Loading...
R-09-05-14-9G3 - 5/14/2009No Text RESOLUTION NO. R -09-05-14-9G3 WHEREAS, the City of Round Rock wishes to enter into a Reimbursement Agreement with Atmos Energy Corporation ("Atmos") for the relocation of a gas line owned by Atmos in connection with the Southwest Downtown Infrastructure Improvements Project, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City said Reimbursement Agreement with Atmos Energy Corporation, a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 14th day of May, 2009. )1,1 ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Secretary 0:\wdox\SCC1nts\0112\0905\MUNICIPAL\R90514G3.DOC/rmC EXHIBIT nAn REIMBURSEMENT AGREEMENT This Reimbursement Agreement ("Agreement') made this day of April, 2009, by and between ATMOS ENERGY CORPORATION, a Texas and Virginia corporation, having a business address at 5420 LBJ Freeway, Suite 1800, Dallas, Texas 75240 ("Atmos") and the CITY OF ROUND ROCK, a Texas home -rule municipal corporation, having a business address at 221 East Main Street, Round Rock, Texas ("CORR"). WITNESSETH: WHEREAS, CORR is making improvements to its Southwest Downtown area (the "Project"); and and WHEREAS, Atmos has a gas lines that are in conflict with the CORR's project; WHEREAS. CORR has requested that Atmos relocate or cause to be relocated their gas lines to accommodate the proposed improvements; and WHEREAS, Atmos has agreed to the relocation it facilities as shown on the plans attached hereto as Exhibit "A" and made a part hereof ("Relocation Services") and has prepared a good faith cost estimate set forth on Exhibit "B" attached hereto and made a part hereof ("Estimate"); and WHEREAS, CORR agrees to reimburse Atmos for the actual expenses incurred by Atmos related to the Relocation Services requested by CORR. NOW, THEREFORE, in consideration of mutual promises contained herein, the parties agree as follows: 1. Atmos agrees to provide the Relocations Services to install approximately 650 feet of 4 -inch poly II gas main, install approximately 1,850 feet of 2 -inch poly II gas main, Install approximately 300 feet of 3 -inch poly II gas main 18 gas service tie-ins, 11 main pipeline tie-ins, install approximately 480 feet of 4 - inch steel casing, install approximately 200 feet of 6 -inch steel casing, remove approximately 675 feet of existing 2 -inch mill wrap steel gas pipeline, remove approximately 575 feet of existing 3 -inch mill wrapped steel gas pipeline, remove approximately 775 feet of existing 4 -inch mill wrapped steel gas pipeline, and install necessary bypasses to maintain service during tie-ins. The starting date will be fixed by mutual agreement of the parties hereto and Atmos shall use commercially reasonable efforts to complete the Relocation Services in accordance with the Schedule, subject however, to delays caused by persons or events outside the reasonable control of Atmos. 2. The actual cost of the relocation is estimated to be $227,933.00. CORR agrees to reimburse Atmos the actual costs of the Relocation Services, an amount estimated to be $227,933.00 Atmos shall submit to CORR a detailed written report itemizing the total costs incurred, including all supporting information documenting all amounts incurred for which reimbursement is claimed and verifying that the Relocation Services are in accordance with the requirements of this Agreement and that any change orders increasing the cost for the Relocation Services above the threshold described below were submitted and approved by CORR prior to incurring such additional costs. Upon Completion of the Relocation Services, Atmos shall present CORR with a detailed invoice of the actual Relocation Services performed and CORR agrees to make, within thirty (30) days from the date of the properly detailed invoice, a one- time reimbursement payment of the actual costs. In the event, after actual solicitation of bids, the estimated costs of the Relocation Services exceed the Cost Estimate by 10% or more, then, prior to incurring such additional expense, Atmos shall submit the additional costs to CORR for approval, which approval shall not be unreasonably withheld, delayed, or conditioned. Any request for approval made by Atmos in writing and not specifically approved or disapproved within 5 business days shall automatically be deemed approved by CORR. Neither enhancement nor betterment costs shall be reimbursed by CORR. 3. The obligation of CORR to make a cost reimbursement payment under this Agreement does not constitute a general obligation or indebtedness of CORR for which CORR is obligated to levy, pledge or collect any form of taxation. 4. The parties agree to exercise all due caution while causing any work to be done near the gas line in order to prevent damages to the gas line. 5. Not withstanding any other provisions of this Agreement, in no event shall either party be liable to the other for any indirect, consequential or incidental damages, including but without limitation, loss of revenue, loss of customers or loss of profits arising from the Agreement and the performance or non- performance of obligations hereunder. 6. Atmos agrees to indemnify and hold harmless CORR, its agents and employees, against and from any and all liability, loss and expense and shall defend all claims, resulting from the loss of life or damage or injury to persons or property directly or indirectly resulting from the work performed by Atmos to the extent such loss, damage or injury, is caused by the negligence or willful misconduct of Atmos or its agents or arises out of or in connection with the Relocation Services. As a necessary condition for such indemnity to be enforceable against Atmos: (i) Atmos shall be notified in writing promptly of any and all claims, liability, loss and expense for which CORR seeks indemnification from Atmos, and (ii) Atmos shall have sole control of the defense of any and all claims, liability, loss and expense and all negotiations for their settlement of compromise. 7. This Agreement shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8. No party may assign its rights and obligations under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld, conditioned, or delayed. Notwithstanding the foregoing, it is understood that Atmos intends to contract the Relocation Services work to a general contract, which will in turn may subcontract all or part of the Relocation Services. 9. This Agreement shall be binding upon and inure to the benefit of the parties to this Agreement and their respective heirs, executors, administrators, personal representatives, legal representatives, successors and assigns, subject to the provisions of Section 8. 10. In case any one or more of the provisions contained in this Agreement shall be held to be invalid, illegal, or unenforceable in any respect, such validity, illegality, or unenforceability shall not affect any other provisions of the Agreement, and this Agreement shall be constructed as if such invalid, illegal, or unenforceable provision had never been contained in the Agreement. Effective date of agreement as of date of approved by the City Council: CITY OF ROUND ROCK ATMOS E RGY CORPORATION By: Alan McGraw, Mayor ATTEST: By: Sara White, City Secretary APPROVED AS TO FORM: By: Stephan L. Sheets, City Attorney By: Robert R e President, Operations Mid Tex Division 0 c0 1,9 .g4 is4 .N wO l.c Ni \c�+ U7 k%\' 9Zn O o 0 Jr o�N 6,11-01\s ,Nkt \Y: t ad y \o dd y oNS .cc O • 0 CO O G0 0 �.r w O co 0s. O ifs" 1 y•\ *1 k, ^Y �w — '� O oefilza n O ,,w cP (0 Q o. • ri 0 S/) jai 440 0 0 1 i A `, motdy0�o ,t, O fav'• (j) C N 0):P G N .y n -0 n -0 O 01 Lek ad ys�� dd 1 S N O N rl O v v 1 04 i 010.i_. 1 „q pp yotil• �, J mow J `I li�' fi5rn AEUVNIWi138d O O ®®;-..-'--+- !Z ,.G ! ; I H ; ; ( I I .. o ._ 000 J®C� Z■��)<���� o@@@ZZZU P`o O v'Dv�v,32m gy a a m m vv y of o3 gn.o'rgi m m m rr5�' Seo Sli b 9 g20°F, E zm xEcRg �o a m m , 2 3 b m g N y c g n n n „„._.E.., m. t. m, m m d m m , m a m m m . Xl �= � � ,% 8 5� ; 1 �+ �, 'g;5 � 3� 53� 5� 5 3111.1! �^ � � � y � x $ � � 3 � m � �a � � c -O a °�. � Iii S _i w g 5 5- n. n' W` o'' a l i m a a r g S gc 5� ' g ,E I M r .+ r. o 5 .... 5'. g � r ¢�'' ' 3 g' 0 J z m 3 E® a Vg - m v Eg g., q r s °, c -g6-T. � � � C � r ,�' � � mj r � CpC� C0J215°§1.- 7� � m � � 7y � � e N g c p $ P, g• • , 8, 1 $ a O . I 2 ?? m �Qr{ o b g -og a a r gri g 10 8 3 r $G %.1 r bi k' �r g' 8 ' 1.0.5-nS 5 v 1 0o g cV.$ $ R �a S I 5 g . I A o I m O I m m V ,LII; ; Xa O_ r c0 cc ID 0. MATERIAL EXHIBIT B PROJECT COST ESTIMATE Southwest Downtown Duct Banks Williamson County, Texas Config# / PROJ # 080.12431 4/9/2009 Estimated Direct Material Costs 1 Lot Material Requisition Form - Southwest Downtown - Page 1 $11,751.60 $11,752 1 Lot Material Requisition Form - Southwest Downtown - Page 2 $2,169.88 $2,170 1 Lot Material Requisition Form - Southwest Downtown - Page 3 $1,021.04 $1,021 1 Lot Material Requisition Form - Southwest Downtown - Page 4 $2,390.72 $2,391 1 Lot Material Requisition Form - Southwest Downtown - Page 5 $1,402.28 $1,402 1 Lot Material Requisition Form - Southwest Downtown - Page 6 $1,137.17 $1,137 1 Lot Miscellaneous (Marker balls, wire, tape, paint, pipeline markers, $2,500.00 $2,500 Tax & Shipping, Purchasing, etc. $3,301 TOTAL ESTIMATED MATERIAL COSTS $25,674 RIGHT-OF-WAY TOTAL ESTIMATED R -O -W COSTS $0 GAS LOSS/ALTERNATE FUEL TOTAL ESTIMATED GAS LOSS/ALTERNATE FUEL COSTS $0 CONSTRUCTION TOTAL ESTIMATED CONSTRUCTION COSTS $55,834 CONTRACT EXPENSE TOTAL ESTIMATED CONTRACT EXPENSE COSTS $58,500 MISCELLANEOUS TOTAL ESTIMATED MISCELLANEOUS COSTS $7,555 ATMOS LABOR $11,088 TOTAL ESTIMATED COMPANY LABOR TOTAL DIRECT COSTS OVERHEADS INTEREST CARRYING COSTS FRANCHISE FEE $158,650 $69,283 $0 80 TOTAL ESTIMATE $227,933 Assumptions/Comments 1) Estimate assumes relocation of approximately 650 ft of 4" poly II, 300 ft of 3" poly II, and 1850 ft of 2" poly 11 gas pipeline, 18 service line tie-ins and 11 main pipeline tie-ins to accommodate planned utility improvement activities. 2) Assumes 2800 feet of gas pipeline will be placed within the joint trench built by the City of Round Rock's general contractor. Assumes one mobilization. 3) Assumes temporary bypasses required for tie-in. Specific tie-in requirements subject to change depending upon actual project construction scheduling. 4) Estimate assumes no surveying services needed. 5) Estimated "Miscellaneous" costs above represent estimated contingency. 6) Estimate assumes reimbursement to be based on an actual cost basis. 7) Assumes all of the existing pipeline will be removed. 8) "Construction" line item amount above based on actual awarded contractor bid. Engineering Estimate - Round Rock SWDT Duct Banks - 04-14-09.xls ATMOS energy X4 tl la 0 Item No. 3020306 3112108 0 480 200 <JS Desori • tion 2 IN STL PIPE .154W ERW CS BARE DRL GRB AS CASING 6 IN STL PIPE .280W ERW CS BARE DRL GRB AS CASING Price 5,99 24,39 Ext. Price 1ffill1111111 6 73.60 4 878.00 IIr�1 1�9 MIIIIIIINIM1111M1111111111111111111111111111111111111111111111111111111111111=11111111© 6 9 10 12 14 16 17 18 19 20 0 e $ 11,751.60 $ 12,632.97 The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. ai ir 080.XXXXX 01204 ENE 1111111111.11111111111111111111111111111111011111011.111 1111111111111.1111111111111111111.11111111111111111111111111111111111111111111111111111111111111111111111111111111111 00 EXHIBIT B 16.84 23.32 Ai-AMOS energy ra. �xt0h11�9 11 gj Si 1 4 5 6 Item No. 63004204 63071117 63071162 63061210 63071030 63051037 Qt 680 6 Descri • tion 6 0' 4 CENT 6911423 2406 90 DEG ELL IPS SDR11/11.5 BF IAPMO 4 CENT 6911483 2406 45 DEG ELL IPS SDR11/11.5 BF IAPMO 11111111111® Mil 61420487 IIIIIIIIIMM 81111111.1111.1111111E 1111.1111111111 111111111111111 IMO 160804626 KM 63071282 111111111111111114 X 3 CENT 2406 RED IPS SDR11/11.5 BF IAPMO 1111111216'�MEII WI 63071276 11.11111111111©4 X 2 CENT 2406 RED IPS SDR11/11.5 SDR11 BF IAPMO 6.22110111.1M IIRIIIIIIIIIIIIIIIIIIIIIINIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMIIIIIIIII 1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111IIIIIIIIIIIIIIIIIIMI111111 1111111111111111111111111111111111111111111111111111111111111111111111111111111111111 x. .:��� a i'^' sy :.'$^F r"ca `rr .,r t` rt ,�.. 'z,4y F., m'a�„?`" ..€ ' ��� a z� r > F �,.'�`x ^wf.r' ;:' '3^` `r�,4^x a fi ..t :tall 9 10 63090275 63051381 4 CENT 690040424000 2406 TEE IPS SF IAPMO CAP BF 4 PE 2406 4 CENT 2406 4.7R CPLG EF IPS SP 200S ASTM D2513/F1055 4 IPS PE 2406 SDR11 PLASTIC TRANS FITTING WELDEND 4 TO WILLIAMSON 06-7218-0000-00 CS 3 -WAY TAP TEE TEE TAP SDL FUS 4 X 3/4 PE 2406 BODY X PE 2406 BF OUT TEE TAP SDL FUS 4 X 1-1/4 PE 4406 BODY X PE 2406 SDR10 4 STD BLK CS WELD CAP SA234 WPB Price 10.20 10.62 6.30 39.02 7.01 9.47 Ext. Price 1 570.80 67.36 25.20 279.84 $ 117.06 $ 28.41 14 16 17 18 19 20 4 � re: isitio er. er 2,169.88 $ 2,332.62 The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. h5 080.XXXXX 1 01204 IE,^ � $ f 1 4 11.11111111 MEI 1111111111111111111111111111111111111111111.1111111111111111111111111111111111111111 0% °�r E z • 0% �.a EXHI IT 1.62 ATMOS e tie rgy y Int 1 NEN 8 9 10 12 13 14 Item No. 63003504 61426213 63051035 61420328 63071114 63071378 63071027 63071273 16080420 Qt 360 MONNE 1111 MINIM v MINIM 63422037KEEMIIIIIIMM1111111111.11111111110111111111111111 MEN= Descri • tion Ir .�� 3 TD WILLIAMSON 26-0218-0000-00 CS 3 -WAY TAP TEE 3 CENT 5757007 2406 4.7R CPLG EF IPS SP 180S ASTM 3 CENTRAL PLASTICS SDR11 IPS 2406 TRANS FITTING ELL BF 3 90 DEG PE 2406 ELL BF 3 45 DEG PE 2406 TEE BF 3 PE 2406 CAP BF 3 PE 2406 REDUCER BF 3 X 2 PE 2406 CENTRAL 691030221000 3 STD BLK CS WELD CAP SA234 WPB STOPPLE 3 CS ANSI 150 TDW 26-0213-0000-00 Price 152.18 13.96 27.59 8.21 10.07 9.11 4.19 4.59 6.51 85.86 Ext. Price 583.20 16.42 9.11 4.19 9.18 19.53 16 18 19 20 o$ 1.,021.04. 1,097.62 } The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. 080.XXXXX 01204. 9 111111111111111111M111111 1111111111111111111 `^,`;'°'"°`a 0'0 r0% EXHI1T fi orrAlk 1;jaltifli • 2 X .216W YLW PE2406 GAS PIPE IPS SDR11 1850' COUPLING SF 2 PE 2406 CENTRAL 2 CENT SDR11 PLASTIC IPS 2406 TRANS FITTING WELDEND TEE BF 2 PE 2406 2 WILLIAMSON 26-0217-0000-00 CS 3 -WAY TAP TEE 2 STD BLK CS WELD CAP SA234 WPB TEE TAP SDL FUS 2 X 3/4 PE 3408 BF OUT CENTRAL 6932572 1-#0,Z 0504.7 01121,11.?'3 441001„tittliati-illgotK VtaliFs'41-$:;, '&11e The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. EXHIBIT 10' 26.45 10.05 J.:TMOS energy j ErS Item No. 63001350 63061039 Qt 63071009 ICE NEN 6 mai 61960359 630.0215.0 630610.48 9 10 61960349 61760010 23001385 1 150 46 11111111111111133 23 1111111111111111111111111 11111111111111111 111111111111111 36 Description 0 COUPLING SF 314 PE 2406 CENTRAL 6900418 CAP BF 3/4 PE 2406 RISER FLEX 3/4 X 3/4 24 X 24 STL X PE 2406 W/ JOMAR PIPE POLY 1 1/4 PE 2406 SDR10 COUPLING SF 1-1/4 PE 2406 CENTRAL 690121220000 RISER PREBENT 1-1/4 PE 2406 SDR10 36V X 36H CONNECTOR WIRE TWIST -ON KING 63315 EFV STICK 3/4 X 10 PE 2406 HI CAP DRESSER 0480-0140-009 Price 0.22 0.60 36.16 051 0.87 46.71 0.90 Ext. Price 253.00 27.60 831.68 1111111111111111111111111111111111111111111111111111111111111111111111.111111 1111 111111111111111111111111111111111111111111111111111111111111111 1111111111111111111111111111111111111111.11111111111111111 14 16 11113111111111111 32.40 18 19 20 Notes. T i.I XXX XXXXX. it • 1111111111111111101111111111111111111111111111111111111111111111111111111111111111 080.XXXXX 01204 u h est ' o • w all $ 1,402.28 $ 105.17 $ 1,507.45 C4 I 0% 0% EXI'ii 1 PPS e ne rgy 5LB MAGNESIUM HI POTENTIAL GROUND ANODE PACKAGED W/10FT #12 BLK LEAD WIRE 17LB MAGNESIUM HI POTENTIAL GROUND ANODE PACKAGED W110FT #12 BLK LEAD WIRE MARKER TRIVIEW 66 LP ATMOS SD -7009K. TAPE CAUTION 3 X 1000FT YLW W/ BLK LTR "GAS LINE 3M 1405-XR 4 YLW HDPE SCOTCHMARK GAS BALL MARKER BOX CURB 2 X 15 TEST STA LID MRKD "GAS DIST" B&T P2B202CNGATMOSATS ROSKOTE A-51 PLUS BLK MASTIC PIPE PRIMER 1 GAL CAN ROYSTON R-28 BLK RUBBERIZED MASTIC PIPE PRIMER 1 4 X 50FT ROYSTON GREENLINE COLD WRAPPING TAPE The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. „k` EXHI IT DATE: May 7, 2009 SUBJECT: City Council Meeting — May 14, 2009 ITEM: 9G2. Consider a resolution authorizing the Mayor to execute an Easement to Conduits within a Duct Bank with Oncor Electric Delivery Company LLC for the Southwest Area Downtown Infrastructure Project. Department: Staff Person: Justification: Transportation Services Tom Word, P.E., Chief of Public Works Operation An easement is required with Oncor Electric Delivery Company LLC for the installation of a duct bank facility composed of concrete surrounding conduit pipes constructed for the purpose of installing wire and fiber optic cabling. The easement parcels affected by the Southwest Area Downtown Infrastructure Project are parcels 1 thru 26. This easement is needed as part of the relocation of the dry utility infrastructure to replace existing overhead electric and cable facilities with their equivalent. Funding: Cost: N/A Source of funds: N/A Outside Resources: N/A Background Information: At the January 8, 2009 City Council meeting, a contract was approved with BRH Garver Construction Company (R -09-01-08-8B2) for the construction of the Southwest Area Downtown Infrastructure Project. Public Comment: N/A EXECUTED DOCUMENT FOLLOWS REIMBURSEMENT AGREEMENT mi This Reimbursement Agreement ("Agreement') N prr gr ( gr )made this day of �nt; 2009, by and between ATMOS ENERGY CORPORATION, a Texas and Virginia corporation, having a business address at 5420 LBJ Freeway, Suite 1800, Dallas, Texas 75240 ("Atmos") and the CITY OF ROUND ROCK, a Texas home -rule municipal corporation, having a business address at 221 East Main Street, Round Rock, Texas ("CORR"). WITNESSETH: WHEREAS, CORR is making improvements to its Southwest Downtown area (the "Project"); and WHEREAS, Atmos has a gas lines that are in conflict with the CORR's project; and WHEREAS. CORR has requested that Atmos relocate or cause to be relocated their gas lines to accommodate the proposed improvements; and WHEREAS, Atmos has agreed to the relocation it facilities as shown on the plans attached hereto as Exhibit "A" and made a part hereof ("Relocation Services") and has prepared a good faith cost estimate set forth on Exhibit "B" attached hereto and made a part hereof ("Estimate"); and WHEREAS, CORR agrees to reimburse Atmos for the actual expenses incurred by Atmos related to the Relocation Services requested by CORR. NOW, THEREFORE, in consideration of mutual promises contained herein, the parties agree as follows: 1. Atmos agrees to provide the Relocations Services to install approximately 650 feet of 4 -inch poly II gas main, install approximately 1,850 feet of 2 -inch poly II gas main, Install approximately 300 feet of 3 -inch poly II gas main 18 gas service tie-ins, 11 main pipeline tie-ins, install approximately 480 feet of 4 - inch steel casing, install approximately 200 feet of 6 -inch steel casing, remove approximately 675 feet of existing 2 -inch mill wrap steel gas pipeline, remove approximately 575 feet of existing 3 -inch mill wrapped steel gas pipeline, remove approximately 775 feet of existing 4 -inch mill wrapped steel gas pipeline, and install necessary bypasses to maintain service during tie-ins. The starting date will be fixed by mutual agreement of the parties hereto and Atmos shall use commercially reasonable efforts to complete the Relocation Services in accordance with the Schedule, subject however, to delays caused by persons or events outside the reasonable control of Atmos. 2. The actual cost of the relocation is estimated to be $227,933.00. CORR agrees to reimburse Atmos the actual costs of the Relocation Services, an amount estimated to be $227,933.00 Atmos shall submit to CORR a detailed written '12--01/ °Sit report itemizing the total costs incurred, including all supporting information documenting all amounts incurred for which reimbursement is claimed and verifying that the Relocation Services are in accordance with the requirements of this Agreement and that any change orders increasing the cost for the Relocation Services above the threshold described below were submitted and approved by CORR prior to incurring such additional costs. Upon Completion of the Relocation Services, Atmos shall present CORR with a detailed invoice of the actual Relocation Services performed and CORR agrees to make, within thirty (30) days from the date of the properly detailed invoice, a one- time reimbursement payment of the actual costs. In the event, after actual solicitation of bids, the estimated costs of the Relocation Services exceed the Cost Estimate by 10% or more, then, prior to incurring such additional expense, Atmos shall submit the additional costs to CORR for approval, which approval shall not be unreasonably withheld, delayed, or conditioned. Any request for approval made by Atmos in writing and not specifically approved or disapproved within 5 business days shall automatically be deemed approved by CORR. Neither enhancement nor betterment costs shall be reimbursed by CORR. 3. The obligation of CORR to make a cost reimbursement payment under this Agreement does not constitute a general obligation or indebtedness of CORR for which CORR is obligated to levy, pledge or collect any form of taxation. 4. The parties agree to exercise all due caution while causing any work to be done near the gas line in order to prevent damages to the gas line. 5. Not withstanding any other provisions of this Agreement, in no event shall either party be liable to the other for any indirect, consequential or incidental damages, including but without limitation, loss of revenue, loss of customers or loss of profits arising from the Agreement and the performance or non- performance of obligations hereunder. 6. Atmos agrees to indemnify and hold harmless CORR, its agents and employees, against and from any and all liability, loss and expense and shall defend all claims, resulting from the loss of life or damage or injury to persons or property directly or indirectly resulting from the work performed by Atmos to the extent such loss, damage or injury, is caused by the negligence or willful misconduct of Atmos or its agents or arises out of or in connection with the Relocation Services. As a necessary condition for such indemnity to be enforceable against Atmos: (i) Atmos shall be notified in writing promptly of any and all claims, liability, loss and expense for which CORR seeks indemnification from Atmos, and (ii) Atmos shall have sole control of the defense of any and all claims, liability, loss and expense and all negotiations for their settlement of compromise. 7. This Agreement shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8. No party may assign its rights and obligations under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld, conditioned, or delayed. Notwithstanding the foregoing, it is understood that Atmos intends to contract the Relocation Services work to a general contract, which will in turn may subcontract all or part of the Relocation Services. 9. This Agreement shall be binding upon and inure to the benefit of the parties to this Agreement and their respective heirs, executors, administrators, personal representatives, legal representatives, successors and assigns, subject to the provisions of Section 8. 10. In case any one or more of the provisions contained in this Agreement shall be held to be invalid, illegal, or unenforceable in any respect, such validity, illegality, or unenforceability shall not affect any other provisions of the Agreement, and this Agreement shall be constructed as if such invalid, illegal, or unenforceable provision had never been contained in the Agreement. Effective date of agreement as of date of approved by the City Council: CITY OF ROUND ROCK ATMOS E RGY CORPORATION By: )11 By: Alan McGraw, Mayor ATTEST: By: Sara White, City Secretary APPRO AS TO FO 464,511,,, Sheets, City Attorney Robert R e President, Operations Mid Tex Division T MATERIAL EXHIBIT B PROJECT COST ESTIMATE Southwest Downtown Duct Banks Williamson County, Texas Config# / PROJ # 080.12431 4/9/2009 Estimated Direct Material Costs 1 Lot Material Requisition Form - Southwest Downtown - Page 1 $11,751.60 $11,752 1 Lot Material Requisition Form - Southwest Downtown - Page 2 $2,169.88 $2,170 1 Lot Material Requisition Form - Southwest Downtown - Page 3 $1,021.04 $1,021 1 Lot Material Requisition Form - Southwest Downtown - Page 4 $2,390.72 $2,391 1 Lot Material Requisition Form - Southwest Downtown - Page 5 $1,402.28 $1,402 1 Lot Material Requisition Form - Southwest Downtown - Page 6 $1,137.17 $1,137 1 Lot Miscellaneous (Marker balls, wire, tape, paint, pipeline markers, $2,500.00 $2,500 Tax & Shipping, Purchasing, etc. $3,301 TOTAL ESTIMATED MATERIAL COSTS $25,674 RIGHT-OF-WAY TOTAL ESTIMATED R -O -W COSTS GAS LOSS/ALTERNATE FUEL TOTAL. ESTIMATED GAS LOSS/ALTERNATE FUEL COSTS CONSTRUCTION CONTRACT EXPENSE MISCELLANEOUS ATMOS LABOR $0 $0 TOTAL ESTIMATED CONSTRUCTION COSTS 555,834 TOTAL ESTIMATED CONTRACT EXPENSE COSTS $58,500 TOTAL ESTIMATED MISCELLANEOUS COSTS $7,555 TOTAL ESTIMATED COMPANY LABOR $11,088 TOTAL DIRECT COSTS $158,650 OVERHEADS $69,283 INTEREST CARRYING COSTS 50 FRANCHISE FEE $0 TOTAL ESTIMATE $227,9 Assumptions/Comments 1) Estimate assumes relocation of approximately 650 ft of 4" poly II, 300 ft of 3" poly II, and 1850 ft of 2" poly 11 gas pipeline, 18 service line tie-ins and 11 main pipeline tie-ins to accommodate planned utility improvement activities. 2) Assumes 2800 feet of gas pipeline will be placed within the joint trench built by the City of Round Rock's general contractor. Assumes one mobilization. 3) Assumes temporary bypasses required for tie-in. Specific tie-in requirements subject to change depending upon actual project construction scheduling. 4) Estimate assumes no surveying services needed. 5) Estimated "Miscellaneous" costs above represent estimated contingency. 6) Estimate assumes reimbursement to be based on an actual cost basis. 7) Assumes all of the existing pipeline will be removed. 8) "Construction" line item amount above based on actual awarded contractor bid. Engineering Estimate - Round Rock SWDT Duct Banks - 04-14-09.xls ,...,.., • 2 IN STL PIPE .154W ERW CS BARE DRL GRB AS CASING 4 IN STL PIPE .237W ERW CS BARE DRL GRB AS CASING '5.7,47; 77-377777; The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. —4, 541141410101011* EXHIBIT O 6 Item No. 63004204 63071117 63071162 63061210 63071030 63051037 680 6 111111111111111111 1111111111111113 4 9 61420487 11111111© -1111 10 lEll 14 ���� .11111111111n1111® 16 18.111111111114111111111111=0,74 63090275 63051381 16080462 63071282 63071276 Descri •tion Price tl:�s��:l'�'�"1�h't1����• � ' "�Li11��llli.���l.�ii[ • � ���®�I�®�'D 4 CENT 6911423 2406 90 DEG ELL IPS SDR11/11.5 BF IAPMO 4 CENT 6911483 2406 45 DEG ELL IPS SDR11/11.5 BF IAPMO 4 CENT 690040424000 2406 TEE IPS SF IAPMO CAP BF 4 PE 2406 4 CENT 2406 4.7R CPLG EF IPS SP 200S ASTM D2513/F1055 4 IPS PE 2406 SDR11 PLASTIC TRANS FITTING WELDEND 4 TD WILLIAMSON 06-7218-0000-00 CS 3 -WAY TAP TEE TEE TAP SDL FUS 4 X 3/4 PE 2406 BODY X PE 2406 BF OUT TEE TAP SDL FUS 4 X 1-1/4 PE 4406 BODY X PE 2406 SDR10 4 STD BLK CS WELD CAP SA234 WPB 4 X 3 CENT 2406 RED IPS SDR11/11.5 BF IAPMO 4 X 2 CENT 2406 RED IPS SDR11/11.5 SDR11 BF IAPMO 10.20 10.62 6.30 MIER 39.02 7.01 9.47 Ext. Price 61.20 $ 25.20 279.84 $ 117.06 mammEti 6.22 19 20 2,169.88 2,332.62 The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. 080..XXXXX. EXHIBIT Item No. 63003504 61426213 63051035 61420328 Descri • tion 360 ��:�iE ��i�\'I ��i7 �►� i�IYr1_�� l,� l:b�.y�l:ifi �i 1.62 3 TD WILLIAMSON 26-0218-0000-00 CS 3 -WAY TAP TEE 63071027 63071273 16080420 63422037 3 CENT 5757007 2406 4.7R CPLG EF IPS SP 180S ASTM 3 CENTRAL PLASTICS SDR11 IPS 2406 TRANS FITTING ELL BF 3 90 DEG PE 2406 ELL BF 3 45 DEG PE 2406 TEE BF 3 PE 2406 CAP BF 3 PE 2406 Ext. Price 583.20 REDUCER BF 3 X 2 PE 2406 CENTRAL 691030221000 3 STD BLK CS WELD CAP SA234 WPB $ 1,021.04 1,097.62 The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. iithgft 01204. EXHIBIT 2 X .216W YLW PE2406 GAS PIPE IPS SDR11 1 COUPLING SF 2 PE 2406 CENTRAL 2 CENT SDR11 PLASTIC IPS 2406 TRANS FITTING WELDEND 2 WILLIAMSON 26-0217-0000-00 CS 3 -WAY TAP TEE 2 STD BLK CS WELD CAP SA234 WPB TEE TAP SDL FUS 2 X 3/4 PE 3408 BF OUT CENTRAL 6932572 The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. 080.XXXXX EXHIBIT @ 831.68 MEN 4 EDI 6 NEM 9 10 fMOS energy • Item No. 63001350 63061039 63071009 61960359 63002150 63061048 61960349 61760010 2300/385 46 316 Z. Descri •tion • IPE POLY 3/4 PE 2406 SDR11 23SVR* 5 36 COUPLING SF 3/4 PE 2406 CENTRAL 6900418 CAP BF 3/4 PE 2406 RISER FLEX 3/4 X 3/4 24 X 24 STL X PE 2406 W/ JOMAR PIPE POLY 1 1/4 PE 2406 SDR10 COUPLING SF 1-1/4 PE 2406 CENTRAL 690121220000 RISER PREBENT 1-1/4 PE 2406 SDR10 36V X 36H CONNECTOR WIRE TWIST -ON KING 63315 EFV STICK 3/4 X 10 PE 2406 HI CAP DRESSER 0480-0140-009 Price 0.22 0.60 36.16 0.51 0.87 46.71 0.90 10,05 Ext. Price 253.00 26.45 11113111111111111 32.40 KAMM =MI =11111111111111111111111111111111111111111111111111111111111111111111111 , 16 18 20 ito °The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. 080.XXXXX. 040.4tosidiLifori "4135r% /I 1,; ava 474. 01204 t402.28 $ 1,507.45 1111.1111111111111111111111111111111111111111111111 111.1111, .111111111111110%MM. 11.11111111111111111111111111, 111111111111111111111 0% EXHIBIT 6 8.62 24.46 Item No. 61760225 1111111111111116 11131.111111111111111111111111 NEN 4 11111111111111=111111 680200 11111111111116 61760229 6 116111 8 10 61740718 61745007 61745149 64049505 61601105 8 8 Descri •tion 5LB MAGNESIUM HI POTENTIAL GROUND ANODE PACKAGED W/10FT #12 BLK LEAD WIRE 17LB MAGNESIUM HI POTENTIAL GROUND ANODE PACKAGED W/10FT #12 BLK LEAD WIRE WIRE #12 CU YLW SOLID THHN 500 1000' MARKER TRIVIEW 66 LP ATMOS SD -7009K. 26.69 Ext. Price 53.38 1111111111 8 ANCHOR MARKER POST TRIVIEW TAPE CAUTION 3 X 1000FT YLW W/ BLK LTR "GAS LINE 3M 1405-XR 4 YLW HDPE SCOTCHMARK GAS BALL MARKER BOX CURB 2 X 15 TEST STA LID MRKD "GAS DIST" B&T 75.00 12.91 6.21 7.93 13.29 247.38 225.00 $ 49.68 $ 87.23 $ 106.32 ���I� P2B202CNGATMOSATS �1�� MI 62690704 IIIIIIIIIIIIE WM 16 18 19 62690710 62690683 4 ROSKOTE A-51 PLUS BLK MASTIC PIPE PRIMER 1 GAL CAN ROYSTON R-28 BLK RUBBERIZED MASTIC PIPE PRIMER 1 19.83 79.32 IIIIIIIIIIIIE 4 X 50FT ROYSTON GREENLINE COLD WRAPPING TAPE IIIIIMS$ 61.88 20 $ 1,222.46 Aligt The materials are for the Southwest Downtown Project. Please tag all materials for ACE # XXX.XXXXX. It' afEnfI;;': EXHIBIT