. SEVERABILITY This Contract is severable and if any one or more parts of it are found to be invalid, such invalidity shall not affect the remainder of this Contract if it can be given effect without the invalid parts. ARTICLE 36. NON -COLLUSION; PROHIBITED FINANCIAL INTERESTS; PROHIBITED POLITICAL INFLUENCES Professional warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Professional, to solicit or secure this Contract, and that the/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 deduce from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Professional covenants and represents that Professional, 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. Professional hereby represents and warrants to City, with the intention that City rely on this representation in entering this Contract, that no portion of any payment to Professional by City pursuant to this Contract shall be: (i) used as a bribe, kickback, rebate, or illegal political contribution of the purpose of obtaining political influence; or (ii) in violation of applicable regulations, tax laws or regulations or other laws of any jurisdiction. Professional hereby represents and warrants to City that Professional shall not perform any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under a Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. ARTICLE 37. INTEGRATION & CONTRACT MODIFICATION This Contract, including its exhibits and Task Orders issued pursuant to it, contains the entire and integrated agreement between Professional and CITY as to their subject matter and supersedes all prior negotiations, correspondence, understandings, representations and agreements, written or oral, related to it. In case of conflict between the terms and conditions of this Contract and those of any standard sales forms presented by Professional or such forms appearing in or referenced by Professional's bid or proposal, the terms and conditions of this Contract shall prevail. The terns and conditions of this Contract can be modified only by a writing signed by an authorized representative of both Professional and CITY. ARTICLE 38. APPROVAL Task Orders that exceed $15,000 (either initially or through a change order) must be approved by the City Council before they become effective. Change orders to Task Orders or contracts must be approved by Master Services Agreement - Engineering Version 1.31.2008 Page 16 the City Council if they exceed $15,000, either separately or in the aggregate. Change orders and Task Orders must be executed by an authorized representative of each Party. The City may unilaterally adjust the dollar amounts in this Article based on changes in state law or in Council approved purchasing and contracting policies; notice of any such adjustments shall be provided to Professional. ARTICLE 39. SECURITY AT CITY JOB SITE Professional shall provide a list of names of its and its subcontractor's employees to the CITY project manager prior to commencing work at any CITY facility. The employee will only be allowed on any CITY job site, if the employee is able to show photo identification and their name is on the list. Any addition or deletion must be provided to the CITY project manager. THE CITY OF GEORGETOWN, TEXAS: By: Name: Gary Nelon Title: Mayor Date: ATTEST: Sandra D. Lee, City Secretary APPROVED AS TO FORM: Patricia E. Carls, City Attorney HIMLEY-HORN AND ASSOCIATES, INC.: Name: Thomas L. Whalen Title: Vice President Date: --7- 7- 09 Master Services Agreement - Engineering Version 1.31.2008 Page 17 Council Meeting Date: July 22, 2008 Item No. U - ` — AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve of Task Order No. 1 with Kimley-Horn and Associates, Inc. (KHA), of Austin, Texas, pursuant to the terms of the Master Services Agreement, for professional services related to the development of a Road Impact Fee Program for an amount of $114,500.00. ITEM SUMMARY: The City has contracted with KHA for professional engineering services. Pursuant to the Master Services Agreement (MSA), Task Order No. 1 (attached) defines the scope of work, schedule, etc., for developing the Road Impact Fee Program. The four defined tasks for this Project are as follows: Task 1 — Land Use Assumptions, Task 2 — Roadway Impact Fee Analysis, Task 3 — Public Hearings and Approval and Task 4 — Rough Proportionality Policy Development. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: Funds for this expenditure are budgeted in the Street CII': Fund Cost Budget 100-5-0846-52-808 Road Impact Fee Program $114,500.00 $150,000.00 BOARD RECOMMENDATION: GTAB recommendation will be distributed during the Council Meeting. STAFF RECOMMENDATION: Staff recommends approval of Task Order No. 1 with Kimley-Horn and Associates, Inc., in the amount of $114,500.00. None. ATTACHMENTS: Task Order No. 1 Project Schedule Submitted By: bill Dryden P. H., Transportation Engineer for Utility Operations ROAD IMPACT FEE PROGRAM TASK ORDER No. 1 July 22, 2008 Mr. Bill Dryden, P.E. City of Georgetown P.O. Box 409 Georgetown, Texas 78627 Description of Services: Professional shall develop a Roadway Impact Fee Program for the City of Georgetown. City Provided Information or Work: The CITY shall provide the following services or perform the following work: The information provided by the CITY is summarized in the scope of work listed below. This includes assisting with data collection, the development of the Land Use Assumptions, identification of historical costs for the development of the Capital Improvements Plan for Roadway Impact Fees, and assistance with calculating the roadway impact fee credit, as required by Chapter 395.014a(7) of the Texas Local Government Code. Any documents or information related to the Work/Services provided by the CITY to the Professional, including, without limitation, engineering studies, maps, reports, filed data, notes, plans, diagrams, sketches, or maps (the "Information') is and shall remain the property of the CITY, and Professional shall have no ownership or other interest in same. The Professional shall deliver to the CITY, if requested, a written itemized receipt for the Information, and shall be responsible for its safe keeping and shall return it to the CITY, upon request, in as good condition as when received, normal wear and tear excepted. The Professional will be entitled to rely on the completeness and accuracy of the Information provided by the CITY. Scope of Work - Project Understanding The Professional understands the goal of this project is to lead in the development and implementation of a Roadway Impact Fee policy for the CITY. This scope of services will provide the CITY with the technical analysis required by Chapter 395 of the Texas Local Government Code to determine the maximum assessable roadway impact fee that may be assessed. In addition, the professional will provide the CITY with assistance with the various presentations required during the public hearing and adoption process. To conduct the analysis, the professional will utilize the Future Land Use Plan and Master Thoroughfare Plan as currently adopted by the CITY. Any analysis related to amending the CITY's Future Land Use Plan, Master Thoroughfare Plan or a change to the roadway impact fee study resulting from an amendment to the Future Land Use Plan or July 22, 2008 Page I of 14 RIF - Task Order No I (07-22-2008).doc Master Thoroughfare Plan following a notice from the CITY to use one or both of these documents, will be considered additional services. Scope of Services: The Professional's undertaking to perform professional services extends only to the services specifically described in this Task Order. In performing its services, the Professional will use that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of its profession in the same locality at the time the services are provided. Task 1— Land Use Assumptions The Professional will prepare the Land Use Assumptions for Roadway Impact Fees in conformance with Chapter 395 of the Local Government Code and shall include the following: A. Data Collection. The Professional will coordinate with the CITY to obtain the following data: • CITY Contacts — The CITY shall provide the organization structure and contact information for the applicable CITY staff involved with the land use assumptions. • Comprehensive Master Plans — The CITY shall identify and provide the CITY's most recent comprehensive master plans. • Building Permit History — The CITY shall provide the Professional with available building permit history (both residential and non-residential) for the previous ten (10) years. • Currently adopted Land Use Assumptions for Water and Wastewater Impact Fees assessed by the CITY. • Maps — The CITY shall provide the Professional with available AutoCAD v2004 or GIS shapefiles, associated databases, and layer files in ESRI ArcGIS 9.x format. All data shall be projected in NAD 83 State Plane, Central Texas Zone coordinates. Data should include: • Current Zoning Map; • Future Land Use Plan Map; • CITY Limits and ETJ Map; and • Most recent digital orthophotograph (DOQ) of the CITY. B. Service Area Boundaries. The Professional will meet with the CITY to develop the roadway impact fee service area boundaries within the existing CITY limits consistent with the six (6) mile limit required by law. The Professional anticipates five (5) or six (6) service areas will be required for roadway impact fees. C. Existing Land Use Assumptions. The Professional will prepare the existing land use information in a format suitable for use in the roadway impact fee policy development. The information will be presented in tabular form by roadway service area. For each service area, population (persons and number of dwelling units) and employment (amount of square footage of basic, service, and retail land uses) will be summarized. The existing land use assumptions will be completed for the year 2008 (or 2009, if applicable). D. Build out Land Use Assumptions. The Professional will develop the build out demographics (population and employment) within the existing CITY limits in tabular format for each roadway service area. The development of these demographics will be an interactive process between The July 22, 2008 Page 2 of 14 RIF - Task Order No 1 (07.22-2008).doe Professional and the CITY. Two (2) meetings will be held with the CITY during this task. The first meeting will be to review anticipated densities of development throughout the CITY, while the second will be to review the demographics developed by the Professional. The Professional will use the future land use data collected in Task 1.A. to determine future land uses in undeveloped areas within the existing CITY limits. E. Ten -Year Land Use Assumptions. Chapter 395 of the Texas Local Government Code states that impact fees may only be used to pay for items included in the Impact Fee capital improvements plan and attributable to new service units projected over a period of time not to exceed ten (10) years. Based on guidance from the CITY regarding projected development patterns and growth rates, the Professional will develop the Ten -Year Land Use Assumptions for the 2008 — 2018 (or 2009-2019, as appropriate) planning window. The Professional will conduct one (1) meeting with the CITY to receive the projections for anticipated percentage of residential and non-residential land uses within each service area to be developed within the next ten years. Based upon the data collected in Task 1.D, the percentage of the projected build out can be utilized to assist in this task. Using the information collected during this meeting, the Professional will complete the demographic table for each roadway service area. F. Documentation. The Professional will incorporate the service area boundaries and Land Use Assumptions information into the Roadway Impact Fee report. No additional documentation will be produced by the Professional summarizing the land use assumptions. G. Meetings. The Professional will prepare for and attend up to two (2) meetings (in addition to those identified in the scope above) with CITY staff to discuss and review the proposed Service Area boundaries and Land Use Assumptions. Task 2 — Roadway Impact Fee Analysis The Professional will prepare the roadway impact fee analysis in conformance with Chapter 395 of the Local Government Code and shall include the following: A. Data Collection. The Professional will coordinate with the CITY to obtain the following data: • CITY contacts — CITY shall provide the organization structure and contact information for the applicable CITY staff involved with the completion of the roadway capacity analysis and roadway impact fee Capital Improvements Plan (CII'). • Master Thoroughfare Plan — The CITY shall provide the Professional the most recent thoroughfare plan adopted by the CITY in AutoCAD or GIS format. The Professional will utilize the master thoroughfare plan as is currently adopted. • Traffic Counts — The CITY shall provide any available data (current and historical) for all roadway segments on the current Master Thoroughfare Plan. The Professional will obtain recently completed traffic counts for state highway facilities from TxDOT. The Professional will collect new PM peak hour traffic count data at up to twenty (20) locations within the CITY for use in the roadway impact fee analysis. July 22, 2008 Page 3 of 14 RIF - Task Order No I (07.22-2008).doc • Historical Project Costing Information - The CITY shall provide the Professional with available data on the actual CITY costs for previously completed arterial roadway improvement projects to assist in the development of planning level project costs for future projects and to include any project costs for previously completed projects with excess capacity available to serve future growth. B. Ten -Year Growth Projections and CapacityAnalysis. • In consultation with CITY staff, the Professional will determine land use categories to be included in the land use vehicle -mile equivalency table. • The Professional will identify the service units for new development and the average trip length. Using the 78, Edition of the Institute of Transportation Engineer's (ITE) Trip Generation Manual. the Professional will incorporate trip generation and pass -by trip rates. • The Professional will perform an analysis of existing conditions. This will include a determination of roadway capacities, volumes, vehicle -miles of supply, vehicle -miles of demand, existing excess capacity, and existing deficiencies. • The Professional will project traffic conditions for the ten-year planning period, the target year for the impact fee growth projections. This will include growth and new demand by service area. The Professional will determine the capacity available for new growth. C. Roadway Impact Fee Capital Improvements Plan. The Professional will assist the CITY in developing a Roadway Impact Fee Capital Improvements Plan (CII') which will include cost projections for anticipated projects to be included in the study. The Roadway Impact Fee Capital Improvements Plan will include existing oversized facilities and proposed facilities designed to serve future development. The Roadway Impact Fee Capital Improvements Plan shall include a general description of the project and a project cost projection. Planning level cost projections for future projects will be prepared based on discussion with local roadway construction contractors, CITY staff and the professional's previous experience with roadway construction costs. The CITY shall provide the professional with actual CITY cost information for previously completed projects with excess capacity and any cost contribution to County, State, Federal or developer constructed projects. Due to the variety of unknowns associated with roadway project costs projections (ROW acquisition, utility relocations, etc.), the planning level project cost projections utilized in the roadway impact fee analysis should not be used for any future capital improvement planning within the CITY. The professional will identify the portion of projected improvements required to serve existing demand and the portion of project improvements required to serve new development within the 10 -year planning period. D. Maximum Assessable Roadway Impact Fee Calculation. Using the newly developed ten-year growth projections, roadway impact fee Capital Improvements Plan, and capacity available for new growth, the professional will determine the cost of roadway improvements by service area, the maximum costs per service unit, and the resulting maximum assessable roadway impact fees July 22, 2008 Page 4 of 14 RIF - Task Order No 1 (07-22-2008).doc by service area. The professional will incorporate the financial analysis performed by HDR Engineering, Inc., in Task 2.E. to determine the maximum assessable impact fee per service unit. E. Financial Analysis. Using the impact fee eligible capital improvement costs and projected service units, the financial subconsultant, HDR Engineering, Inc. (HDR), will develop a rate credit calculation for a municipal roadway impact fee under the general provisions of Chapter 395.014(a)(7) of the Texas Local Government Code. In order to perform this analysis, HDR will obtain the following information from the professional: • Existing and projected roadway demand (vehicle -mile) for various identified roadways for the base year and 10 -year planning horizons; • Pro -ration of that demand by identified facility into roadway impact fee zones; and • Future (eligible) roadway improvement projects (as described in Task 2.C) and their anticipated project cost to be borne by the CITY (considering other sources of funding). HDR will obtain the following information from the CITY: • Life -cycle debt service payments schedules for existing outstanding General Obligation or Certificate of Obligation Debt associated with roadway funding by bond series; • Prospective financing terms for new roadway debt, and • Any significant anticipated cash -funding of eligible future roadway improvements. From this information, HDR will identify the present value of outstanding existing debt per vehicle -mile associated with each identified existing roadway. HDR will also calculate the present value of future debt per vehicle -mile associated with debt -funding future eligible roadway projects. The present value of existing and future roadway debt per vehicle -mile will then be summed by impact fee zone to derive the rate credit for that zone. F. Roadway Documentation. The professional will provide both a draft and final Roadway Impact Fee Report. The report will include: • Roadway service areas; • Narrative of the impact fee methodology; • Impact fee calculations; • Roadway CII'; and • Supporting Exhibits. At the request of the CITY, the professional will review the proposed Roadway Impact Fee Ordinance as prepared by the CITY Attorney. It is anticipated the CITY Attorney will require exhibits from the Roadway Impact Fee Report to be included in the ordinance. The professional recommends the CITY coordinate with its Attorney to ensure they will be able to prepare the ordinance during Task 3. G. Meetings. The professional will prepare for and attend the following meetings: • Three (3) meetings with CITY staff to discuss and review the Roadway Impact Fee CII'; July 22, 2008 Page 5 of 14 RIF - Task Order No I (07.22-2008).doc One (1) meeting with CITY staff to review the proposed Maximum Assessable Roadway Impact Fees; and One (1) meeting with CITY staff to discuss the public hearings and approval process. H. Deliverables • Twenty (20) copies of the Draft Roadway Impact Fee Report; • Electronic (pdf) copy of the Draft Roadway Impact Fee Report; and • Upon final approval of the Roadway Impact Fee Analysis and new ordinance by the City Council, the professional will provide twenty (20) originals and one (1) electronic (.pdf) copy of the Final Roadway Impact Fee Report. Task 3 — Public Hearings and Approval It is anticipated that a representative from the professional will prepare for and attend each of the following meetings: • Prepare for and attend up to six (6) stakeholder, Georgetown Transportation Advisory Board (GTAB), City Council, or other committees; • Prepare for and attend one (1) Capital Improvements Advisory Committee (CIRC) workshop to present fundamentals of Roadway Impact Fees, a summary of the Roadway Impact Fee methodology, Land Use Assumptions and the CIP and Maximum Assessable Roadway Impact Fees; • Prepare for and attend two (2) CIAC public hearings to present the Land Use Assumptions, CIP and Maximum Assessable Roadway Impact Fees; • Prepare for and attend one (1) City Council workshop to present fundamentals of Roadway Impact Fees, a summary of the Roadway Impact Fee methodology, Land Use Assumptions and the CII' and Maximum Assessable Roadway Impact Fees; • Prepare for and attend two (2) City Council public hearings to present the Roadway Impact Fee, including the Land Use Assumptions, Roadway Impact Fee CII' and Maximum Assessable Impact Roadway Fees; and • Prepare for and attend two (2) City Council meeting where it adopts the ordinance and establishes the actual Roadway Impact Fees. Task 4 — Rough Proportionality Policy Development Chapter 395 of the Local Government Code prohibits cities from assessing a roadway impact fee within its extraterritorial jurisdiction (ETJ). The CITY may, however, require dedication and construction of road improvements under its subdivision powers in the ETI, and may charge fees equivalent to road impact fees through development agreements. The 2005 Legislature enacted HB 1835, now in effect, which mandates cities that require developers to dedicate land, pay fees, or pay construction costs as a condition of development approval to certify that such contributions are roughly proportionate to the impacts of the proposed development. The apportionment of the municipal infrastructure costs are to be calculated by a professional engineer who is retained by the municipality. While the CITY may use impact fees to determine proportionality of development exactions inside city limits, it is necessary to establish a methodology for doing so in the ETI. July 22, 2008 Page 6 of 14 RIF - Task Order No 1 (07-22-2008).doe A. Rough Proportionality Areas Determination. The professional, in coordination with the CITY, will determine the specific areas of the CITY under which to develop a rough proportionality policy. It is anticipated that the professional will develop a land -use vehicle mile equivalency table for the entire ETJ of the CITY. The land use table will provide the number of development units (i.e. dwelling units, square footage, etc.), trip rate (derived from the 70, Edition of the Institute of Transportation Engineer's (ITE) Trip Generation Manual) and local trip length (from available motorist surveys). B. Rough Proportionality Methodology Development. The professional will prepare a proportionality methodology to allow future development to compare the vehicle -miles of demand created by the new development versus the vehicle -miles of supply being exacted by the CITY for each of the areas identified in this task. When the vehicle -miles of demand exceed the vehicle -miles of supply provided by the new development, the exactions meet the rough proportionality requirements. C. Rough Proportionality Documentation. The professional will prepare and submit a draft Rough Proportionality worksheet that documents the methodology and results of the analysis. The worksheet will include the following information: • Methodology; • Proportionality Area exhibits; • Land -use vehicle mile equivalency tables; • Sample Calculations; and • Summary Appendices. D. Deliverables. The professional will develop an electronic (.xls) version of the draft Rough Proportionality worksheet for CITY review. Upon review by the CITY, a final version of the Rough Proportionality worksheet will be delivered to the CITY. E. Meetings. The professional will prepare for and attend the following meetings: • Two (2) meetings with CITY staff to discuss and review the Rough Proportionality Methodology; and • One (1) meeting with CITY staff to discuss the public hearings and approval process. Additional Services The professional's preparation for and attendance at any additional meetings per CITY direction, as well as any additional analyses, will be considered Additional Services. Compensation for additional services will be agreed to prior to their performance. Such services shall include, but are not limited to, the following: Preparation for and attendance at additional public meetings not specifically identified in the Scope of Services. Furnish additional copies of documents in excess of the number of the same identified in the Scope of Services. July 22, 2009 Page 7 of 14 RIF - Task Order No 1 (07.22-2008).doe • Re -analysis or recalculation to reflect project scope changes or policy changes requested by the CITY, addressing changes in direction previously approved by the CITY or mandated by a change in governmental laws. Information Provided By CITY All base mapping data, historical building permit information and CII' project cost information for completed projects used in the analysis shall be provided by the CITY. The professional shall be entitled to rely on the completeness and accuracy of all information provided by the CITY. Schedule Tasks 1, 2 and 4 will be completed within six (6) months following receipt of a notice to proceed from the CITY exclusive of CITY review time. Task 3 shall proceed in accordance with the requirements of Chapter 395 of the Texas Local Government Code. Additional services, if desired, will be performed in a timely manner upon written authorization by the CITY. Times for performance shall be extended as necessary for delays or suspensions due to circumstances that the Professional does not control. Statement Regarding Non -Collusion; Prohibited Financial Interests; Prohibited Political Influences: (Per Article 36 in the Master Service Agreement): Professional hereby represents and warrants to CITY that Professional shall not perform any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the CITY under this Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the CITY, and Professional agrees that the CITY shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the CITY such a conflict or potential conflict between CITY work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. Other Insurance: No additional insurance is required beyond that provided as per the Master Services Agreement. Compensation: Lump Sum — Services shall be provided at as shown in Attachment B in an amount not to exceed One Hundred Fourteen Thousand Five Hundred Dollars and Zero Cents ($114,500.00). Kimley Horn and Associates, Inc. HDR Engineering, Inc. GRAM Traffic Counting, Inc. 100,000.00 12,000.00 2,500.00 $114,500.00 July 22, 2008 Page 8 of 14 RIF - Task Order No 1 (07-22-2008).doc Attachments: Attachment A Summary of Man Hours Attachment B Project Schedule APPROVED: CITY OF GEORGETOWN IQMLEY-HORN AND ASSOCIATES, INC. By: By: waw�� Name: George G. Garver Name: Thomas L. Whalen Title: Mayor Title: Vice President Address: P.O. Box 409 Address: 10415 Morado Cir., Bldg. I, Ste. 300 Georgetown, TX 78627-0409 Austin, TX 78759-5696 Phone: (512) 930-3651 Phone: (512) 418-1771 Fax: (512)930-3659 Fax: (512)418-1791 E -Mail: Slee fteorgetownE-Mail: tom.whalen@kimley-hom.com Date: Date: 7- 7_ pg July 22, 2008 Page 9 of 14 RIF - Task Order No 1 (07-22-2008).doc ��Kimley Hom aco Associates. liu:. Project Workplan Budget Client: City of Georgetown Project Roadway Impact Fees KHA No. PM: Aaron Nathan Attachment A — Summary of Man Hours (Page 1 of 4) DaleJuly 2. 2008 MIMI Number: 7 Name: Land Use Assumptions Task Mgr: AWN Page 2 of 6 K:1FfW _PAakeung�Geage1wm12008 Roadway_Impacf_Fee�pppfGe _ _ nnmBudgel_lmGryds PnnW 7/22008.450PM July 22, 2008 Page 10 of 14 RIF - Task Order No I (07-22-2008).doc OEM C. F�shng Land use D. Build 0.11 -and Uw ....F, ........I� Dixu�tab. G. Meetings Adamstraem Page 2 of 6 K:1FfW _PAakeung�Geage1wm12008 Roadway_Impacf_Fee�pppfGe _ _ nnmBudgel_lmGryds PnnW 7/22008.450PM July 22, 2008 Page 10 of 14 RIF - Task Order No I (07-22-2008).doc M^ K,rntay H+xr �L 1 aid Associates Inc Project Workplan Budget HOR-TiF1 Ill I ON Client: City of Georgetown Project: Roadway Impact Fees KHA No: PM: Aaron Nathan Attachment A — Summary of Man Hours (Page 2 of 4) Dale- July 2, 2008 Number 2 Name. Roadway Impact Fee Task Mgr AWN Page 3 n15 K:':FTVy_IdakHing\Georgelo:vm2008 Roadrvay_ImPxl_Fee,PpP`Ge .,v +laneudgel laGnv sls Pnnled 712/2008.4.50 PKI July 22, 2008 Page 1 I of 14 RIF - Task Order No 1 (07-22-2008).doc D Mamma, Assessable RIF Calculaum Page 3 n15 K:':FTVy_IdakHing\Georgelo:vm2008 Roadrvay_ImPxl_Fee,PpP`Ge .,v +laneudgel laGnv sls Pnnled 712/2008.4.50 PKI July 22, 2008 Page 1 I of 14 RIF - Task Order No 1 (07-22-2008).doc ��� dCtIA30Ci3;P.i 6 [ Project Workplan Budget Client: City of Georgetown Project: Roadway Impact Fees KHA No. PM: Aaron Nathan Attachment A — Summary of Man Hours (Page 3 of 4) Dale. July 2, 2008 Task Information Name: Public Hearings Task Mgr. AWN M=KOEM MMMEmJmm.� Public Hearings MAC I City Council Adol Admin K'.PTYJ Mxk0irg1G.ge1.n�2008 F.Wd ay_Mpacl Fax\Mp\Ge _. ;+n- IanBud el r"Cie Js Pega4.f6 9 ) Prinlea 7.2/2008. a 50 Pfd July 22, 2008 Page 12 of 14 RIF - Task Order No 1 (07-22-2008).doc Attachment A — Summary of Man Hours (Page4 of 4) IM. Krrliny horn \:= aro Associates. Irc. Project Workplan Budget Dale. July 2. 2008 Client: City of Georgetown Number.• 4 Project: Roadway Impact Fees Name: Rough Proportionality KHA No. Task Mgr: AWN PM. Aaron Nathan K:I.FTW AakM tinglG.9gd m2008_Roadway_Impact_Fealppp\Ga•get.n _P'F_'NatPlwBudgel_/nCilyxls Printed. 702008. 4-W PM July 22, 2008 Page 13 of 14 RIF - Task Order No I (07-22-2008).doe ........... =11W ........... Documentation ....���i D. Delimables ............C. Adftn K:I.FTW AakM tinglG.9gd m2008_Roadway_Impact_Fealppp\Ga•get.n _P'F_'NatPlwBudgel_/nCilyxls Printed. 702008. 4-W PM July 22, 2008 Page 13 of 14 RIF - Task Order No I (07-22-2008).doe K mley-Horn dntl ASSmates. Inc. Project Workplan Budget Task Budget Summary Attachment A — Summary Budget Summary :a!e ;W 22009 1 ask Name Client. City of Georgetown Project Roadway Impact Fees KHA No ---_ -. __ - - - -- __ =M. Aaron Nathan Task Budget Summary Attachment A — Summary Budget Summary :a!e ;W 22009 S 100,000 �'.. „aiemq'i++ror9axH.T.`C�� Fcacwa. imps! Fx,ppp;Geage!awn RIF WukRlanB�xkje�'a:: �:.: R 1.45 - -.r.2 08. 5 46 M.! July 22, 2008 Page 13A of 14 RIP - Task Order No 1 (07-22- 2008)_Pagel3A_m.doc 1 ask Name --T Subtotal I 2 3 _-_4 Land Use Assumptions _ _ Roadway Pact Im Fee Public Hearings Rough Proportionality _ ---_ -. __ - - - -- __ S 15.300 50.200 S S 21 500 13.000 S S 100,000 �'.. „aiemq'i++ror9axH.T.`C�� Fcacwa. imps! Fx,ppp;Geage!awn RIF WukRlanB�xkje�'a:: �:.: R 1.45 - -.r.2 08. 5 46 M.! July 22, 2008 Page 13A of 14 RIP - Task Order No 1 (07-22- 2008)_Pagel3A_m.doc Attachment A — Summary Kimley-Horn and Associates, Inc (the Professional) Company Wide Rates (Hourly Rate) The following rate schedule lists the individuals that the professional anticipates will work on the pro ect; however the additional categories have been provided in the case that additional tnd'ividuals work on the prgect Principal S240- $280 Senior Professional S165 -S245 Brian Van De Walle, P.E., PTOE Professional S90- $170 Aaron W. Natltaq AICP, RE Eric Bollich, RE Jeff Whitacre, EXT Senior Technical Support $105-$170 Technical Support S70 -S125 Support Staff S55 -S85 Orlencia Johnson (Administrative Assistant) Sarah Underwood (Project Accountant) Effective January J, 2008 July 22, 2008 Page 138 of 14 RIF - Task Order No 1 (07-22- 2008)_Pagel3A_rev.doc Agenda Item: Agenda Item Check List rpt Financial Impact Road Impact Fee Study Agenda Item Subject: Consideration and possible action to approve of Task Order No. 1 with Kimley-Horn and Associates, Inc. (KHA), of Austin, Texas, pursuant to the terms of the Master Services Agreement, for professional services related to the development of a Road Impact Fee Program for an amount of $114,500.00. Is this a Capital Improvement O Yes 0 No Project: Council Date: Was it budgeted? 07/22/2008 link to Agenda database => p Need Help? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: 2010 and Continuing • Yes O No 40 Yes O No $ 114,500.00 Yes • No Yes to No Yes 0 No Department: Georgetown Utility Systems If so, how? Additional source of funding for Roadway CIP Projects Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes 0 No If so, what division(s)? Prepared by: Bill Dryden Date: 07/14/2008 You are an Item Checklist: In Process Lankford I Chief Accountant Approval Cycle Settings Council Meeting Date: July 22, 2008 Item No. U - 2) AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award a construction contract to EBC Construction, LLC, of Manor, Texas, for the construction of Leander Street (18d' street to 22nd street) and 22nd Street (from 452 ft. west of Leander Street to Austin Avenue) in an amount of $382,359.00. ITEM SUMMARY: The proposed project went out for bid in three parts, A, B & C as follows: Part A — General Items, Part B — Leander Street Reconstruction Items and Part C — 22nd Street Reconstruction Items. Further, the project engineer, KPA & Associates, LP, evaluated the following combination of parts based upon the apparent lowest bidder, EBC Construction, LLC: tions Combination of Parts Construction Costs Option 1 Part A + Part B $ 287,143.00 Option 2 Part A + Part C $141,516.00 Option 3 Part A + Part B + Part C $ 382,359.00 KPA has reviewed the current work load and construction history of the apparent low bidder, EBC Construction, LLC, inclusive of contacting three (3) references and believes EBC Construction, LLC, is qualified to construct this project. FINANCIAL IMPACT: Funds for this expenditure are budgeted in the CIP for Streets: Fund Cost Budget G 120-9-0880-90-076 Streets' $ 382,359.001 $ 429,595.00' ' To be refunded from CDBG Grant in the amount of $250,000.00 (FY 2007/2008) and $179595.00 (FY 2008/2009). GTAB BOARD RECOMMENDATION: GTAB recommendations will be presented at Council STAFF RECOMMENDATION: Staff concurs with KPA's evaluation and recommends that the City award a construction contract with EBC Construction, LLC, for Option 1 (Part A + Part B + Part C), based upon available funding, in the amount of $ 382,359.00. None ATTACHMENTS: Letter of Recommendation from KPA Bid Tabulations A . r\ Submitted By: 'Bill Dryden f. E.,/ Jim Transportation Engineer ( Ass Utility KAKASBERG, PATRICK & ASSOCIATES, LP CONSULTING ENGINEERS One South Main Temple, Teas 76501 (254) 773-3731 In (254) 773-6667 mail®kpaengineers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E., C.F.M. THOMAS D. VALLE, P.E. June 3, 2008 Mr. Joel Weaver C.I.P. Coordinator Georgetown Utility Systems 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown Leander Street Improvements Dear Mr. Weaver: Attached are the Bid Tabulation Sheets for the bids received at 2:00 PM on Thursday, May 29, 2008 for the above referenced project. This project publicly advertised on May 11'" and May 18'". We e-mailed and faxed invitations to bid to over fifty five (55) contractors for the project. Eight (8) contractors held plans for bidding the project. Seven contractors submitted bids for the project and we have determined that EBC Construction, LLC is the low bidder with a total bid (Parts A + B + C) of $382,359.00. Our estimate for this project was $460,000. A breakdown of EBC Construction's bids by part is listed below. Bid Amount Part A - General Items $ 46,300.00 Part B - Leander Street $ 240,843.00 Part C - =d Street $ 95,216.00 Mr. Joel Weaver June 3, 2008 Page Two These bids allow for award of the following options: Option 1 Part A + Part B = $ 287,143.00 Option 2 Part A + Part C = $ 141,516.00 Option 3 Part A + Part B + Part C = $ 382,359.00 We have reviewed the current workload and construction history of EBC Construction, LLC as well as contacted three (3) references. As a result of our findings, we recommend that a contract be awarded to EBC Construction, LLC for Option 1 (Part A + Part B) in the amount of $287,143.00. Should sufficient funds be available, we recommend the City consider award of Option 3 (Part A + Part B + Part C) in the amount of $ 382,359.00. If you have questions, please call. Sincerely, John A. Simcik P.E. C.F.M. JAS/ 2007-104-30 Item I Esrilnaled A -I 100% 1 IS A-2100% LS A-3 100% LS A-4 100% LS A-5 100% LS A-6 100% LS FOTAL BID AMOUNT rrml .1011 Site Construction LLC PO Box 40 Round Rock, TX 78680 leaded Unit Ezteu<(erl hzmwn, Bonds and Insurance, not to-exceeC-' " 00 ish Traffic Control Plan Sealed by an EngimIQ000.1)D amen Traffic Control Plan IS,OOD00 :meot & Administer Stormwater Pollution F 2,500 00 its from TCEQ ide Project Record Drawings (As Builts) 3,000.00 ide DVD of row pre -construction and post c SW-� A - GENERAL (ITEMS A-1 - A-6) J4, 500 00 3,161.13 S 23,161.13 2,968.00 2,968.00 2,411.50 2,411.50 1,478.50 1,479.50 Written unit price does rel correspond wilb numerical unit price. ('age 1 ul 4 Agenda Item Check List ff Financial Impact Agenda Item: Leander Street and 22nd Street Construction Project Agenda Item Subject: Consideration and possible action to award a construction contract to EBC Construction, LLC, of Manor, Texas, for the construction of Leander Street (18th Street to 22nd Street) in an amount of $382359.00. Is this a Capital Improvement O Yes 0 No Project: Council Date: 07/22/2008 link to Agenda database => Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? • Yes O No 0 Yes 0 No Streets - To be refunded from CDBG Grant in the amount of $251,500.00 (FY 2007/2008) and $179,595.00 (FY 2008/2009)be refunded from CDBG Grant in the amount of $251,500.00 and Drainage (Railroad) 120-9-0880-90-076 Streets $ 382,359.00 O Yes 0 No OYes 0No Yes 0 No Year: If so, how? Department: Identify all on-going costs (i.e., insurance, None annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: None Cross -divisional impact: O Yes 40 No If so, what division(s)? Prepared by: Bill Dryden Date: 06/17/2008 You are an Administrator of the approval process A nanda Ham Char-kligk In. P/OCBSS pprovers itle signed Notified eceived tatus Change Jim Briggs Assistant City Manager 07/15/2008 04:16:23 PM 07/15/2008 04:16:23 PM I - Lode Lankford Chief Accountant - - - Approval Cycle Settings Council Meeting Date: July 22, 2008 Item No. 11- Li AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award a construction contract to Aaron Concrete Contractors, LP, of Austin, Texas, for the construction of Blue Hole Restoration Project in an amount of $ 98,752.50. ITEM SUMMARY: The proposed project went out for bid in three parts with bids being received July 16, 2008. The Engineer's Estimate of Probable Construction Costs was $87,050. The project engineer, Baker-Aicklen & Associates, Inc. (B -A), evaluated the bids and bidders. B -A has reviewed the current workload and construction history of the apparent low bidder, Aaron Concrete Contractors, LP, inclusive of contacting three (3) references and believes Aaron Concrete Contractors, LP, is qualified to construct this project. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: Funds for this expenditure are budgeted in the CIP for Streets and Drainage: Fund Cost Budeet 261-5-0602-51-261 FEMA $ 32,917.50 $ Or 540-5-0638-51-801 TML Insurance $65.835-00 $ 01 $ 98,752.50 t Funded from FEMA and TML Insurance Reimbursements that will be adjusted with a year End Budget Amendment to cover up to $160,000 in costs (including engineering) GTAB BOARD RECOMMENDATION: GTAB recommendations will be presented at Council. STAFF RECOMMENDATION: Staff concurs with Baker-Aicklen's evaluation and recommends that the City award construction contract with Aaron Concrete Contractors, LP, in the amount of $ 98,752.50. ATTACHMENTS: Letter of Recommendation from Baker-Aicklen & Associates., Inc. Bid Tabulations Submitted By: 'Bill Dryden P. E�/ Transportation Engineer July 16, 2008 Mr. Bill Dryden, P.E., Transportation Engineer CITY OF GEORGETOWN 300-1 Industrial Avenue Georgetown, Texas 78626 Subject: Recommendation of Award Blue Hole Trail Reconstruction Dear Mr. Dryden: The City of Georgetown received sealed bids at 2:00 pm on Wednesday July 16, 2008 for the subject project. A total of four bids were received and publicly opened at that time. The bids were tabulated and a certified bid tabulation is attached. The Statements of Bidders Experience provided by each of the bidders were then evaluated. Based on our evaluation of the bids received, we recommend that the City of Georgetown award of this construction contract to the low, qualified bidder, Aaron Concrete Contractors, LP of Austin, Texas, in the amount of $98,752.50. The Aaron Concrete's Statement of Bidders Experience indicates that they have extensive experience with similar and larger construction concrete projects throughout Central Texas and have been doing this type of work for over five years as required by the Instruction to Bidders. They have also done several projects for the City of Georgetown. If you have any questions, please feel free to call me. Sincerely, y � dq--e,)-k Leah J. Coffman, P.E. LJC:jc Prism Development, Inc. 2709 E. 5th Street Austin, TX 78702 Yes Bid Bond? Yes Yes Addendum #1 Yes $5,360.98 $3,289.50 $580.00 4 Installation of concrete pavement i BID TABULATION CY $375.00 Viking Fence Co. 5 Installation of fixed bollards 4 9602 Gray Blvd. Project: Blue Hole Trail Reconstruction $1,600.00 Austin, TX 78758 Owner: City of Georgetown EA Bid Bond? Job Number: 0686.5.010 7 Addendum #1 Bid Date: July 16, 2008 SY $115.00 Bid Item Quantitl{ Unit Unit Prim 1 Insurance, Bonds and Move -In Related 1 LS $5,360.98 2 Installation, maintenance and removal 850 LF $3.87 of silt fence 3 Installation, maintenance and removal 1 LS $580.00 of tree protection fencing Prism Development, Inc. 2709 E. 5th Street Austin, TX 78702 Yes Bid Bond? Yes Yes Addendum #1 Yes $5,360.98 $3,289.50 $580.00 4 Installation of concrete pavement i 230 CY $375.00 $86,250.00 5 Installation of fixed bollards 4 EA $400.00 $1,600.00 6 Installation of removable type bollards 4 EA $1,000.00 $4,000.00 7 Milling of existing concrete pavement 100 SY $115.00 $11,500.00 TOTAL AMOUNT BASE BID $112,680.48 ALTERNATE BID 1 -ALT Installation of HMAC pavement 2 -ALT Removal of excess river gravel and transport to location specified Certified by: Leah J. Coffman, on July 16, 2008 .:W686.5-00MBID AB-B(ae Ho(e %'milliecnnsrruc/ton 230 CY $260.38 $59,887.40 100 CY $21.60 $2,160.00 Cos' Westar Construction Aaron Concrete Contractors, Inc. 4500 Williams Dr Ste 212-PMB 411 P. O. Box 27107 Georgetown, TX 78628 Austin, TX 78755-2_107 Bid Bond? Yes _ Bid Bond? Yes_ _ 4ddendum 91 Yes Addendum #1 Yes Unit Price Cost I Unit Pdce Cost $16,737.00 $16,737.00 $5,475 $2.50 $2,125.00 $2.00 1 $565.11• $565.111 $500.00 $645.00 $148,350.00" $400.00 $1,000.00 $4,000.00 $1,000.00 $1,250.00 $5,000.00 $2,000.00 $483.10 $48,310.00 $33.00 $215.00 $49,450.00 U32.00 $11.50 $1,150' $75.00 Prism Development Inc.'s Bid Form contained several discrepancies between the multiplication of unit prices and the extension. The above reflect the corrected amounts. $5,475.00 $4,702.50 $1,700.00 $3.16 $500.00 $864.00 $92,000.00 $4,000.00 $8,000.00 $3,300.00 $114,975.00 $53,360.00 $7,500.00 $320.00 $1,000.00 $1,800.00 $57.00 $233.64 $19.00 $4,702.50 $4,000.00 $7,200.00 $5,700.00 $98,752.50 $53,737.20 $1,900.00 Baker-Aicklen R Aroclales. (nc. Agenda Item Check List Agenda Item: Agenda Item Subject: Is this a Capital Improvement Project: Council Date: Was it budgeted? Lai], Financial Impact Blue Hole Trail Restoration Consideration and possible action to award a construction contract to Aaron Concrete Contractors, LP, of Austin, Texas, for the construction of Blue Hole Restoration Project in an amount of $ 98,752.50._ O Yes • No 07/22/2008 link to Agenda database => d Need Help? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? '_) Yes 0 No 0Yes 0No FEMA and TML Insurance 261-5-0602-51-261 FEMA $ 32,917.50 540-5-0638-51-801 TML Insurance $ 65,835.00 Year End Budget Amendment $ 98,752.50 O Yes • No Yes • No Yes 0 No Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: O Yes 0 No If so, what division(s)? Prepared by: Bill Dryden Date: 07/15/2008 You are an Administrator of the approval process Agenda Item Checklist. In Process Approval Cycle Settings Council Meeting Date: July 22, 2008 AGENDA ITEM COVER SHEET Item No. Y - ,- SUBIECT: AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS, DENYING THE PROPOSED CHANGE IN RATES FOR ONCOR ELECTRIC DELIVERY COMPANY LLC, FINDING AND DETERMINING THAT THE MEETING AT WHICH THIS ORDINANCE IS PASSED COMPLIED WITH THE OPEN MEETINGS ACT; MAKING OTHER FINDINGS AND PROVISIONS, AND DECLARING AN EMERGENCY. ITEM SUMMARY: On June 27, 2008, Oncor Electric Delivery Company, LLC ("Oncor") filed an application (Docket No. 35717) with the Public Utility Commission of Texas (PUC) a Petition and Statement of Intent to Change Rates. Oncor's rate filing is based on the system -wide financial results for a 12 -month period ending on December 31, 2007. Oncor is requesting a net increase in transmission and distribution rates of approximately $275 million over their current rates (or a 10.9% increase over adjusted test year revenues). If approved, the increased rates will be charged to Oncor's direct customers, all retail electric providers (REPs), in those portions of Oncor's service area under the original jurisdiction of the Commission. In addition, the result could be a change in Oncor's transmission cost of service rates, which would impact all load serving entities in the Electric Reliability Council of Texas (ERCOT). Oncor has requested an August 8, 2008 effective date for its proposed rate change. Those changes will be uplifted across ERCOT through the Transmission Cost of Service (TCOS) Rate. Staff has reviewed this with representatives at Oncor and considered it internally along with other cities and recommends that the City of Georgetown approve the Ordinance to deny the rate change going into effect. A denial vote for this rate change simply temporarily suspends the PUC action for implementation of this rate change for approximately 45 days. Even though a vote of denial delays implementation of this rate, if the PUC and its staff determines that it is an appropriate rate and an appropriate filing, the this rate will go into effect since the PUC does have ultimate authority for the electric system rates of Oncor. Therefore, staff recommends that Council deny the implementation of this rate ultimately knowing that the PUC has final authority and will more than likely approve the rate to be applied, but at a later time. Based on the date the City was notified of this action and due to the time needed to fully investigate this action, the attached EmergencyOrdinance will have to be read in full at the meeting of July 22, 2008. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: NONE ATTACHMENTS: Ordinance submitted By: sgistanff Ci%r Manager For Utility Operations Trish Carls City Attorney ORDINANCE NO. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS, DENYING THE PROPOSED CHANGE IN RATES FOR ONCOR ELECTRIC DELIVERY COMPANY LLC, FINDING AND DETERMINING THAT THE MEETING AT WHICH THIS ORDINANCE IS PASSED COMPLIED WITH THE OPEN MEETINGS ACT; MAKING OTHER FINDINGS AND PROVISIONS, AND DECLARING AN EMERGENCY. WHEREAS, on June 27, 2008, Oncor Electric Delivery Company LLC ("Oncor") filed a Statement of Intent to Change Rates with the Public Utility Commission of Texas ("PUC") to increase its system -wide transmission and distribution rates by 10.9%, approximately $275 million annually; and, WHEREAS, these increased rates will be charged to Oncor's direct customers, all retail electric providers (REPs), in those portions of Oncor's service area under the original jurisdiction of the PUC; and, WHEREAS, the result could be a change in Oncor's transmission cost of service rates, which would impact all load serving entities in the Electric Reliability Council of Texas (ERCOT); and, WHEREAS, staff has reviewed this with representatives at Oncor and considered it internally along with other cities; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF GEORGETOWN, TEXAS: SECTION 1. That the proposed changed rate schedules and service regulations filed with the Governing Body of this municipality by Oncor Electric Delivery Company LLC on June 27, 2008, are hereby denied and disapproved, and Oncor Electric Delivery Company LLC shall continue to provide electric delivery service within this municipality in accordance with its rate schedules and service regulations in effect within this municipality on June 27, 2008. SECTION 2. That it is hereby officially found and determined that the meeting at which this Ordinance is passed is open to the public and as required by law and public notice of the time, place and purpose of said meeting was given as required. Oncor Emergency Rate Change Denial Ordinance No. Page 1 of 2 SECTION 3. That the statements set out in the preamble to this ordinance are hereby in all things approved and adopted. The City Council hereby finds that this Ordinance implements Effective Governance Vision Statement 4.0.0 of Georgetown's 2030 Comprehensive Plan, which states: "Georgetown has achieved a high level of service coordination, both internally and with County, State and other city service providers.'; and further finds that the enactment of this ordinance is not inconsistent with or in conflict with any other Comprehensive Plan Policies. SECTION 4. That an emergency exists necessitating the suspension of any rule requiring multiple readings of this Ordinance and all multiple readings of this Ordinance are hereby waived; this Ordinance shall take effect immediately upon its passage. PASSED AND APPROVED at a regular meeting of the City Council of Georgetown, Texas, on this the day of 2008. Mayor City of Georgetown, Texas ATTEST: Sandra D. Lee City Secretary STATE OF TEXAS § COUNTY OF WILLIAMSON § CITY OF GEORGETOWN § APPROVED AS TO FORM: Patricia E. Carts Carls, McDonald & Dalrymple, L.L.P. Oncor Emergency Rate Change Denial Ordinance No Page 2 of 2