Loading...
CM-10-09-184ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY Item Caption: Approval Date: City Manager Approval Summary Sheet Consider executing a Contract for Landscape Architecture Services with SEC Planning, LLC for the Town Green Improvements Project (Planning Phase). September 17, 2010 Department: Parks and Recreation Department Project Manager: David Buzzell Item Summary: This item will allow the City to work with SEC Planning LLC to plan and design the Town Green Improvements Project. The agreement will include professional services for a design charrette/public input process, master planning, conceptual design and theme. Strategic Plan Relevance: The Town Green Improvements Project directly relates to all of the priority and endorsed goals of the Recreation, Arts and Culture Initiatives (Goals 33-37) in the Places and Spaces section of the Strategic Plan. Cost: $ 24,985.00 Source of Funds: General Self Financed Construction REV. 6/10/10 ROUND ROCK, TEXAS PURPOSE PASSIO'. PROSPERITY. CITY OF ROUND ROCK CONTRACT FOR LANDSCAPE ARCHITECTURE SERVICES FIRM: SEC PLANNING, L.L.C. ("Consultant") ADDRESS: 12357 Riata Trace Parkway, Suite A-205, Austin, Texas 78727 PROJECT: Town Green Improvements Project (Planning Phase) THE STATE OF TEXAS COUNTY OF WILLIAMSON THIS CONTRACT FOR. LANDSCAPE ARCHITECTURE SERVICES ("Contract") is made and entered into on this the 1%day ofSQ. ,Mber, 2010 by and between the CITY OF ROUND ROCK, a Texas home -rule municipal corporation, whose offices are Iocated at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Consultant , and such Contract is for the purpose of contracting for professional landscape architecture services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of landscape architecture services; and WHEREAS, City and Consultant desire to contract for such professional landscape architecture services; and WHEREAS, City and Consultant wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Landscape Architecture Services Contract 0199.7145; 201440 aa30etgrn CM -1 1 Rev. 08/10 00201416 CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled "City Services." ARTICLE 2 LANDSCAPE ARCHITECTURE SERVICES Consultant shall perform Landscape Architecture Services as identified in Exhibit B entitled "Landscape Architecture Services." Consultant shall perform the Landscape Architecture Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Landscape Architecture Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Consultant of all Landscape Architecture Services. Should the review times or Landscape Architecture Services take longer than shown on the Work Schedule, through no fault of Consultant, Consultant may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Consultant is expected to complete the Landscape Architecture Services described herein in accordance with the above described Work Schedule. If Consultant does not perforin the Landscape Architecture Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Landscape Architecture Services are completed. Any Landscape Architecture Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Consultant shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Landscape Architecture Services will not be completed in accordance with the Work Schedule. 2 (2) Work Schedule. Consultant acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Landscape Architecture Services required herein so that construction of the project will be commenced and completed as scheduled. hi this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Consultant shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Landscape Architecture Services required under this Contract in a professional manner. (3) Notice to Proceed. After execution of this Contract, Consultant shall not proceed with Landscape Architecture Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Consultant agrees to accept the amount shown below as full compensation for the Landscape Architecture Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of Twenty Four Thousand, Nine Hundred Eighty -Five and No/100 Dollars ($24,985.00) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Landscape Architecture Services as authorized by City. Consultant shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Landscape Architecture Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Landscape Architecture Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Landscape Architecture Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Consultant shall be made while Landscape Architecture Services are in progress. Consultant shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Landscape Architecture Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Consultant shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. 3 Progress payments shall be made in proportion to the percentage of completion of Landscape Architecture Services identified in Exhibit D. Progress payments shall be made by City based upon Landscape Architecture Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Landscape Architecture Services performed. Consultant has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Consultant of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Consultant will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Consultant may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Consultant concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Consultant and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Landscape Architecture Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Consultant the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Consultant shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Consultant related to any task for which a Notice to Proceed has not been issued. 4 ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: David Buzzell Park Development Manager Parks & Recreation Department 301 W. Bagdad Street, Suite 250 Round Rock, Texas 78664 Telephone Number (512) 341-3345 Fax Number (512) 218-5548 Email Address dbuzzell@round-rock.tx.us City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Consultant in order to avoid unreasonable delay in the orderly and sequential progress of Landscape Architecture Services. Consultant's Designated Representative for purposes of this Contract is as follows: Ben DeBellis Senior Project Manager 12357 Riata Trace Parkway, Suite A-205 Austin, Texas 78727 Telephone Number (512) 246-7003 Fax Number (512) 246-7703 Email Address bdebeilis@secplanning.com ARTICLE 9 PROGRESS EVALUATION Consultant shall, from time to time during the progress of the Landscape Architecture Services, confer with City at City's election. Consultant shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Landscape Architecture Services. At the request of City or Consultant, conferences shall be provided at Consultant's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Landscape Architecture Services. Should City determine that the progress in Landscape Architecture Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Consultant to determine corrective action required. Consultant shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Landscape Architecture Services, including but not limited to the following: 5 (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Landscape Architecture Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. ARTICLE 10 SUSPENSION Should City desire to suspend the Landscape Architecture Services, but not to terminate this Contract, then such suspension may be effected by City giving Consultant thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by agreement and signature of both parties. The Landscape Architecture Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Landscape Architecture Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Consultant shall have the option of terminating this Contract. If City suspends the Landscape Architecture Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Landscape Architecture Services performed or costs incurred prior to the date authorized by City for Consultant to begin Landscape Architecture Services, and/or during periods when Landscape Architecture Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL LANDSCAPE ARCHITECTURE SERVICES If Consultant forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Consultant and a written Supplemental Contract will be executed between the parties as provided in Article 13. Consultant shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Consultant nor for any costs incurred by Consultant relating to additional work not directly associated with the performance of the Landscape Architecture Services authorized in this Contract or any amendments thereto. 6 ARTICLE 12 CHANGES IN LANDSCAPE ARCHITECTURE SERVICES If City deems it necessary to request changes to previously satisfactorily completed Landscape Architecture Services or parts thereof which involve changes to the original Landscape Architecture Services or character of Landscape Architecture Services under this Contract, then Consultant shall make such revisions as requested and as directed by City. Such revisions shall be considered as 1 additional Landscape Architecture Services and paid for as specified under Article 11. Consultant shall make revisions to Landscape Architecture Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Landscape Architecture Services. ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Landscape Architecture Services, or (2) the duration of the Landscape Architecture Services. Any such Supplemental Contract must be duly authorized by the City. Consultant shall not proceed until the Supplemental Contract has been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Consultant shall make no claim for extra work done or materials furnished until the City authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Landscape Architecture Services performed. ARTICLE 14 USE OF DOCUMENTS All documents, including but not limited to drawings, specifications and data or programs stored electronically, (hereinafter referred to as "Instruments of Service") prepared by Consultant and its subcontractors are related exclusively to the services described in this Contract and are intended to be used with respect to this Project. However, it is expressly understood and agreed by and between the parties hereto that all of Consultant 's designs under this Contract (including but not limited to tracings, drawings, estimates, specifications, investigations, studies and other documents, completed or partially completed), shall be the property of City to be thereafter used in any lawful manner as City elects. Any such subsequent use made of documents by City shall be at City's sole risk and without liability to Consultant , and, to the extent permitted by law, City shall indemnify, defend and hold harmless Consultant from all claims, damages, losses and expenses, including but not limited to attorneys fees, resulting therefrom. 7 By execution of this Contract and in confirmation of the fee for services to be paid under this Contract, Consultant hereby conveys, transfers and assigns to City all rights under the Federal Copyright Act of 1976 (or any successor copyright statute), as amended, all common law copyrights and all other intellectual property rights acknowledged by law in the Project designs and work product developed under this Contract. Copies may be retained by Consultant. Consultant shall be liable to City for any loss or damage to any such documents while they are in the possession of or while being worked upon by Consultant or anyone connected with Consultant, including agents, employees, Consultants or subcontractors. All documents so lost or damaged shall be replaced or restored by Consultant without cost to City. Upon execution of this Contract, Consultant grants to City permission to reproduce Consultant's work and documents for purposes of constructing, using and maintaining the Project, provided that City shall comply with its obligations, including prompt payment of all sums when due, under this Contract. Consultant shall obtain similar permission from Consultant's subcontractors consistent with this Contract. If and upon the date Consultant is adjudged in default of this Contract, City is permitted to authorize other similarly credentialed design professionals to reproduce and, where permitted by law, to make changes, corrections or additions to the work and documents for the purposes of completing, using and maintaining the Project. City shall not assign, delegate, sublicense, pledge or otherwise transfer any permission granted herein to another party without the prior written contract of Consultant. However, City shall be permitted to authorize the contractor, subcontractors and material or equipment suppliers to reproduce applicable portions of the Instruments of Service appropriate to and for use in their execution of the Work. Submission or distribution of Instrlmtents of Service to meet official regulatory requirements or for similar purposes in connection with the Project is permitted. Any unauthorized use of the Instruments of Service shall be at City's sole risk and without liability to Consultant and its employees. Prior to Consultant providing to City any Instruments of Service in electronic form or City providing to Consultant any electronic data for incorporation into the Instruments of Service, City and Consultant shall by separate written contract set forth the specific conditions governing the format of such Instruments of Service or electronic data, including any special limitations not otherwise provided in this Contract. Any electronic files are provided by Consultant for the convenience of City, and use of them is at City's sole risk. In the case of any defects in electronic files or any discrepancies between them and any hardcopy of the same documents prepared by Consultant, the hardcopy shall prevail. Only printed copies of documents conveyed by Consultant shall be relied upon. Consultant shall have no liability for changes made to the drawings subsequent to the completion of the Project. Any such change shall be sealed by the engineer making that change and shall be appropriately marked to reflect what was changed or modified. 8 ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Consultant shall furnish and maintain, at its own expense, quarters for the performance of all Landscape Architecture Services, and adequate and sufficient personnel and equipment to perform the Landscape Architecture Services as required. All employees of Consultant shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Consultant who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Landscape Architecture Services shall immediately be removed from association with the project when so instructed by City. Consultant certifies that it presently has adequate qualified personnel in its employment for performance of the Landscape Architecture Services required under this Contract, or will obtain such personnel from sources other than City. Consultant may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Consultant shall not assign, subcontract or transfer any portion of the Landscape Architecture Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Landscape Architecture Services being performed under the subcontract. No subcontract shall relieve Consultant of any responsibilities under this Contract. ARTICLE 17 EVALUATION OF LANDSCAPE ARCHITECTURE SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Landscape Architecture Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Consultant or a subcontractor, then Consultant shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Consultant's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Consultant shall be grounds for termination of this Contract, and any increased costs arising from Consultant's default, breach of contract, or violation of contract terms shall be paid by Consultant. 9 ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Consultant, as a consequence of failure by Consultant to perform the Landscape Architecture Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Consultant, upon not less than thirty (30) days' written notice to Consultant. (5) By satisfactory completion of all Landscape Architecture Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Consultant. In determining the value of the Landscape Architecture Services performed by Consultant prior to termination, City shall be the sole judge. Compensation for Landscape Architecture Services at termination will be based on a percentage of the Landscape Architecture Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty -day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Consultant defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Consultant, then City shall give consideration to the actual costs incurred by Consultant in performing the Landscape Architecture Services to the date of default, the amount of Landscape Architecture Services required which was satisfactorily completed to date of default, the value of the Landscape Architecture Services which are usable to City, the cost to City of employing another firm to complete the Landscape Architecture Services required and the time required to do so, and other factors which affect the value to City of the Landscape Architecture Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Consultant under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Consultant to fulfill his/her/its contractual obligations, then City may take over the project and prosecute the Landscape Architecture Services to completion. In such case, Consultant shall be liable to City for any additional and reasonable costs incurred by City. Consultant shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Consultant in support of the Landscape Architecture Services under this Contract. 10 ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Consultant shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Consultant shall furnish City with satisfactory proof of his/her/its compliance. Consultant shall further obtain all permits and licenses required in the performance of the Landscape Architecture Services contracted for herein. (2) Taxes. Consultant will pay all taxes, if any, required by law arising by virtue of the Landscape Architecture Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Consultant shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Consultant or of any person employed by Consultant or under Consultant's direction or control. Consultant shall also save and hold City harmless from any and all expenses, including but not limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such negligent activities by Consultant, its agents, or employees. ARTICLE 23 CONSULTANT'S RESPONSIBILITIES Consultant shall be responsible for the accuracy of his/her/its Landscape Architecture Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Consultant's responsibilities for all questions arising from design errors and/or omissions. Consultant shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 CONSULTANT'S SEAL The responsible consultant shall sign, seal and date all appropriate submissions to City in accordance with the Chapter 1052, Landscape Architects of the Texas Occupations Code. 11 ARTICLE 25 NON -COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non -collusion. Consultant warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Consultant, to solicit or secure this Contract, and that ire/she/it has not paid or agreed to pay any company or person any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Consultant covenants and represents that Consultant, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Consultant, at Consultant's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per claim from a company authorized to do insurance business in Texas and otherwise acceptable to City. Consultant shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its insurer. (2) Subconsultaut Insurance. Without limiting any of the other obligations or liabilities of Consultant, Consultant shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Consultant shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Consultant must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non- renewal or reduction in limits by endorsement a notice thereof shall be given to City by certified mail to: 12 City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self -Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Consultant shall be borne solely by Consultant, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled "Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Consultant for governmental purposes. ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Consultant may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. 13 ARTICLE 31 CONSULTANT'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Consultant, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Consultant: Ben DeBellis Senior Project Manager 12357 Riata Trace Parkway, Suite A-205 Austin, TX 78727 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Consultant understands and agrees that time is of the essence and that any failure of Consultant to complete the Landscape Architecture Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Consultant shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Consultant's standard of performance as defined herein. Where damage is caused to City due to Consultant's negligent failure to perform City may accordingly withhold, to the extent of such damage, Consultant's payments hereunder without waiver of any of City's additional legal rights or remedies. 14 (2) Force Majeure. Neither City nor Consultant shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all consulting and related services performed or furnished by Consultant and its employees under this Contract will be the care and skill ordinarily used by members of Consultant's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Consultant makes no warranties, express or implied, under this Contract or otherwise, in connection with the Landscape Architecture Services. (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Consultant are made on the basis of information available to Consultant and on the basis of Consultant's experience and qualifications and represents its judgment as an experienced and qualified professional consultant. However, since Consultant has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Consultant does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Consultant prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion, judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Consultant hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above -stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its corporate name by its duly authorized City Manager or Mayor, as has Consultant, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and fill! performance of the terms and provisions hereof. 15 CITY I F ROUND ROCK, TEXAS By: ATTEST: Gf÷t1 114AKulSw' By: Sara L. White, City Secretary SEC PLANNIN L.C. By: Signature of Principal ' Printed Naine: 16 RM: Stepha S L. Sheets, City Attorney LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Landscape Architecture Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance EXHIBIT B Landscape Architecture Services Agreement for Professional Master Planning Services Job No. ROUN-100061 The Consultant will provide land planning services required for the Project as outlined below: 1. Basic Services A. Data Collection The Consultant will coordinate with the Client to obtain base information for the Project including but not limited to: • Survey boundary of the property • Existing deed restrictions and covenants • Topographic survey of the property • Tree survey of the property • Existing utility easements and any other physical improvements or impacts on the property • Existing and/or pending municipal permits or approvals The Consultant will prepare a base map to be reviewed by the Client to confirm that based upon the services provided, potential impacts on the property have been considered. In addition to compiling the base map, the Consultant will collect and review applicable codes and ordinances which currently govern the Project. Fee $1,345.00 B. Conceptual Planning Based on existing site characteristics and programming provided by the Client, the Consultant will prepare up to two (2) concept plan alternatives for the Town Green. One concept will contemplate the extension of Blair Street, between Main Street and Liberty Avenue. The second alternative will evaluate the design if this roadway connection is not incorporated. The plans will display the design and configuration of outdoor plazas, landscape areas, walkways, sculptural/thematic elements, view corridors, relationship to adjacent uses and downtown, incorporation of Koughan Watertower Park, parking areas and event Iawns. Each plan will be accompanied by a preliminary estimation of cost for the proposed improvements. 'I'he plan alternatives will be provided on full color presentation boards for use in public meetings and presentations. The plans will also be provided in digital format for use on the City website, PowerPoint presentations or digital distribution. Fee .$7,880.00 C. Final Master Plan Based upon Client and public review of the two (2) conceptual plan alternatives for the Town Green, the Consultant anticipates comments and direction that will lead to a refined plan. The third, final concept plan will incorporate Client feedback and direction received during the conceptual plan review. The Final Master Plan will be prepared in full color, illustrative format with corresponding sketches and images as necessary to convey the vision for the Town Green. The final plan will be accompanied by a preliminary estimation of cost for the proposed improvements. Fee $3,900.00 D. Thematic Development In order to convey the vision for the Town Green Project, the Consultant will work with the Client to develop a unifying theme for the project. The theme will reinforce the history of Round Rock and incorporate elements that will give the space an identity and character that is contextually appropriate and which respects the heritage of the City. The theme and vision for the Town Green will incorporate images, architectural illustrations, representative photographs and sketches as deemed necessary by the Client and Consultant to convey the look and feel of the Town Green. The scope of this project includes the preparation of the following: • Up to three (3) perspective sketches of the Town Green to visually convey the design concepts ■ Preparation of a presentation board to accompany the conceptual plans, which include photographs, sketches and perspective drawings illustrating the designs • Signage and Wayfinding concepts that are visually consistent with the other downtown park/plaza spaces Fee $6,010.00 E. Meetings / Presentations The following meetings/presentations are anticipated within the scope of this contract: ■ One (1) public open house to gather community feedback for the Town Green ■ One (1) half day design charette with the Client ■ One (1) City Council Presentation ■ Three (3) City staff meetings Fee $4,450.00 F. Reirnbu sable Expenses Reimbursable expenses are in addition to compensation for Basic Services and Extra Work and include expenses by the Consultant in the interest of the Project. Reimbursable items under this Agreement shall include necessary mailings and deliveries, plots and copies for reports and exhibits, requested outside consultants, mileage, project related photography, any necessary permits or application fees. Any additional material costs not described above will not be considered a reimbursable expense unless reviewed with and approved by the Client. Fee .$1,400.00 EXHIBIT C Work Schedule 11. Work Schedule A. Projected schedule to complete scope of services Based upon the Consultant's understanding of the project and the Client's desired process, the following approximate schedule has been formulated. September 2010: Prepare base maps and gather necessary information from the Client. Participate in a public open house and document community ideas and feedback regarding the program for the Town Green. October 2010: Participate in a design charette with the Client and the Client's other design consultants to create a unifying vision for all downtown parks and plazas. October/November 2010: Prepare Town Center Conceptual Design alternatives and associated drawings. Collaborate with City staff to refine ideas. November 2010: Prepare final conceptual design based upon Client comment and direction. November 2010: Present final plan to City Council. EXHIBIT D Fee Schedule III. Fee Schedule A. Method of Compensation Based on our understanding of the aforementioned scope of services for the Project, we estimate the following fees will be required to accomplish the tasks. This contract will be administered on an hourly basis, not to exceed the amounts listed below without prior authorization by the Client. The Client shall compensate the Consultant as follows for the Basic Services outlined herein: Data Collection Conceptual Planning Final Master Plan Thematic Development Meetings / Presentations Reimbursable Expenses B. Rate Schedule $1,345.00 $7,880.00 $3,900.00 $6,010.00 $4,450.00 $1,400.00 $24,985.00 Principal $140.00 per hour Director $125.00 per hour Senior Project Manager $110.00 per hour Project Manager $90.00 per hour Staff Planner/Landscape Architect I1 $85.00 per hour Staff Planner/Landscape Architect I $80.00 per hour Administrative $65.00 per hour C. Payment Terms All work will be invoiced on a monthly basis. All invoices shall be paid within 60 days of the invoice date. All outstanding invoices greater than 60 days shall have 1.5% interest compounded monthly added to the invoice. 1 Overhead 2.11 Total LaborrOH 1 Fixed Fee 11.9%1 Total Fee' l 514,271.60 521,067.60 32,617.40 523985.00 EXHIBIT D Fee Schedule Description of Service DATA COLLECTION PHASE Reproduction 1 Prints (24) 30x42 Prints (75)11x17 Prints Mileage/Deliveries Coiect Information and compose base map Ste visit and inventory of existing cond'tions Evacuate existing code and consbainls Principal 1 Sr. Project Manager] Staff Planner 11 Total Hours 7 2 2 1 1 7 4 2 Sub Total Hours 3 3 7 13 Bring Rale Sub Total Labor Costs 8140.00 5110.00 585.00 mom 5330.00 5595.00 51945.00 Description of Service CONCEPTUAL PLANNINO PHASE Reproduction 1 Prints (24) 30x42 Prints (75)11x17 Prints Mileage/Deliveries Creation of three perspective drawings Composition of photo and image board Preparation of signage concepts Principal I Sr. Project Manager' Staff Planner II Prepare two conceptual design alternatives Collaboration with Cent to discuss Ideas Drafting of conceptual plans Preliminary cost estimates Preparation of presentation boards Crier rendering of piens Principal 1 Sr. Project Manager 1 SUR Planner Il Total Hours 4 3 1 1 8 2 2 8 12 16 8 16 24 5 19 8 16 Sub Total Haas 9 20 62 - 81 Bing Rate Sub Total Labor Costs 3140.00 31,250.00 5110.00 52,200.00 585.00 34,420.00 57,880.00 Description of Service FINAL CONCEPT PLAN Reproduction 1 Prints (24) 30x42 Prints (75)11x17 Prints Mileage/Deliveries Creation of three perspective drawings Composition of photo and image board Preparation of signage concepts Principal I Sr. Project Manager' Staff Planner II Total Hours Principal 1 Sr. Project Manager] Staff Planner 11 Tolal Howe Incorporation of Client comments into fatal plan Collaboration with Client to refine plan 2 2 3 8 11 2 Drafting of foal conceptual pian Pretmlnary cost estimate 1 2 4 8 10 Preparation of presentation board 6 6 4 4 Color rendering of final plan 2 8 8 Sub Total Hours 5 9 28 40 BiEng Rate 3140.00 3110.00 $85.00 Sub Total Labor Casts 3700.00 $990.00 52,210.00 53,900.00 Description of Service THEMATIC DEVELOPMENT Reproduction 1 Prints (24) 30x42 Prints (75)11x17 Prints Mileage/Deliveries Creation of three perspective drawings Composition of photo and image board Preparation of signage concepts Principal I Sr. Project Manager' Staff Planner II Total Hours 1 32 2 2 12 8 35 14 8 Sub Total Hours 3 40 14 57 B8ing Rate Sub Total Labor Costs 5140.00 5110.00 585.00 3420.00 54,400.00 51,190.00 58,010.00 Description of Service MEETINGS ! PRESENTATIONS Reproduction 1 Prints (24) 30x42 Prints (75)11x17 Prints Mileage/Deliveries Cost As Incurred 51,250.00 5100.00 550.00 Sub Total Principal 1 Sr. Project Manager 1 Staff Planner II Total Hours Public Open House 4 4 5140.00 5110.00 585.00 55,320.00 59,680.00 58,585.00 8 Half day design charette 6 6 12 Three Consultant meetings with Client 6 6 12 City Council Presentation 2 2 4 Sub Total Hours 16 16 2 38 Bdi ng Rate 5140.00 3110.00 585.00 Sub Total Labor Costs 32,520.00 51,780.00 5170.00 54,450.00 Description of Service REIMBURSABLE EXPENSES Reproduction 1 Prints (24) 30x42 Prints (75)11x17 Prints Mileage/Deliveries Cost As Incurred 51,250.00 5100.00 550.00 Sub Total 51,400.00 Description of Service SUMMARY Total Hours Principal 1 Sr. Project Manager] Stan Planner II Total flours 36 tea 101 227 Sub Total Hours 38 e8 101 227 BiEng Rale Total Labor Costs 5140.00 5110.00 585.00 55,320.00 59,680.00 58,585.00 523,585.00 Reimbursable Expenses Total Contract 51,400.00 524,985.00 DESIGN SERVICES FEE Direct Labor 56,796.00 'Total fee does not Include $1,400 of Reimbursable Expenses EXHIBIT E Certificates of Insurance Attached Behind This Page EXHIBIT E .�CC7RD' Certificate of Insurance SECPLAN-01 RIJO CERTIFICATE OF LIABILITY INSURANCE C DAT PR000ceRLIcense # 751664 Austin Property &Casualty Stephens Insurance, LLC Ste hensrIn Congress Ave, Suite 750 100Austin, TX 78701 (512) 542-3200 1 ONO!LV IM THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED SEC Planning, LLC 12357 MetaTrace Parkway Austin, TX 78727.Suite A205 I nnuona.e TYPE OF INSURANCE INSURER k. Valley Forge Insurance Company 420508 INSURER B: Continental Insurance Company 45289 INsuRN,Tc:American Casualty Co. 0427 NSURERO:Ace American Insurance Company INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT POLICIES.ADAGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. FOR THE POLICY RESPECT TO WHICH TO ALL THE TERMS, DAiE N^ PERIOD INDICATED. NOTWITHSTANDING THIS CERTIFICATE MAY BE ISSUEO OR EXCLUSIONS AND CONDITIONS OF SUCH WATS UN t°4 TYPE OF INSURANCE POLICY NUMBER MN=FOLIC�IW WPOSE NO OBLKIAIION OR LIABILITY OF ANY KING UPON THE INSURER, ITS AGENTS OR REPREEENTATNEB GENERAL LIMRITY EACH OCCURRENCE 5 2,000,000 A X COMMERCIAL GENERALLIAB:Lm 4012140144 7/1512010 7/15/2011 74srtl; °alc�l $ 300,000 Cu7NS MADE I X I OCCUR LIED EXP (Ary oro penun) $ 10,000 PERSONAL S ADV INJURY S 2,000,000 .._- GENERAL AGGREGATE S 4,000,000 GEHL AGGREGATE UMIT APPLIES PER PRODUCTS -COUPAP AGO S 4,000,000 )TI POUGY El 2'ei Fl L. AUTOMOBILE LIABILITY A ANY AUTO 4012140144 711512010 7/15/2011 (Ea�I^Q OM LnBr $ 1,000,000 ALLOW NEO ATOS 5 AUTOS BOOSCHEOULED (Pm (Pm wean) X NRED AUTOS X WON -OWNED AUTOS (Pat N &MIO'HAI (Aar aK4.Wa) $ PROPERTY DAMAGE (Per maiden) 5 GARAGE LIABILITY AUTO ONLY• EAACGCENT S ANY AUTO OTHER THAN EA ACC 5 AUTO ONLY: AGO ____----...__._ $ B EXCESS .UUBRELLAIIABUUTY —1OCCLR EACH OCCURRENCE 5 5,000,009 ❑CLNMSNUDE 4012164352 7/15/2010 7/15/2011 AGGREGATE $ 5,000,000 s DEDUCTIBLE 5 X RETENTION S 10,000 S C WORKERS COMPENSATION ANOEMPLOYERS•LIABIUTY N N �( We $T,LIIF I iOD1- I TORY LIWTSJ 1 ER ANY PROPRPTO PARTNEREXECUTME j 14012140225 (OFIQE� MMBEN EXCLUDED? 7/15/2010 7/15/2011 E L. EACH ACCDENT s 1,000,008 E.L. DISEASE-EAEMPLOYEE S 1,000,000 MmOvea deamDe under SPEdIAL PROVISIONS WU * E L. DISEASE- POLICY MET 5 5,000,000 OTHER D Errors & Ommissions N04874067002 7/1512010 7/1512011 51,000,500 DESORPTION OF OPERATIONS (LOCATIONS (VEHICLES N EXCLUSIONS ADDEO BYENDORSEMENT I SPECS'. PROVISIONS City of Round Rock Is listed as additional Insured as required by written contract. CPOTICIt•ATC 11111 hen vr,nv,-f..4-r•„VJI BHOULOANYOFTHE ABOVEDESCRIBEOPOUCIES BECANCELLEOBEFORETIN EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO UMI. 30 DAYS NThTTEN City of Round Rock 221 NOTICE TO THE CERTIFICATE HOLDER NAOIE-D TO THE LEFT, BUT FAILURE TO 00 SO SHALL Easf Main St. Round Rock, TX 78664- WPOSE NO OBLKIAIION OR LIABILITY OF ANY KING UPON THE INSURER, ITS AGENTS OR REPREEENTATNEB AUTHORIZED REPRESENTATIVE ACARn'1A r'1MOT01L�� ®1988.2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo a e registered marks of ACORD