Loading...
HomeMy WebLinkAboutAgenda_GTAB_08.08.2014Notice of Meeting for the Georgetown Transportation Advisory Board and the Governing Body of the City of Georgetown August 8, 2014 at 10:00 AM at GMC, 300-1 Industrial Ave, Georgetown Texas 78626 The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you require assistance in participating at a public meeting due to a disability, as defined under the ADA, reasonable assistance, adaptations, or accommodations will be provided upon request. Please contact the City at least four (4) days prior to the scheduled meeting date, at (512) 930-3652 or City Hall at 113 East 8th Street for additional information; TTY users route through Relay Texas at 711. Regular Session (This Regular Session may, at any time, be recessed to convene an Executive Session for any purpose authorized by the Open Meetings Act, Texas Government Code 551.) A Call to Order The Board may, at any time, recess the Regular Session to convene in Executive Session at the request of the Chair, a Board Member, the City Manager, Assistant City Manager, General Manager of Utilities, City Council Member, or legal counsel for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551, and are subject to action in the Regular Session that follows. B Introduction of Visitors C Industry/CAMPO/TXDOT Updates D Discussion regarding the Project Progress Reports and Time Lines. – Bill Dryden, P.E., Transportation Engineer, Mark Miller, Transportation Services Manager, Nat Waggoner, PMP®, Transportation Analyst and Edward G. Polasek, AICP, Transportation Services Director. E Discussion regarding the Airport Project Progress Report and time lines. – Curtis Benkendorfer, Acting Airport Manager and Edward G. Polasek, AICP, Transportation Services Director Legislative Regular Agenda F Review and possible action to approve the minutes from the Regular GTAB Board meeting held on July 11, 2014. - Jana Kern – GTAB Board Liaison G Presentation of questions regarding Lone Star Rail—Steve Fought, Councilmember, District 4 and Paul E. Brandenburg, City Manager H Consideration and possible recommendation on a Texas Water Development Board Flood Protection Planning contract -- Wesley Wright, P.E., Systems Engineering Director I Consideration and possible action to recommend approval of a Sublease Agreement between Aircraft Systems and Manufacturing, Inc. and Genesis Flight Academy, LLC for a portion of the premises at 301 Toledo Trail, Georgetown Texas—Curtis Benkendorfer, Acting Airport Manager and Edward G. Polasek, AICP, Transportation Services Director J Discussion and possible recommendation on Fuel Rates and Fuel Discount Policy at the Georgetown Municipal Airport – Curtis Benkendorfer, Acting Airport Manager and Edward G. Polasek, AICP, Transportation Services Director K Consideration and possible recommendation concerning the transportation elements of the Hillwood Wolf Ranch Development. Edward G. Polasek, ACIP, Transportation Services Director; Bridget Chapman, City Attorney L Executive Session: 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 subjected to action in regular session. Section 551.071 Consultation with Attorney - Airport/Aero Centex - Bridget Chapman, City Attorney Section 551.072 Deliberation Regarding Real Property - Deliberation concerning the proposed purchase of real property in connection with the Smith Branch Drainage Buy-Out Project. – Wesley Wright, Systems Engineering Director and Terri Calhoun, Real Estate Services Coordinator M Action from Executive Session Adjournment CERTIFICATE OF POSTING I, Jessica Brettle, 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 __________________, 2014, at __________, and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. ____________________________________ Jessica Brettle, City Secretary City of Georgetown, Texas SUBJECT: Call to Order The Board may, at any time, recess the Regular Session to convene in Executive Session at the request of the Chair, a Board Member, the City Manager, Assistant City Manager, General Manager of Utilities, City Council Member, or legal counsel for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551, and are subject to action in the Regular Session that follows. ITEM SUMMARY: FINANCIAL IMPACT: n/a SUBMITTED BY: Jana Kern City of Georgetown, Texas SUBJECT: Introduction of Visitors ITEM SUMMARY: FINANCIAL IMPACT: n/a SUBMITTED BY: Jana Kern City of Georgetown, Texas SUBJECT: Industry/CAMPO/TXDOT Updates ITEM SUMMARY: FINANCIAL IMPACT: n/a SUBMITTED BY: Jana Kern City of Georgetown, Texas SUBJECT: Discussion regarding the Project Progress Reports and Time Lines. – Bill Dryden, P.E., Transportation Engineer, Mark Miller, Transportation Services Manager, Nat Waggoner, PMP®, Transportation Analyst and Edward G. Polasek, AICP, Transportation Services Director. ITEM SUMMARY: GTAB Projects Austin Avenue Bridge Evaluation and Repairs FM 971 Realignment at Austin Avenue FM 971 Improvements in San Gabriel Park FM 1460 Improvements Project MS4 Permit Update N Austin Avenue Sidewalk Improvements Shell Road at Westbury-Bellaire - Signal Improvements Sidewalk Master Plan Smith Branch Southeast Inner Loop Corridor Study Southwest Bypass Project (TIP #14C) Transit Study as Requested by City Council Transportation Services Operations – CIP Maintenance GTEC Projects Project Update and Status Report FINANCIAL IMPACT: None SUBMITTED BY: Bill Dryden, P.E., Transportation Engineer ATTACHMENTS: Description Type GTAB Project Updates Exhibit GTEC - Project Status Exhibit Austin Avenue – Bridge Evaluations   (North and South San Gabriel Rivers)  Project No. TBD     TIP Project No. N/A  August 2014  Project  Description    Evaluate the repairs necessary to restore full structural capacity to the Austin Avenue  bridges over the North and South San Gabriel Rivers.  The process will involve several  phases – I) determination of testing needed, II) structural testing, analyses and  evaluation of test data to determine/recommend corrective measures and a project  budget, III) develop construction plans, specifications and contract documents, estimates  of probable construction costs and, last, IV) construction administration.  Purpose To extend the structural life of the two bridge and provide long‐term vehicular capacity  and pedestrian safety along Austin Avenue.  Project Manager Bill Dryden, P.E.  Engineer Aguirre & Fields, LP    North San Gabriel River Bridge South San Gabriel River Bridge    Element Status / Issues  Design Staff met with Engineer and discussed potential courses of action.  There are four basic  paths to consider:  Do Nothing.  Short Term Temporary Fix.  Medium Term Fix.  Replace  Structure.  Surveying  N/A (TBD)  Environmental/  Archeological  TBD during Phase II  Rights of Way Existing  Utility  Relocations  TBD (future)  Construction TBD  Other Issues Candidate project for May 2015 Bond Program election  Project submitted for CAMPO funding    FM 971 at Austin Avenue  Realignment Intersection Improvements  Project No. 1BZ     TIP No. QQ1  August 2014  Project Description Design and preparation of final plans, specifications and estimates (PS&E) for the widening  and realignment of FM 971 at Austin Avenue, eastward to Gann Street.  Purpose To provide a new alignment consistent with the alignment of the proposed Northwest  Boulevard Bridge over IH 35; to allow a feasible, alternate route from the west side go IH 35  to Austin Avenue, to Georgetown High School and a more direct route to SH 130.  Project Managers Bill Dryden, P.E.  Engineer Klotz Associates, Inc.    Element Status / Issues  Design Preliminary Engineering complete;   Engineer working on 60% design submittal Environmental/  Archeological  10/2015  Rights of Way Complete  Utility Relocations TBD  Construction 10/2016  Other Issues Working with TxDOT to develop an Advance Funding Agreement for plans  review and construction administration.    FM 971 at Austin Avenue  Improvements in San Gabriel Park  Project No. 1BZ     TIP No. QQ1  August 2014  Project Description Design of final plans, specifications and estimates (PS&E) for the moving of all park  amenities from the new FM 971 ROW.  Purpose To clear the ROW of park amenities and allow TxDOT review of the PS&E. Project Managers Bill Dryden, P.E.  Engineer Klotz Associates, Inc.    Element Status / Issues  Design Complete  Environmental/  Archeological  N/A  Rights of Way Complete  Utility Relocations Complete  Construction Ongoing  Other Issues None    FM 1460  Quail Valley Drive to University Drive  Project No. 5RB     TIP No. EEa, EEb & EEc  August 2014  Project Description Design and preparation of plans, specifications and estimates (PS&E) for the widening and  reconstruction of FM 1460.  Project will include review and update to existing Schematic,  Right‐of‐Way Map and Environmental Document and completion of the PS&E for the  remaining existing roadway.  Purpose To keep the currently approved environmental documents active; purchase ROW, effect  utility relocations/clearance and to provide on‐the‐shelf PS&E for TxDOT letting not later  than August 2013, pending available construction funding.  Project Managers Ed Polasek, AICP and Bill Dryden, P.E.  Engineer Brown and Gay Engineers, Inc.      Element Status / Issues  Design Complete  Environmental/  Archeological  Environmental approved with Project Schematic.  Rights of Way All appraisals are complete.  Final offers have been made  for all ROW parcels.  The paperwork has been filed for all parcels requiring  condemnation.  Acquired: 29  Pending: 3  Condemnation: 4  Total: 36  Utility Relocations Ongoing as ROW is being acquired.  Construction Letting August 2014  Construction scheduled to commence February 2015.  Other Issues None Pending    Municipal Separate Storm Sewer System (MS4) Permit  August 2014  Unchanged  Project Description Develop a multi‐year implementation plan based on existing and cost effective  future storm water management practices in order to comply with the Texas  Commission on Environmental Quality (TCEQ) Municipal Separate Storm  Sewer System (MS4) Permit.  Purpose On December 11, 2013, the TCEQ adopted rules for newly regulated MS4s  based on the 2010 Census designation of Urbanized Areas.  The City of  Georgetown is now part of Austin Large Urban Area based on those  designations.  Our 180 days to submit the Notice of Intent (NOI) and Storm  water Management Plan (SWMP) began on December 11, 2013.  The City of  Georgetown (City) has engaged HDR Engineering, Inc. (Engineer) to assist the  City with development of its Storm Water Management Program (SWMP) as a  result of the Cityʹs recent designation as a MS4 operator.  Initial services  include a review of available storm water program and water quality  information, a series of meetings with City departments and a City facility  review.  Permit submittal deadline to the TCEQ is June 11, 2014.  Project Managers Nat Waggoner, PMP® and Bill Dryden, P.E.  Engineer/Engineers HDR, Inc.     Task Status / Issues  Initiation Scope of Services negotiations February 2014 – Completed    Planning February/March 2014 – Completed  Execution  Review and recommendation to Council by GTAB May 9, 2013 –   Completed   Adoption by Council May 27, 2014 – Completed   Submittal to TCEQ June 11, 2014 – Completed  Monitoring Public Notice of TCEQ Preliminary Determination‐ Forthcoming   Comment period begins on the first date the notice is published and  ends 30 days later, unless a public meeting is held.    Applicant must file with the Chief Clerk a copy and an affidavit of the  publication of notice(s) within 60 days of receiving the written  instructions from the Office of Chief Clerk.   If significant public interest exists, the TCEQ executive director will  direct the applicant to publish notice of the meeting and to hold the  public meeting.  Other Issues None    N Austin Avenue Sidewalk Improvements  Rec Center to Georgetown High School  Project No. 1CV     TIP No. None  August 2014  Project Description Design and preparation of final plans, specifications and estimates (PS&E) for the sidewalk  improvements along N. Austin Avenue between the Georgetown Recreational Center and  Georgetown High School.  Purpose To provide a safe pedestrian route along North Austin avenue.  Project Managers Bill Dryden, P.E.  Engineer URS Corporation    Element Status / Issues  Design Complete  Environmental/  Archeological  Complete  Rights of Way None  Utility Relocations None  Construction Construction ongoing.  Other Issues None pending.    Shell Road Signal Improvements  Shell Road at Westbury Lane/Bellaire Drive  Project No. N/A     TIP No. None  August 2014  Project Description   Design and preparation of Plans, Specifications and Estimate for the construction  of signal improvements for the ultimate intersection of Shell Road at Westbury  Lane/Bellaire Drive and to determine future additional rights‐of‐way needs north  of the intersection.  Purpose To better manage traffic movements through and within the intersection.  Project Manager Bill Dryden, P.E.  Engineer Brown and Gay Engineers, Inc.      Element Status / Issues  Design Complete  Surveying Complete  Environmental/  Archeological  Complete  Rights of Way Complete  Utility Relocations Complete  Construction Construction began 2nd week of June.  Ahead of schedule – on flash July 25th; full operation July 31st.  Other Issues Staff will collect new traffic count and speed data late‐September to evaluate  the impact of the signal.    Sidewalk Master Plan and Public Facility Access Audit  August 2014  Purpose The purpose of the City of Georgetown Sidewalk Study and Public Facility  Access Audit is to inventory existing public infrastructure within the City of  Georgetown City Limits, identify design and compliance deficiencies, evaluate  future program requirements, and develop a long term implementation plan.   Project Managers Nat Waggoner, PMP® and Bill Dryden, P.E.  Engineer HDR, Inc.    Task Status / Issues  Initiation ‐ Task 1.3 – Project Kick Off Meeting completed May 15, 2014.  Planning ‐ Task 2.1 – Coordinating Documents completed. Planning Open House #1   Execution ‐ Schedule of Deliverables   Task Name Start End   ADA Reporting Criteria for Sidewalk Analysis May‐14 Jun‐14  Comprehensive Review of Existing Studies, Plans, and Reports May‐14 Jun‐14  Self‐Assessment Survey of Downtown District May‐14 Jul‐14  Data Collection and Field Inventory Jun‐14 Aug‐14 On‐going City Facilities Survey Jul‐14 Sep‐14 Sidewalk Implementation Plan and Project Prioritization May‐14 Oct‐14 Parks and Amenities Survey (NOT YET FUNDED)Oct‐14 Nov‐14 Government and Public Stakeholder Meetings May‐14 Jan‐15 Public Meetings and Hearings Periodic thru Jan‐15 ADA Transition Plan Update to Council Targeting Jan‐15   Other Notes ADA   ADA TF Meeting 8/13/2014   Downtown District Review complete, DRAFT report anticipated 8/5/14   Facilities ADA review underway, 14 buildings completed including the  Mary Bailey Headstart Site leased by Williamson County    Project Website   Launched 7/15/2014    Open House #1   During the week of 22 Sept 2014    Smith Branch  August 2014  Project Description Voluntary acquisition of eight (8) properties with finished floor elevations below the base  flood elevation in the Smith Branch Watershed  Purpose To reduce future flood damage risk.  Project Managers Wesley Wright, P.E., and Terri Calhoun, SR/WA, R/W‐NAC  Engineer Kasberg, Patrick, & Associates      Element Status / Issues  Design Completed – Flood Study completed in 2013  Environmental/  Archeological  Possible asbestos abatement on properties upon acquisition  Property  Acquisition  Offers made. Counter‐offers received from 7 out of 8  residents; one not interested in selling. All to be  considered by GTAB on 8/8/14 and Council on 8/26/14.   Anticipate closing on all parcels by 9/30/14.  Condemnation is not currently being considered.  This is  a willing buyer – willing seller program.  Acquired: 0  Pending: 7  Condemnation: 0  Total: 7  Utility Relocations Will require termination of services  Construction Upon acquisition of any property, structures will be demolished and the lot  returned to grass.  Other Issues None Pending    Southeast Inner Loop Corridor Study  (IH 35 to Rockride Lane)  Project No. None     Project No. None  August 2014  Project Description   Develop preliminary design schematic alternatives, perform preliminary  engineering and prepare an engineering report for the Southeast Inner Loop  Schematic Design from IH 35 to Rockride Lane (CR 110) and Sam Houston Avenue.  Purpose To determine ultimate alignment, interim and ultimate engineer’s estimates of  probable project costs and ROW needs for the future SH 29 Bypass, connecting the  westerly route (SH 29 to IH 35) with Southeast Inner Loop and Sam Houston  Avenue.  Project Manager Bill Dryden, P.E.  Engineer Kasberg Patrick and Associates      Element Status / Issues  Design Draft Final Report was presented to GTAB in March.  Meetings with  adjacent/affected land owners on‐going.  Draft Final Report will be  completed in accordance with all applicable comments and returned to  GTAB in September for Board discussions and possible recommendation  of adoption by Council.  Surveying  TBD (future)  Environmental/  Archeological  TBD (future)  Rights of Way To be conceptually established during the preliminary schematic phase and  further refined through the design phases.  Utility Relocations TBD (future)  Construction TBD (future)  Other Issues Staff is setting up a meeting with the public sector stakeholders (City,  TxDOT and WilCo) and their various engineering firms working along  the Southwest Bypass/SE Inner Loop connection and the I 35 corridor.    Transit Study  as Requested by City Council   Project No. None     Project No. None  August 2014  Unchanged  Project  Description    Council Motion:  Discussion and possible direction to the City of Georgetownʹs Transportation  Advisory Board (GTAB) to conduct an analysis and make a recommendation to the City Council  no later than June 24, 2014 ,regarding the Cityʹs potential future participation in State and  Regional Transportation Organizations including the benefits, conditions, and justification which  would prompt the Cityʹs participation in Project Connect, Lone Star Rail and any other relevant  State and Regional Transportation Organizations that the City should be involved with ‐‐ Steve  Fought, Councilmember, District 4  Amended Motion:  1. The City Manager to determine what time and effort staff have available to conduct this type  of study over the next year.  If it is not in the Transportation Division, Planning Department,  Finance Department and/or City Manager’s Office work program, as outlined in the current  draft budget, can it be adequately staffed to complete this level of work over the next year?  2. Is the challenge to research Federal, State and Regional transportation organizations or is it  transit programs?  This direction to staff is assuming it is transit programs.  3. Narrow the specific analysis to programs that are actually authorized to receive Federal  formula and discretionary funding programs found within the current Federal Transit  Administration.  However, that would narrow the field down to three agencies or programs.   Capital Metro, Lone Star Rail and the State of Texas through the Texas Department of  Transportation.  CARTS is only a contractor to Capital Metro and provides certain 5310  transit opportunities to persons outside of the Capital Metro Service Area in our jurisdiction.   CAMPO, Project Connect, Project Connect North and My35 are simply planning programs  that include staff from Capital Metro, Lone Star Rail District, and TxDOT and  representatives from local governments.  4. The analysis should be based on how those planning programs will lead to funding through  the project delivery agencies.  (Fought amended to include financial risk and benefits to the City)  5. The Council should provide the Board and staff specifics on what type of economic analysis  data will lead to an ultimate decision by the City Council.  6. Finally, some people ‘can’t see what the final project would look like’ or ‘can’t see what a  Transit Oriented Development would look like.’  Years ago, when the City was looking at  transportation options and creating a TOD ordinance, there was a field trip to perform some  on the ground research.  Members of the City Council, Planning and Zoning, and staff  (GTAB was not in existence at the time) went and stayed at a TOD to see for themselves.   We should have at least one field trip during this study.  Since it has been about 8 years or  so since that first and only field trip, it should be extremely informative to do it again and  see what a TOD looks like today and how the project has performed over the years.  Vote on the original motion as amended: Approved (6‐1) (Hesser opposed)    Project  Manager  Ed Polasek, AICP  Engineer TBD  Project Status Workplan Under Development    Transportation Services Operations   CIP Maintenance  July 2014  Project Description 2012/13‐2014 CIP Maintenance of roadways including, Chip seal, Cutler  Overlays, Fog seal applications and Engineering design of future rehabilitation  projects.  Purpose To provide protection and maintain an overall pavement condition index of  85%.  Project Manager Mark Miller  Engineer/Engineers KPA, Steger Bizzell, Halff Assoc.  Task Status / Issues  2nd and 6th Street  Engineering  (Halff)  2nd at Austin Avenue intersection improvement along with 6th Street  (Austin Ave. to Rock) (Smith Contracting) Notice to proceed scheduled for  August 11th.  Preconstruction meeting held on July 28th.    (KPA) 2nd St to College St plans are 60% complete, have been reviewed by staff  and are currently back with the engineer  9th Street  (Main to Rock)  (KPA) (Patin Construction)  Contracts signed and contractor has announced  intentions to move to 9th from current Tin Barn Alley project with the next few  weeks.  Chip Seal  The contractor Cholla announced a start date of August 6th.  Last year’s chip seals treated with the “Quickset” product performing  exceptionally well.  Fog Seal Fog Seal started June 2nd.  Complete.  New product (mixed reviews with learning curve)  Cutler/overlay All work completed by mid‐July.  Downtown merchants and residents provided positive feedback.  Pavement  Evaluation  KPA Engineering: pavement evaluation/scoring and update of 5 year CIP  reflecting changes and additions is waiting for Fugro Engineering.  Fugro  indicated a large portion of the data they collected in the Spring was found to  be corrupted and a recollection of lost data was performed on the last days of  July.         Current Capital Improvement Projects TIP No. Project No. Update On Schedule/ Or Behind Project Budget Project Cost Available Current Year Projected Current Year Cost Current Year Available Lakeway Drive Overpass #10 5QL City paid TxDOT $2,500,000 on 9/16/2008. Complete 2,500,000 2,500,000 0 0 0 Southeast Arterial 1 (Sam Houston Avenue) #12 5QG Project Complete. One ROW parcel has remaining issues. Completed 12,995,625 10,478,499 2,517,126 0 0 Wolf Ranch Parkway Extension (SW Bypass to DB Wood Road) #14A 5QW Engineer is completing the fencing plans, its required environmental clearance documents (to determine the fee for WCCF) and the construction PS&E bidding package. ROW has been acquired. On Schedule Unchanged 1,330,000 1,111,233 218,767 283,350 0 283,350 Southwest Bypass (SH29 to RR2243)#14B 5QC Engineer has completed the project PS&E, less construction contract documents and environmental permitting required at time of actual construction. ROW Acquisition process moving to condemnation for the Weir and Guy/Knight properties. Appraisals are being updated. Wolf property – Acquisition complete. Project fencing to begin as soon as practicable. On Schedule Unchanged 7,756,432 3,225,132 4,531,300 4,539,107 5,787 4,533,320 Northwest Blvd Overpass #QQ 5QX Engineer has presented the Preliminary Engineering Report and has begun final PS&E design efforts. Engineer is developing ROW strip map and individual parcel plats and documents. In-process 1,136,178 1,099,076 37,102 571,178 479,588 91,590 NB Frontage Road (2338 to Lakeway)#QQ 5QY Staff and Engineer has met with TxDOT personnel at both the local Area Office and District Environmental Division. In-process Unchanged 613,822 613,822 0 382,822 382,822 0 ROW - 1460 #EEa #EEb #EEc 5RB Final PS&E was submitted to TxDOT May 5th. Utility coordination on-going as ROW is acquired. All appraisals are complete. Final offers have been made for all ROW parcels. The paperwork has been filed for all parcels requiring condemnation. 29 of 36 Parcels have been acquired. On Schedule 11,788,230 5,348,470 6,439,760 6,727,539 2,315,896 4,411,643 TCS/RR Easement 5RD Complete 1,500,000 1,503,148 -3,148 0 0 FM 971 / Washam 5RE GTEC Portion complete Complete 100,000 0 100,000 0 0 Rivery Road 5RF Alignment adopted by Council. Complete 779,000 29,000 750,000 750,000 0 750,000 Snead Drive 5QZ Engineer has submitted the 75% design for review. On Schedule 825,100 87,000 738,100 825,100 87,000 738,100 Mays Street Extension 5RI Engineering obtaining rights-of-entry for surveying and geotechnical investigations; beginning schematic design On Schedule 196,000 196,000 0 196,000 196,000 0 IH 35/ Hwy 29 Intersection 5RJ 650,000 0 650,000 650,000 0 650,000 Current Economic Development Projects Project Type Update On Schedule/ Or Behind Project Budget Project Cost Available Current Year Budget Current Year Cost Current Year Available Economic Development Projects 1,137,500 1,137,500 1,137,500 0 1,137,500 16,062,596 3,467,093 12,595,503 Project to Date Current Year Budget (13/14) GTEC PROJECT UPDATE AND STATUS REPORT August 2014 Project to Date Current Year Budget (13/14) L:\Global\CIP Agenda Form\GTEC Status Report\2014\GTEC - Project Status - 2014-07.xlsx Page 1 of 1 7/29/2014 City of Georgetown, Texas SUBJECT: Discussion regarding the Airport Project Progress Report and time lines. – Curtis Benkendorfer, Acting Airport Manager and Edward G. Polasek, AICP, Transportation Services Director ITEM SUMMARY: Airport Projects: CIP - Air Field Electrical Improvements Development and Timeline FAA Tower report Airport Monthly Financial FINANCIAL IMPACT: n/a SUBMITTED BY: Jana Kern ATTACHMENTS: Description Type CIP Air Field Elec Imp Backup Material Tower Backup Material Airport Financials Backup Material Airfield Electrical Improvements Project No. 1314GRGTN August 2014 Project Description FY2014 project: Runways / taxiways lighting and signage. Purpose Improved safety and reliability of airport lighting. Project Manager Curtis Benkendorfer, Acting Airport Manager Engineer Garver Engineering Notes: Contractor’s notice to procure: July 21, 2014 Estimated construction commencement: Late September/Early October 2014 Construction period: 60 calendar days Estimated construction completion: December 2014 Georgetown Municipal Airport Contract Tower Program Update August 2014 Project Description Georgetown Tower FAA Inspection Purpose Tower Monthly Report Project Manager Curtis Benkendorfer, Acting Airport Manager Engineer Notes: Tower Facility Monthly Report Cutover to the new Radar system on August 15, 2014 July 20, 2014 airplane accident N5511B Item ____ Page _____ Prepared by: LKemp 8/1/2014 L:\Division\finance\Share2\AGENDA\GTAB\201406-June Airport revised Georgetown Municipal Airport As of June 30, 2014 Income Statement 2013/2014 Budget 2013/2014 Preliminary Projections June 30, 2014 Year To Date % Projections $ June 30, 2013 Year To Date $% Beginning Fund Balance (A)347,793 363,339 363,339 100%- 517,632 (154,293) -30% Revenue: Fuel Sales 2,421,492 2,421,492 1,834,688 76%586,804 1,722,890 111,799 6% Fuel Expense (2,228,000) (2,228,000) (1,639,032) 74%(588,968) (1,543,090) (95,942) 6% Net Fuel Revenues 193,492 193,492 195,656 101%(2,164) 179,800 15,856 9% Leases & Rentals (T-Hangers, Ground leases & Tie downs)571,700 571,700 434,784 76%136,916 417,883 16,901 4% Settlement - AJS Drainage 110,000 110,000 110,000 100%- - 110,000 100% Bankruptcy - Georgetown Jet Center - 94,952 98,801 (3,849) - 98,801 100% Interest 4,000 4,000 185 5%3,815 1,089 (904) -83% Other Revenue- Ad Valorem tax, special events & discounts 39,150 39,421 2,385 6%37,036 3,123 (738) -24% Grant - 6,164 (6,164) -100% Transfer In - CIP 131,000 131,000 98,250 75%32,750 - 98,250 100% Total Revenue 1,049,342 1,144,565 940,062 82%204,503 608,058 332,003 55% Operating Expense: Transfer out 27,195 27,195 20,396 75%(6,799) - (20,396) -100% Personnel 318,447 300,599 204,894 68%(95,705) 186,110 (18,784) -10% (B)Operations 535,631 617,718 444,785 72%(172,933) 433,816 (10,969) -3% Furniture & equipment - - 561 561 - (561) -100% Debt service 169,413 169,413 11,472 7%(157,941) 18,394 6,922 38% Capital Improvement Program Improvements, Runway 20,000 10,667 10,667 100%0 - (10,667) 0% (C)Runway 1836 lights 111,000 163,200 163,200 100%- - (163,200) -100% AJS Draining improvements 110,000 110,000 103,235 94%(6,765) - (103,235) -100% Medium intensity taxiway lights 87,500 87,500 87,501 100%1 - (87,501) -100% Total Expense 1,379,186 1,486,292 1,046,712 70%(439,580) 638,320 (408,392) -64% Fund Balance 17,949 21,612 256,689 487,370 Note: Contingency Reserve = $150,000. Funds not available, covered by the Water Fund for FY 2013/14. (A)Actual beginning fund balance. (B)Legal accounts for 71% or $58,124 of the operations budget increase of $82,086. (C)City's 10% share increased because project bids came in higher than projected. Operating Statistics June June 2014 2013 Performace/volumetric indicators Y-T-D Y-T-D Variance Gallons of Fuel Sold 2014 2013 AVGAS gallons sold 16,652 18,845 151,274 181,210 (29,936) -17% JET -A gallons sold 35,660 28,072 322,040 250,225 71,815 29% Total Gallons sold 52,312 46,917 473,314 431,435 41,879 10% Take Offs and Landings Day*Night* VFR 5,617 98 49,153 43,624 5,529 13% IFR 551 12 4,440 5,983 (1,543) -26% Total Take Offs/Landings 6,168 110 53,593 49,607 3,986 8% *This does not include flyover operations (i.e. handoffs from ABIA approach/ departure control to KGTU tower then onto the next ATC.). Variance Year to Date Variance Projections For the Month of: June CITY OF GEORGETOWN, TEXAS AIRPORT FUND COMPARATIVE STATEMENTS TOTALS 2014 2013 2012 as of 6/30/14 Per CAFR Per CAFR ASSETS: Current Assets: Cash and cash equivalents *-$ 81,524$ 187,275$ Investments *- 103,757 238,349 Accounts receivable: Services (net of allowance for uncollectibles)349,854 254,323 264,620 Inventories 44,927 44,927 52,847 Total current assets 394,781 484,531 743,091 Noncurrent Assets: Deferred charges - bond issuance costs (10,179) - 36,709 Total noncurrent assets (10,179)- 36,709 Property and Equipment: Land and land rights 981,500 981,500 981,500 Distribution system 79,335 79,335 79,335 Buildings and improvements 9,641,425 9,641,425 9,577,597 Machinery, furniture and equipment 137,577 137,577 137,577 Total cost property and equipment 10,839,837 10,839,837 10,776,009 Less accumulated depreciation (6,736,453)(6,736,453)(6,580,854) Net property and equipment 4,103,384 4,103,384 4,195,155 TOTAL ASSETS 4,487,986$ 4,587,915$ 4,974,955$ LIABILITIES AND NET ASSETS: Liabilities: Current liabilities: Due from consolidated cash *33,054$ -$ -$ Accounts payable 48,300 67,661 97,781 Accrued employee benefits 8,074 8,074 7,233 Current portion of long-term debt 127,773 137,951 125,778 Accrued interest 3,858 3,858 4,578 Total current liabilities 221,058 217,544 235,370 Long term liabilities: Accrued employee benefits 11,586 11,586 10,565 Long-term debt 614,165 614,165 739,265 Total noncurrent liabilities 625,751 625,751 749,830 Total liabilities 846,810 843,295 985,200 Net Assets: Invested in capital assets (net of related debt)3,351,269 3,351,269 3,330,111 Unrestricted 289,907 393,351 659,644 Total net assets 3,641,176 3,744,620 3,989,755 TOTAL LIABILITIES AND NET ASSETS 4,487,986$ 4,587,915$ 4,974,955$ *City operates on a consolidated cash basis. Due to timing of individual fund receivables and payables, cash and investment fund balances may fluctuate. City of Georgetown, Texas SUBJECT: Review and possible action to approve the minutes from the Regular GTAB Board meeting held on July 11, 2014. - Jana Kern – GTAB Board Liaison ITEM SUMMARY: Board to review and revise and/or approve the minutes from the regular meeting held on July 11, 2014. FINANCIAL IMPACT: n/a SUBMITTED BY: Jana Kern ATTACHMENTS: Description Type Draft Minutes Backup Material City of Georgetown, Texas SUBJECT: Presentation of questions regarding Lone Star Rail—Steve Fought, Councilmember, District 4 and Paul E. Brandenburg, City Manager ITEM SUMMARY: Attached to this coversheet is my correspondence containing questions that I requested be presented to the Georgetown Transportation Advisory Board (GTAB) for its information and awareness related to the City's future participation in the Lone Star Rail District. The purpose of this item and inclusion of the questions outlined in the correspondence attached to this coversheet is to ensure that the GTAB Board is aware of the questions being posed and to allow staff enough time to research and develop responses to the specific questions as presented. In order to be proactive on this issue, it is important that the city staff and the GTAB Board anticipate these and other questions that may arise from the City Council Members and/or the public related to this issue as the City continues to monitor its participation in this project. ACTION There is no action necessary at this time. The primary purpose of this item is to ensure that the GTAB Board has received these questions and acknowledge that they will be addressed as part of the ongoing discussions related to the City's participation in the project. FINANCIAL IMPACT: n/a SUBMITTED BY: Paul E. Brandenburg (jk) ATTACHMENTS: Description Type 1. Correspondence from Steve Fought, Councilmember, District 4, related to Lone Star Rail Cover Memo I support the decision of Council to continue our membership in the Lone Star Rail District (LSRD) for another year. Part and parcel with that support is the Council’s decision to ask the Georgetown Transportation Advisory Board (GTAB)1 to examine a number of aspects of our participation, including various financial issues. So that there is no misunderstanding of what I expect GTAB to consider, I am providing here a list of concerns and associated questions. Please appreciate that these are my concerns and my questions, and may or may not be the concerns and questions of other Council members. However, I believe it is important for me to identify my perspectives at the outset of GTAB’s examination process. I will raise these specific issues when the GTAB report is presented to Council. My purpose is to do my best to eliminate surprises at the end of the process. BASIS OF CONCERN #1: The proposed financial arrangements for funding our share of the Operations and Maintenance (O&M) costs (estimated by LSRD to be $1 Million annually) depend upon what I believe to be unrealistic assumptions on economic growth in the immediate area surrounding the Georgetown LSRD station. The arrangement calls for the city to obligate 50% of the new property tax revenue from the increased assessed value of commercial property located within approximately 1/4 to 1/2 mile of the proposed station and 50% of the city share of the increase (over today) in sales tax revenue from the same area. Question 1: What combination of increase in commercial property assessed value and sales revenue is envisioned to provide the $1 Million in revenue to meet the LSRD requirement of $1 Million annually? 1 GTAB obviously has the lead, but I expect them to include Staff and even other Boards/Commissions as necessary and to include staff/other comments in their presentation back to Council    Page 1 Fought Questions Question 2: Is that combination realistic for Georgetown? (Note: a comparison to Wolf Ranch or the Rivery project would be useful.) BASIS OF CONCERN #2. Georgetown will still have to provide standard city services to the area within 1/4 to 1/2 mile of the station, but will have to do so after diverting $1 Million from the new commercial property tax and sales tax revenues from that area to cover the O&M costs (see above). Question 3: How will the city cover the cost of providing those city services (i.e., replace the $1 Million which was diverted to O&M for LSRD)? BASIS OF CONCERN #3. Georgetown would be obligated to construct the station (other than the platform) and a parking facility in addition to other infrastructure (roads, utility lines, and so forth). Question 4: Approximately how much would it cost the city to construct that infrastructure? (Note: I understand we have a preliminary staff estimate of approximately $14 Million.) Question 5: What would be the source of funds for that effort? BASIS OF CONCERN #4. Georgetown would normally provide some form of economic incentives to the area surrounding the LSRD station in order to stimulate economic development. However, under the proposed financial arrangements, we would already be committing (for an indefinite period of time) $1 Million for O&M. Question 6: What would be the expectation for city funds to support economic development, and what would be the source of those funds for economic development in the vicinity of the LSRD station? Page 2 Fought Questions BASIS OF CONCERN #5. Our overall resource commitment to the LSRD could squeeze out other projects unless we significantly raised taxes. I am specifically concerned about the $60+ Million backlog in voter-approved bond issues for Parks, Recreations and Roads, the soon-to-be-considered renovation and revitalization of our airport (at what cost?), and our rapidly increasing property-tax-supported debt. Question 7: Can we flow these various obligations without increasing property tax or, if not, then what are the projections for property tax increases to meet these obligations? BASIS OF CONCERN #6. There is no guarantee that the LSRD will place a station in Georgetown, regardless of the outcome of the Environmental Impact Studies and/or our continued membership. Question 8: At what point will we know if Georgetown will get a station and who will make that decision? Thank you very much for taking these concerns into account and I look forward to your results. Sincerely, Stephen O. Fought Stephen O. Fought District 4 City of Georgetown, Texas SUBJECT: Consideration and possible recommendation on a Texas Water Development Board Flood Protection Planning contract -- Wesley Wright, P.E., Systems Engineering Director ITEM SUMMARY: This past winter, the City submitted an application for a Texas Water Development Board call for projects. Our project submittal scope was an updated watershed study for the following drainage basins: Pecan Branch, Mankins Creek, Berry Creek, Smith Branch, and the Middle Fork of the San Gabriel River. Ultimately, the study will provide a more accurate representation of the hydraulic characteristics of the basins, recommendations of future capital improvement projects, and update FEMA Floodplain Maps. On May 15, 2014, the Texas Water Development Board approved our application and earmarked funding for a flood protection planning study with the City of Georgetown. The proposed contract will reimburse 50% of the study costs, up to $200,000. Staff Recommendation Staff recommends entering into a contract with the Texas Water Development Board for Flood Protection Planning. FINANCIAL IMPACT: The proposed 2014-2015 Drainage Capital Improvement Plan includes $400,000 for the planning study. Up to $200,000 is reimbursable from the Texas Water Development Board. SUBMITTED BY: Wesley Wright ATTACHMENTS: Description Type TWDB Contract Backup Material TWDB Contract No. 1448321724 Section I, Page 1 STATE OF TEXAS TWDB Contract No. 1448321724 COUNTY OF TRAVIS Research and Planning Fund Flood Protection Planning CITY OF GEORGETOWN THIS Contract, (hereinafter "CONTRACT"), between the Texas Water Development Board (hereinafter "TWDB") and the CONTRACTOR (hereinafter "CONTRACTOR(S)"), is composed of two parts, SECTION I - SPECIFIC CONDITIONS AND EXCEPTIONS TO THE STANDARD AGREEMENT and SECTION II - STANDARD AGREEMENT. SECTION I - SPECIFIC CONDITIONS AND EXCEPTIONS TO STANDARD AGREEMENT ARTICLE I DEFINITIONS For the purposes of this CONTRACT, the following terms or phrases shall have the meaning ascribed therewith: 1. TWDB - The Texas Water Development Board, or its designated representative 2. CONTRACTOR(S) – City of Georgetown 3. EXECUTIVE ADMINISTRATOR - The Executive Administrator of the TWDB or a designated representative 4. PARTICIPANT(S) – Williamson County, Brazos River Authority, Georgetown Economic Development Corporation, Texas Department of Transportation- Austin District, Georgetown Area Office, Capital Area Council of Government, City of Jarrell, City of Weir. 5. REQUIRED INTERLOCAL AGREEMENT(S) – N/A 6. TWDB APPROVAL DATE –May 15, 2014 7. PLANNING AREA – The City of Georgetown, more specifically the watershed of Pecan Branch , Berry’s Creek, Manikins Creek, Smith Branch, and Middle Fork of the San Gabriel which is located within the City of Georgetown and its Extraterritorial jurisdiction area. The project area is more specifically defined in Exhibit A. TWDB Contract No. 1448321724 Section I, Page 2 8. DEADLINE FOR CONTRACT EXECUTION – September 2, 2014 9. CONTRACT INITIATION DATE –May 15, 2014 10. STUDY COMPLETION DATE – September 30, 2016 11. EXPIRATION DATE– February 28, 2017 12. TOTAL STUDY COSTS – $400,000.00 13. TWDB SHARE OF THE TOTAL STUDY COSTS- the lesser of $200,000.00 or 50 % of the total study costs. 14. LOCAL SHARE OF THE TOTAL STUDY COSTS - $200,000.00 in cash and/or in-kind contributions or 50 % of the total study costs. 15. PAYMENT REQUEST SCHEDULE – Quarterly 16. OTHER SPECIAL CONDITIONS AND EXCEPTIONS TO STANDARD AGREEMENT OF THIS CONTRACT – N/A INTENTIONALLY LEFT BLANK TWDB Contract No. 1448321724 Section II, Page 1 SECTION II - STANDARD AGREEMENT ARTICLE I RECITALS Whereas, the CONTRACTOR applied to the TWDB, Austin, Texas for a planning grant to develop a flood protection plan; Whereas, the CONTRACTOR and PARTICIPANT will commit cash and/or in-kind services to pay for the LOCAL SHARE OF THE TOTAL STUDY COSTS of this planning project; Whereas, the CONTRACTOR is the entity who will act as administrator of the TWDB's planning grant and will be responsible for the execution of this contract; Whereas, on the TWDB APPROVAL DATE, the Texas Water Development Board approved the CONTRACTOR’s application for financial assistance; Now, therefore, the TWDB and the CONTRACTOR, agree as follows: ARTICLE II PROJECT DESCRIPTION AND SERVICES TO BE PERFORMED 1. The TWDB enters into this CONTRACT pursuant to Water Code §15.405, Subchapter A; EXHIBIT A, ORIGINAL GRANT APPLICATION; EXHIBIT B, SCOPE OF WORK; EXHIBIT C, TASK AND EXPENSE BUDGETS; EXHIBIT D, GUIDELINES FOR AUTHORS SUBMITTING CONTRACT REPORTS TO THE TEXAS WATER DEVELOPMENT BOARD, and EXHIBIT E, TWDB GUIDELINES FOR A PROGRESS REPORT which are incorporated herein and made a permanent part of this CONTRACT; and this CONTRACT. 2. The CONTRACTOR will prepare a flood protection plan for the PLANNING AREA, as delineated and described in EXHIBIT A, according to the Scope of Work contained in EXHIBIT B. 3. The CONTRACTOR shall establish formal, direct, and continuous liaisons with all cities, counties, councils of governments, river authorities, and all applicable state agencies, districts, federal agencies, including the appropriate project directors of the U.S. Army Corps of Engineers, and other governmental entities having flood protection responsibility within the PLANNING AREA, and community leaders in the PLANNING AREA for the purpose of coordinating the scope of work and flood protection plan with all existing studies, plans, or activities for the purpose of providing information and obtaining available data for the development of the flood protection plan. The planning will be coordinated with the Federal Emergency Management Agency (FEMA) National Flood Insurance Program and all relevant flooding and drainage protection studies and activities, which will also be reviewed as information for the development of this flood protection plan. It will also be the responsibility of the CONTRACTOR to solicit comments from the general public as to the content of this flood protection planning project. TWDB Contract No. 1448321724 Section II, Page 2 4. The CONTRACTOR will coordinate the flood protection plan with the existing plans and policies of the entities listed above, the Texas Commission on Environmental Quality (TCEQ), and any other affected entities. 5. The CONTRACTOR will hold public meetings with the PARTICIPANTS, consultants, local entities, the TWDB, and any interested parties, to describe the planning study and to solicit input and comments from the affected public. The public meetings shall be conducted in accordance with the Texas Open Meeting Act and held as determined by the CONTRACTOR and TWDB; but at a minimum, at the commencement of the study, near the mid-point of the study, and upon completion of the draft final report. Input and comments received from the public shall be considered for incorporation into the final report. ARTICLE III CONTRACT TERM, SCHEDULE, REPORTS, AND OTHER PRODUCTS 1. The CONTRACTOR has until the DEADLINE FOR CONTRACT EXECUTION to execute this CONTRACT and to provide acceptable evidence of any REQUIRED INTERLOCAL AGREEMENTS and the CONTRACTOR’s ability to provide the LOCAL SHARE OF THE TOTAL STUDY COSTS, if applicable, to the EXECUTIVE ADMINISTRATOR for approval or the TWDB's SHARE OF THE TOTAL STUDY COSTS will be rescinded. 2. The term of this CONTRACT shall begin and the CONTRACTOR shall begin performing its obligations hereunder on the CONTRACT INITIATION DATE and shall expire on the EXPIRATION DATE. Delivery of an acceptable final report prior to the EXPIRATION DATE shall constitute completion of the terms of this CONTRACT. 3. A progress report, including results to date, will be provided to the EXECUTIVE ADMINISTRATOR according to the PAYMENT REQUEST SCHEDULE throughout the project. Special interim reports on special topics and/or results will be provided as appropriate. Instructions for the progress report are shown in EXHIBIT E, TWDB GUIDELINES FOR A PROGRESS REPORT. 4. The CONTRACTOR will complete the SCOPE OF WORK (EXHIBIT B) and will deliver four (4) double-sided copies of a draft final report, two (2) electronic copies of the entire draft final report (one in Portable Document Format (PDF) and one in Microsoft Word format) to the EXECUTIVE ADMINISTRATOR no later than the STUDY COMPLETION DATE. The draft final report will include the Scope of Work; a description of the research performed; the methodology and materials used; any diagrams or graphics used to explain the procedures related to the study; any data collected; an electronic copy of any computer programs, maps, or models along with an operations manual and any sample data set(s) developed under the terms of this CONTRACT; analysis of the research results; conclusions and recommendations; a List of References, a Table of Contents, List of TWDB Contract No. 1448321724 Section II, Page 3 Figures, List of Tables, an Executive Summary, and any other pertinent information. All final reports should be prepared according to EXHIBIT D, GUIDELINES FOR AUTHORS SUBMITTING CONTRACT REPORTS TO THE TEXAS WATER DEVELOPMENT BOARD. After a 45-day review period, the EXECUTIVE ADMINISTRATOR will return review comments to the CONTRACTOR. 5. The CONTRACTOR will consider incorporating comments from the EXECUTIVE ADMINISTRATOR and other commentors on the draft final report into a final report. The CONTRACTOR will include a copy of the EXECUTIVE ADMINISTRATOR’s comments in the final report. The CONTRACTOR will submit one (1) electronic copy of the entire FINAL REPORT in Portable Document Format (PDF) and seven (7) bound double-sided copies of the final report to the EXECUTIVE ADMINISTRATOR no later than one hundred and twenty (120) days after the STUDY COMPLETION DATE. The CONTRACTOR will submit one (1) electronic copy of any computer programs or models and an operations manual developed under the terms of this CONTRACT. In compliance with Texas Administrative Code, Title 1, Part 10, Chapters 206 and 213 (related to Accessibility and Usability of State Web Sites), the digital copy of the final report will comply with the requirements and standards specified in statute. After a 30-day review period, the EXECUTIVE ADMINISTRATOR will either accept or reject the final report. If the final report is rejected, the rejection letter sent to the CONTRACTOR shall state the reasons for rejection and the steps the CONTRACTOR need to take to have the final report accepted and the retainage released. An extension of the CONTRACT will be prepared if necessary to allow time for the CONTRACTOR to resubmit the FINAL REPORT. 6. The EXECUTIVE ADMINISTRATOR can extend the STUDY COMPLETION DATE and the EXPIRATION DATE upon written approval. The CONTRACTOR should notify the EXECUTIVE ADMINISTRATOR in writing within ten (10) working days prior to the COMPLETION DATE or thirty (30) days prior to the EXPIRATION DATE that the CONTRACTOR is requesting an extension to the respective dates. ARTICLE IV COMPENSATION, REIMBURSEMENT AND REPAYMENT 1. The TWDB agrees to compensate and reimburse the CONTRACTOR in a total amount not to exceed the TWDB's SHARE OF THE TOTAL STUDY COSTS for costs incurred and paid by the CONTRACTOR pursuant to performance of this CONTRACT. The CONTRACTOR will contribute local matching funds, if applicable, in sources and amounts defined as the LOCAL SHARE OF THE TOTAL STUDY COSTS. The TWDB shall reimburse the CONTRACTOR for ninety percent (90%) of the TWDB's share of each invoice pending the CONTRACTOR’s performance, completion of a Final Report, and written acceptance of said Final Report by the EXECUTIVE ADMINISTRATOR, at which time the TWDB shall pay the retained ten percent (10%) to the CONTRACTOR. 2. The CONTRACTOR shall submit payment requests and documentation for reimbursement billing according to the PAYMENT REQUEST SCHEDULE and in accordance with the approved task and expense budgets contained in EXHIBIT C of this CONTRACT. TWDB Contract No. 1448321724 Section II, Page 4 3. The CONTRACTOR has budget flexibility within task and expense budget categories to the extent that the resulting change in amount in any one task or expense category does not exceed 35% of the total amount for the task or category as authorized by this CONTRACT. Larger deviations shall require approval by the EXECUTIVE ADMINISTRATOR or designee which will be documented through an Approved Budget Memorandum to the TWDB contract file. The CONTRACTOR will be required to provide written explanation for the overage and reallocation of the task and expense amounts. For all reimbursement requests, including any subcontractor's expenses, the EXECUTIVE ADMINISTRATOR must have determined that the REQUIRED INTERLOCAL AGREEMENT(S) and contracts or agreements between the CONTRACTOR and the subcontractors are consistent with the terms of this CONTRACT. The CONTRACTOR is fully responsible for paying all charges by subcontractors prior to reimbursement by the TWDB. 4. The CONTRACTOR and its subcontractors shall maintain satisfactory financial accounting documents and records, including copies of invoices and receipts, and shall make them available for examination and audit by the EXECUTIVE ADMINISTRATOR. Accounting by the CONTRACTOR and its subcontractors shall be in a manner consistent with Generally Accepted Accounting Principles (GAAP). 5. By executing this Contract, the CONTRACTOR accepts the authority of the State Auditor's Office, under direction of the legislative audit committee, to conduct audits and investigations in connection with any and all state funds received pursuant to this contract. The CONTRACTOR shall comply with and cooperate in any such investigation or audit. The CONTRACTOR agrees to provide the State Auditor with access to any information the State Auditor considers relevant to the investigation or audit. The CONTRACTOR also agrees to include a provision in any subcontracts related to this contract that requires the subcontractors to submit to audits and investigation by the State Auditor's Office in connection with any and all state funds received pursuant to the subcontracts. 6. The CONTRACTOR shall provide to the EXECUTIVE ADMINISTRATOR written documentation of the TOTAL STUDY COSTS for the reporting period for reimbursement by the TWDB to the CONTRACTOR for the TWDB's SHARE OF THE TOTAL STUDY COSTS (Written documentation shall be submitted even if the TOTAL STUDY COSTS for the period is ZERO). The CONTRACTOR shall submit the following: a. Completed and Signed Payment Request Checklist which includes the following: i. TWDB CONTRACT Number; ii. Billing period; beginning (date) to ending (date); iii. Total Expenses for this period; iv. Total In-kind services; v. Less Local Share of the total study costs for the billing period; vi. Total TWDB's share of the total study costs for the billing period; vii. Amount of retainage to be withheld for the billing period; TWDB Contract No. 1448321724 Section II, Page 5 viii. Total costs to be reimbursed by the TWDB for the billing period; and ix. Certification, signed by the CONTRACTOR’s authorized representative, that the expenses submitted for the billing period are a true and correct representation of amounts paid for work performed directly related to this contract. b. For direct expenses incurred by the CONTRACTOR other than subcontracted work: i. A spreadsheet showing the tasks that were performed; the percent and cost of each task completed; a total cost figure for each direct expense category including labor, fringe, overhead, travel, and other expenses; and ii. Copies of detailed, itemized invoices/receipts for other expenses (credit card summary receipts or statements are not acceptable) c. For direct expenses incurred by the CONTRACTOR for subcontracted work: i. Copies of invoices from the subcontractors to the CONTRACTOR and proof of payment; ii. A spreadsheet showing the tasks that were performed; the percent and cost of each task completed; a total cost figure for each direct expense category including labor, fringe, overhead, travel, and other expenses; and iii. Copies of detailed, itemized invoices/receipts for other expenses (credit card summary receipts or statements are not acceptable) d. For travel expenses for the CONTRACTOR and/or subcontractors – i. Names, dates, work locations, time periods at work locations, itemization of subsistence expenses of each employee, limited, however, to travel expenses authorized for state employees by the General Appropriations Act, Tex. Leg. Regular Session, 2011, Article IX, Part 5, as amended or superceded. Receipts required for lodging; ii. Copies of invoices or receipts for transportation costs or, if mileage costs, names, dates, and points of travel of individuals; and iii. All other reimbursable travel expenses -- invoices or purchase vouchers showing reason for expense with receipts to evidence the amount incurred. e. A progress report as described in Article III, Paragraph 3. 7. Reimbursement Requests that lack required documentation will be denied or short paid if deficiencies are not resolved within ten (10) business days. Denied Reimbursement Requests or eligible expenses that were short paid must be resubmitted by the CONTRACTOR with the required documentation to be reconsidered for reimbursement. 8. If for some reason the reimbursement request cannot be processed due to the need for an amendment to the CONTRACT, the CONTRACTOR will be required to resubmit the Payment Request Checklist dated after the execution of the amendment. 9. The CONTRACTOR is responsible for any food or entertainment expenses incurred by its own organization or that of its subcontractors, outside that of eligible travel expenses authorized and approved by the State of Texas under this CONTRACT. 10. The CONTRACTOR is responsible for submitting any final payment request and documentation for reimbursement, along with a request to release any retained funds, no TWDB Contract No. 1448321724 Section II, Page 6 later than 120 days following the EXPIRATION DATE. Failure to submit a timely final payment request may result in the release of the retained funds to the CONTRACTOR and a lapse and closure of any other remaining funding under this CONTRACT. ARTICLE V INTELLECTUAL PROPERTY: OWNERSHIP, PUBLICATION, AND ACKNOWLEGEMENT 1. “For purposes of this Article, “CONTRACTOR Works” are work products developed by CONTRACTOR and subcontractors using funds provided under this CONTRACT or otherwise rendered in or related to the performance in whole or part of this CONTRACT, including but not limited to reports, drafts of reports, or other material, data, drawings, studies, analyses, notes, plans, computer programs and codes, or other work products, whether final or intermediate. a. It is agreed that all CONTRACTOR Works shall be the joint property of the TWDB and CONTRACTOR. b. The parties hereby agree that, if recognized as such by applicable law, the CONTRACTOR Works are intended to and shall be works-made-for-hire with joint ownership between the TWDB and CONTRACTOR as such works are created in whole or part. c. If the CONTRACTOR Works do not qualify as works-made-for-hire under applicable law, CONTRACTOR hereby conveys co-ownership of such works to the TWDB as they are created in whole or part. If present conveyance is ineffective under applicable law, CONTRACTOR agree to convey a co-ownership interest of the CONTRACTOR Works to the TWDB after creation in whole or part of such works, and to provide written documentation of such conveyance upon request by the TWDB. d. The TWDB and CONTRACTOR acknowledge that the copyright in and to a copyrightable CONTRACTOR Works subsists upon creation of the CONTRACTOR Works and its fixing in any tangible medium. CONTRACTOR or the TWDB may register the copyrights to such Works jointly in the names of the CONTRACTOR and the TWDB. e. The TWDB and CONTRACTOR each shall have full and unrestricted rights to use a CONTRACTOR Works with No Compensation Obligation. 2. For purposes of this Article, “Subcontractor Works” include all work product developed in whole or part by or on behalf of subcontractors engaged by CONTRACTOR to perform work for or on behalf of any CONTRACTOR under this CONTRACT (or by the subcontractor’s subcontractors hereunder, and so on). CONTRACTOR shall secure in writing from any subcontractor so engaged: a. Unlimited, unrestricted, perpetual, irrevocable, royalty-free rights of the TWDB and, if desired, of the CONTRACTOR to access and receive, and to use, any and all technical or other data or information developed in or resulting from the performance of services under such engagement, with No Compensation Obligation; and either TWDB Contract No. 1448321724 Section II, Page 7 b. Assignment by the subcontractors to the TWDB and, if desired by them, jointly to the CONTRACTOR of ownership (or joint ownership with the subcontractors) of all Subcontractor Works, with No Compensation Obligation; or c. Subcontractors must grant a non-exclusive, unrestricted, unlimited, perpetual, irrevocable, world-wide, royalty-free license to the TWDB and, if desired by them, the CONTRACTOR may use any and all Subcontractor Works, including the right to sublicense use to third parties, with No Compensation Obligation. 3. “Use” of a work product, whether a CONTRACTOR Works, a Subcontractor Works or otherwise, shall mean and include, without limitation hereby, any lawful use, copying or dissemination of the work product, or any lawful development, use, copying or dissemination of derivative works of the work product, in any media or forms, whether now known or later existing. 4. “No Compensation Obligation” shall mean there is no obligation on the part of one co- owner or licensee of a work, whether a CONTRACTOR Works, a Subcontractor Works or otherwise, to compensate other co-owners, licensees or licensors of the work for any use of the work by the using co-owner or licensee, including but not limited to compensation for or in the form of: royalties; co-owner or licensee accounting; sharing of revenues or profits among co-owners, licensees or licensors; or any other form of compensation to the other co-owners, licensees or licensors on account of any use of the work. 5. “Dissemination” shall include, without limitation hereby, any and all manner of: physical distribution; publication; broadcast; electronic transmission; internet streaming; posting on the Internet or world wide web; or any other form of communication, transmission, distribution, sending or providing, in any forms or formats, and in or using any media, whether now known or later existing. 6. The TWDB shall have an unlimited, unrestricted, perpetual, irrevocable, non-exclusive royalty-free right to access and receive in usable form and format, and to use all technical or other data or information developed by CONTRACTOR and subcontractors in, or otherwise resulting from, the performance of services under this CONTRACT. 7. No unauthorized patents. CONTRACTOR Works and Subcontractor Works or other work product developed or created in the performance of this CONTRACT or otherwise using funds provided hereunder shall not be patented by CONTRACTOR or their subcontractors unless the Executive Administrator consents in writing to submission of an application for patent on such works; and provided that, unless otherwise agreed in writing: a. Any application made for patent shall include and name the TWDB and, as applicable and desired by them, the CONTRACTOR as co-owners of the patented work; b. No patent granted shall in any way limit, or be used by CONTRACTOR or subcontractors to limit or bar the TWDB’s rights hereunder to access and receive in useable form and format, and right to use, any and all technical or other data or information developed in or resulting from performance pursuant to this TWDB Contract No. 1448321724 Section II, Page 8 CONTRACT or the use of funds provided hereunder; and c. The TWDB and, if applicable, the CONTRACTOR shall have no compensation obligation to any other co-owners or licensees of any such patented work, unless otherwise expressly agreed in writing. 8. CONTRACTOR shall include terms and conditions in all contracts or other engagement agreements with any subcontractors as are necessary to secure these rights and protections for the TWDB; and shall require that their subcontractors include similar such terms and conditions in any contracts or other engagements with their subcontractors. For the purposes of this section, “subcontractors” includes independent contractors (including consultants) and employees working outside the course and scope of employment. 9. Any work products subject to a TWDB copyright or joint copyright and produced or developed by the CONTRACTOR or their subcontractors pursuant to this CONTRACT or using any funding provided by the TWDB may be reproduced in any media, forms or formats by the TWDB or CONTRACTOR at their own cost, and be disseminated in any medium, format or form by any party at its sole cost and in its sole discretion. CONTRACTOR may utilize such work products as they may deem appropriate, including dissemination of such work products or parts thereof under their own name, provided that any TWDB copyright is noted on the materials. 10. The CONTRACTOR agrees to acknowledge the TWDB in any news releases or other publications relating to the work performed under this CONTRACT. ARTICLE VI AMENDMENT, TERMINATION, AND STOP ORDERS 1. This CONTRACT may be altered or amended by mutual written consent or terminated by the EXECUTIVE ADMINISTRATOR at any time by written notice to the CONTRACTOR. Upon receipt of such termination notice, the CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue all work in connection with the performance of this CONTRACT and shall proceed to cancel promptly all existing orders insofar as such orders are chargeable to this CONTRACT. The CONTRACTOR shall submit a statement showing in detail the work performed under this CONTRACT to the date of termination. The TWDB shall then pay the CONTRACTOR promptly that proportion of the prescribed fee, which applies to the work, actually performed under this CONTRACT, less all payments that have been previously made. Thereupon, copies of all work accomplished under this CONTRACT shall be delivered to the TWDB. 2. The EXECUTIVE ADMINISTRATOR may issue a Stop Work Order to the CONTRACTOR at any time. Upon receipt of such order, the CONTRACTOR shall discontinue all work under this CONTRACT and cancel all orders pursuant to this CONTRACT, unless the order directs otherwise. If the EXECUTIVE ADMINISTRATOR does not issue a Restart Order within 60 days after receipt by the CONTRACTOR of the Stop Work Order, the CONTRACTOR shall regard this CONTRACT terminated in accordance with the foregoing provisions. TWDB Contract No. 1448321724 Section II, Page 9 ARTICLE VII SUBCONTRACTS Each subcontract entered into to perform required work under this CONTRACT shall contain the following provisions: 1. a detailed budget estimate with specific cost details for each task or specific item of work to be performed by the subcontractor and for each category of reimbursable expenses; 2. a clause stating that the subcontract is subject to audit by the Texas State Auditor’s Office and requiring the subcontractor to cooperate with any request for information from the Texas State Auditor, as further described in Article X, Section 1, Paragraph d hereof; 3. a clause stating that payments under the subcontract are contingent upon the appropriation of funds by the Texas Legislature, as further described in Article X, Section 1, Paragraph a hereof; 4. a clause stating that ownership of data, materials and work papers, in any media, that is gathered, compiled, adapted for use, or generated by the subcontractor or the CONTRACTOR shall become data, materials and work owned by the TWDB and that subcontractor shall have no proprietary rights in such data, materials and work papers, except as further described in Article V hereof; 5. a clause stating that subcontractor shall keep timely and accurate books and records of accounts according to generally acceptable accounting principles as further described in Article X, Section 2, Paragraph g; 6. a clause stating that subcontractor is solely responsible for securing all required licenses and permits from local, state and federal governmental entities and that subcontractor is solely responsible for obtaining sufficient insurance in accordance with the general standards and practices of the industry or governmental entity; and 7. a clause stating that subcontractor is an independent contractor and that the TWDB shall have no liability resulting from any failure of subcontractor that results in breach of CONTRACT, property damage, personal injury or death. ARTICLE VIII LICENSES, PERMIT, AND INSURANCE 1. For the purpose of this CONTRACT, the CONTRACTOR will be considered an independent contractor and therefore solely responsible for liability resulting from negligent acts or omissions. The CONTRACTOR shall obtain all necessary insurance, in the judgment of the CONTRACTOR, to protect themselves, the TWDB, and employees and officials of the TWDB from liability arising out of this CONTRACT. TWDB Contract No. 1448321724 Section II, Page 10 2. The CONTRACTOR shall be solely and entirely responsible for procuring all appropriate licenses and permits, which may be required by any competent authority for the CONTRACTOR to perform the subject work. 3. Indemnification. The CONTRACTOR shall indemnify and hold the TWDB and the State of Texas harmless, to the extent the CONTRACTOR may do so in accordance with state law, from any and all losses, damages, liability, or claims therefore, on account of personal injury, death, or property damage of any nature whatsoever caused by the CONTRACTOR, arising out of the activities and work conducted pursuant to this CONTRACT. The CONTRACTOR is solely responsible for liability arising out of its negligent acts or omissions during the performance of this CONTRACT. This agreement does not create any third party cause of action and the CONTRACTOR does not waive any immunity available under state law. ARTICLE IX SEVERABILITY Should any one or more provisions of this CONTRACT be held to be null, void, voidable, or for any reason whatsoever, of no force and effect, such provision(s) shall be construed as severable from the remainder of this CONTRACT and shall not affect the validity of all other provisions of this CONTRACT which shall remain of full force and effect. ARTICLE X GENERAL TERMS AND CONDITIONS 1. GENERAL TERMS a. No Debt Against the State. This CONTRACT does not create any debt by or on behalf of the State of Texas and the TWDB. The TWDB’s obligations under this CONTRACT are contingent upon the availability of appropriated funds and the continued legal authority of the TWDB to enter into this CONTRACT. b. Independent Contractor. Both parties hereto, in the performance of this contract, shall act in an individual capacity and not as agents, employees, partners, joint ventures or associates of one another. The employees or agents of one party shall not be deemed or construed to be the employees or agents of the other party for any purposes whatsoever. c. Procurement Laws. The CONTRACTOR shall comply with applicable State of Texas procurement laws, rules and policies, including but not limited to competitive bidding and the Professional Services Procurement Act, Government Code, Chapter 2254, relating to contracting with persons whose services are within the scope of practice of: accountants, architects, landscape architects, land surveyors, medical doctors, optometrists, professional engineers, real estate appraisers, professional nurses, and certified public accountants. TWDB Contract No. 1448321724 Section II, Page 11 d. Right to Audit. The CONTRACTOR and its subcontractors shall maintain all financial accounting documents and records, including copies of all invoices and receipts for expenditures, relating to the work under this CONTRACT. CONTRACTOR shall make such documents and records available for examination and audit by the Executive Administrator or any other authorized entity of the State of Texas. CONTRACTOR’s financial accounting documents and records shall be kept and maintained in accordance with generally accepted accounting principles. By executing this CONTRACT, the CONTRACTOR accepts the authority of the Texas State Auditor's Office to conduct audits and investigations in connection with all state funds received pursuant to this CONTRACT. The CONTRACTOR shall comply with directives from the Texas State Auditor and shall cooperate in any such investigation or audit. The CONTRACTOR agrees to provide the Texas State Auditor with access to any information the Texas State Auditor considers relevant to the investigation or audit. The CONTRACTOR also agrees to include a provision in any subcontract related to this CONTRACT that requires the subcontractor to submit to audits and investigation by the State Auditor's Office in connection with all state funds received pursuant to the subcontract. e. Force Majeure. Unless otherwise provided, neither CONTRACTOR nor the TWDB nor any agency of the State of Texas, shall be liable to the other for any delay in, or failure of performance, of a requirement contained in this CONTRACT caused by force majeure. The existence of such causes of delay or failure shall extend the period of performance until after the causes of delay or failure have been removed provided the non-performing party exercises all reasonable due diligence to perform. Force majeure is defined as acts of God, war, strike, fires, explosions, or other causes that are beyond the reasonable control of either party and that by exercise of due foresight such party could not reasonably have been expected to avoid, and which, by the exercise of all reasonable due diligence, such party is unable to overcome. Each party must inform the other in writing with proof of receipt within five (5) business days of the existence of such force majeure or otherwise waive this right as a defense. 2. STANDARDS OF PERFORMANCE a. Personnel. CONTRACTOR shall assign only qualified personnel to perform the services required under this CONTRACT. CONTRACTOR shall be responsible for ensuring that any subcontractor utilized shall also assign only qualified personnel. Qualified personnel are persons who are properly licensed to perform the work and who have sufficient knowledge, skills and ability to perform the tasks and services required herein according to the standards of performance and care for their trade or profession. b. Professional Standards. CONTRACTOR shall provide the services and deliverables in accordance with applicable professional standards. CONTRACTOR TWDB Contract No. 1448321724 Section II, Page 12 represents and warrants that he is authorized to acquire subcontractors with the requisite qualifications, experience, personnel and other resources to perform in the manner required by this CONTRACT. c. Antitrust. CONTRACTOR represents and warrants that neither CONTRACTOR nor any firm, corporation, partnership, or institution represented by CONTRACTOR, or anyone acting for such firm, corporation, partnership, or institution has (1) violated the antitrust laws of the State of Texas under the Texas Business & Commerce Code, Chapter 15, of the federal antitrust laws; or (2) communicated directly or indirectly the proposal resulting in this CONTRACT to any competitor or other person engaged in such line of business during the procurement process for this CONTRACT. d. Conflict of Interest. CONTRACTOR represents and warrants that CONTRACTOR has no actual or potential conflicts of interest in providing the deliverables required by this CONTRACT to the State of Texas and the TWDB. CONTRACTOR represents that the provision of services under this CONTRACT will not create an appearance of impropriety. CONTRACTOR also represents and warrants that, during the term of this CONTRACT, CONTRACTOR will immediately notify the TWDB, in writing, of any potential conflict of interest that could adversely affect the TWDB by creating the appearance of a conflict of interest. CONTRACTOR represents and warrants that neither CONTRACTOR nor any person or entity that will participate financially in this CONTRACT has received compensation from the TWDB or any agency of the State of Texas for participation in the preparation of specifications for this CONTRACT. CONTRACTOR represents and warrants that he has not given, offered to give, and does not intend to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to any public servant in connection with this CONTRACT. e. Proprietary and Confidential Information. CONTRACTOR warrants and represents that any information that is proprietary or confidential, and is received by CONTRACTOR from the TWDB or any governmental entity, shall not be disclosed to third parties without the written consent of the TWDB or applicable governmental entity, whose consent shall not be unreasonably withheld. f. Public Information Act. CONTRACTOR acknowledges and agrees that all documents, in any media, generated in the performance of work conducted under this CONTRACT are subject to public disclosure under the Public Information Act, Government Code, Chapter 552. CONTRACTOR shall produce all documents upon request of the TWDB within two (2) business days when the documents are required to comply with a request for information under the Public Information Act. TWDB Contract No. 1448321724 Section II, Page 13 g. Accurate and Timely Record Keeping. CONTRACTOR warrants and represents that CONTRACTOR will keep timely, accurate and honest books and records relating to the work performed and the payments received under this CONTRACT according to generally accepted accounting standards. Further, CONTRACTOR agrees that CONTRACTOR will create such books and records at or about the time the transaction reflected in the books and records occurs. h. Dispute Resolution. The CONTRACTOR and the TWDB agree to make a good faith effort to resolve any dispute relating to the work required under this CONTRACT through negotiation and mediation as provided by Texas Government Code, Chapter 2260 relating to resolution of certain contract claims against the state. The CONTRACTOR and the TWDB further agree that they shall attempt to use any method of alternative dispute resolution mutually agreed upon to resolve any dispute arising under this CONTRACT if this CONTRACT is not subject to Chapter 2260. i. Contract Administration. The TWDB shall designate a project manager for this CONTRACT. The project manager will serve as the point of contact between the TWDB and CONTRACTOR. The TWDB’s project manager shall supervise the TWDB’s review of CONTRACTOR’s technical work, deliverables, draft reports, the final report, payment requests, schedules, financial and budget administration, and similar matters. The project manager does not have any express or implied authority to vary the terms of the CONTRACT, amend the CONTRACT in any way or waive strict performance of the terms or conditions of the CONTRACT. TWDB Contract No. 1448321724 Section II, Page 14 ARTICLE XI CORRESPONDENCE All correspondence between the parties shall be made to the following addresses: For the TWDB: Contract Issues: Texas Water Development Board Attention: Contract Administration P.O. Box 13231 Austin, Texas 78711-3231 Email: contracts@twdb.texas.gov Payment Request Submission: Texas Water Development Board Attention: Accounts Payable P.O. Box 13231 Austin, Texas 78711-3231 Email: invoice@twdb.texas.gov Physical Address: Stephen F. Austin State Office Building 1700 N. Congress Avenue Austin, Texas 78701 For the CONTRACTOR: Contract Issues: Wesley Wright, P.E. Systems Engineering Director 300-1 Industrial Ave Georgetown, Texas 78627 Email:Wesley.Wright@georgetown.org Payment Request Submission: La’ Mar Kemp Finance Representative 113 E. 8th St Georgetown, Texas 78627 Email: La’mar.Kemp@georgetown.org Physical Address: Georgetown Utility Systems 300-1 Industrial Ave Georgetown, Texas 78627 IN WITNESS WHEREOF, the parties have caused this CONTRACT to be duly executed in multiple originals. TEXAS WATER DEVELOPMENT BOARD Kevin Patteson Executive Administrator Date: _________________________________ CITY OF GEORGETOWN Dale Ross Mayor Date: _________________________________ TWDB Contract No. 1448321724 Exhibit A, Page 1 of 71 EXHIBIT A APPLICATION TWDB Contract No. 1448321724 Exhibit B, Page 1 EXHIBIT B SCOPE OF WORK Through this grant application, the City of Georgetown (COG) desires to complete a study of selected watersheds within the COG limits and its ETJ areas to identify existing and future flood prone areas and develop a watershed storm water management plan to mitigate the flood problems. The objective of the proposed planning effort is to provide the City with accurate assessment of the hydrologic and hydraulic conditions of the subject watersheds and streams, and a practical storm water mana gement plan to address the critical flooding problems, as well as provide the City and the participating entities an important tool to manage growth and development. A detailed description of the proposed planning study scope of work is presented as follows: a) Collection and Review of Baseline Information COG and its designated consultant will collect and review previous drainage studies, the previous Master Drainage Plan, FEMA Flood Insurance Study (FIS) and maps, FEMA LOMRs, master plan development (e.g. Sun City) drainage studies and reports, citizen drainage complaint reports, Tropical Storm Hermine damage reports and other available drainage reports of the proposed planning area. COG will conduct a kick‐off meeting with its designated consultant, TWDB project manager and the representatives from the participating entities. The kick‐off meeting will cover the following topics:  Project communication & reporting responsibilities – establish the frequency and method of COG’s designated consultant interface with TWDB project manager, COG project manager and the representatives from the participating entities;  Project milestone and schedule; and  Project deliverables at each milestone b) Development of a Base Map COG and its designated consultant will develop a base map using the following information:  Current FEMA FIS and Flood Insurance Rate Map (FIRM)  Digital GIS data of parcels, zoning maps, current and future land use maps and soils maps;  As‐builts drawings for channel and bridge/culvert improvements;  Most current LiDAR topography; and  Approved LOMRs since the 2008 FIRM update. c) Assessment of Environmental Constraints A majority of the proposed planning area is located within the Edwards Aquifer Recharge Zone and its Transition Zone. This project will include a record review and data research of Critical TWDB Contract No. 1448321724 Exhibit B, Page 2 Environmental Features (CEF) previously identified by the City of Georgetown. CEF is generally defined as springs, bluffs, canyon rimrocks, caves, sinkholes & recharge features and wetlands. This task will not include detailed field survey, investigation and determination of CEFs, but rather will establish the framework for the requirements of environmental assessment during the implementation and final design phase of the flood mitigation measures. d) Initial Identification of Flood Problem Areas Based on the previous Master Drainage Plan, flooding complaint list, Tropical Storm Hermine Damage Report and other available flooding reports, the flooding problem areas will be identified. COG will conduct a public meeting to solicit input on the drainage problem areas including the specifics and nature of the flooding. COG will prepare a brief preliminary finding report on the Tasks a) through d) findings. e) Perform Field Survey COG will utilize the most current LiDAR data flown in the proposed planning area. The Master Drainage Plan performed in 2001 has field measurements of all the culvert/bridge crossings at the time (see an example in Attachment 2). COG and its consultant will perform field reconnaissance to verify this data. For new bridge/culvert crossings constructed after 2001 or culverts repaired after the Hermine storm, COG will conduct field surveys and/or utilize as built information. In addition, COG has allocated field survey time to pick up critical regional detention facilities, bridge/culvert crossings, cross sections and finished floor elevations. f) Develop Hydrologic Model COG and its consultant will develop GIS geo‐referenced hydrologic models using the Corps of Engineers HEC‐HMS computer program, along with the preprocessor HEC‐GeoHMS. COG and its consultant will develop the Existing Condition and Ultimate Condition hydrologic runoff models. The Ultimate Condition will be based on the adopted COG 2030 Plan land use and zoning designations. The following information will be incorporated into the HEC‐HMS models:  Regional detention facilities;  FEMA LOMR hydrologic models; and  Other large scale storm water impoundment facilities (more than 10 acres in surface area) such as SCS Dam or retention/stock ponds. The hydrologic model input parameters will be developed based on the following approach;  Rainfall data – The latest USGS 24‐hour design storm with National Resources Conservation Service (NRCS) Type III distribution will be used. The 5‐, 10‐, 25‐, 50‐, 100‐and 500‐year frequency storm events will be modeled.  Drainage Area – To insure consistency in the peak time computation within the HECHMS model, the subarea size for rural area (in the headwater area) will be divided to close to 5 square miles but will not exceed 8 square miles. The subarea size for urban area (in the downtown and fully developed areas) will TWDB Contract No. 1448321724 Exhibit B, Page 3 be divided to close to 0.5 square mile but will not be less than 0.25 square mile.  Time of Concentration – The TR‐55 equations for estimating the time of concentration for sheet flow, shallow concentrated flow and channel/storm drain flow will be used. For rural area, sheet flow length will not exceed 200 feet. For urban area, sheet flow length shall not exceed 100 feet.  Runoff Curve Number – The Runoff Curve Number (CN) for each sub‐basin will be computed based on procedures outlined in the NRCS TR‐55 publication. Two sets of CN values will be developed for each sub‐basin, the existing condition and the ultimate development condition. The existing condition CN will be computed based on latest existing land‐use condition data. The ultimate development condition CN will be computed based on the 2030 Comprehensive Plan land‐use condition data. The latest NRCS Soil Survey Geographic (SSURGO) database for Williamson County shall be used for soil type determination. For rural and sparsely populated sub‐basins, the COG designated consultant will use the best engineering judgment to determine the ultimate land use condition CN values. The hydrologic model will be calibrated to peak discharges recorded during historic storm events prior to computing peak flows for hypothetical storm events. In particular, COG has extensive rainfall, runoff and high water marks data during the Tropical Storm Hermine event. This data will be used to calibrate the HEC‐HMS and HEC‐RAS models. g) Develop Hydraulic Model COG and its consultant will develop GIS geo-referenced hydraulic models using the Corps of Engineers HEC‐RAS computer program, along with the preprocessor HEC‐GeoRAS. Similar to the hydrologic models, the Existing Condition and the Ultimate Condition HEC‐RAS models will be developed. The HEC RAS hydraulic models will cover all the stream miles mentioned in Section 2 Planning Information. Please note that some portions of the stream outside of the COG ETJ area will not be modeled by HEC RAS because this undeveloped and rural area has not experienced any flooding problems in the past. The hydraulic model input parameters and modeling procedures are presented as follows:  Peak discharges from the HEC‐HMS junctions will be specified at the appropriate cross sections. For channel or creek between two HEC‐HMS junctions, the downstream junction peak flow will be used two‐third distance upstream along the creek and the peak flow from the upstream junction will be used one‐third distance downstream along the creek.  Manning’s roughness coefficients (“n”) will be established based on field reconnaissance, aerial photos and standard engineering reference tables or publications.  Field reconnaissance will be performed to verify the bridge/culvert data obtained for the 2002 Georgetown Master Drainage Plan Study. If the TWDB Contract No. 1448321724 Exhibit B, Page 4 bridge/culvert has been modified/repaired/upgraded, new survey will be performed to obtain culvert/bridge sizes, upstream and downstream flowlines, low chord and top of road elevations. In addition, field survey will be performed for any new roadway crossing constructed since the 2002 Georgetown Master Drainage Plan Study.  Field survey will also be acquired for channel cross section at an interval of approximately one cross section per stream mile.  Other HEC‐RAS parameters, such as “ineffective flow area”, “expansion/contraction coefficients” and “bridge/culvert energy loss coefficients” will be used as appropriate. The HEC‐RAS model will be calibrated based on available historical storm events, such as Tropical Storm Hermine, prior to applying the hypothetical storm events. h) Final Identification of Flood Problem Areas, Establishment of Flood Protection Criteria and Evaluation of Flood Mitigation Alternatives Based on the information from Item d) above and results of the hydraulic models, the flood problem areas will be identified. COG has established the following flood protection criteria in its Drainage Criteria Manual:  For roadway crossings, it must fully convey (through the opening of the crossing) the 25‐year storm ultimate development peak discharges with less than 12” over the top of the residential (local) roadway or with less than 6” over the top of the road for the collector or arterial roadway for the 100‐year storm ultimate development peak discharges.  For improved channel, it must fully convey the 25‐year storm ultimate development peak discharges with provisions to contain the 100‐year storm ultimate development peak discharges within the drainage easement or right‐of‐way.  For structure located adjacent to a 100‐year floodplain, the finished floor elevation must be at least 1’ above the 100‐year storm ultimate development peak discharges. For each of identified flood problem areas, a flood problem severity index will be developed. The elements of this index will include, but not be limited to, depth of flooding (in inches or feet), number of structure affected, value of the affected structure, the ability to evacuate its inhabitants, the environmental impacts, and the frequency of the flooding. The flood problem severity index will assist in the selection and prioritization of the proposed improvement projects. TWDB Contract No. 1448321724 Exhibit B, Page 5 The storm water management and flood mitigation plan will include consideration of the following: Structural Approach:  Detention/Retention Facility;  Channel Improvements, particularly using the Natural Channel Method;  Roadway Bridge/Culvert Improvements;  Levees/Berms/Floodwalls; and  Combination of any of two or more of the above. Non‐Structural Approach:  Update the COG Drainage Criteria Manual and existing land development ordinance if necessary;  Buy‐outs of the flooded properties;  Installation of Early Flood Warning systems;  Installation of flood warning signs and barricades at fr equent inundated roadwaycrossings; and  Develop pubic information publications describing flood risks and flood insurance. i) Perform Hydrologic/Hydraulic Analyses of Flood Mitigation Alternatives Hydrologic/hydraulic analyses of flood mitigation alternatives will be performed using HECHMS and HEC‐RAS models for the various hypothetical flood events. Preliminary flood control measures will be developed and delineated on plan, profile and cross section sheets as well as the resulting 100‐year flood plain limit maps (indicating the amount of prop erty removed from the 100‐year floodplains). Flood mitigation alternatives will be evaluated not only at the problem area (to reduce the levels of flooding) but also the potential of causing adverse hydrologic/hydraulic impacts at other locations in the watershed. For example, a channel improvement project would likely reduce the time of concentration through the project area, thereby potentially increase the peak discharges at the downstream discharge point of the project area. COG consultant will insure that flood mitigation measures will not cause adverse flooding impacts elsewhere in the proposed flood improvement areas. A public meeting will be conducted to present the flood mitigation alternatives and to solicit input from the property owners and stakeholders. To the extent possible, citizen and stakeholder concerns will be incorporated. j) Develop Benefit/Cost Analysis of Flood Mitigation Alternatives The flood mitigation alternatives benefits will be developed. Specifically, these benefits will include reduction in damages for structures (residences, commercials and public facilities), reduction in damages for roadway crossings, and reduction in economic loss (business TWDB Contract No. 1448321724 Exhibit B, Page 6 interruptions and temporary job lost). Each alternative of flood mitigation benefits will be compared to the cost of the proposed improvements, which will include administration, management, engineering and construction costs. The U.S. Army Corps of Engineers, Hydrologic Engineering Center, Flood Damage Reduction Analysis (HEC‐FDA) so ftware, or other compatible widely accepted software, will be used in the Benefit/Cost analysis. This effort will result in a ranking of proposed mitigation alternatives based on cost effectiveness and technical merits. A public meeting will be conducted to obtain citizens and stakeholders input on the flood mitigation alternatives and the results of the benefit/cost analysis. k) Prepare Implementation and Phasing Plan Based on input from the public meeting, a project implementation and phasing plan will be developed. The implementation and phasing plan will consider items such as funding sources, project duration, easement requirements, environmental impact of the proposed improvements, and benefit/cost ratio. In addition, consideration of the City’s adop ted 2030 Comprehensive Plan will be important to ensure that the implemented flood improvement projects are compatible with the Plan’s goals including economic development and quality of life. l) Prepare Final Report COG consultant will develop a draft final report summarizing the results of the hydrologic/hydraulic investigations, flood mitigation alternatives, benefit/cost analysis and stakeholder input. The draft report will include technical description of hydrologic/hydraulic analyses, methodologies, assumptions and modeling notes as well as improvement alternative costs, easement requirements (if applicable), phasing and implementation plan, floodplain maps and other applicable exhibits. A final public meeting will be conducted to present the draft final report. Following the public meeting and incorporation of public input, the draft final report will be submitted to TWDB for review. Upon addressing TWDB review comments, the final report will be submitted to TWDB. TWDB Contract No. 1448321724 Exhibit C, Page 1 EXHIBIT C TASK AND EXPENSE BUDGETS TASK BUDGET TASK DESCRIPTION AMOUNT 1 Collection and Review of Baseline Information $10,000.00 2 Development of a Base Map 20,000.00 3 Assessment of Environmental Constraints 20,000.00 4 Initial Identification of Flood Problem Areas 10,000.00 5 Perform Field Survey 40,000.00 6 Develop Hydrologic Model 100,000.00 7 Develop Hydraulic Model 110,000.00 8 Final Identification of Flood Problem Areas, Establishment of Flood Protection Criteria and Evaluation of Flood Mitigation Alternatives 10,000.00 9 Perform Hydrologic/Hydraulic Analyses of Flood Mitigation Alternatives 40,000.00 10 Develop Benefit/Cost Analysis of Flood Mitigation Alternatives 20,000.00 11 Prepare Implementation and Phasing Plan 10,000.00 12 Prepare Final Report 10,000.00 TOTAL $400,000.00 TWDB Contract No. 1448321724 Exhibit C, Page 2 EXPENSE BUDGET CATEGORY AMOUNT Salaries & Wages1 $20,000.00 Communications 100.00 Supplies 200.00 Reproduction 500.00 Subcontract Services 350,000.00 Fringe2 15,000.00 Travel3 200.00 Other Expenses4 0.00 Overhead5 14,000.00 Profit 0.00 TOTAL $400,000.00 1 Salaries and Wages is defined as the cost of salaries of engineers, draftsmen, stenographers, surveymen, clerks, laborers, etc., for time directly chargeable to this contract. 2 Fringe is defined as the cost of social security contributions, unemployment, excise, and payroll taxes, workers ’compensation insurance retirement benefits, medical and insurance benefits, sick leave, vacation, and holiday pay applicable thereto. 3 Travel is limited to the maximum amounts authorized for state employees by the General Appropriations Act, Tex.Leg. Regular Session, 2011, Article IX, Part 5, as amended or superseded. 4 Other Expenses is defined to include expendable supplies, communications, reproduction, and postage directly chargeable to this CONTRACT. 5 Overhead is defined as the costs incurred in maintaining a place of business and performing professional services similar to those specified in this contract. These costs shall include the following:  Indirect salaries, including the portion of the salary of principals and executives that is allocable to general supervision;  Indirect salary fringe benefits;  Accounting and legal services related to normal management and business operations;  Travel costs incurred in the normal course of overall administration of the business;  Equipment rental;  Depreciation of furniture, fixtures, equipment, and vehicles;  Dues, subscriptions, and fees associated with trade, business, technical, and professional organizations;  Other insurance; Rent and utilities; and Repairs and maintenance of furniture, fixtures, and equipment TWDB Contract No. 1448321724 Exhibit D, Page 1 EXHIBIT D GUIDELINES FOR AUTHORS SUBMITTING CONTRACT REPORTS TO THE TEXAS WATER DEVELOPMENT BOARD 1.0 Introduction The purpose of this document is to describe the required format of contract reports submitted to the Texas Water Development Board (TWDB). Our reason for standardizing the format of contract reports is to provide our customers a consistent, and therefore familiar, format for contract reports (which we post online for public access). Another reason for standardizing the format is so that we can more easily turn a contract report into a TWDB numbered report if we so choose. Remember that your report will not only be seen by TWDB staff, but also by any person interested in the results of your study. A professional and high quality report will reflect well on you, your employer, and the TWDB. Available upon request, we will provide a Microsoft Word template (used to write these instructions) that gives the fonts, spacing, and other specifications for the headings and text of the report. Please follow this template as closely as possible. 2.0 Formatting your report The TWDB format is designed for simplicity. For example, we use Times New Roman for all text. We use 12 point, single-spaced text, left justification for paragraph text, 18 point bold for first-level headings, and 14 point bold for second-level headings. Page numbers are centered at the bottom of the page. Other than page numbers, please refrain from adding content to the document header or footer. Page setup should use one-inch margins on all four sides. 2.1 Text The best way to format your document is to use the styles described and embedded in the template document (Authors_Template.dot) that is available on request from the TWDB. To use the Authors_Template.dot file, open it in Word (make sure *.dot is listed under Files of type) and save it as a .doc file. Advanced users can add the .dot file to their computers as a template. Make sure the formatting bar is on the desktop (to open, go to ViewToolbarsFormatting) or, to view all of the formatting at once, go to FormatStyles and Formatting and select Available Styles from the dropdown box at the bottom of the window. The formatting in the template document provides styles (such as font type, spacing, and indents) for each piece of your report. Each style is named to describe what it should be used for (for example, style names include Chapter Title, Body Text, Heading 1, References, and Figure or Table Caption). As you add to your report, use the dropdown list on the Formatting Toolbar or the list in the Styles and Formatting window to adjust the text to the correct style. The Authors_Template.dot file shows and lists the specifications for each style. 2.1.1 Title Give your report a title that gives the reader an idea of the topic of your report but is not terribly long. In addition to the general subject (for example, “Droughts”), you may include a few additional words to describe a place, methodology, or other detail focused on throughout the paper (for example, “Droughts in the High Plains of Texas” or “Evaluating the effects of drought using groundwater flow modeling”). TWDB Contract No. 1448321724 Exhibit D, Page 2 Please capitalize only the first letter of each word except ‘minor’ words such as ‘and’ and ‘of’. Never use all caps. Use headings to help the reader follow you through the main sections of your report and to make it easier for readers to skim through your report to find sections that might be the most interesting or useful to them. The text of the report should include an executive summary and sections outlined in 4.4 of Attachment 1. Headings for up to five levels of subdivision are provided in the template; however, we suggest not using more than three or four levels of subdivision except where absolutely necessary. Please avoid stacked headings (for example, a Heading 1 followed immediately by a Heading 2), and capitalize only the first letter of headings or words where appropriate—never use all caps. 2.2 Figures and photographs To publish professional-looking graphics, we need all originals to be saved at 300 dots-per-inch (dpi) and in grayscale, if possible, or in the CMYK color format if color is necessary. Excessive use of color, especially color graphics that do not also work in grayscale, will prevent us from publishing your report as a TWDB numbered report (color reproduction costs can be prohibitive). Preferred file formats for your original graphics are Adobe Illustrator (.ai), Photoshop (.psd), EPS with .tiff preview, .jpg, .png, or .tiff files. Refrain from using low resolution .jpg or .gif files. Internet images at 72 dpi are unacceptable for use in reports. All graphics shall be submitted in two forms: 1. Inserted into the Microsoft Word document before you submit your report. Ideally, inserted graphics should be centered on the page. Format the picture to downsize to 6 inches wide if necessary. Please do not upsize a graphic in Word. 2. Saved in one of the formats listed above. 2.2.1 Other graphics specifications It is easiest to design your figures separately and add them in after the text of your report is more or less complete. Graphics should remain within the 1-inch page margins of the template (6.5 inches maximum graphic width). Be sure that the graphics (as well as tables) are numbered in the same order that they are mentioned in the text. Figures should appear embedded in the report after being called out in the text. Also, remember to include a caption for each graphic in Word, not as part of the graphic. We are not able to edit or format figure captions that are part of the figure. For figures and photographs, the caption should appear below the graphic. For tables, the caption should appear above. 2.2.2 Creating publication-quality graphics When designing a graphic, make sure that the graphic (1) emphasizes the important information and does not show unnecessary data, lines, or labels; (2) includes the needed support material for the reader to understand what you are showing; and (3) is readable (see Figures 1 and 2 for examples). Edward R. Tufte’s books on presenting information (Tufte, 1983; 1990; 1997) are great references on good graphic design. Figures 1 through 3 are examples of properly formatted, easy to understand graphics. Do not include fonts that are less than 6 points. For good-looking graphics, the resolution needs to be high enough to provide a clear image at the size you make them within the report. In general, 300 dpi will make a clear image—200 dpi is a minimum. Try to create your figures at the same size they will be in the report, as resizing them in Word greatly reduces image quality. Photographs taken with at least a two-megapixel camera (if using digital) and with good contrast will make the best images. Save the original, and then adjust color levels and size in a renamed TWDB Contract No. 1448321724 Exhibit D, Page 3 image copy. Print a draft copy of your report to double-check that your figures and photographs have clear lines and show all the features that you want them to have. Figures and photographs should be in grayscale. Color greatly adds to the cost of printing, so we are trying to keep it to a minimum. Also remember that your report may be photocopied, scanned, or downloaded and printed in black and white. For this reason, you should use symbols or patterns, or make sure that colors print as different shades in black and white. All interval or ratio data (data measuring continuous phenomena, with each color representing an equal interval) need to be displayed in a graded scale of a single color (Figure 3). This way your figures will be useful even as a photocopy. If you need help with your graphics or have questions, please contact the TWDB graphics department at (512)936-0129. 2.2.3 Using other people’s graphics Figures and photographs (and tables) need to be your own unless you have written permission from the publisher that allows us to reprint them (we will need a copy of this permission for our records). Avoid using any figures or photographs taken off the Internet or from newspapers or magazines—these sources are difficult to cite, and it is often time-consuming and expensive to gain permission to reproduce them. 2.3 Tables Tables should be created in Microsoft Word (see Table 1). Tables should include a minimal amount of outlining or bold font to emphasize headings, totals, or other important points. Tables should be numbered separately from figures, and captions should appear above the text of the table. Table 1: A sample table. Note caption above table. Table text heading* Table text 1940 1950 1960 1970 1980 1990 2000 %GW Table text 15 441 340 926 196 522 83 97.4 Table text 64 944 626 173 356 171 516 99.9 Total 79 1385 966 1099 552 693 599 * A footnote should look like this using 10 point Times New Roman. %GW = percent groundwater Be sure to describe any abbreviations or symbols, and, unlike in this table, be sure to note the units! 3.0 Units Measurements should be in English units. Metric units may be included in parentheses after the English units. All units of geologic time should conform to the most recent geologic timescale (Gradstein and others, 2004). A summary of this timescale is available from the International Commission on Stratigraphy’s website at http://stratigraphy.org/chus.pdf. 4.0 Citations and references It is important to give credit where credit is due. Therefore, be sure to use the appropriate citations and include references in your paper. TWDB Contract No. 1448321724 Exhibit D, Page 4 4.1 In-text citations Each piece of information you use in your report that comes from an outside source must be cited within the text using the author’s last name and the year of publication. If there are two authors, list the last name of each followed by the year, and if there are more than two authors, list the last name of the first author followed by “and others” and the year. For example: the end of the Jurassic Period occurred approximately 145.5 million years ago (Gradstein and others, 2004). 4.2 References All sources that are cited within the report should be listed at the end of the paper under the heading References. The references should follow the guidelines in “Suggestions to Authors of the Reports of the United States Geological Survey” (Hansen, 1991). These are available online at http://www.nwrc.usgs.gov/lib/lib_sta.html (a link to the chapter “Preparing references for Survey reports,” p. 234-241, is found here). Several examples of complete reference citations are listed at the end of these guidelines. Be sure that any citations that appear in tables or figures are included in the reference list. Also, before submitting the report, please check that all the citations in the report are included in the reference list and all references in the reference list are cited in the report. If at all possible, avoid web- based citations. These materials are often transient and therefore useless to future readers. 5.0 Submitting your report Before you submit your report, proofread it. Look for spelling and grammatical errors. Also, check to see that you have structured the headings, paragraphs, and sentences in your paper so that it is easy to follow and understand (imagine you are a reader who does not already know the information you are presenting!). 6.0 Conclusions Following the instructions above and providing accurate and readable text, tables, figures, and citations will help to make your report useful to readers. Scientists may read your report, as well as water planners, utility providers, and interested citizens. If your report successfully conveys accurate scientific information and explanations to these readers, we can help to create more informed decisions about the use, development, and management of water in the state. 7.0 Acknowledgments Be sure to acknowledge the people and entities that assisted you in your study and report. For example: We would like to thank the Keck Geology Consortium, the American Society of Civil Engineers, and the Texas Bar CLE for providing examples to use in developing these guidelines. In addition, we appreciate Mike Parcher for providing information on how to create publication-quality graphics, Shirley Wade for creating the data used in sample Figure 1, and Ian Jones for providing sample Figure 3. 8.0 References Gradstein, F.M., J.G. Ogg, and A.G. Smith, eds., 2005, A geologic time scale 2004: Cambridge, Cambridge University Press, 610 p. Hansen, W.R., ed., 1991, Suggestions to authors of the reports of the United States Geological Survey (7th ed.): Washington, D.C., U.S. Government Printing Office, 289 p. Tufte, E. R., 1983, The visual display of quantitative information: Cheshire, C.T., Graphics Press, 197 p. Tufte, E. R., 1990, Envisioning information: Cheshire, C.T., Graphics Press, 126 p. TWDB Contract No. 1448321724 Exhibit D, Page 5 Tufte, E. R., 1997, Visual explanations: Cheshire, C.T., Graphics Press, 156 p. 9.0 Examples of references Arroyo, J. A., and Mullican, III, W. F., 2004, Desalination: in Mace, R. E., Angle, E. S., and Mullican, W. F., III, editors, Aquifers of the Edwards Plateau: Texas Water Development Board Report 360, p. 293- 302. Bates, R. L., and Jackson, J. A., 1984, Dictionary of geological terms: Anchor Press/Doubleday, Garden City, New York, 571 p. Blandford, T. N., Blazer, D. J., Calhoun, K. C., Dutton, A. R., Naing, T., Reedy, R. C., and Scanlon, B. R., 2003, Groundwater availability of the southern Ogallala aquifer in Texas and New Mexico– Numerical simulations through 2050: contract report by Daniel B. Stephens and Associates, Inc., and the Bureau of Economic Geology, The University of Texas at Austin to the Texas Water Development Board, variably paginated. Fenneman, N. M., 1931, Physiography of Western United States (1st edition): New York, McGraw-Hill, 534 p. Hubert, M., 1999, Senate Bill 1–The first big bold step toward meeting Texas's future water needs: Texas Tech Law Review, v. 30, no. 1, p. 53-70. Kunianski, E. L., 1989, Precipitation, streamflow, and baseflow in West-Central Texas, December 1974 through March 1977: U. S. Geological Survey Water-Resources Investigations Report 89-4208, 2 sheets. Mace, R. E., Chowdhury, A. H., Anaya, R., and Way, S.-C., 2000, A numerical groundwater flow model of the Upper and Middle Trinity aquifer, Hill Country area: Texas Water Development Board Open File Report 00-02, 62 p. Maclay, R. W., and Land, L. F., 1988, Simulation of flow in the Edwards aquifer, San Antonio Region, Texas, and refinements of storage and flow concepts: U. S. Geological Survey Water-Supply Paper 2336, 48 p. For more examples of references, see p. 239-241 of “Suggestions to Authors of the Reports of the United States Geological Survey” at http://www.nwrc.usgs.gov/lib/lib_sta.html. TWDB Contract No. 1448321724 Exhibit D, Page 6 Figure 1. A sample figure showing only the information needed to help the reader understand the data. Font size for figure callouts or labels should never be less than 6 point. TWDB Contract No. 1448321724 Exhibit D, Page 7 Figure 2. A sample subject area map, giving the reader enough information to understand the location being discussed in this conference. For map figures, be sure to include a north arrow to orient the reader, a scale, and, if needed, a submap that places the figure in greater geographic context. Be sure that text is readable and that any citations listed on the figure or in the figure caption are included in the reference list. Font size should never be less than 6 pt. TWDB Contract No. 1448321724 Exhibit D, Page 8 Figure 3. Initial hydraulic heads used in model simulations for layer 1. Note the use of grayscale shading to show differences. TWDB Contract No. 1448321724 Exhibit E, Page 1 EXHIBIT E TWDB GUIDELINES FOR A PROGRESS REPORT Texas Water Development Board Contractors are required by their contracts to provide Progress Reports according to the “Payment Request Schedule”. The progress report should contain the following standard elements:  Date: Date the memo is sent  To: Name and position of the reader  From: Name and position of the writer  Subject: TWDB Contract Number and the period that this report covers (i.e. Progress Report 09/01/11 – 11/30/11) Work Completed: (The next section of a progress report explains what work has been done during the reporting period by Scope of Work task. Specify the dates of the reporting period and use active voice verbs to report progress made) For Example: Task 1: Completed 3 draft chapters and all appendices. Met with sub consultants on their chapters Task 2: Completed sample collection throughout river reach. Task 3: No work completed in reporting period. Problems: If the reader is likely to be interested in the glitches you have encountered along the way, mention the problems you have encountered and explain how you have solved them. If there are problems you have not yet been able to solve, explain your strategy for solving them and give tell the reader when you think you will have them solved. City of Georgetown, Texas SUBJECT: Consideration and possible action to recommend approval of a Sublease Agreement between Aircraft Systems and Manufacturing, Inc. and Genesis Flight Academy, LLC for a portion of the premises at 301 Toledo Trail, Georgetown Texas—Curtis Benkendorfer, Acting Airport Manager and Edward G. Polasek, AICP, Transportation Services Director ITEM SUMMARY: Aircraft Systems and Manufacturing, Inc. (ASM) has requested City approval of a sublease agreement between ASM and Genesis Flight Academy LLC. ASM currently leases a hangar and office spaced owned by the City at 301 Toledo Trail for $3500 a month. The current lease term does not end until February 15, 2019. ASM's lease with the City requires City approval of any proposed sublease. The proposed sublease is for the hangar area and a portion of the office space with an option to use additional office space for starting on September 1, 2014 and ending on January 31, 2019. The base sublease rate is $2410 a month with the optional additional space available for a total of $590 a month. Genesis Flight Academy LLC is currently operating as a tenant at a different hangar on the Airport and will continue to offer flight school services after its move to 301 Toledo Trail. STAFF RECOMEMDATION: Staff recommends approval of this sublease request. FINANCIAL IMPACT: n/a SUBMITTED BY: Ed Polasek (jk) ATTACHMENTS: Description Type ASM Genesis Sublease Backup Material Exhibit A-1 Floorplan Backup Material Exhibit A-2 floorplan Backup Material Exhibit B - ASM Lease Backup Material Sublease Agreement, Page 1 of 6, Initialed for Identification: _____ and _____ SUBLEASE AGREEMENT A. The parties to this Sublease Agreement (“Sublease”) are: Sublessor: Aircraft Systems and Manufacturing, Inc., a Texas corporation, with its registered office and principle place of business in Williamson County, Texas, doing business as ASM. Sublessee: Genesis Flight Academy, LLC, a Texas Limited Liability Corporation, with its registered office and principle place of business in Williamson County, Texas. B. The Lease underlying this Sublease: The City of Georgetown (the “City”) as owner of 301 Toledo Trail has leased the hangar and office at that address to Sublessor (“Lease”). A copy of the Lease is attached hereto and incorporated herein by reference for all purposes as Exhibit “B”. Sublessee’s rights and obligations under this Sublease are subject to, and restricted by, all terms and conditions of the Lease. Under no circumstances shall Sublessee under this Sublease have greater rights, or lesser obligations, than Sublessor under the Lease. All provisions and conditions of the Lease shall be binding on Sublessee. Sublessee agrees to and does hereby assume all obligations and responsibilities of the Sublessor thereunder, not excepted hereby, for the duration of this Sublease and with respect to the property sublet, only; provided, however, nothing herein shall be deemed to relieve Sublessor of its obligations to the City in said Lease. In the event of a conflict between the provisions of this Sublease and the provisions of the Lease, the Lease controls. C. The location of the sublet premises is: 301 Toledo Trail, Georgetown, Williamson County, Texas, USA, more particularly consisting of the hangar on such property and certain office space noted on Exhibits “A- 1” and “A-2,” attached hereto and incorporated herein by reference for all purposes, only, the entire premises not having been sublet. Sublease Agreement, Page 2 of 6, Initialed for Identification: _____ and _____ The legal description of the property from which the sublet premises are taken is described by metes and bounds on said Exhibit “B” following p. 22 thereo f. The portion of leased premises not sublet hereby and not presently subject to an option to sublet and reserved for Sublessor consists of those rooms (Conference Room and two (2) adjoining offices, and the adjacent hallway) delineated in blue on Exhibit A -1. D. The term of this Sublease is: Fifty-three (3) months commencing on 1 September 2014, and ending on 31 January 2019, without holdover. E. The monthly rental shall be: For that portion of the premises shown on Exhibit “A-1”, not delineated (rooms and spaces designated as 111A, 112A 113A, 114A, 115A, 116A, 120A, 122A, 124A, 107B, 108B, 110B, 111B, 112B, 113B, 114B, 115B, 116B, 117B, and 118B and appurtenant hallways and restrooms), plus the Hangar area: US $2,410.00 As an option, for that portion of the downstairs premises shown on Exhibit “A-1” and delineated in yellow (rooms and spaces 129A, 130A, 131A, and 132A, and appurtenant hallways and restrooms): US $ 300.00 An an option, for that portion of the premises shown on Exhibit “A” and delineated in orange (rooms and spaces 127B, 128B, 129B, 130B, 132B, 137B, 138B, and appurtenant hallways and restrooms): US $ 290.00 F. Rental shall be due and payable as follows: Payable to the order of: Aircraft Systems & Manufacturing, Inc. 302 Toledo Trail Georgetown, Texas, USA 78628-1775 Wire/ACH Instructions Available, if desired. Initial payment due at time of signing: Two (2 months), in the aggregate amount of the base rental, above, plus any options exercised at the time of lease signing credited to the rental for 1 September 2014, and 1 January 2019. Subsequent monthly payments: Due and payable on 1 October 2014, and the 1st day of each and every month thereafter during the sublease term, Sublease Agreement, Page 3 of 6, Initialed for Identification: _____ and _____ subject, however, to the abatement provisions. Rent abatement/Base Premises: No rental shall be due on 1 November 2014, or on 1 February 2015, to accommodate Sublessee repairs and improvements. Rent abatement/Downstairs Option Area: If, at the time of signing, Sublessee desires to exercise its option to the Downstairs Option Area, rental for the same shall be abated for the months of November and December, 2014, and January and February 2015. G. Sublessee agrees to the following additional provisions: 1. Sublessee shall insure and keep insured the sublet premises in the minimum amount set forth in the Lease, attached as Exhibit “B” and shall name and present Certificates of Insurance evidencing such coverage to the City of Georgetown and Aircraft Systems & Manufacturing, Inc., as Loss Payees. 2. Sublessee shall be solely responsible for taxes upon all equipment, inventory and personal property on the sublet premises. Sublessor shall be additionally responsible for ad valorem property taxes upon the value of the leased premises, as determined by rental, at the rates set forth by the applicable taxing authorities. On receipt of tax invoices, Sublessor shall prepare an invoice to Sublessee along with the tax rate statement, and the same shall be due and payable on or before 2 January of each year. For tax years 2014 (due in January 2015) and 2019, taxes shall be prorated to the actual period of occupancy. 3. Sublessee shall be solely responsible for utilities upon the subleased premises. 4. Sublessee accepts the premises “as is”, provided, however: a. Sublessor shall restore the central air-conditioning unit immediately adjacent to the middle entrance of the building on the west side, to the right, as exiting, to working condition. b. Sublessor shall repair a leak around the downstairs window adjacent to the northernmost entrance of the building on the west side if Sublessee exercises its option to that portion of the premises. Sublease Agreement, Page 4 of 6, Initialed for Identification: _____ and _____ c. Sublessor shall provide the rent abatements for repairs and improvements as specified above. 5. Sublessee shall be responsible for all maintenance and repairs upon the premises except as otherwise noted. 6. Sublessee shall be allotted parking spaces along the building and adjacent to the hangar, and shall not park in places along the fence which are solely reserved f or Aircraft Systems & Manufacturing, Inc. Sublessee shall use its best efforts to keep its agents, servants and employees and its customers and invitees from using spaces designated for Sublessor. 7. The sublet premises includes fire extinguishers which have been inspected and recharged, as necessary, in May 2014. Sublessee may use these fire extinguishers, but shall be responsible for inspection and recharge beginning in 2015. Sublessee shall, at all times, provide sufficient fire extinguishers for its operations and as required by law. 8. Sublessee shall not use the Sublet Premises other than as permitted and provided for in the Lease. 9. Indemnity. City shall not be liable or responsible to Sublessee, its contractors or subcontractors, for any loss or damage to any property or person occasioned by theft, act of God, public enemy, injunction, riot, strike, insurrection, war, court order, requisition or order of governmental body or authority, any simil ar matter, or any other cause whatsoever. City shall not be liable to Sublessee, or to Sublessee’s contractors, subcontractors, agents, servants, employees, customers or invitees, and Sublessee shall indemnify, defend and hold City harmless from and again st any and all fines, suits, claims, demands, losses, liabilities, actions and costs (including court costs and attorney’s fees) arising from (a) any injury to person or damage to customers or invitees, (b) Sublessee’s use of the Leased Premises or the conduct of Sublessee’s business or profession, (c) any activity, work, or thing done, permitted or suffered by Sublessee in or about the Leased Premises or (d) any breach or default in the performance of any obligation on Sublessee’s party to be performed under the terms of this Lease. The provisions of this Section shall expressly survive the termination or expiration of this Lease. THIS INDEMNITY SHALL APPLY REGARDLESS OF WHETHER THE LOSS IN QUESTION ARISES OR IS ALLEGED TO ARISE IN PART FROM ANY NEGLIGENT ACT OR OMISSION OF CITY OR CITY’S AGENTS OR EMPLOYEES, FROM STRICT LIABILITY Sublease Agreement, Page 5 of 6, Initialed for Identification: _____ and _____ OF ANY SUCH PERSONS OR OTHERWISE, BUT IN SUCH EVENT SUBLESSEE SHALL NOT BE RESPONSIBLE FOR THAT PORTION OF ANY LOSS WHICH IS HELD TO BE CAUSED BY THE NEGLIGENCE OR STRICT LIABILITY OF CITY OR CITY’S AGENTS OR EMPLOYEES. H. Sublessor agrees as follows: 1. To let the premises as specified herein. 2. To provide for abatements as specified herein. 3. To make repairs noted herein. 4. To allow ingress and egress during the term hereof, across Sublessor-owned property, to Sublessee, it agents, servants and employees and its customers and invitees. 5. To provide two (2) electric gate openers to Sublessee and program codes for additional openers. 6. To refrain from parking in spaces designated to Sub lessee. 7. To refrain from disturbing the peaceful possession of the sublet premises. I. The parties further agree as follows: 1. Any amendment hereto must be reduced to writing and signed by all parties and approved by the City. 2. If any provision hereof is deemed illegal or unenforceable for any reason, the remaining provisions shall be, as far as practicable, fully enforceable. 3. In the event either party seeks relief from creditors or files a petition for bankruptcy, such party shall be deemed in breach hereof, and this sublease shall be terminated. 4. Should either party file suit to enforce the provisions hereof, the prevailing party shall be entitled to attorney’s fees and costs of court. 5. In the event of destruction of the premises, this sublease shall be deemed terminated. Sublease Agreement, Page 6 of 6, Initialed for Identification: _____ and _____ J. Sublessor and Sublessee acknowledge as follows: This Sublease is subject to the approval of the City of Georgetown, which app roval has been requested, and shall fully cooperate with one another and the City to secure such approval. Signed on: _____________________________________________ AIRCRAFT SYSTEMS & MANUFACTURING, Inc. Sublessor By: ___________________________________ R. Mark Schultz VP/CFO GENESIS FLIGHT ACADEMY, LLC Sublessee By: ___________________________________ Kyle T. Keeling President 115A 112A 114A 11 3 A 11 1 A 116A 122A 120A 124A 129A 131A 132A 130A Downstairs Parking Lot Hangar 108B 107B 110B 127B 112B 113B 114B 116B 118B 115B 117B 111B 137B 128B 129B 130B 132B 138B Lease Property Retained by ASM Add-On 2, Not Part of Sublease ASM-Owned Property (Not Leased), Adjoins Here Hangar Upstairs City of Georgetown, Texas SUBJECT: Discussion and possible recommendation on Fuel Rates and Fuel Discount Policy at the Georgetown Municipal Airport – Curtis Benkendorfer, Acting Airport Manager and Edward G. Polasek, AICP, Transportation Services Director ITEM SUMMARY: The Georgetown Municipal Airport operates from the Airport Fund to provide maintenance and operations as well as match to TxDOT and FAA grants. The Airport fund has two sources of revenue --fuel sales and lease payments. Fuel sales fall into two categories wholesale fuel (generally jet fuel) to Flight Based Operators (FBOs)and retail sales of Avgas. The mark-up/profit on wholesale sales is based on a rate agreed to in operation/lease agreements with FBOs. The mark-up/profit on Avgas is currently $0.775 per gallon. This is based on a CPI adjustment in 2010. When the CPI was adopted in 2010, there was not any approval for a discount or pre-pay discount for fuel sales. Having researched the discount policies implemented in 1994 and 2001 (attached), staff has been advised that the discount policies were never approved by City Council, who set rates and fees through specific actions or the budgetary process. Staff requested the discount policy be discontinued earlier this year. When it was discovered that the fuel discounts were still in place in early July, the Airport Clerk was directed to put a stop to them on July 21, 2014 until we could discuss a policy with the Transportation Advisory Board and City Council. SPECIAL CONSIDERATIONS: The CPI adjustment to fuel started in 2005, when the mark-up gross margin was moved from $0.55/gal to $0.7125/gal, adjustments were made in made in 2008 to $0.76 and again in 2010 to $0.775. According to the adopted 2010 policy were to be adjusted every two years thereafter. Finance and Transportation staff are working on the CPI adjustment that should be implemented in 2014, after having missed in the 2012 deadline. STAFF RECOMMENDAION: This is the first of what is expected to be several discussions on the fuel discount and markup fuel margin. Staff is introducing the item for discussion and direction at this time. FINANCIAL IMPACT: An average of $1,967.04 per month was the calculated loss of revenue while the discount policies were in place if the airport would have sold the same amount of fuel. Finance staff are working on the projections of loss of revenue if fuel sales decline with the removal of the discounts. SUBMITTED BY: Edward G. Polasek, AICP ATTACHMENTS: Description Type 1994 and 2001 Fuel Discount Policies Backup Material Airport Fuel and Po-Key Discount Analysis Backup Material Airport Fund and Budget Projection 2014/15 Budget Backup Material City of Georgetown, Texas SUBJECT: Consideration and possible recommendation concerning the transportation elements of the Hillwood Wolf Ranch Development. Edward G. Polasek, ACIP, Transportation Services Director; Bridget Chapman, City Attorney ITEM SUMMARY: This presentation will provide an overview of the transportation elements of the Hillwood Wolf Ranch Development. FINANCIAL IMPACT: n/a SUBMITTED BY: Bridget Chapman (jk) ATTACHMENTS: Description Type Presentation Presentation Project Overview Wolf Ranch Development Transportation Elements City of Georgetown Subject Property 755 acres in the ETJ along the western edge of Wolf Ranch Parkway to HWY 29 and west of Wolf Ranch Shopping Center along HWY 29 past the proposed intersection of future SW Bypass City of Georgetown City of Georgetown Proposed Development Current: 1688 Single Family Homes 388 Multifamily Units 336 Age Targeted/Lifestyle Units 20 acres of commercial Future: Wolf Lakes Tract – 110 acres of mixed-use commercial City of Georgetown City of Georgetown Public Infrastructure - Transportation Hillwood will •Submit an approved TIA before approval of first preliminary plat •Comply with TIA Findings •Construct On-Site Road Improvements includes necessary connections bridge over San Gabriel - middle fork (Phase II) City of Georgetown City of Georgetown Public Infrastructure - Transportation Segment A - Wolf Ranch Parkway (adjacent to Property north of HWY 29) •Hillwood will construct turn lanes and other intersection related improvements at the entrances to the Property as recommended by the TIA and identified on final plats •Hillwood will install/maintain all landscaping in the right-of-way along the west side of Wolf Ranch Parkway, north of HWY 29 and adjacent to the Property •Hillwood will install conduit for street lighting •City may install/maintain standard City street lights and related improvements City of Georgetown Public Infrastructure - Transportation Segment B - Wolf Ranch Parkway (south of HWY 29 between HWY 29 and DB Wood) •Hillwood will construct a segment of Wolf Ranch Parkway collector road only two lanes constructed unless the TIA provides otherwise •Turn lanes and street lighting will be permitted in the median •Hillwood will install/maintain all landscaping in the right-of-way along both sides of Wolf Ranch Parkway and adjacent to the Property City of Georgetown City of Georgetown Public Infrastructure - Transportation Segment C – Wolf Ranch Parkway (south of HWY 29 between DB Wood and SW Bypass right-of-way) •City will construct two lanes when the City constructs the SW Bypass section that crosses the San Gabriel River •City will construct the remaining two lanes when recommended by the TIA •Turn lanes and street lighting will be permitted in the median •Hillwood will install/maintain all landscaping in the right-of-way along both sides and within the median of Wolf Ranch Parkway south of HWY 29, between HWY 29 and the SW Bypass right-of-way and adjacent to the Property City of Georgetown City of Georgetown City of Georgetown Public Infrastructure - Transportation Segment D – “Jug Handle” (DB Wood south of HWY 29 adjacent to Property from Wolf Ranch Parkway north) •City will construct two lanes when the City constructs the SW Bypass section that crosses the San Gabriel River •City will construct the remaining two lanes when recommended by the TIA •Turn lanes will be permitted in the median •Construction will not be completed earlier than 48 months •Hillwood will install/maintain all landscaping in the right-of-way along both sides and within the median of DB Wood south of HWY 29 and adjacent to the Property from Wolf Ranch Parkway north City of Georgetown QUESTIONS? City of Georgetown City of Georgetown, Texas SUBJECT: Executive Session: 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 subjected to action in regular session. Section 551.071 Consultation with Attorney - Airport/Aero Centex - Bridget Chapman, City Attorney Section 551.072 Deliberation Regarding Real Property - Deliberation concerning the proposed purchase of real property in connection with the Smith Branch Drainage Buy-Out Project. – Wesley Wright, Systems Engineering Director and Terri Calhoun, Real Estate Services Coordinator ITEM SUMMARY: FINANCIAL IMPACT: n/a SUBMITTED BY: Jana Kern City of Georgetown, Texas SUBJECT: Action from Executive Session ITEM SUMMARY: FINANCIAL IMPACT: n/a SUBMITTED BY: jana kern