Loading...
HomeMy WebLinkAboutAgenda CC 07.28.2009Council Meeting Date: July 28, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action for an approval to issue payment to Flowers Construction, Inc. for labor on the City owned electric distribution system in the amount of $28,934.05. - Paul Elkins, Electric Operations Manger, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: On January 25, 2005, Flowers Construction Inc. of Hillsboro, Texas was awarded the bid for labor on the electric distribution system for a period of one year with the option to renew for five additional one-year periods. In January 2009, Flowers opted not to renew the contract with the City. At that time, Flowers was final phase of several projects and was asked to complete projects and invoice by contract end date. In order to get one of the projects to a stage where Flowers could relinquish their work and tum it safely over to City staff, it was necessary for Flowers to exceed the $25,000.00 Council approval limit. Flowers has completed all assigned work and is requesting this final payment in the amount of $28,934.05. Staff is requesting approval to issue payment to Flowers Construction for work completed. STAFF RECOMMENDATION: Staff recommends the approval of this item for payment to Flowers for work performed. FINANCIAL IMPACT: Funds for this expenditure will be budgeted in the Electric Operations Departments Capital Improvement account: Fund Actual Budget Available Budget Balance 610-9-0580-90-011 $28,934.05 $1,423,000.00 $578,161.99 Overhead Conductors ATTACHMENTS: 1. Invoice from Flowers Construction, Inc. Submitted By: Paul Elkins, Electric Operations Manager INVOICE Customer Address: Invoice Number: 472782 CITY OF GEORGETOWN Invoice Date :3/182009 300 INDUSTRIAL AVENUE P.O. BOX 409 Work Order # GEORGETOWN, TX 78627 Job # : 900040 Terms: Net 30 Days Job Name or Description OUR FOREMAN: KERNEY PIPKIN SHELL ROAD PART TWO WO# 4XG - PART TWO Description AmoOnt Stre6 Road Pan 2 28,934.05 Subtotal 28,934.05 Less: Retainage Grand Total 28.934.05 THANK YOU FOR YOUR BUSINESSI Council Meeting Date: July 28, 2009 Item No. r— AGENDA ITEM COVER SHEET SUBIE : Consideration and possible action to approve Task Order No. MEI -09-001 with McCord Engineering, Inc. (MED, of College Station, Texas, for professional engineering services related to the review and setting of the electric relays at the various substations on the GUS for an amount not to exceed $18,600.00. — Steve Glenn, P. E., Transmission and Distribution Engineer, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: This Task Order will ensure that current distribution feeder relay settings are reviewed and adjusted as appropriate because of changes to the electrical distribution system configuration and because of new relays being added with new feeders. New TCC Curves will be developed and coordination will be verified so that the minimum number of customers will be interrupted with each feeder operation. The Task Order will be for an amount not -to -exceed $18,600.00. The expected duration of this Task Order is from May 1, 2009 through August 30, 2009. STAFF RECOMMENDATION: Staff recommends approval of Task Order No. MEI -09-001 with MEI to verify and adjust as required all distribution feeder relays at an amount not to exceed $18, 600.00. which will be used from May 1, 2009 through August 30, 2009. FINANCIAL IMPACT: Attached is the project CII' -Budget and Financial Analysis sheet. ATTACHMENTS: Capital Improvement Project -Budget and Financial Analysis Task Order No. MEI -09-001 Submitted By: Steve Glenn, P.E. Transmission and Distribution Engineer City Manager Capital Improvement Project - Budgetary and Financial Analysis DATE 716/2009 PROJECT NAME: Relaying Engineering Assistance 40D Division/Department: Systems Engineering Director Approval Prepared By: Steve Glenn Finance Approval LL - 07/08 TOTAL ANNUAL BUDGET 210,000 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B) (A + B) Budget Consulting 89,796.00 18,600.00 108,396.00 52% Right of Way 0.00 0% Construction 0.00 0% Other Costs' 0.00 0% Total Current Year Costs (1) 108,396.00 GENERALLEDGER Approved CY Budae 210,000.00 Total Budget 210,000.00 TOTAL PROJECT BUDGET 18,600.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Consulting Right of Way Construction Other Costs' Total Comments: Costs osts Costs Budget 18, 600.00 18.600.00 100% 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0% 0.00 1 18,600.00 1 16,600. Project Name: Optimization of all 12.5 kV and 24.9 kV Relaying Engineering Firm Name: McCord Engineering, Inc. Task Order No. MEI -09-001 Date: July 7,2009 City's Designated Representative - Steve Glenn, P.E. City of Georgetown P.O. Box 409 Georgetown, Texas 78627 General Description of Services or Project: Evaluate all 12.5 kV and 24.9 kV protective relay settings to optimize the selective coordination. Review all protective relay logic configurations with the intent of standardization. City Provided Information or Work: The City shall provide the following services or perform the following work: Current electric distribution system design standards, estimates of specific line spacing distances between conductors, scheduling and facilities for necessary meetings, general documents and information to review as requested by MEI staff, and historical electric system loading information for each substation and feeder. Any documents or information related to the Work/Services provided by the City to the Professional, including, without limitation, engineering studies, maps, reports, filed data, notes, plans, diagrams, sketches, or maps (the "Information') is and shall remain the property of the City, and Professional shall have no ownership or other interest in same. The Professional shall deliver to the City, if requested, a written itemized receipt for the Information, and shall be responsible for its safe keeping and shall return it to the City, upon request, in as good condition as when received, normal wear and tear excepted. Proposed Project Team: McCord Engineers, Inc. Criswell Engineering Prime Consultant Relaying Services MEI will provide Project Management services consisting of billing, project accounting, project meetings, progress reports and sub -consultant coordination. Criswell Engineering will submit its fees and reimbursable expenses at actual cost (LOX multiplier) to MEI. Scope of Work: Review four types of relay applications found on the GUS distribution system. These will consist of typical 351 and 3515 relays and two special customer -type 351 relays. Model all 12.5 kV and 24.9 kV feeder settings using industry approved software. Master Services Agreement - Task Order Version 2.26.2009 Page 1 • Develop TCC Curves of all breakers and demonstrate coordination. • Compare existing and new relay settings and recommend changes where appropriate. • Complete Task Order within 30 days of notice to proceed. Statement Regarding Non -Collusion, Prohibited Financial Interests, Prohibited Political Influences: (Per Article 36 in the Master Service Agreement): Professional hereby represents and warrants to City that Professional shall not perform any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under this Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. Compensation: Services will be performed by MEI and Criswell Engineering in amounts not to exceed as follows: McCord Engineering $ 715.00 Criswell Engineering $17,885.00 $18,600.00 McCord Engineering will provide Project Management fees in the amount not to exceed $ 715.00. Criswell Engineering will provide engineering assistance in the amount not to exceed $17,885.00. APPROVED: CITY OF GEORGETOWN PROFESSIONAL Firm Name:McCord Engineering, Inc. By: By: Name: George George G. Garver Name: Rex Wood, P.E. Title: Mayor Title: Overhead Power Line Division Manager Address: P. O. Box 409 Address: 916 Southwest Pkwy East Georgetown, Tx 78627 College Station, Tx 77842 Phone: 512.930.3651 Phone: 979.764.8356 Fax: 512.930.3659 Fax: 979.764.9644 E -Mail: ms@georgetowntx.org E -Mail: rwoods@mccordeng.com Date: Date: J a(I qf Z0M Master Services Agreement — Task Order Version 2.26.2009 Page 2 Council meeting date: Tuly 28, 2009 AGENDA ITEM COVER SHEET Item No.:(�7 Ste: Consideration and possible action to authorize the Mayor to enter into a Purchase Agreement with MPE Enterprises, LLC for the purchase of a 0.0276 -acre Permanent Slope Easement in connection with the Rock Street Extension Project. — Terri Glasby Calhoun, GUS Paralegal, Jim Briggs, Assistant City Manager for Utility Operations ITEM SUMMARY: Staff has reached agreement with the landowner for the acquisition a 0.0276 -acre Permanent Slope Easement to effectuate public utility improvements in connection with the Rock Street Extension Project. The proposed agreement is based on staffs offer of fair market value in the amount of $1,600.00, as determined by Chris P. Griesbach, MAI, a State Certified General Real Estate Appraiser, of Lone Star Appraisals & Realty, Inc. Excerpts from Mr. Griesbach's March 31, 2009 report are attached for reference. The attached Purchase Agreement sets out the proposed terms of the real estate transaction, subject to Council approval. FINANCIAL IMPACT/SPECIAL CONSIDERATIONS: $1,600.00, plus related closing costs STAFF RECOMMENDATION: Recommend approval. ATTACHMENTS: Excerpts from Lone Star Appraisals & Realty, Inc. March 31, 2009 appraisal report Proposed Purchase Agreement Submitted By: Terri Glasby Calhou , GUS Paralegal — ->6�7 Ji gs, i i ant City Manager for Utility Operations It I I i REAL ESTATE SUMMARY APPRAISAL REPORT FOR THE CITY OF GEORGETOWN PARCEL #1 PROJECT DESCRIPTION - EASEMENT— ROCK STREET IMPROVMENTS PROPERTY AND OWNER: 0.96 Acres owned by MPE Enterprises, LLC. TYPE ACQUISITION: Ten Foot (10') Wide Permanent Slope Easement SLOPE EASEMENT ACQUISITION FOR THE ROCK STREET IMPROVEMENTS PROJECT, IN GEORGETOWN, WILLIAMSON COUNTY, TEXAS Appraisal Prepared For: Ms. Terri Glasby Calhoun, Paralegal Georgetown Utility Systems 300 Industrial Drive Georgetown, Texas 78626 As Of: March 31, 2009 Prepared By: Lone Star Appraisals & Realty, Inc. Chris P. Griesbach, MAI Donnie L. Smith State Certified General Real Estate Appraiser(s) �l I l 40 LONE STAR APPRAISALS & REALTY April 15, 2009 Ms. Terri Glasby Calhoun, Paralegal Georgetown Utility Systems 300 Industrial Drive Georgetown, Texas 78626 City of Georgetown Utility Systems Permanent Slope Easement Project: Rock Street Extension Parcel #11; INC. RE: Parcel #1 — MPE Enterprises, LLC. Analysis and valuation of the ten foot wide permanent slope easement. LSAR File Number 3074c.cpg/dls. Dear Ms. Calhoun: At your instructions, we have prepared an appraisal report of the ten foot wide permanent slope easement (1,202 Square Feet) on the subject property referenced above. The appraiser has been requested to estimate the just compensation for the acquisition of the proposed easement on the subject property. This letter is to convey the conclusions of the appraiser's valuation. Within the following report which is attached with this letter is the analysis and supporting data utilized in making these conclusions. The appraisal has been presented herein in a summary format at your request. We have conducted an inspection of the subject from the public right of way, aerial maps, and a drive by inspection of the comparable sales. Market Value is defined within the body of this report. Based upon an investigation and analysis of the data, the following represents our estimate of just compensation for the proposed easement as of March 31, 2009. SLOPE EASEMENT ONE THOUSAND SIX HUNDRED DOLLARS ($1,600) City of Georgetown Utility Systems Permanent Slope Easement Project: Rock Street Extension Parcel #11; IThe appraiser will retain all of the supporting analysis and valuation estimations within the appraiser's file. If requested the appraiser can and will produce all supporting information to the client. If you have any questions regarding the analysis of the subject property, the data utilized, and/or the analysis of the appraiser in formulating the conclusions reported herein please feel free to contact us. It should be noted that the appraiser has not been supplied with a title commitment, norfinal construction plans. The appraisal was completed based on the field notes of the proposed easement dimensions and areas provided to the appraiser by the client. Should the final designs be altered, the valuation estimates herein would be subject to change. The appraiser has reviewed any recorded easements on the subject property; therefore, it was assumed that no adverse easements existed on the subject property other than the typical Slope Easements along the property boundaries. II Respectfully submitted, LONE STAR APPRAISALS & REALTY, INC. Valuation Co sultants Chris P. Griesbach, MAI Principal State Certified (Texas) TX -1321135-G 0 'W� Donnie L. Smith Senior Appraiser State Certified (Texas) TX -1 338244-G City of Georgetown Utility Systems Permanent Slope Easement Project: Rock Street Extension Parcel #7; SUMMARY OF SALIENT FACTS AND CONCLUSIONS WCAD Parcel Number: R040315 Chisholm Trail SLID Reference: Parcel # 1 Whole Property: 0.96 acres — N. Porter Survey, Abstract 497, Williamson County, Tx. Property Owner: MPE Enterprises, LLC. Whole Property Size: 0.96 Acres / 41,818 SF Slope Easement: 0.0276 Acres / 1,202 SF Remainder Property Size: 0.96 Acres / 41,818 SF Location/Address: 300 W. Morrow Street, Georgetown, Williamson County, Texas Effective Date of Appraisal: March 31, 2009 n Property Rights Appraised jWhole Property: Fee Simple Current Zoning: C-3, Commercial Improvements: Car Wash Facility Highest and Best Use: As Vacant: Commercial Office As Improved: Continued Car Wash Use a I City of Georgetown Utility Systems Permanent Slope Easement Project: Rock Street Extension Parcel #1; SUMMARY OF VALUES Value of Whole Property (As vacant)...............................................................................$219,542 Value of Improvements...............................................................................................$ 15,000 Whole Property Value As Improved..............................................................................$234,542 ESTIMATION OF DAMAGES OR ENHANCEMENTS TO THE REMAINDER: Value of the Remainder Before the Acquisition...................................................................$232,964 Value of the Remainder After the Acquisition...................................................................$ 232,967 Indicated Enhancements or Damages......................................................................$ -0- * . * The $3.00 difference is simply due to rounding. SUMMARY OF TOTAL COMPENSATION: Estimated Compensation for Slope Easement...................................................................$ 1,578 . , Rounded To: ............................................................................................................ $ 1,600 i f m PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this "Agreement") is made and entered into by and between MPE ENTERPRISES, LLC, a Texas limited liability company, of Williamson County, Texas ("Seller"), and the CITY OF GEORGETOWN, a Texas home -rule municipal corporation, situated in Williamson County, Texas ("Purchaser"). WITNESSETH: ARTICLE 1. Pro e 1.1 For the purchase price and upon the terms and conditions hereinafter set forth, Seller does hereby agree to sell to Purchaser, and Purchaser does hereby agree to purchase from Seller: (a) All that certain property consisting of approximately, a 0.0276 -acre Permanent Slope Easement out of the NICHOLAS PORTER SURVEY, A-497, situated in Williamson County, Texas, and being a portion of a called 0.96 acre tract conveyed to Pluchea Property, LP as per Clerk's File No. 2004082140,Official Public Records of Williamson County, Texas, and being more fully described by metes and bounds in Exhibit A hereto and made a part hereof (the "Land"), together with all improvements thereon, if any (the "Improvements"), the Land and Improvements, if any, hereinafter collectively referred to as the "Property"; and (b) All appurtenances ("Appurtenances"), including all the rights, ways, waters, privileges and alleys serving the Land or the Improvements or in anywise appertaining; all right, title and interest of Seller in any land lying in the bed of any street, alley, road, avenue, creek, river or stream, existing or proposed, in front of or adjoining the Land; and any letters of credit, permits, water or wastewater living unit equivalent allocations, contracts, utility taps or connections, and other development rights and benefits associated with the Property. ARTICLE 2. Purchase Price 2.1 The purchase price for the Property (the "Purchase Price") shall be One Thousand Sixteen Hundred and No/100 Dollars ($1,600.00). The Purchase Price shall be paid in cash at closing. Closing shall be handled by Georgetown Title Company, Inc., 702 Rock Street, Georgetown, Texas, 78626, ATTN: Laura Wolf. ARTICLE 3. Survey 3.1 Purchaser shall obtain and deliver to the Title Company a metes and bounds survey and an accompanying sketch of the Property to be conveyed. ARTICLE 4. Title Matters and Conveyancing Documents 4.1 Within ten (10) days after the date hereof, Purchaser shall obtain from the Title Company and deliver to Seller a Commitment for Owner's Policy of Title Insurance (the "Commitment") in Purchaser's favor in the amount of the purchase price for the Property Interests and reflecting the ownership of and encumbrances upon the Property, together with copies of all items reflected thereon. If either the Commitment or the Survey reveals defects in title or other conditions not permitted hereunder which Purchaser finds unacceptable, in Purchaser's sole discretion, Purchaser shall give notice to Seller of such unacceptable conditions within ten (10) days after receipt by Purchaser of the Commitment. Any liens or security interests securing indebtedness, or title defects described on Schedule "C" of the Commitment, shall be deemed unacceptable regardless of Purchaser's failure to object to all such matters as aforesaid. If Seller fails to remove all such unacceptable conditions within twenty (20) days after the date Purchaser delivers such notice, Purchaser may, at Purchaser's sole election, either (i) cancel this Agreement, (ii) extend up to thirty (30) additional days the time allowed for Seller to remove such unacceptable objections, or (iii) accept such title as Seller can deliver. All matters permitted or approved or accepted by Purchaser hereunder shall be "Permitted Exceptions." The Commitment shall be updated to the time of closing and shall reveal no other exceptions to title than appeared in the Commitment previously approved by Purchaser as aforesaid. 4.2 Seller shall furnish Purchaser prior to closing an executed Permanent Slope Easement to the Property in the form attached hereto as Exhibit B, the Permanent Slope Easement shall, except only to matters affecting the Property which are approved by Purchaser in accordance with Section 4.1 above. 4.3 If the Land is situated within a utility district subject to the provisions of Section 50.301, Texas Water Code, then at or prior to closing Seller shall give Purchaser the written notice required by said Section 50.301 and Purchaser agrees to sign and acknowledge the notice to evidence receipt thereof. ARTICLE 5. Inspections and Contingencies 5.1 Seller agrees to deliver to Purchaser within five (5) days after the date hereof, copies of all surveys (including but not limited to, maps, studies, appraisals, site plans, reports, environmental assessments, wetlands studies, and other documents or written information relating to the Property which Seller has in Seller's possession or control, and will instruct Seller's engineers to provide Purchaser with access to any of such items in Seller's engineers' control (collectively, the "Property Information'). For a period of forty-five (45) days (the "Inspection Period") after the date hereof, Purchaser shall have reasonable access to (and the right to inspect) the Property. hi this connection, Purchaser and Purchaser's agents may enter upon and have access to the Property for the purpose of conducting engineering and other studies, surveys, site analyses, soil borings and such other tests which Purchaser may deem desirable, during all normal business hours. Seller agrees to cooperate with and assist Purchaser in the inspection of the Property. Purchaser must employ only trained and qualified inspectors and assessors; notify Seller, in advance, of when the inspectors or assessors will be on the Property; abide by any reasonable entry rules or requirements that Sellermay require; not interfere with existing operations or occupants of the Property; and restore the Property to its original condition if altered due to inspections, studies, or assessments that Purchaser completes or causes to be completed. Except for those matters that arise from the negligence of Seller or Seller's agents, Purchaser is responsible for any claim, liability, encumbrance, cause of action, and expense resulting from Purchaser's inspection, studies, assessments, including any property damage or personal injury. Furthermore, Purchaser agrees to release Seller and Seller's agents from any liens or claims which may arise by or through Purchaser in connection with such activities. If Purchaser finds the Property unacceptable for any reason and so notifies Seller within the Inspection Period, this Agreement shall terminate and thereafter no party shall have any further rights or obligations hereunder. This Section 6.1 survives any termination of this contract and/or any closing hereunder. 5.2 To the extent that Purchaser requires Seller's cooperation in pursuing approval of the Property by all appropriate governmental agencies, boards and departments for Purchaser's proposed development and use of the Property, Seller agrees that Seller shall cooperate fully with and assist Purchaser in processing approvals for Purchaser's development of and use of the Property, which cooperation and assistance shall not be unreasonably withheld, conditioned or delayed. Seller shall not be required to incur any cost in connection with such cooperation. 5.3 Seller shall not take any action nor permit any occurrence which will affect the Property after closing. Without limitation, Seller shall not execute or deliver any easement, restriction, lien, or other encumbrance affecting the Property. Seller shall not withdraw or allow to lapse any application, permit or approval affecting the Property. ARTICLE 6. Representations 6.1 Seller represents to Purchaser that as of the date hereof and as of the date of closing: (a) Seller has full and complete title to the Property, subject to no liens or encumbrances other than as reflected in the Commitment. (b) To the best of Seller's knowledge, there are no lawsuits pending or threatened against or involving Seller or the Property. (c) To the best of Seller's knowledge, there are no pending or threatened claims, condemnations, planned public improvements, annexation, special assessments, zoning or subdivision changes, or other adverse claims affecting the Property. (d) To the best of Seller's knowledge, the Property is in compliance with all applicable ordinances of any municipality or other governmental entity having jurisdiction over the Property. (e) To the best of Seller's knowledge, the Property has not been used as a land fill or for the storage or disposal of any hazardous or toxic materials, and has not been designated by any governmental authority as being in a "flood plain" or other flood -prone area. (f) Other than the current owner of the Property, to the best of Seller's knowledge, there are no third parties in possession of any portion of the Property as lessees, tenants at sufferance, or trespassers; there are no leases, licenses or other agreements relating to the use, occupancy or possession of the Property, or any part thereof; and no third parties are entitled to, or are claiming or entitled to claim, possession of the Property, or any part thereof. 6.2 All of the above representations shall be true and correct as of closing, and shall survive closing. ARTICLE 7. Closing Matters 7.1 The transaction contemplated hereby shall be closed on or before thirty (30) days after expiration of the Inspection Period on a date set by Purchaser. 7.2 Closing shall be at the main office of the Title Company or at such other location acceptable to both Seller and Purchaser. The Title Company shall issue the Owner's Title Policy to Purchaser at closing, subject only to the Permitted Exceptions and, at the election and expense of Purchaser, with the rights of parties in possession exception deleted and the survey exception deleted, to the extent pemritted by applicable rules. Seller shall deliver sole possession of the Property to Purchaser at closing, subject to the Permitted Exceptions. 7.3 Purchaser agrees to pay at or prior to the time of closing the cost of the Owner's Policy of Title Insurance and the cost of preparing the easement and any lien releases. Purchaser shall pay for the cost of recording the easement and all other closing costs, except for the cost of obtaining and recording any release of liens on the Property which shall be Seller's responsibility, shall be allocated as is customary in Williamson County, Texas. 7.4 At closing, real estate and personal property taxes shall be prorated based upon the most recent tax information available. However, as soon as the tax bill for the period which includes the date of closing is received, an adjustment shall be made in prorated taxes, if necessary, between Seller and Purchaser based on the actual tax bill. In that event, the party owing the adjusted amount shall pay to the other party hereto upon demand the additional amount to correct the proration made at closing. If Seller changes the use of the Property before closing or if a denial of a special valuation on the Property claimed by Seller results in the assessment of additional taxes, penalties, or interest (assessments) for periods before closing, the assessments will be the obligation of the Seller. If this sale or Purchaser's use of the Property after closing results in additional assessments for periods before closing, the assessments will become the obligation of Seller. This Section 7.4 survives closing. ARTICLE 8. Default 8.1 If Seller is in default hereunder, Purchaser, as Purchaser's sole remedies, may enforce specific performance of this Agreement against Seller, or cancel this Agreement. Failure to cure title or survey objections shall not be treated as a default by Seller and, in such cases, Purchaser's only remedy shall be to terminate this Agreement. 8.2 If Purchaser is in default hereunder, Seller, as Seller's sole remedies, may cancel this Agreement and retain all Earnest Money, if any, such amount constituting liquidated damages and not a penalty, it being agreed that such sum is reasonable in view of the difficulty of ascertaining actual damages. ARTICLE 9. Condemnation 9.1 During the period from the date hereof to closing, all risk of loss from condemnation or eminent domain shall be borne by Seller. If any condemnation proceedings are instituted or threatened between the date hereof and closing, Purchaser may elect to close and receive an assignment of all condemnation awards, or cancel this Agreement and receive a refund of all earnest money, if any. ARTICLE 10. Attome s Fees 10.1 If either party brings suit for the breach of any covenant, condition or agreement contained herein, the prevailing party shall be entitled to recover all reasonable attorney's fees and expenses in connection therewith. ARTICLE 11. Notices 11.1 All of the requirements and provisions herein for notice shall have been met when such notice has been placed in writing and personally delivered, delivered by facsimile transmission, with proof of receipt (with a copy of such notice concurrently delivered by either hand delivery or certified mail), or sent certified United States mail, postage prepaid, return receipt requested to the respective parties hereto at the following addresses: to Seller at: MPE Enterprises, LLC Del E. Eckert, Managing Member 10604 Medinah Greens Drive Austin, Texas 78717 and to Purchaser at: City -of Georgetown 113 E. 8' Street Georgetown, Texas 78627 Attn: Jim Briggs, Assistant City Manager for Utility Operations with copy to: Patricia E. Carls Carls, McDonald and Dalrymple, LLP 901 S. Mo Pac Expressway, Suite 500 Austin, Texas 78746 The date of receipt shall be the date of actual receipt of such notice if the notice is personally delivered or sent by facsimile transmission (provided that any facsimile transmission not sent on a business day, or sent after 5:00 p.m. on a business day, shall be deemed received on the next business day), or two (2) days after the postmark date, whichever is sooner. Addresses given herein for notice may be changed by either Seller or Purchaser by notification in writing in accordance with the provisions of this Agreement. ARTICLE 12. Time is of the Essence 12.1 The obligations and undertakings of the parties hereto shall be performed within the time specified therefor, time being of the essence, and failure to perform within such time shall constitute a breach of this Agreement on the part of the party who fails to perform. ARTICLE 13. Binding Effect: Assianruent 13.1 This Agreement shall be binding upon and inure to the benefit of the parties hereto, their respective heirs, successors and assigns. Purchaser may assign this Agreement upon written notice to Seller. ARTICLE 14. Other Provisions 14.1 This writing and the exhibits hereto set forth the entire agreement between the parties, and no other statement, agreement or understanding, oral or written, will be recognized or enforced unless the same shall be in writing and signed by both parties subsequent to the date hereof. 14.2 Purchaser may, at Purchaser's option, waive any condition or contingency of this Agreement and proceed to close despite the condition or contingency. 14.3 This Agreement may be executed simultaneously in two (2) or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. 14.4 This Agreement shall be governed by Texas law and all causes of action in connection herewith shall be maintained in proceedings filed in Williamson County, Texas. 14.5 If any of the deadlines set forth herein end on a Saturday, Sunday or legal holiday, such deadline shall automatically be extended to the next day which is not a Saturday, Sunday or legal holiday. The term "business days" as used herein shall mean all days which are not a Saturday, Sunday or legal holiday. 14.6 Seller and Purchaser each represent and warrant to the other that they have full authority to execute this Agreement and fulfill all of the terms and conditions hereof. Seller and Purchaser shall present to each other and the Title Company all reasonable evidence of authority which may be requested in connection with this Agreement. 14.7 Seller agrees to furnish to Purchaser prior to closing either (i) an affidavit stating, under penalties of perjury that Seller is not a "foreign person" (as defined in the Tax Reform Act of 1984) and giving Seller's taxpayer identification number or (ii) a Qualifying Statement from the Internal Revenue Service stating that Seller has arranged to pay any tax due by Seller in connection with this transaction. In the event that Seller fails to provide the documentation required by either (i) or (ii) above prior to closing, Purchaser may withhold from the cash due at closing such amounts as Purchaser may be required to withhold from a purchase from a "foreign person" under the Tax Reform Act of 1984. ARTICLE 15. Offer; Effective Date 15.1 The offer implied by presentation of this Agreement by Purchaser shall be accepted by Seller by delivering a fully executed copy of this Agreement to Purchaser and the Title Company no later than 5:00 p.m., June 12, 2009, failing in which this offer shall automatically terminate. Such offer may be withdrawn by Purchaser at any time prior to acceptance. 15.2 The parties agree to deposit with the Title Company a fully executed copy of this Agreement with all attachments and exhibits hereto. The date of the Title Company's receipt of such fully executed copy of this Agreement as set forth below shall be deemed to be the date of this Agreement and shall be referred to as "the date hereof." 15.3 Notwithstanding anything herein contained to the contrary, this offer (and this Agreement if executed by Seller and Purchaser) is expressly contingent upon approval hereofby the City Council of the City of Georgetown within thirty (30) days from the date hereof In the event such approval is not granted within the said thirty -day period, then this Agreement shall be null and void and of no further force or effect. IN WITNESS WHEREOF, this Agreement has been duly executed on the dates set forth below. Date: /0 P Date: APPROVED AS TO FORM: SELLER: MPE Enterprise, LLC, a Texas limited liability company By: Del E. Ecke , Managing Member PURCHASER: CITY OF GEORGETOWN IM George G. Garver, Mayor ATTEST: Jessica Hamilton, City Secretary Patricia E. Carls, Carls, McDonald and Dalrymple, LLP City Attorney Receipt of executed copy of this Agreement is hereby acknowledged this day of , 2009 M Escrow Officer EXHIBIT "A" FIELD NOTES PREPARED BY ALL COUNTY SURVEYING, INC. November 5, 2008 Surveyor's Field Notes for: 0.0276 ACRE, situated in the NICHOLAS PORTER SURVEY, ABSTRACT 497, Williamson County, Texas, and being a portion of a called 0.96 Acre tract conveyed to Pluchea Property, LP as per Clerk's File No. 2004082140, Official Public Records of Williamson County, Texas, and being more particularly described as follows: BEGINNING at a calculated point on the north line of said 0.96 Acre tract, which bears N 87° 35' 42" E — 221.53' from a '/i' iron rod found at the northwest corner of said 0.96 Acre tract, being on the south line of a public roadway known as Morrow Street, for the northwest corner of the herein described tract; THENCE, in an easterly direction, with the south line of said Morrow Street, N 87° 35' 42" E — 10.00', to a calculated point at the northeast corner of said 0.96 Acre tract, being on the west line of a public roadway known as Rock Street, which bears S 87° 35' 42" W — 47.75' from a steel spindle found on the east line of said Rock Street, also being the northwest corner of a called 0.273 Acre tract conveyed to David M. Jabour and Margaret Jabour as per Clerk's File No. 2005074444, Official Public Records of Williamson County, Texas, for the northeast corner of the herein described tract; THENCE, in a southerly direction, with the west line of said Rock Street, same being the east line of said 0.96 Acre tract, S 01° 59' 51" E — 75.37', to a ''/2" iron rod found, being the southwest corner of said Rock Street, and the northwest corner of a called 0.05 Acre tract conveyed to Ray F. Thomas in Document No. 9923758, Official Public Records of Williamson County, Texas; THENCE, continuing in said southerly direction, with the west line of said 0.05 Acre tract, same being the east line of said 0.96 Acre tract, S 02° 37' 15" E — 44.73', to a '/Z" iron rod found, being the southwest corner of said 0.05 Acre tract, the southeast corner of said 0.96 Acre tract, and being the north line of a called 8.6962 Acre tract conveyed to Duke's Smokehouse, Ltd. as per Clerk's File No. 2002069811, Official Public Records of Williamson County, Texas, for the southeast corner of the herein described tract; THENCE, in a westerly direction, with the north line of said 8.6962 Acre tract, same being the south line of said 0.96 Acre tract„ S 87° 10' 30" W — 10.00', to a calculated point, for the southwest corner of the herein described tract; EXHIBIT Page Of 3 2 Surveyor's Field Notes for 0.0276 ACRE (continued): THENCE, in a northerly direction, N 02° 37' 15" W — 44.77', a calculated point, and N 010 59' 53" W — 75.41', to the POINT OF BEGINNING and containing 0.0276 Acre of Land. This project is referenced to the City of Georgetown Coordinate System, an extension of the Texas Coordinate System of 1983, Central Zone. All distances are horizontal surface distances unless noted and all bearings are grid bearings. All coordinates are referenced to City Monument No. GT04. The theta angle at City Monument No. GT04 is 01'21'47". The combined correction factor (CCF) is 0.99990229. Grid distance = Surface distance X CCF. Geodetic north = Grid north + theta angle. Reference tie from City monument No. GT04 to the northwest corner of this 0.0276 acre tract is N 24043'40" E 5452.56 feet. Published City coordinates for project reference point GT04 are N. = 10,203,828.6635 E. = 3,128,836.4536. This document is not valid for any purpose unless signed and sealed by a Registered Professional Land Surveyor. This metes and bounds description to accompany a Surveyor's Sketch showing the herein described 0.0276 Acre tract. Surveyed October 5, 2007 ALL COUNTY SURVEYING, INC. 1 -800 -749 -PLAT server/projects/pro8000/998000/998087/99808702-1. doc G OF CHARLES C. Wn,c) '. 4636 t'� •'i'�FcS-`�10;� JC , I Charles C. Lucko v &I 71d Registered Professional Land Surveyor Registration No. 4636 EXHIBIT If A t 1 Page - = —of 5urveyor's 5ketch�wirig 0.02-16 ACRE OF LAND, situated in the NICHOLAS PORTER VVEEYY, ABSTRACT 441, Williamson County, Texas. V2' Iron Wfod Founct N 81035'42" E This sketch to accompany a metes and bounds description of the hereon shown 0.0216 Acre tract. 221.53' N 81035'42" E y10.00' I I I I I I I I f6a ROVQ (A6pholt SWFOCe) MORROW STREET R)BLIC MAINTAINED ROADWAY Plat Book 2, Page 95 Steel 5 81°35'42" W 41."15' Spindle I ZZ I u, �1 \ IN '� I !� � I i5 zl 10-05-2001 I m e Gon5tructlon Layout U3: Q� per, , Scale: I v I CHARLESC LUCP:O i "43a Job No.: IRoodFound —I Temple, Texas 76504 ;) DW NO.: 9 9 9 808102-I IU ;1 O 1 5Lw IU N N 87015'41" E 48.11' 1 1 O 1 N GALLED 0.05 ACRE T r RAY F. THOMAS, JR. Doc x9923158 EXHIBI page _ = °f 3 01 1 N 0 ♦ = calculated Point Z I 11/2" Iron — � Rad Food S 81"10130" W 10.00' N 81°04'16" E 20' 40' (90' CALLED 8b9b2 ACRES DUKE'S SMOKEHOUSE, LTD. Clerk's File No. 2002069811 I'X' in Rock Food 1/2" Iron Rad Found This project is referenced to the City of Georgetown Coordinate System, an extension of the Texas Coordinate System OF 1983, Central Zone. All dlstonces are horizontal surface distonces unless noted and oil bearings ore grid bearings. All coordinates ore referenced to Clty Monument No. 6T04. The theto angle at City Monument No. GTO4 Is 0I°21'41". The combined correction Factor (CCF) is 0.99990229. Grid distance = Surface distance X CCF. Geodetic north = Grid north - theta angle. Reference tie From City monument No. 6T04 to the northwest �orner of this 0.030 acre tract is N 24'43'40" E 5452.56 feet. Published City coordinates for project eference point 6T04 are N. = 10 03028.6635 E. = 3,128036.4536. ALL COUNTY SMVEYINU, INC. e Surveyi"9 5urvey Mcppl"9 a P�� completed: 10-05-2001 e Gon5tructlon Layout U3: Q� per, , Scale: 1" = 20' 1303 South 21st Street CHARLESC LUCP:O i "43a Job No.: 998081.2 d) Temple, Texas 76504 ;) DW NO.: 9 9 9 808102-I C4Pa�Fss 254-118-2212 Killeen 254-634-4636 :,,r 5Lw Fax 254-174-1608 -.-4 Drawn by:1988-2008 _Q YEARS OF _ Surveyor: GGL •4636 20 Gopyltfnt 20015 All Gmnty 5u eyny. Inc. EXHIBIT "B" PERMANENT SLOPE EASEMENT STATE OF TEXAS § COUNTY OF WILLIAMSON § KNOW ALL MEN BY THESE PRESENTS: This Agreement (this "Agreement") is made on the day of 2009, at Georgetown, Texas, between MPE ENTERPRISES, LLC, a Texas limited liability company, whose address is 10604 Medinah Greens Drive Austin, Texas 78717 (hereinafter referred to as "Grantor"), and the City of Georgetown, a Texas home -rule municipal corporation, whose address is P.O. Box 409 Georgetown, Texas 78627, Attn: Georgetown City Secretary (herein referred to as "Grantee"). 1. For the good and valuable consideration described in Paragraph 2 below, Grantor hereby GRANTS, SELLS and CONVEYS to Grantee, its successors and assigns, an exclusive easement and right-of-way (the "Easement") to construct and maintain an earth cut/fill slope supporting the adjacent public road improvements and for the unrestricted right of ingress and egress to such slope area and related appurtenances (collectively, the "Facilities"), on, over, under, and across the following described property of the Grantor, to wit: Being all that certain tract, piece or parcel of land lying and being situated in the County of Williamson, State of Texas, being more particularly described by metes and bounds in Exhibit A and by diagram in Exhibit B attached hereto and made a part hereof for all purposes (herein sometimes referred to as the "Easement Area" or the "Property"). 2. The Easement and the rights and privileges herein conveyed, are granted for and in consideration of the sum of One Thousand Sixteen Hundred and No/100 Dollars ($1,600.00) and other good and valuable consideration to Grantor in hand paid by Grantee, the receipt and sufficiency of which is hereby acknowledged and confessed. 3. The Easement, with its rights and privileges, shall be used only for the purpose ofconstructing and maintaining the Facilities. 4. The duration of the Easement is perpetual. 5. Grantor and Grantor' s heirs, personal representatives, successors, and assigns are and shall be bound to WARRANT and FOREVER DEFEND the Easement and the rights conveyed in this Agreement to Grantee and Grantee's successors and assigns, against every person lawfully claiming or to claim all or any part thereof. 6. The Easement, and the rights and privileges granted by this Agreement, are EXCLUSIVE to Grantee, and Grantee's successors and assigns, and Grantor covenants that Grantor shall not convey any other easement, license, or conflicting right to use in any manner, the area (or any portion thereof) covered by this grant. 7. This Agreement contains the entire agreement between the parties relating to its subject matter. Any oral representations or modifications concerning this • Agreement shall be of no force and effect. Any subsequent amendment or modification must be in writing and agreed to by all parties. 8. The terms of this Agreement shall be binding upon Grantor, and Grantor's heirs, personal representatives, successors, and assigns; shall bind and inure to the benefit of the Grantee and any successors or assigns of Grantee; and shall be deemed to be a covenant running with the land. EXHIBIT PERMANENT SLOPE EASEMENT Dage I Of_ --LL__ Page 1 of 2 EXHIBIT "A" FIELD NOTES PREPARED BY ALL COUNTY SURVEYING, INC. November 5, 2008 Surveyor's Field Notes for 0.0276 ACRE, situated in the NICHOLAS PORTER SURVEY, ABSTRACT 497, Williamson County, Texas, and being a portion of a called 0.96 Acre tract conveyed to Pluchea Property, LP as per Clerk's File No. 2004082140, Official Public Records of Williamson County, Texas, and being more particularly described as follows: BEGINNING at a calculated point on the north line of said 0.96 Acre tract, which bears N 870 35' 42" E — 221.53' from a ''/i' iron rod found at the northwest corner of said 0.96 Acre tract, being on the south line of a public roadway known as Morrow Street, for the northwest corner of the herein described tract; THENCE, in an easterly direction, with the south line of said Morrow Street, N 87° 35' 42" E — 10.00', to a calculated point at the northeast corner of said 0.96 Acre tract, being on the west line of a public roadway known as Rock Street, which bears S 870 35' 42" W — 47.75' from a steel spindle found on the east line of said Rock Street, also being the northwest corner of a called 0.273 Acre tract conveyed to David M. Jabour and Margaret Jabour as per Clerk's File No. 2005074444, Official Public Records of Williamson County, Texas, for the northeast corner of the herein described tract; THENCE, in a southerly direction, with the west line of said Rock Street, same being the east line of said 0.96 Acre tract, S 01° 59' 51" E — 75.37', to aY2" iron rod found, being the southwest corner of said Rock Street, and the northwest corner of a called 0.05 Acre tract conveyed to Ray F. Thomas in Document No. 9923758, Official Public Records of Williamson County, Texas; THENCE, continuing in said southerly direction, with the west line of said 0.05 Acre tract, same being the east line of said 0.96 Acre tract, S 02° 37' 15" E — 44.73', to a Y2" iron rod found, being the southwest corner of said 0.05 Acre tract, the southeast corner of said 0.96 Acre tract, and being the north line of a called 8.6962 Acre tract conveyed to Duke's Smokehouse, Ltd. as per Clerk's File No. 2002069811, Official Public Records of Williamson County, Texas, for the southeast corner of the herein described tract; THENCE, in a westerly direction, with the north line of said 8.6962 Acre tract, same being the south line of said 0.96 Acre tract„ S 87° 10' 30" W —10.00', to a calculated point, for the southwest corner of the herein described tract; tL EXHIBIT 1 ,age 9 2 Surveyor's Field Notes for 0.0276 ACRE (continued): THENCE, in a northerly direction, N 02° 37' 15" W — 44.77', a calculated point, and N 010 59' 53" W — 75.41', to the POINT OF BEGINNING and containing 0.0276 Acre of Land. This project is referenced to the City of Georgetown Coordinate System, an extension of the Texas Coordinate System of 1983, Central Zone. All distances are horizontal surface distances unless noted and all bearings are grid bearings. All coordinates are referenced to City Monument No. GT04. The theta angle at City Monument No. GT04 is 01021'47". The combined correction factor (CCF) is 0.99990229. Grid distance = Surface distance X CCF. Geodetic north = Grid north + theta angle. Reference tie from City monument No. GT04 to the northwest corner of this 0.0276 acre tract is N 24°43'40" E 5452.56 feet. Published City coordinates for project reference point GT04 are N. = 10,203,828.6635 E. = 3,128,836.4536. This document is not valid for any purpose unless signed and sealed by a Registered Professional Land Surveyor. This metes and bounds description to accompany a Surveyor's Sketch showing the herein described 0.0276 Acre tract. Surveyed October 5, 2007 ALL COUNTY SURVEYING, INC. 1 -800 -749 -PLAT serve r/projects/pro8000/998000/998087/99808702-1. doc CHARLES C. Li'< •;0 ; 'asz+ a; Charles C. Lucko Registered Professional Land Surveyor Registration No. 4636 it EXHIBIT lqe 3 of ---L- 0 Surveyor's Sketch showing 0.0276 ACRE OF LAND, situated In the NICHOLAS PORTER SURVEY, ABSTRACT 497, Williamson County, Taxers. This sketch to accompany a metes and bounds description of the hereon shown 0.0216 Acre tract. This project Is referenced to the City of Georgetown Goordinote System, on extension of the Texas Coordinate System of 1983, Central Zone. All distances are horizontal surface distances unless noted and all bearings are grid bearings. All coordinates are referenced to City Monument No. GT04. The theto angle at City Monument No. 6T04 is 01.21'41'. The combined correction factor ((XF) Is 0.99990229. Grld distance = Surface distance X Cr -F. Geodetic north = Grld north + theta angle. Reference tie from City monument No. aT04 to the northwest corner of this 0.030 ogre tract is N 24'43'40" E 5452.56 feet. Published City coordinates for project reference point 6T04 are N. = 10,203,828.6635 E. = 3,128436.4536. aw j --I ALL COUNTY SURVEYING, INC. Surveying •Mapping • 1303 South 21St Street Construction Layout Temple, Texas 16504 254-118-2212 Killeen 254-634-4636 Fox 254-114-1608 5urvey Ed (60' ROYO (Aeptlolt 5uAae) 10-05-2001 g MORROW STREET I• = 20' Job No.: PUBLIC MAINTAINED ROADWAY 8 R DWcj No.: 99808102-1 N &1035'420 E Plat Book 2, Pogo 95 1/2' Iron �Rogl Found — —. _ _. ���♦-- _ — —. _.—.— _.t.—.— — _ — —. 5 81°35'42" W 4-1.,- Steel I spindle N 8l°35'42" E 221.53' I I Fauna � I I I I I c LU I aa' rc0 I I QUO N CO Q ;I Z I W LU I O •ULI w$ �QY I Worm I!� Y<2 i �ofY 0 IL I i5 z l I Th O D m a I W0. i i i Qa°O I V IN Q. O O O I \ 11/2" Iron \ I "X' In ROLk Q UJ }Rad pcxmd _ _ N 810I5'41" E +Fowl I < 1 _ J = 1L I I 48.11' I %) (V I W } (L I ! � W ; O f l 11 I I u1 GALLED 0.05 ACRE It) ' RAY F. THOMAS, JR. I O Q0 y O 0 I I K uj Doc #9923158 I wI J ry of J W Q Q° ere of IN Z 1/2" Iron1/2" N 8l°04'16" E 4&. -Il' I Iron i _ _ __ _ _ ROd Found _ . _ . 5 5-7.1030' W 1000' LU v A= calculated Point I ry H W d ' 20' 40' 60' GALLED 8.6962 ACRES I I O }� S O DUKES SMOKEHOUSE, LTD. w J t�v L 1111 1111 MINES Clerk's File No. 2002069811 J vO F This project Is referenced to the City of Georgetown Goordinote System, on extension of the Texas Coordinate System of 1983, Central Zone. All distances are horizontal surface distances unless noted and all bearings are grid bearings. All coordinates are referenced to City Monument No. GT04. The theto angle at City Monument No. 6T04 is 01.21'41'. The combined correction factor ((XF) Is 0.99990229. Grld distance = Surface distance X Cr -F. Geodetic north = Grld north + theta angle. Reference tie from City monument No. aT04 to the northwest corner of this 0.030 ogre tract is N 24'43'40" E 5452.56 feet. Published City coordinates for project reference point 6T04 are N. = 10,203,828.6635 E. = 3,128436.4536. aw j --I ALL COUNTY SURVEYING, INC. Surveying •Mapping • 1303 South 21St Street Construction Layout Temple, Texas 16504 254-118-2212 Killeen 254-634-4636 Fox 254-114-1608 5urvey Ed completed: 10-05-2001 g r Scale: I• = 20' Job No.: 998081.2 8 R DWcj No.: 99808102-1 ry / V Drawn ": SLw If v7 w� Surveyor: CGL n 4636 > / � " copyr1ot 2008 All county 5u eylny, Inc. 2 Council meeting date: Jul, 28� 2009 Item No.: AGENDA ITEM COVER SHEET SUB E T: Consideration and possible action to approve a Resolution finding public convenience and necessity and authorizing eminent domain proceedings, if necessary, for the acquisition of a permanent utility easement and a temporary construction easement from Thomas D. Stipanovic, Paul D. Stipanovic and Steve Pena, as custodian on behalf of Karsen Stipanovic and Karli Stipanovic, to effectuate certain public utility infrastructure improvements in connection with the 2006 Annexation Utility Improvement Project — Terri Glasby Calhoun, GUS Paralegal, and Jim Briggs, Assistant City Manager for Utility Operations ITEM SUMMARY: As part of the 2006 Annexation Utility Improvements Project, staff has begun the process of acquiring approximately sixty (60) easements that will be required to provide the landowners within the annexed areas with utility improvements the City is obligated to provide in accordance with the annexation service plans. A resolution finding public convenience and necessity ("PCN Resolution') authorizing the acquisition of the easements by either negotiation or condemnation is necessary to insure that the acquisition process complies with eminent domain law and to avoid delays in acquiring the easement(s), if the parties are unable to reach agreement on compensation through negotiation. The attached resolution is the first of many related to the 2006 annexations that will presented to Council over the next few months and, if approved, will authorize the acquisition of a 20 -foot -wide (1.478 acres/64,403 square feet) permanent utility easement and a 50 -foot -wide (3.63 acres/158,331 square feet), from Thomas D. Stipanovic, Paul D. Stipanovic and Steve Pena, as custodian on behalf of Karsen Stipanovic and Karli Stipanovic, for the construction of a wastewater line. A map showing the general location of the easement is attached for reference. FINANCIAL IMPACT/SPECIAL CONSIDERATIONS: n/a ATTACHMENTS: Proposed Resolution Map showing location of Stipanovic easement Submitted by: ak'UAAO� Terri Glasby Calhoun, G Paralegal Jim Brig , Aksistty Manager i RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GEORGETOWN FINDING PUBLIC CONVENIENCE AND NECESSITY AND AUTHORIZING EMINENT DOMAIN PROCEEDINGS, IF NECESSARY, FOR ACQUISITION OF REAL PROPERTY TO EFFECTUATE CERTAIN PUBLIC UTILITY INFRASTRUCTURE IMPROVEMENTS; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, in order to promote public health, safety, and welfare, the City of Georgetown (the "City") hereby finds that public convenience and necessity requires acquisition of a permanent utility easement on, over, under and across that certain tract of real property in Williamson County totaling 1.478 acres, more or less, and described by metes and bounds in the attached Exhibit "A." which exhibit is incorporated herein by reference as if fully set out and which is subsequently referred to as the "Property," for construction, reconstruction, improvement, operation, use, maintenance and extension of a public utility infiastructure improvements and appurtenances thereto (the "Project"); and WHEREAS, in order to promote public health, safety, and welfare, the City of Georgetown (the "City") hereby finds that public convenience and necessity requires acquisition of a temporary construction easement on, over, under and across that certain tract of real property in Williamson County totaling 3.63 acres, more or less, and described graphically as "PROPOSED 50' WIDE TEMPORARY CONSTRUCTION EASEMENT" on page 5 of the attached Exhibit "A." which 3.63 acre tract abuts the western and northern boundaries of the Property and is subsequently referred to as the "Temporary Construction Easement," for construction, reconstruction, construction excavation, temporary access, spoil storage, equipment storage, and any and all other uses necessary or desirable to effectuate the Project; and WHEREAS, in order to effectuate the Project, it will be necessary and convenient that agents, representatives, or employees of the City, lay out the Project and acquire the necessary easements upon, over, under and across the Property and Temporary Construction Easement for the purpose of construction, reconstruction, operation, and maintenance of the public utility infrastructure improvements and appurtenances thereto; and, WHEREAS, it may be necessary to hire engineers, surveyors, appraisers, attorneys, title companies, architects, or other persons or companies to effect the laying out, establishment, and acquisition of the Property, Temporary Construction Easement, and the Project; and WHEREAS, in order to acquire the Property, it will be or has been necessary for the City's agents, representatives, or employees to enter upon the Property and Temporary Construction Easement for the purposes of surveying and establishing said land titles and to determine adequate compensation for said land, to conduct tests, and to negotiate with the owners thereof for the purchase of the land titles; and, Resolution No. Declaring Public Convenience & Necessity — Stipanovic property (2006 Annexation Utility Improvements Project) Page I of 3 WHEREAS, it was necessary to set out procedures for the establishment and approval of just compensation for each of the parcels to be acquired for the Project; Now, THEREFORE, be it RESOLVED by the City Council of the City of Georgetown: That public convenience and necessity requires acquisition of a permanent utility easement on, over, under and across the real property described by metes and bounds in the attached Exhibit "A" for construction, reconstruction, improvement, operation, use, maintenance and extension of public utility infrastructure improvements and appurtenances thereto. 2. That public convenience and necessity requires acquisition of a temporary construction easement on, over, under and across that certain tract of real property in Williamson County totaling 3.63 acres, more or less, and described graphically as "PROPOSED 50' WIDE TEMPORARY CONSTRUCTION EASEMENT" on page 5 of the attached Exhibit "A" for construction, reconstruction, construction excavation, temporary access, spoil storage, equipment storage, and any and all other uses necessary or desirable to effectuate the Project. 3. That the City's agents, representatives, or employees are hereby authorized to: a. Lay out the exact location of the land area needed from the Property, Temporary Construction Easement, or other properties; b. Hire such engineers, surveyors, appraisers, title companies, architects, and other persons or companies needed to effect the laying out of the facilities, the establishment and acquisition of the required property rights and the construction of the Project; C. Enter upon any property necessary for the purpose of surveying and establishing the title, to determine adequate compensation for the property rights and to conduct tests; d. Negotiate with the owners of any such property rights for the purchase thereof; e. To purchase any necessary property rights on, over, under and across the Property, and execute all documents necessary to acquire such rights, all subject to express approval of the specific, negotiated terms by the City Council; f. Initiate eminent domain proceedings against the owner(s) of the Property and Temporary Construction Easement for the necessary land title(s) for Resolution No. Declaring Public Convenience & Necessity — Stipanovic property (2006 Annexation Utility Improvements Project) Page 2of3 each in the event the owner(s) fail to accept a bona fide offer to purchase the Property and/or Temporary Construction Easement; and g. Take whatever further actions deemed appropriate to economically effect the establishment of the Project and appurtenances thereto. That all previous acts and proceedings done or initiated by the City's agents, representatives, or employees for the establishment of the Project, including the negotiation for and/or acquisition of any necessary property rights in the Property and Temporary Construction Easement are hereby authorized, ratified, approved, confirmed, and validated. This resolution shall take effect immediately from and after its passage. 6. The Mayor is hereby authorized to sign this resolution and the City Secretary to attest thereto on behalf of the City of Georgetown. 7. This resolution shall be effective immediately upon adoption. RESOLVED by the City Council of the City of Georgetown this _ day of July, 2009. ATTEST: THE CITY OF GEORGETOWN: Jessica E. Hamilton, City Secretary George G. Garver, Mayor APPROVED AS TO FORM: Patricia E. Carls, City Attorney Carls, McDonald & Dalrymple, LLP Resolution No. Declaring Public Convenience & Necessity — Stipanovic property (2006 Annexation Utility Improvements Project) Page 3 of 3 PARCEL B42 Page 1 of 5 'i EXHIBIT A PROPERTY DESCRIPTION DESCRIPTION OF A 1.478 ACRE (64,403 SQUARE FOOT), TRACT OF LAND SITUATED IN THE JOHN BERRY SURVEY, ABSTRACT NO. 51, IN WILLIAMSON COUNTY, TEXAS, BEING A PORTION OF THE REMNANT OF THAT 57.169 ACRE TRACT OF LAND DESCRIBED IN A WARRANTY DEED, TO BARBARA MCMURRAY, AN UNDIVIDED 25% INTEREST AS CUSTODIAN FOR KARSEN B. STIPANOVIC, BY INSTRUMENT RECORDED IN DOCUMENT NO. 9868194, OF THE OFFICIAL RECORDS OF WILLIAMSON COUNTY, TEXAS, AND REFERENCED IN A SPECIAL WARRANTY DEED, TO THOMAS D. STIPANOVIC AND PAUL D. STIPANOVIC, RECORDED IN VOLUME 2135, PAGE 552, OF THE OFFICIAL RECORDS OF WILLIAMSON COUNTY, TEXAS, SAID 1.478 ACRE (64,403 SQUARE FOOT) TRACT OF LAND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING at an iron rod found with TXDOT aluminum cap in the existing westerly right-of- way of State Highway 130 (right-of-way width varies), same being the southerly boundary line of the remainder of that 102-1/2 acre tract of land conveyed to Amelia Wittera and husband, Bohous Wittera, recorded in Volume 472, Page 133, of the Deed Records of Williamson County, Texas, same being the northeasterly corner of said remnant of 57.169 acre tract and being the northeast comer of the herein described tract; THENCE, departing the southerly boundary line of said 102-1/2 acre tract, with the common easterly boundary line of said remnant of 57.169 acre tract, same being the existing westerly right-of-way line of said State Highway 130, the following (6) six courses; 1) S 36°09'28" E for a distance of 152.30 feet to an iron rod found with TXDOT aluminum cap, being an angle point of the herein described tract; 2) S 32°46'42" E for a distance of 181.09 feet to an iron rod found with TXDOT aluminum cap, being the northeast corner of a 0.230 acre tract of land conveyed as a Right -Of -Way Easement recorded in Document No. 2004076752, of the Official Public Records of Williamson County, Texas, being a point on line of the herein described tract; 3) S 32°46'42" E for a distance of 102.30 feet to a calculated point, being the southeast corner of said 0.230 acre tract, same being a point on line of the herein described tract; 4) S 32°46'42" E for a distance of 1839.09 feet to a calculated point, being an angle point of the herein described tract; 5) S 26°40'54" E for a distance of 98.51 feet to a calculated point, being the cutback for said State Highway 130 and said County Road 152 (right-of-way width varies), same point being the most easterly southeast corner of the herein described tract; t% ,n N EXHIBIT 1l Page ___I_of S PARCEL B42 Page 2 of 5 6) With said cutback S 23040'24" W for a distance of 95.98 feet to a iron rod found with TXDOT aluminum cap, being the most southerly southeast corner of the herein described tract; THENCE, with the southerly boundary line of said remnant of that 57.169 acre tract, same being the north right-of-way line of said County Road 152, the following (3) three courses; 7) S 68°17'13" W for a distance of 643.96 feet to a iron rod found with TXDOT aluminum cap, being an interior ell corner of the herein described tract; 8) S 21°34'42" E for a distance of 48.40 feet to a iron rod found with TXDOT aluminum cap, being an exterior ell corner of the herein described tract; 9) S 68°53'07" W for a distance of 75.71 feet to a calculated point, being the southeast corner of Lot 13, Block 'A'; Crystal Knoll Terrace Unit 3, as described in Cab. S, Sid. 131-133, of the Plat Records of Williamson County, Texas, same being the southwest corner of the herein described tract; 10)THENCE, departing the northerly right-of-way of said County Road 152, with the westerly boundary of said remnant of that 57.169 acre tract, same being the easterly boundary line of said Lot 13, N 21°10' 25" W for a distance of 20.00 feet; THENCE, departing said easterly boundary line of said Lot 13, through the interior of said remnant of that 57.169 acre tract, the following nine (9) courses; 11) N 68°53'07" E for a distance of 55.57 feet to a calculated point, being an angle point of the herein described tract; 12)N 21°34'42" W for a distance of 48.19 feet to a calculated point, being an angle point of the herein described tract; 13)N 68°17'13" E for a distance of 655.71 feet to a calculated point, being an angle point of the herein described tract; 14) N 23°40'24" E for a distance of 78.37 feet to a calculated point, being an angle point of the herein described tract; 15) N 26°40'54" W for a distance of 88.04 feet to a calculated point, being an angle point of the herein described tract; 16) N 32°46'42" W for a distance of 1838.02 feet to a calculated point, being the southerly boundary line of said 0.230 acre tract, same being a point on line of the herein described tract; 17) N 32°46'42" W for a distance of 102.30 feet to a calculated point, being the northerly boundary line of said 0.230 acre tract, same being a point on line of the herein described tract; 18) N 32°46'42" W for a distance of 180.50 feet to a calculated point, being an angle point of the herein described tract; EXHIBIT Page PARCEL 642 Page 3 of 5 19) N 36°09'28" W for a distance of 157.07 feet to a calculated point, being the southerly boundary line of the remainder of said 102-1/2 acre tract, same being the most northwest comer of the herein described tract; 20) THENCE, with the southerly boundary line of the remainder of said 102-1/2 acre tract, same being the northerly boundary of said remnant of that 57.169 acre tract, N 68049'54" E for a distance of 20.70 feet to the POINT OF BEGINNING. containing 1.478 acres (64,403 square feet) of land, more or less. NOTE: There is also a 50.00 foot wide Temporary Construction Easement beginning in the common boundary line of said Lot 13 and said remnant of that 57.169 acre tract, being 97.61 feet northerly of the exterior ell corner hereof, thence being west and north of, adjacent to and parallel with Courses (13) through (19) of the above description and as shown on the accompanying Parcel Plat. All bearings recited herein are based on the Texas State Plane Coordinate System, Central Zone No. 4203, NAD 83. This property description is accompanied by a separate plat. That I, M. Stephen Truesdale, a Registered Professional Land Surveyor, do hereby certify that the above description is true and correct to the best of my knowledge and belief and that the property described herein was determined by a survey made on the ground under my direction and supervision. WITNESS MY HAND AND SEAL at Round Rock, Williamson County, Texas. Registered Professional Land Surveyor No. 4933 Licensed State Land Surveyor �an� Inland Geodetics, L.P., •""" �� e�ertq`:+9 1504 Chisholm Trail Road �� �o•, Suite 103 M. STEPHEN TRUESDALE Round Rock, TX 78681`x493! 512-238-1200 Sufkl EXHIBIT Page > of thrn[71 I PLAT TO ACCOMPANY DESCRIPTION LEGEND Qe .y 46" AMELIA WITTERA. AND Oy, HUSBAND, 80HOUS WITTERA LI7 a9. P.D.B. (102 1/2 AC.) VOL. 472 PG. 133 DA W.C.T. Hp iNTcwj6t 100 0 100 200 \ \� SCALE 1" = 200' THOMAS D. STMANOVIC. o PAUL D. STIPANOVIC (PA m VOL. 2133 PO. 552 G', z OA.W..C.T. \9 AND BARBARA MCMURRAY m 5l, AS CUSTODIAN FOR \ KARSEN B. STIPANOVIC GpG UNDIVIDED 23S INTEREST �f. �C•C. �a\ (37.169 AC) DOC. NO. 9868194 L t� O.R.W..CT. Z R.O.W.0 AC..) �9 0.23� DOC N0. 2004076732 O O y,]} O.P.R.W.C.T. /y 042 a ate, 1.478 ACRES 64,403 S0. FT. \ av\ a a5o: i PROPOSED 50 WIDE ��\ �`=• TEMPORARY CONSTRUCTION\ �. \9� EASEMENT �1rp (150,331 S0. FT.) NOTES: U ALL BEARINGS ARE BASED ON GRID BEARINGS. DISTANCES ARE SURFACE \ DISTANCES. COORDINATES ARE SURFACE VALUES BASED ON THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD 83, CENTRAL ZONE. USING A \ Q COMBINED SURFACE ADJUSTMENT OF 1.00011 2) THIS SURVEY PLAT WAS PREPARED FROM THE PLANS FOR RIGHT OF WAY PROJECT FOR STATE HIGHWAY 195 IN WILLIAMSON COUNTY PHASE 11, ROW CSJ r NO. 0440-02-012, PREPARED BY ARCADIS, INC. 3) THIS SURVEY WAS PERFORMED WITHOUT BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS OR OTHER ENCUMBRANCES UPON THIS TRACT THAT ARE NOT SHOWN OR ADDRESSED HEREON. STATE OF TEXAS COUNTY OF WILLIAMSON The undersigned does hereby certify that this plat is true and correct to the best of my knovledge and belief. WITNESS MY HAND AND SEAL of Round Roc , Williamson County, Te= OF lf P� 1St M. STE H N T UEsSDvA_L'E D/ate M�STEPHEN: Registered Professional Land Surveyor No. 4933 Inland Geodetics, LP 1504 Chisholm Trail Rd. Suite 103 INLAN GEODETIC PROFESSIONAL LAND SUR" 1504 CHISHOLM TRAIL RD. ROUND ROCK, TX. 78681 8(. (512) 238-1200, FAX IS 12) 238-12SI INLAND 1 GEODETICS PROFESSIONAL LAND SURVEYORS 1504 CHISHOLM TRAIL RD. STE. 103 ROUND ROCK, TX. 78681 87.(512)238-1200, FAX(512) 238-1251 U U \ I LINE TABLE I L9 IN IRON PIPE FND 20.00' 1/2" IRON ROD FND O IRON ROD FND W/ TXDOT °09'28" E ALUMINUM CAP 48.19' CALCULATED POINT 181.09' PROPERTY LINE O.P.R.W.C.T. OFFICIAL PUBLIC RECORDS 102.30' WILLIAMSON COUNTY, TEXAS D.R.W.C.T. DEED RECORDS WILLIAMSON COUNTY, TEXAS O.R.W.C.T. OFFICIAL RECORDS 8"17'13" W WILLIAMSON COUNTY., TEXAS P.R.W.C.T. PLAT RECORDS 48.40' WILLIAMSON COUNTY, TEXAS .y 46" AMELIA WITTERA. AND Oy, HUSBAND, 80HOUS WITTERA LI7 a9. P.D.B. (102 1/2 AC.) VOL. 472 PG. 133 DA W.C.T. Hp iNTcwj6t 100 0 100 200 \ \� SCALE 1" = 200' THOMAS D. STMANOVIC. o PAUL D. STIPANOVIC (PA m VOL. 2133 PO. 552 G', z OA.W..C.T. \9 AND BARBARA MCMURRAY m 5l, AS CUSTODIAN FOR \ KARSEN B. STIPANOVIC GpG UNDIVIDED 23S INTEREST �f. �C•C. �a\ (37.169 AC) DOC. NO. 9868194 L t� O.R.W..CT. Z R.O.W.0 AC..) �9 0.23� DOC N0. 2004076732 O O y,]} O.P.R.W.C.T. /y 042 a ate, 1.478 ACRES 64,403 S0. FT. \ av\ a a5o: i PROPOSED 50 WIDE ��\ �`=• TEMPORARY CONSTRUCTION\ �. \9� EASEMENT �1rp (150,331 S0. FT.) NOTES: U ALL BEARINGS ARE BASED ON GRID BEARINGS. DISTANCES ARE SURFACE \ DISTANCES. COORDINATES ARE SURFACE VALUES BASED ON THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD 83, CENTRAL ZONE. USING A \ Q COMBINED SURFACE ADJUSTMENT OF 1.00011 2) THIS SURVEY PLAT WAS PREPARED FROM THE PLANS FOR RIGHT OF WAY PROJECT FOR STATE HIGHWAY 195 IN WILLIAMSON COUNTY PHASE 11, ROW CSJ r NO. 0440-02-012, PREPARED BY ARCADIS, INC. 3) THIS SURVEY WAS PERFORMED WITHOUT BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS OR OTHER ENCUMBRANCES UPON THIS TRACT THAT ARE NOT SHOWN OR ADDRESSED HEREON. STATE OF TEXAS COUNTY OF WILLIAMSON The undersigned does hereby certify that this plat is true and correct to the best of my knovledge and belief. WITNESS MY HAND AND SEAL of Round Roc , Williamson County, Te= OF lf P� 1St M. STE H N T UEsSDvA_L'E D/ate M�STEPHEN: Registered Professional Land Surveyor No. 4933 Inland Geodetics, LP 1504 Chisholm Trail Rd. Suite 103 INLAN GEODETIC PROFESSIONAL LAND SUR" 1504 CHISHOLM TRAIL RD. ROUND ROCK, TX. 78681 8(. (512) 238-1200, FAX IS 12) 238-12SI INLAND 1 GEODETICS PROFESSIONAL LAND SURVEYORS 1504 CHISHOLM TRAIL RD. STE. 103 ROUND ROCK, TX. 78681 87.(512)238-1200, FAX(512) 238-1251 U U \ I LINE TABLE I L9 LINE TABLE 20.00' ARING DISTANCE 55.57' °09'28" E 152.30' 48.19' °46'42" E 181.09' 78.37' °46'42° E 102.30' °40'54" E U 98.51' °40'24' W 95.98' 8"17'13" W 643.96' °34'42" E 48.40' °34'43" E) (48.40') L8 I S 68°53'07° W 75.71' .y 46" AMELIA WITTERA. AND Oy, HUSBAND, 80HOUS WITTERA LI7 a9. P.D.B. (102 1/2 AC.) VOL. 472 PG. 133 DA W.C.T. Hp iNTcwj6t 100 0 100 200 \ \� SCALE 1" = 200' THOMAS D. STMANOVIC. o PAUL D. STIPANOVIC (PA m VOL. 2133 PO. 552 G', z OA.W..C.T. \9 AND BARBARA MCMURRAY m 5l, AS CUSTODIAN FOR \ KARSEN B. STIPANOVIC GpG UNDIVIDED 23S INTEREST �f. �C•C. �a\ (37.169 AC) DOC. NO. 9868194 L t� O.R.W..CT. Z R.O.W.0 AC..) �9 0.23� DOC N0. 2004076732 O O y,]} O.P.R.W.C.T. /y 042 a ate, 1.478 ACRES 64,403 S0. FT. \ av\ a a5o: i PROPOSED 50 WIDE ��\ �`=• TEMPORARY CONSTRUCTION\ �. \9� EASEMENT �1rp (150,331 S0. FT.) NOTES: U ALL BEARINGS ARE BASED ON GRID BEARINGS. DISTANCES ARE SURFACE \ DISTANCES. COORDINATES ARE SURFACE VALUES BASED ON THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD 83, CENTRAL ZONE. USING A \ Q COMBINED SURFACE ADJUSTMENT OF 1.00011 2) THIS SURVEY PLAT WAS PREPARED FROM THE PLANS FOR RIGHT OF WAY PROJECT FOR STATE HIGHWAY 195 IN WILLIAMSON COUNTY PHASE 11, ROW CSJ r NO. 0440-02-012, PREPARED BY ARCADIS, INC. 3) THIS SURVEY WAS PERFORMED WITHOUT BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS OR OTHER ENCUMBRANCES UPON THIS TRACT THAT ARE NOT SHOWN OR ADDRESSED HEREON. STATE OF TEXAS COUNTY OF WILLIAMSON The undersigned does hereby certify that this plat is true and correct to the best of my knovledge and belief. WITNESS MY HAND AND SEAL of Round Roc , Williamson County, Te= OF lf P� 1St M. STE H N T UEsSDvA_L'E D/ate M�STEPHEN: Registered Professional Land Surveyor No. 4933 Inland Geodetics, LP 1504 Chisholm Trail Rd. Suite 103 INLAN GEODETIC PROFESSIONAL LAND SUR" 1504 CHISHOLM TRAIL RD. ROUND ROCK, TX. 78681 8(. (512) 238-1200, FAX IS 12) 238-12SI INLAND 1 GEODETICS PROFESSIONAL LAND SURVEYORS 1504 CHISHOLM TRAIL RD. STE. 103 ROUND ROCK, TX. 78681 87.(512)238-1200, FAX(512) 238-1251 U U \ I LINE TABLE I L9 N 21010'25" W 20.00' LIO N 68°53'07" E 55.57' LII N 21°34'42" W 48.19' LI2 N 23°40'24" E 78.37' PARCEL B42 Of JC 1.478 ACRES —x,,73 SQUARE FEET w ". .c. G/V I~.. page 5 Of PARCEL B42 1.478 ACRES 64,403 SQUARE FEET PAGE 4 OF 51 PAGE 5 OF 5 Council Meeting Date: July 28, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and Possible action to authorize the Mayor to sign an agreement clarifying the responsibilities between parties related to the construction of roadway connections into The Northlands Fire Station, located within the boundaries of Sun City and Somerset Developments. Jim Briggs, Assistant City Manager for Utility Operations ITEM SUMMARY: The developers of Sun City and Somerset Developments have been working for several months to finalize coordination issues related to each developer's responsibilities as to the separation of the developable tracts. In conducting this effort, the clarification of each others responsibilities related to the construction of ingress and egress from The Northlands Fire Station has been at issue. We received a request in late April to consider executing a letter agreement between parties to assist in putting this issue to rest. Attached is that agreement and staff has reviewed the contents and is comfortable with its execution. Legal staff (Kerry Russell) has considered the validity of executing such a document and has verified that such an execution is appropriate. I also asked Trish Carts to review the document for accuracy as to form. Staff is recommending that Council authorize the Mayor to execute the document so that this issue can be resolved and the Developers can close other real estate matters while waiting for the City to complete this action. FINANCIAL IMPACT: All capital construction work related to this approval will be at costs bom by the developer at the time required per Georgetown Construction, Development Standards and as stipulated in standing Development Agreements already in force. ATTACHMENTS: Agreement Document Exhibit A Exhibit B Submitted By: Assistant City Man3g4 for Utility Operations FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT TENTH AMENDMENT TO DEL WEBB DEVELOPMENT AGREEMEN SECOND AMENDMENT TO SOMERSET HILLS DEVELOPMENT AGREEMENT The parties to this Fire Station Access Road Construction Agreement (this "Agreement") are the City of Georgetown, Texas, a home -rule city located in Williamson County, Texas (the "City"); Del Webb Texas Limited Partnership, an Arizona limited partnership ("Del Webb"); and Somerset Hills, Ltd., a Texas limited partnership ("Somerset'). RECITALS WHEREAS, Del Webb Texas Limited Partnership, as successor in interest to Del E. Webb Development Co., L.P., and the City are parties to that certain Development Agreement Concerning Proposed Subdivision and Construction of Master Planned Community by Del E. Webb Development Co., LLP dated February 14, 1995, and amended by the First Amendment to Development Agreement dated December 12, 1995, Second Amendment to Development Agreement dated September 23, 1997, Third Amendment to Development Agreement dated November 10, 1998, Fourth Amendment to Development Agreement dated September 28, 1999, Fifth Amendment to Development Agreement dated May 24, 2000, Sixth Amendment to Development Agreement dated February 27, 2001, Seventh Amendment to Development Agreement dated June 1, 2003; the Eighth Amendment to Development Agreement dated May 30, 2006, and the Ninth Amendment to Development Agreement dated (collectively, the "Del Webb Development Agreement'); WHEREAS, Section 9 of the Eighth Amendment to the Del Webb Development Agreement provides as follows (emphasis added): 9. Second Fire Station Site. Del Webb agrees to donate to the City approximately two (2) acres of land for a second fire station within the Del Webb Sun City Lands in the approximate location shown on the 8th Amended Concept Plan and having driveway access to a public street. Del Webb further agrees to construct an emergency access road connecting the fire station to the Northern Lands in a manner that meets the City's construction standards, and to dedicate the emergency access road to the City upon completion of construction and acceptance of the emergency access road by the City. The land for the fire station site shall be conveyed to the City by Special Warranty Deed no later than the date that the 6,000th residential unit receives a building permit, and Del Webb shall complete construction of the emergency access road to the Northern Lands on or before the date that the developer of the Northern Lands completes the construction of the public street to which such emergency access road will have access. The emergency access road connecting the fire station site to the Northern Lands shall be limited to use only by emergency service vehicles and shall be designed and constructed so as to physically discourage use by non - emergency vehicles. FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT Del Webb Development Agreement—amendment Somerset Hills Development Agreement —amendment Page 1 of 8 WHEREAS, Somerset and the City have previously entered into that certain Development Agreement Regarding Annexation and Development of Cowan Springs, dated May 31, 2006, as amended by the First Amendment dated March 18, 2008 (collectively, the "Somerset Hills Development Agreement"); and WHEREAS, Section 9 of the original Somerset Hills Development Agreement provides as follows (emphasis added): 9.0 Fire Services. Developer agrees to pay the sum of $630 per residential unit at the time of building permit application as a contribution in aid of construction of a fire station to serve the Property. In addition, upon request of the City, the Developer shall also donate two (2) acres of land to the City for the location of one (1) fire station with driveway access to a public street to serve all or a part of the Property. In addition, Developer agrees that it will construct or cause to be constructed the following: (a) an emergency service vehicle driveway emerging from the parcel and development known as Del Webb Sun City located adiacent to and south of the Property and more particularly described in the Eighth Amended Concept Plan for Del Webb Sun City approved by the City Council on March 28, 2006: and (b) a public street to intersect with said emergency service vehicle driveway so as to provide access to the Pronerty from the fire station located in Sun City. Developer understands and agrees that said fire station(s) may also serve areas other than the Property. If either the fire station on the Property or the new fire station on the Del Webb Sun City parcel (including the construction of the public street and driveway described in the preceding sentence) is not in operation at the time that certificates of occupancy are requested for any portion of the Property, the annexation service plan will provide for an alternative level of fire service from other locations. WHEREAS, Somerset and Del Webb have executed a private agreement (the "Private Agreement") relating to the construction of the fire station access road whereby Del Webb assigned to Somerset, and Somerset assumed, a portion of Del Webb's obligation to complete the construction of the fire station access road as described in Section 9 of the Eighth Amendment of the Del Webb Development Agreement; and WHEREAS, the Private Agreement provides that Somerset, and not Del Webb, shall be obligated to construct that portion of the fire station emergency access road extending from a point which is twenty feet (20') out of the 100 year flood plain on the south side of Cowan Creek to the closest public road in the Northern Lands (as that term is defined in the Eighth Amendment of the Del Webb Development Agreement), as generally depicted on Exhibit A attached hereto; and WHEREAS, the Private Agreement further provides that Del Webb remains obligated to construct the fire station access road from the fire station to a point which is twenty feet (20') out of the 100 year flood plain on the south side of Cowan Creek; and WHEREAS, Del Webb and Somerset each desire to modify the provisions in their respective development agreements relating to the fire station access road to modify their respective FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT Del Webb Development Agreement — amendment Somerset Hills Development Agreement —amendment Page 2 of 8 obligations to the City with regard to said fire station access road pursuant to the Private Agreement, and to have the City look only to one party for performance of the respective obligations relating to the construction of the fire station access road. NOW THEREFORE, for and in consideration of the mutual agreements, covenants, conditions and promises contained herein, the City, Del Webb and Somerset hereby agree as follows: I. Effect of Recitals. The foregoing Recitals are incorporated herein by reference and are true and correct. 2. Amendment of Del Webb Development Agreement. Section 9 of the Eighth Amendment of the Del Webb Development Agreement is hereby amended to provide as follows: [Del Webb Development Agreement] 9. Second Fire Station Site. Del Webb agrees to donate to the City approximately two (2) acres of land for a second fire station within the Del Webb Sun City Lands in the approximate location shown on the 8th Amended Concept Plan and having driveway access to a public street. Del Webb further agrees to construct that portion of an emergency access road connecting the fire station to the Northern Lands described as follows: that portion of the fire station emergency access road extending from the fire station to a point which is twenty feet (20') out of the 100 year flood plain on the south side of Cowan Creek and continuing to connect with the closest public road in the Northern Lands; as generally depicted by sketch on Exhibit A to the Fire Station Access Road Construction Agreement by and between the City, Del Webb, and Somerset Hills, Ltd.. Said portion of the fire station access road shall meet the City's construction standards. Del Webb further agrees to dedicate the emergency access road to the City upon completion of construction and acceptance of the emergency access road by the City. The land for the fire station site shall be conveyed to the City by Special Warranty Deed no later than the date that the 6,000th residential unit receives a building permit, and Del Webb shall complete construction of the emergency access road to the Northern Lands on or before the date that the developer of the Northern Lands completes the construction of the public street to which such emergency access road will have access. The emergency access road connecting the fire station site to the Northern Lands shall be limited to use only by emergency service vehicles and shall be designed and constructed so as to physically discourage use by non - emergency vehicles. 3. Amendment to Somerset Hills Development Agreement. Section 9.0 of the original Somerset Hills Development Agreement is hereby amended to provide as follows: [Somerset Hills Development Agreement] 9.0 Fire Services. Developer agrees to pay the sum of $630 per residential unit at the time of building permit application as a contribution in aid of construction of a fire station to serve the Property. In addition, upon request of the City, the Developer shall also donate two (2) acres of land to the City for the location of one (1) fire station with driveway access to a public street to serve all or a part of the Property. In addition, Developer agrees that it will construct or cause to be constructed the following: (a) a FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT Del Webb Development Agreement — amendment Somerset Hills Development Agreement —amendment Page 3 of 8 portion of the fire station access road beginning at the point which is twenty feet (20') out of the one -hundred year flood plain on the south side of Cowan Creek and continuing to the to the closest public road, as generally depicted as generally depicted by sketch on Exhibit A to the Fire Station Access Road Construction Agreement by and between the City, Del Webb, and Somerset Hills, Ltd.; and (b) a public street to intersect with said fire station access road so as to provide access to the Property from the fire station located in Sun City. The road portion of the fire station access road shall meet the City's construction standards. The bridge portion of the fire station access road shall be constructed in a manner that meets the City's construction standards, except that the bridge over Cowan Creek shall be a bridge that will provide for a 20 foot (20') wide clear roadway section; and will be elevated to applicable City standards for bridge construction over a one -hundred year flood plain. Developer understands and agrees that said fire station(s) may also serve areas other than the Property. Developer complete construction of the emergency access road and bridge on or before the date that the it completes construction of the public street to which such emergency access road will have access. 4. Miscellaneous. Except as expressly modified by this FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT, the Del Webb Development Agreement, as amended, and the Somerset Hills Development Agreement, as amended, each remain unchanged and in full force and effect. All capitalized terms used herein and not otherwise defined shall have the same meaning ascribed to them in the respective development agreements. 5. Multiple Countemarts. This FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT may be executed in multiple counterparts, each of which shall be deemed an original. 6. Effective Date. This FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT and its execution by the Mayor was approved and authorized by the City Council of Georgetown on be effective on that date (the "Effective Date") [The remainder of this page is intentionally left blank.] FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT Del Webb Development Agreement — amendment Somerset Hills Development Agreement—amendment Page 4 of 8 EXECUTED this day of ATTEST: By: Jessica Hamilton, City Secretary Approved as to form: By: City Attorney THE STATE OF TEXAS COUNTY OF WILLIAMSON 2009. THE CITY OF GEORGETOWN: George G. Garver, Mayor This instrument was acknowledged before me the day of , 2009, by George G. Garver, Mayor of the City of Georgetown, Texas, a home -rule city, on behalf of the City. Notary Public, State of Texas FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT Del Webb Development Agreement — amendment Somerset Hills Development Agreement—amendment Page 5 of 8 5 C EXECUTED this day of 2009. DEL WEBB LIMITED PARTNERSHIP, an Arizona limited partnership By: Printed Name/Office: STATE OF ,a Ca1a1i1UIE"S ACKNOWLEDGED BEFORE ME by the Webb Limited Partnership, an Arizona limited partnership, on this , 2009, on behalf of said partnership. Notary Public, State FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT Del Webb Development Agreement— amendment Somerset Hills Development Agreement—amendment Page 6 of 8 said of Del day of 6 EXECUTED this day of 2009. SOMERSET HILLS, LTD., a Texas limited partnership By: Somerset Hills Management, L.L.C., a Texas limited liability company, its General Partner 0 STATE OF TEXAS COUNTY OF TRAVIS Robert D. Wunsch, President ACKNOWLEDGED BEFORE ME by the said Robert D. Wunsch, President of Somerset Hills Management, L.L.C., a Texas limited liability company, General Partner of SOMERSET HILLS, LTD., a Texas limited partnership, on this day of , 2009, on behalf of said company and partnership. Notary Public, State of Texas FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT Del Webb Development Agreement — amendment Somerset Hills Development Agreement —amendment Page 7 of 8 EXHIBIT A GENERAL SKETCH OF FIRE STATION ACCESS ROAD CONSTRUCTION RESPONSIBILITIES FIRE STATION ACCESS ROAD CONSTRUCTION AGREEMENT Del Webb Development Agreement—amendment Somerset Hills Development Agreement —amendment Page 8 of 8 20' DER% FLOOD EXHIBIT fA PRIVATE 20' WIDE DRIVE TO PROVIDE FIRE ACCESS TO DEVELOPEMENT NORTH OF COWAN CREEK. — OWAN OPTION TRACT (SUN CITY) A EEK NOT TO SCALE LEGEND Q SUAIERSE ILLS OBLIGATION ® PULTE/DEL WEBB OBLIGATION —Fire Station SURVCON INC. 930-9173 C:\Su gtn Data\PRO3ECTSVD2Na—wing2.dwg, 111512 0 0 9 11:39:08 AM, 1:200 S Om vse+ Council Meeting Date: July 28, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT: Forwarded from GTAB Board: Consideration and possible action for the award of the 2009 Street Rehabilitation -Micro Surface Project to Viking Construction Inc. of Georgetown, TX in the amount of $290,011.15. — Mark Miller, Transportation Services Manager, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: This project is to install a Micro -Surface treatment, which is a remedial method recommended in the Pavement Management Services Plan for roadways with a PCI rating between 75 and 90. This project publicly advertised on June 171h and June 21^x. Numerous contractors that perform this type of work were contacted to bid the project and two contractors were holding plans to bid the project. The day of the bid only one contractor submitted a bid for the project. The low qualified bidder for the project is Viking Construction Inc. with a total bid of $290,011.15. Engineers estimate for the project was $350,000.00. GTAB BOARD RECOMMENDATION: This item was recommended by the GTAB Board for Council approval at the July 10, 2009, GTAB Board meeting. STAFF RECOMMENDATION: Staff recommends the award of the 2009 Street Rehabilitation- Micro Surface Project to Viking construction Inc. of Georgetown, TX in the amount of $290,011.15. FINANCIAL IMPACT: Attached is the project CII'- Budget and Financial Analysis work sheet. ATTACHMENTS: 1. CIP — Budgetary & Financial Analysis 2. Bid Tabulation, with Recommendation letter. Submitted By: Mark Miller, Transportation Services Manager Council Meeting Date: July 28, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT Forwarded from GTAB Board: Consideration and possibl recommen aho or the award of the 2009 Street Rehabilitation -Micro Surface Project to Viking Construction Inc. of Georgetown, TX in the amount of $290,011.15. - Mark Miller, Transportation Services Manager, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: This project is to install a Micro -Surface treatment, which is a remedial method recommended in the Pavement Management Services Plan for roadways with a PCI rating between 75 and 90. This project publicly advertised on June 170, and June 210. Numerous contractors that perform this type of work were contacted to bid the project and two contractors were holding plans to bid the project. The day of the bid only one contractor submitted a bid for the project. The low qualified bidder for the project is Viking Construction Inc. with a total bid of $290,011.15. Engineers estimate for the project was $350,000.00. GTAB BOARD RECOMMENDATION: This item was recommended by the GTAB Board for Council approval at the July 10, 2009, GTAB Board meeting. STAFF RECOMMENDATION: Staff recommends the award of the 2009 Street Rehabilitation- Micro Surface Project to Viking construction Inc. of Georgetown, TX in the amount of $290,011.15. FINANCIAL IMPACT: Attached is the project CII'- Budget and Financial Analysis work sheet. ATTACHMENTS: 1. CIP - Budgetary & Financial Analysis 2. Bid Tabulation, with Recommendation letter. Submitted By: Mark Miller, Transportation Services Manager CIP- Budgetary and Financial Analysis Worksheet Consulting 0.00 0% DATE: PROJECT NAME: 2009 Street Rehab Micro -Surface IBJ 7/212009 Division/Department: Transportation Director Approval 0% Prepared By: Joel Weaver Finance Approval ILL -7/06/09 TOTAL ANNUAL BUDGET 1 3,149,91 Approved 0% (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B) (A+ B) Budget Consulting 0.00 0% Right of Way 0.00 0% Construction 2,681,022.70 290,011.15 2,971,033.85 94% Other Costs 0.00 0% Total Current Year Costs 2,681,022.70 2,971,033.85 94% also bringing forward 2009 surface treatment 0.00 Approved 0% ts"r-KAL UWULK AUUUUN 1 NUrdt3t:K 3,149, 914.00 Total Budget 3,149,914.00 TOTAL PROJECT BUDGET 3,149,914.00 (includes all previous yrs) Costs I Costs Consulting 0.00 0.00 0% Right of Way 0.00 0.00 0% Construction 2,971,033.85 2,971,033.85 94% Other Costs 0.00 0.00 0% Total Project Costs I 0.00 Comments: KAKASBERG, PATRICK & ASSOCIATES, LP CONSULTING ENGINEERS matl®kpaengi neers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E., C.F.M. THOMAS D. VALLE, P.E. Temple One South Main Street Temple, Texas 76501 (254) 773-3731 July 2, 2009 Mr. Joel Weaver CIP Project Manager City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown 2009 Street Rehabilitation Projects Micro -Surface Georgetown, Texas Dear Mr. Weaver: Georgetown 3613 Williams Drive, Suite 406 Georgetown, Texas 78628 (512) 819-9478 Attached are the Bid Tabulation Sheets for the bids received at 3:00 PM on Wednesday, July 1, 2009 for the above referenced project. This project publicly advertised on June 17' and June 21". Numerous contractors that perform this type of work were contacted to bid the project and two contractors were holding plans to bid the project. The day of the bid only one contractor submitted a bid for the project. The low qualified bidder for the project is Viking Construction Inc. with a total bid of $290,011.15. Our total estimate for the project was $350,000. We have reviewed the current workload and construction history of Viking Construction Inc. and their submitted subcontractors as well as contacted several references. As a result of our findings, we recommend that a contract be awarded to Viking Construction Inc. in the amount of $290,011.15. If you have questions, please call. Sincerely, R. David Patrick, P.E., C.F.M. RDP/crc xc:Peggy Leatherman, City of Georgetown; 2009-107-40 BID TA ATION 2009-1 dcrSfcg GEORGETvwld, CITY OF 2009 STREET REHABILITATION - MICRO SURFACING July 1, 2009; 3:00 PM 300-1 Industrial Ave; Georgetown, "I X 78626 Did Bidder Acknowled a Addenda No. 1? YES No Bid Did Bidder Ackm wled a Addenda No. 2? BIDDER INFORMATION BIDDER INFORMATION Viking Construction Inc. Ballon 2592 Shell Road Geon etowv, TX. 78628 No. Estimated uanti Unit Bid Dma Descri tion Unit Price Extended Amoum Unit Price Extended Amount 1 100% LS Insurance, Bonds and Move -In Related Expenses not to exceed 5% of Total Bid g 12,000,00 $ 12,000,00 $ No Bid $ No Bid F/tem 2 100% LS Traffic Control Plan 0,00 0,00 No Bid No Bid 3 100% LS Trac Control Implememation 11,000.00 11,000.00 No Bid No Bid 4 75,400 SY For Microsurfacing 2.99 225,446.00 No Bid No Bid 5 5,020 LF 4 -inch White Thermo Plastic Skip Striping with reflective buttons 0.79 3,965.80 No Bid No Bid 6 1830 LF 4 -inch White Solid Thermo Plastic Striping 0,74 1,354.20 No Bid No Bid 7 560 LF 4-irtch Double Yellow Solid Thermo Plastic Striping 1.47 823.20 No Bid No Bid g 65 LF Stop But Thermo Plastic Striping 7.88 512.20 No Bid No Bid 9 35 LF School Zone Thermo Plastic Striping 13.13 459.55 No Bid No Bid 10 335 IF Cross Walk Thermo Plastic Striping 7,88 2,639.80 No Bid No Bid 11 1 EA Turn Arrow with "ONLY" Thermo Plastic Striping 262.50 262.50 No Bid No Bid 12 745 EA Reflective Parking Buttons 3,42 2,547.90 No Bid No Bid 13 100% LS For providing a video DVD of the project site prior to construction 1 O00.00 1,000.00 No Bid No Bid 14 100% LS For furnishing and installing crack sealer for all phases of the project 18,000.00 18,000.00 No Bid No Bid IS 100% LS For providing Tree Pruning according to the specification for Del Webb Blvd 4,200.00 4,200.00 No Bid No Bid I6 100% LS For rovid Tree Pruning according to the specification for 151° Street 5,800.00 5,800.00 No Bid No Bid TOTAL BID AMOUNT (ITEMS 1 - 16) $ 290,011.15 No Bid Did Bidder Acknowled a Addenda No. 1? YES No Bid Did Bidder Ackm wled a Addenda No. 2? YES No Bid Did Bidder Include Section X00350? YES No Bid Did Bidder Include Section X00400? YES No Bid Did Bidder Include Section X00410? YES No Bid I hereby certify that this is a correct & we tabulation of all bids received R. David Patrick, PE, CFM Kasberg, Patrick & Associates, LP Date Page l of 1 Council Meeting Date: July 28, 2009 Item No. _a AGENDA ITEM COVER SHEET SUBJECT: Forwarded from GTAB Board: Consideration and possible action for the award of the 2009 Street Rehabilitation- Surface Treatment Project to J. D. Ramming Paving Co. Ltd of Austin, Texas in the amount of $205,731.00. — Mark Miller, Transportation Services Manager, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: This project is inclusive of single and double course surface treatment, which are remedial methods recommended in the Pavement Management Services Plan for roadways with a PCI rating between 75 and 90. This project publicly advertised on June 171h and June 2151. Numerous contractors that perform this type of work were contacted to bid the project and four contractors were holding plans to bid the project. The day of the bid only one contractor submitted a bid for the project. The low qualified bidder for the project is J.D. Ramming Paving, Company Ltd. with a total bid of $205,731.00. Engineers estimate for the project was $275,000. GTAB BOARD RECOMMENDATION: This item was recommended by the GTAB Board for Council approval at the July 10, 2009, GTAB Board meeting. STAFF RECOMMENDATION: Staff recommends the award of the 2009 Street Rehabilitation- Surface Treatment Project to D. Ramming Paving Co. Ltd of Austin, Texas in the amount of $205,731.00. FINANCIAL IMPACT: Attached is the project CII'- Budget and Financial Analysis work sheet. ATTACHMENTS: 1. CIP — Budgetary & Financial Analysis 2. Bid Tabulation, with Recommendation letter Submitted By: Mark Miller, Transportation Services Manager CIP- Budgetary and Financial Analysis Worksheet DATE: PROJECT NAME: 2009 Street Rehab- Surface Treatment IBJ 71212009 Division/Department: Transportation Director Approval Prepared By: Joel Weaver Finance Approval LL - 7/06/09 TOTAL ANNUAL BUDGET 1 3,149,914.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance item 8 Encumbered % Annual (A) before agenda item (B) (A+ B) Budget of Way 2,681,022.70 Costs 0.00 0% 0.00 0% 205,731.00 2,886,753.70 92% 0.00 0% Total Current Year Costs 2,681,022.70 2,886,753.70 also bringing forward 2009 Micro -Surface Approved 3,149, Total Budget 3,149,914.00 TOTAL PROJECT BUDGET 3,149,914.00 (includes all previous yrs) Prior Years Current Year Total Project 0'Total SpentlEncumbered Costs Costs Budaet Consulting 0.00 0.00 0% Right of Way 0.00 0.00 0% Construction 2,886,753.70 2,886,753.70 92% Other Costs 0.00 0.00 0% Costs Comments: 0.00 1 2.886.753.70 KAKASBERG, PATRICK & ASSOCIATES, LP CONSULTING ENGINEERS mail@kpaengineers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E., C.F.M. THOMAS D. VALLE, P.E. Temple One South Main Street Temple, Texas 76501 (254) 773-3731 July 2, 2009 Mr. Joel Weaver CIP Project Manager City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown 2009 Street Rehabilitation Projects Surface Treatment Georgetown, Texas Dear Mr. Weaver: Georgetown 3613 Williams Drive, Suite 406 Georgetown, Texas 78628 (512) 819-9478 Attached are the Bid Tabulation Sheets for the bids received at 2:00 PM on Wednesday, July 1, 2009 for the above referenced project. This project publicly advertised on June 17' and June 21u. Numerous contractors that perform this type of work were contacted to bid the project and four contractors were holding plans to bid the project. The day of the bid only one contractor submitted a bid for the project. The low qualified bidder for the project is J.D. Ramming Paving Company Ltd. with a total bid of $205,731.00. Our total estimate for the project was $275,000. We have reviewed the current workload and construction history of J.D. Ramming Paving Company Ltd. and their submitted subcontractors as well as contacted several references. As a result of our findings, we recommend that a contract be awarded to J.D. Ramming Paving Company Ltd in the amount of $205,731.00. If you have questions, please call. Sincerely, R. David Patrick, P.E., C.F.M. RDP/crc xc:Peggy Leatherman, City of Georgetown; 2009-107-40 BID TABULATION 2009-107-40 Sfc.Tnmt GEORGETOWN, CM OF 2009 STREET REHABUHATION - SURFACE TREATMENT July 1, 2009; 2:00 PM 300-1 Industrial Ave; Georgetown, TX 78626 Did Bidder Acknowledge Addenda No. I? YES Did Bidder Acknowledge Addenda No. 2? YES BIDDER INFORMATION JD Ramming Paving Company, Ltd 16409 Bretton Ln. Austin, TX 78728 Item No. Estimated rtami Unit Bid Data Description Unit Price Extended Amount 1 100% LS Insurance, Bonds and Move -In Related Expenses not to exceed 5% of Total Bid 5 2,500.00 $ 2,500,00 2 100% LS For Providing a Video DVD of the Project Area Prior to and After Construction 1,500.OD 1,500,00 3 100% IS Traffic Control Plan 500.00 500,00 4 100% IS Traffic Control Implementation 7,500.00 7,500.00 5 44,200 SY Two Course Surface Treatment 3.10 137,020.00 6 1 25,600 1 SY ISingle Course Surface Treatment 1.65 42,240.00 7 8,500 LF 4 -inch White Solid Thermo Plastic Striping 0.30 2,550.00 8 9,900 LF 4 -inch Double Yellow Solid Thermo Plastic Striping 0.60 5,940.00 9 300 LF 4 -inch Yellow Gore Thermo Plastic Striping 0,30 90,01) 10 150 LF Stop Bar Thermo Plastic Striping 6.00 900.00 11 40 LF School Zone Thermo Plastic Striping 5.50 220.00 12 220 LF Cross Walk Thermo Plastic Striping 6.50 1,430.00 13 18 EA Tum Arrow Thermo Plastic Striping 105.00 1890.00 ]/ 1 2 EA *ONLY' Thermo Plastic Striping 155.00 310.00 151,620 LF 4 -inch White Skip Thermo Plastic Striping with reflective bumms, 0.55 891.00 16 100% 1 IS For providing Tree Pruning according to the specification 250,01) 250,00 TOTAL BID AMOUNT (ITEMS 1 -16) $ 205,731.00 Did Bidder Acknowledge Addenda No. I? YES Did Bidder Acknowledge Addenda No. 2? YES Did Bidder Include Section #00350? YES Did Bidder Include Section #00400? YES Did Bidder Include Section #00410? YES I hereby certify that this is a correct &true tabulation of all bids received R. David Patrick, PE, CFM Kasberg, Patrick & Associates, LP Plan Holders: Austin Bridge & Road Big Tex Paving Wheeler Coatings JD Ramming Paving Company Ltd 7/ Date Page 1 of 1 Council Meeting Date: July 28, 2009 Item No. AGENDA ITEM COVER SHEET SUBIE : Forwarded from the GUS Board: Consideration and possible action to award the bid for the purchase of Skylift Mini Derrick from Nesco Sales and Rentals of Bluffton, IL, in the amount of $126,900.00. — Paul Elkins, Electric Operations Manager, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: Bids were received from S.D.P. Manufacturing, Nesco Sales and Rentals and H&E Equipment Services to provide the City a Skylift Mini -Derrick Super 5000 or equal with general and additional specifications. The low bid was $119,304.70 from S.D.P. Manufacturing but the machine did not meet the required specifications. The next bid was $126,900.00 from Nesco Sales and Rentals which met the specifications. H&E Equipment Services turned in a no -bid. The low bidder S.D.P. Manufacturing was notified that their bid did not meet specifications. The equipment will be utilized by the Electric Operations Department for installation and maintenance of overhead and underground electric facilities along rear lot or areas not easily accessible by normal equipment. Funds for purchase were approved by Council in a Service Level Request FY 08- 09. GUS BOARD RECOMMENDATION: This item was unanimously recommended by the GUS Board for Council approval at the July 21, 2009, GUS Board meeting. STAFF RECOMMENDATION: The staff recommendation is to award this bid to the second low bidder responding, Nesco Sales and Rentals of Bluffton, rL as designated on the attached bid tabulation. FINANCIAL IMPACT: Funds for this expenditure will be budgeted in the Vehicle Services Fund account: Fund 520-5-0351-52-710 Other Equipment COMMENTS: None ATTACHMENTS: 1. Bid Tabulation Actual Bu et Available Budget Balance $126,900.00 $130,000.00 $130,000.00 Submitted By: Paul Elkins Electric Operations Manager DESCRIPTION New or Demo Skylift Mini -Derrick Super 5000 or equal Make and Model Low Bid MINI -DERRICK BID NO. 29057 BID TABULATION SHEET NESCO QTY UNIT PRICE 1 $ 126,900.00 Skylift Mini -Derrick S.D.P. MANUFACTURING UNIT PRICE $ 119,304.70 ` SDP EZ Hauler Does not meet specifications and is not equivalent to Skylift Mini -Derrick. 1) EZ Hauler has a 4100 # lift capactiy whereas the Skfylift has 5000# lift. 2) EZ Hauler has a 2500 ft. -Ib. auger drive whereas the Skylift has 5800 ft. -Ib. 3) Skylift pole carrier able to go through narrower openings 4) EZ Hauler does not have material handling jib. Skylift does. 5) EZ Hauler has standard dirt bit whereas Skylift has bullet tooth bit which allows drilling through rock. 6) EZ Hauler does not include a can handler (for handling transformers). Skylift does. 7) EZ Haulder has fixed destination outriggers. Skylift operates with swing out, allowing for tighter work areas. No Bid: H&E Equipment services No Response: Almighty Rentals Austin Equipment Central Texas Equipment Equipment Depot Freightliner of Austin Hertz Equipment Longhorn International Niece Equipment UTEC Council Meeting Date: 7/28/2009 AGENDA ITEM COVER SHEET Item No. S SUBJECT: Forwared from the GUS Board: Consideration and possible action to approve Task Order KPA-09-005 with Kasberg, Patrick & Associates, LP of Georgetown, Texas, for professional services related to Edwards Aquifer Recharge Zone Rehabilitation Phase V in the amount of $62,514.00. —Glenn Dishong, Water Services Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: The Texas Commission Environmental Quality (TCEQ) regulation requires that wastewater systems over the Edward Aquifer Recharge Zone (EARZ) be tested and defects be corrected, 95% of the City of Georgetown wastewater system is over the Edward Aquifer Recharge Zone. The City of Georgetown Water Services Department performs all testing of the wastewater system and our consultant Kasberg, Patrick and Associates (KPA) reviews the city testing data and recommends remedial action that is needed to be perform, to prevent infiltration and exfiltration into aquifer. KPA is qualified because of their experience with reviewing City of Georgetown EARZ testing data and numerous projects they have done for the city and other wastewater rehabilitation. Pursuant to the Master Services Agreement, Task Order KPA-09-M (attached) defines the scope of work, costs, and schedule. In general, the scope of work consists of the following: final design, TCEQ permitting, bidding phase, and construction administration. GUS BOARD RECOMMENDATION: This item was unanimously recommended by the GUS Board for Council approval at the July 21, 2009, GUS Board meeting. STAFF RECOMMENDATIONS: Staff recommends going into agreement for Professional Services with Kasberg, Patrick, & Associates, LP of Georgetown, Texas, in the amount of $62,514.00. FINANCIAL IMPACT: Funds for this expenditure are budgeted in the Wastewater CIP. See attached CIP Budgetary & Financial Analysis Sheet. ATTACHMENTS: CIP Budgetary & Financial Analysis Sheet Task Order No. KPA-"5 Submitted By: Glenn Dishon& Water Services Dirtector Capital Improvement Project - Budgetary and Financial Analysis Consulting 62,514.00 62,514.00 8% Right of Way 0.00 0% Construction 0.00 0% Other Costs 8,250.78 In 8,250.78 1% Total Current Year Costs 8,250.78 70,764.78 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 660-9-0581-90-071 Engineering 62,514.00 Total Budget 62,514.00 TOTAL PROJECT BUDGET 750,000.00 (includes all previous yrs) Consulting Right of Way Construction Other Costs Total Comments: Prior Years Current Year Total Project % Total Spent/Encumbered I Costs I Costs I Budaet 62, 514.00 1 62, 514.001 8% 0.00 0.00 0% 0.00 1 0.001 0% 8,250.78 1 8,250.781 1% 0.00 1 70.764.78 1 70.764. DATE: PROJECT NAME: EARZ V 3AZ 7113/2009 Division/Department: GUS/Wastewater Director Approval 0 Prepared By: Michael Hallmark Finance Approval LL - 07118 TOTAL ANNUAL BUDGET OR 750,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item &Encumbered %Annual (A) before agenda item IB► (A + Bl Budaet Consulting 62,514.00 62,514.00 8% Right of Way 0.00 0% Construction 0.00 0% Other Costs 8,250.78 In 8,250.78 1% Total Current Year Costs 8,250.78 70,764.78 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 660-9-0581-90-071 Engineering 62,514.00 Total Budget 62,514.00 TOTAL PROJECT BUDGET 750,000.00 (includes all previous yrs) Consulting Right of Way Construction Other Costs Total Comments: Prior Years Current Year Total Project % Total Spent/Encumbered I Costs I Costs I Budaet 62, 514.00 1 62, 514.001 8% 0.00 0.00 0% 0.00 1 0.001 0% 8,250.78 1 8,250.781 1% 0.00 1 70.764.78 1 70.764. Project Name: Project Name: Edwards Aquifer Recharge Zone Rehabilitation Phase V Engineering Firm Name: Kasber& Patrick & Associates, LP Task Order No. KPA-09-005 Date: 5/28/09 City's Designated Representative - Mr. Michael Hallmark City of Georgetown P.O. Box 409 Georgetown, Texas 78627 General Description of Services or Project: Final design of rehabilitation of brick and concrete manholes identified with defects during the previous year's wastewater testing. Additionally, approximately 1,380 LF of existing clay wastewater line will be replaced through San Gabriel Park. This project will include Final Design, TCEQ Permitting. Bidding and Construction Administration services. City Provided Information or Work: The City shall provide the following services or perform the following work (describe): The project scope was determined based on the testing performed by the City of Georgetown and the subsequent reports that were provided to and summarized by KPA Engineers. During the design phase, we may require assistance from the City of Georgetown in field locating manholes described in the testing reports. Any documents or information related to the Work/Services provided by the City to the Professional, including, without limitation, engineering studies, maps, reports, filed data, notes, plans, diagrams, sketches, or maps (the "Information") is and shall remain the property of the City, and Professional shall have no ownership or other interest in same. The Professional shall deliver to the City, if requested, a written itemized receipt for the Information, and shall be responsible for its safe keeping and shall return it to the City, upon request, in as good condition as when received, normal wear and tear excepted. Scope of Work: (describe in detail using additional or separate sheets if necessary): Task 1 - Final Design Phase: 1. Meet with City to discuss acceptable rehabilitation methods for different manhole types and conditions. 2. Site reconaissance to confirm location, condition and depth of manholes to be rehabilitated. 3. Meet with contractors and manufacturers to discuss the proposed rehabilitation methods. 4. Prepare plan and profile sheets showing pipe and manhole rehabilitations. 5. Prepare technical specifications for the proposed rehabilitation methods. 6. Meet with City Staff to update progress and report on the project. 7. Develop quantities for the project. 8. Prepare Opinion of Probable Cost Master Services Agreement - Task Order Version 2.26.2009 Page 1 9. Submit review sets of plans and specifications to the City of Georgetown Staff for review and comment. 10. Incorporate all City Staff comments into the plans and specifications. Note: Due to the nature of the construction work related to this proposal; ie, rehabilitation of existing wastewater lines and manholes, no geotechnical, archeological or environmental services have been included. Task 2 — TCEQ Permitting 1. Prepare SCS (Sewage Collection System) submittal. 2. Hand deliver submittal to TCEQ office and review with their representative. 3. Provide additional information/ revisions in order to obtain TCEQ approval. Task 3 -Bidding Phase: 1. Advertise the project for public bidding. 2. Solicit bidders for the project. 3. Prepare and hold the Pre-bid Conference. 4. Answer questions from contractors and suppliers and issue Addenda 5. Receive bids and tabulate. 6. Recommend award of the project. 7. Prepare contract documents for execution. Task 4 - Construction Administration Phase: 1. Review submittals from the contractor and suppliers. 2. Prepare, facilitate and hold construction meetings. 3. Conduct site reviews and meet with the contractor on site to answer questions. 4. Adjust design as needed for changing conditions, additions or deletions as required and incorporate into the plans. 5. Conduct the final walk through and produce and distribute the punch list. 6. Prepare Record Drawings. Master Services Agreement - Task Order Version 2.26.2009 Page 2 Statement Regarding Non -Collusion; Prohibited Financial Interests, Prohibited Political Influences: (Per Article 36 in the Master Service Agreement): Professional hereby represents and warrants to City that Professional shall not perform any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under this Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. Compensation: (Pick one) Time and Materials with Amount Not to Exceed: - Services to be provided at rates shown on Exhibit B in an amount not to exceed $ DOLLARS and CENTS. ® Lump Sum: Services to be provided at rates shown on Exhibit B in an amount not to exceed $ SIXTY-TWO THOUSAND FIVE HUNDRED FOURTEEN ($62,514.00) DOLLARS and ZERO CENTS. APPROVED: CITY OF GEORGETOWN By: Firm Name:Kasberg, Patrick & Name: George Garver Title: Mayor Address: P.O. Box 409 Georgetown, Principal TX 78627 Phone: 930-3651 Fax: Phone: E -Mail: ms@georgetowntx.org Date: E -Mail: Master Services Agreement — Task Order Version 2.26.2009 PROFESSIONAL Firm Name:Kasberg, Patrick & Associates, LP By: Name: R. David Patrick, P.E. Title: Principal Address: 3613 Williams Dr Ste 406 Georgetown, TX Phone: 819-9478 Fax: E -Mail: dpatrick@kpaengineers.com Date: 6/8/09 Page 3 ID Tae ne DureGon Start Finish Ju Augat Se tember October gem B M E 8 M E B IM E B M E M 1 EARZ Project EARZ Phase V — Design Receive Notice to Proceed Meet with City to discuss rehabilitation Site Reconaissance Meet with Contractors and Mfrs. Prepare Plan & Profile Sheets Prepare Technical Specifications Meet with City Staff Develop Quantities for the Project Prepare Opinion of Probable Cost Submit Review Plans Incorporate Review Comments — Final Plans EARZ Phase V — TCEQ Permitting Meet with City Staff (Item 9 above) Prepare SCS Submittal Deliver to, and review with TCEQ TCEQ Review Incorporate TCEQ Review Comments TCEQ Review & Approval Letter EARZ Phase V — Bidding & Award Plan Sets Available to Contractors Pre -Bid Conference Answer Questions from Contractors Open Bids - Recommend Award Award by GUS & Council Prepare Contract Documents 200 days 40 days 1 day 1 day 3 days 7 days 21 days 5 days 1 day 2 days 2 days 5 days 10 days 68 days 1 day 5 days 1 day 30 days 3 days 21 days 37 days 1 day 1 day 4 days 1 day 1 day 1 day 3 days Tue 7/28/09 Tue 7/28/09 Tue 7/28/09 Wed 7/29/09 Tue 7/28/09 Thu 7/30/09 Thu 7/30/09 Wed 8/5/09 Wed 8/19/09 Fri 8/28/09 Fri 8/28/09 Tue 9/1/09 Tue 9/8/09 Wed 8/19/09 Wed 8/19/09 Thu 8/20/09 Mon 9/7/09 Tue 9/8/09 Tue 10/20/09 Fri 10/23/09 Mon 9/28/09 Mon 9/28/09 Tue 9/29/09 Wed 9/30/09 Tue 10/6/09 Wed 10/7/09 Tue 10/27/09 Wed 10/28/09 Mon 5/3/10 Mon 9/21/09 Tue7/28/09 Wed 7/29/09 Thu 7/30/09 Fd 8/7/09 Thu 8/27/09 Tue 8/11/09 Wed 8/19/09 Mon 8/31/09 Mon 8/31/09 Mon 9/7/09 Mon 9/21/09 Fri 11/20/09 Wed 8/19/09 Wed 8/26/09 Mon 9/7/09 Mon 10/19/09 Thu 10/22/09 Fri 11/20/09 Tue 11/17/09 Mon 9/28/09 Tue 9/29/09 Mon 10/5/09 Tue 10/6/09 Wed 10/7/09 Tue 10/27/09 Fd 10/30/09 L 1 - - - 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 Project: EARZ V Date: Wed 6/10/09 Task Split Progress Milestone Summary Project Summary ♦ ^ ^ External Tasks External Milestone Deadline Page 1 me Execute Contract Documents EARZ Phase V -- Construction Administration Construction Duration 120 days Toe 11/17/09 Mon 513/10 120 days Tue 11/17/09 Mon 513110 Task Milestone External Tasks Project: EARZ V Split Summary ^ External Milestone Date: Wed 6/10109 Progress Project Summary ^ Deadline Page 2 Start Janua Februa March 1 ID Ta .:We— Duration December B M Ir B M E I B I M I E 1 B 1 M I E B 1 M I E I B I M I E I 1 EARZ Project 200 days Tue 7/28/09 2 EARZ Phase V — Design 40 days Tue 7128/09 3 Receive Notice to Proceed 1 day Tue 7/28/09 4 Meet with City to discuss rehabilitation 1 day Wed 7/29/09 5 Site Reconaissance 3 days Tue 7/28/09 6 Meet with Contractors and Mfrs. 7 days Thu 7130/09 7 Prepare Plan & Profile Sheets 21 days Thu 7/30/09 8 Prepare Technical Specifications 5 days Wed 8/5/09 9 Meet with City Staff 1 day Wed 8/19/09 10 Develop Quantities for the Project 2 days Fd 8128/09 11 Prepare Opinion of Probable Cost 2 days Fri 8128/09 12 Submit Review Plans 5 days Tue 9/1/09 13 Incorporate Review Comments — Final Plans 10 days Tue 9/8/09 14 15 16 EARZ Phase V — TCEQ Permitting 68 days Wed 8119109 17 Meet with City Staff (Item 9 above) 1 day Wed 8/19/09 18 Prepare SCS Submittal 5 days Thu 8/20/09 19 Deliver to, and review with TCEQ 1 day Mon 9/7/09 20 TCEQ Review 30 days Tue 9/8/09 21 Incorporate TCEQ Review Comments 3 days Tue 10/20/09 22 TCEQ Review & Approval Letter 21 days Fri 10/23/09 23 24 25 EARZ Phase V — Bidding & Award 37 days Mon 9120109 26 Plan Sets Available to Contractors 1 day Mon 9/28/09 27 Pre -Bid Conference 1 day Tue 9/29/09 28 Answer Questions from Contractors 4 days Wed 9/30/09 29 Open Bids 1 day Tue 10/6/09 30 Recommend Award 1 day Wed 10/7/09 31 Award by GUS & Council 1 day Tue 10/27/09 . 32 Prepare Contract Documents 3 days Wed 10/28/09 Task Milestone ♦ External Tasks Project: EARZ V Split Summary ^ External Milestone Date: Wed 6/10/09 ^ Deadline Progress Project Summary Page 3 me 34 35 EARZ Phase V -- Construction Administration 120 days Tue 11/17109 36 Construction 120 days Tue 11/17/09 Project: EARZ V Date: Wed 6110/09 Task Milestone Split Summary Progress Project Summary Page 4 External Tasks External Milestone Deadline Edwards Aquifer Recharge Zone -- Phase V Clerical CAD EIT PE PM Principal Total Final Design $36,632 Meet with Contractors and Manufacturers on rehab. methods. 8 2 4 $ 1,820 Site Reconaissance 12 12 8 $ 3,460 Meet with City concerning rehabilitation methods 31 1 4 $ 1,070 Prepare plan and profile sheets. 72 42 241 16 8 $15,340 Develop technicalspecifications for rehabilitation methods. 12 8 8 $ 3,640 Meet with City Staff to update progress on the project. 4 4 $ 1,160 Develop quantities for the project. 3 2 $ 670 Prepare Opinion of Probable Cost 4 2 $ 760 Submit review sets of plans andspecs to the City Staff 36 12 8 8 $ 4,648 Incorporate City Staff comments into the plans and specs. 8 16 12 8 $ 4,064 TCEQ Permitting $ 5,005 Prepare SCS (Sewage Collection System) submittal. 4 241 1 2 2 $ 3,120 Deliver to TCEQ office and review with their rep. 4 2 2 $ 1,060 Provide add. information/ revisions to obtain TCEQ approval. 1 4 2 $ 825 r �n $ 6,023 ro are Bid Documents/Advertise 6 1 $ 690 Solicit Bidders 61 2 $ 558 Pre -Bid Conference 31 1 21 2 $ 769 Answer Questions from Contractors 4 2 1 $ 980 Prepare Addenda 6 4 1 $ 1,220 Receive Bids 2 $ 300 Tabulate Bids 2 1 1 $ 326 Recommend Award 2 1 $ 236 Prepare Contract Documents 8 4 $ 944 Construction Administration $14,854 Review Submittals 1 161 41 2 1 $ 2,420 Construction Meetings/minutes/etc. 24 16 4 4 $ 4,352 Site Review 24 4 4 $ 4,280 Final Walkthrough 4 4 4 $ 1,252 Record Drawings 10 24 4 1 $ 2,550 Project Total $ 62,514 Edwards Aquifer Recharge Zone Phase V Rehabilitation Preliminary Opinion of Probable Cost May 2009 Construction Item Qty Cost Unit Extended Mobilization, Bonds and Insurance 100% LS $20,000.00 $20,000 Trench Safety Plan 100% LS 1 1,000.00 $1,000 Trench Safety Implementation (structures over 5 feet deep) 100% LS 6,000.00 $6,000 Remove and Replace Existing Manhole 2 EA 12,500.00 $25,000 Install Manhole 1 EA 6,500.00 $6,500 Seal Entire Manhole 55 VF 225.00 $12,375 Quadex 25 VF 300.00 $7,500 CIP Manhole Rehab 211 VF 600.00 $126,600 Pressure Wash Existing Manhole 2 EA 1,000.00 $2,000 Remove and Replace Exisitng MH Frame & Cover 1 EA 1,500.00 $1,500 8" Pipe Bursting 1,380 LF 115.00 $158,700 Reconnect Sewer Service EA 2,000.00 $10,000 Remove & Replace Concrete Cap at creek LS 10,000.00 $10,000 Bypass Pumping LS 10,000.00 $10,000 Vacuum Testing Manholes 4.500SY EA 1,000.00 $3,000 Temporary Fencing LS 2,500.00 $2,500 Miscellaneous Surface Restoration LS 7,500.00 $7,500 Furnish & Install St. Augustine or Bermuda Grass Sodding 15.00 $7,500Video Taping Project Sites) 00% LS 1,000.00 $1,000 Subtotal Construction $418,675 Contingencies (15%) $62,801 Engineering & Special Services (15%) $72,221 Total $553,698 USE $560,000 P� Page 1 of 1 REMOVE AND RTP(A T F 4' -O MANII(p I Y ni FRAME RAMf A ANO COVIn { fNli-010 '� q � �i � ,• '•• NCMJ9M Rrver H� n Dre Iv FURNISH AND INSTALL NEW CONCRETE AWNHOLf .K•. (CONTRACTOR TO INSTALL TEMPORARY VR f FENCM'G TO SECURE BORE PIT DURING CONSTRtwC . .. ter. N ,REMOVE AND REPLACE CONCRETE ENCASEMENT _ AT CREEK CROSSING - San Gabric l Y Park s. Ag y , •H� REMOVE AND REPLACE ,b,. EXISRNG 4'-0- MANHOLE 1 i � - - i � hkq Kn� 3• h -� REMOVE AND REPLACE EXISTING 4'-0- MANHOLE toe ` '< w "Y NOTE • NUMBER AND LOGIRON OF SERVICES UNKNOWN. BIO OOCUMfN7S WILL CONTAIN 5 SERNCE CONNECTIONS i0 TO BE M40E. CI!AIR OF GEORGETOWN, TEXAS Z V WASTEWATER IMPROVEMENTS SAN GABRIEL PARK °""o. E MAY 2009 EXHIBIT Council Meeting Date: July 28, 2009 Item No. — AGENDA ITEM COVER SHEET SUBJECT: Forwarded from the GUS Board: Consideration and possible action for the award of the annual bid for flexible base material, sand, rock, and sandy loam to vendors Georgetown Transportation & Superior Crushed Stone, of Jarrell, Texas, and Jag Trucking of Georgetown, Texas 'by lot' in the estimated total amount of $71,750.00. — Mark Miller, Transportation Services Manager, Jim Briggs, ACM for Utility Operations ITEM SUMMARY, Bids were received to provide the City with standard flex base, washed manufactured sand, 3/8" rock, and sandy loam to be used in the construction and maintenance of the City streets, water, and electric distribution systems. The base is used primarily for repairing street cuts and new construction, and the sand and rock are used for bedding pipe before burying. The staff recommendation is to award this bid to the low bidders responding, Georgetown Transportation, Superior Crushed Stone, and Jag Trucking as designated on the attached bid tabulation. Georgetown Transportation will be the vendor for flex base, Superior Crushed Stone for sand and rock, and Jag Trucking will supply the sandy loam. The unit prices bid includes delivery and stock piling of the material at our facility. The using departments will order materials on as needed basis. GUS BOARD RECOMMENDATION: This item was unanimously recommended by the GUS Board for Council approval at the July 21, 2009, GUS Board meeting. FINANCIAL IMPACT: Funds for this expenditure are budgeted in the maintenance accounts for Streets, Water & Electric: Fund 100-5-0846-52-911 Street Maintenance 660-5-0528-51-530 Water Maintenance 610-9-0580-90-011 Overhead Conductors 610-9-0580-90-012 Underground Conductors COMMENTS: None ATTACHMENTS: 1. Bid Tabulation Cost $14,350.00 $21,525.00 $17,93750 $1,423,000.00 $17,937.50 $2,727,000.00 Submitted By: Mark Miller, Jim Transportation Services Manager Remainine Budeet $97,783.66 $9,626.24 $578,162.00 $1,094,548.00 29049 Flex Base, Sand, Rock & Sandy Loam for City of Georgetown August 1, 2009 - July 31, 2010 Lot Description CITY UOM AGH2O Holdings Round Rock TX Unit Price BPI Lakewa , TX Unit Price 'Georgetown Transp 'JAG TRUCKING Jarrell, TX Geo etown, TX Unit Price Unit Price Klepzig Hutto, TX Unit Price 'RTI Geor own, TX Unit Price `Superior Jarrett, TX Unit Price 1 FLEX BASE, TYPE A, GRADE 1 5000 TONS 9.00 8.75 6.75 7.50 $ 7.90 $ 7.90 6.95 2 SAND,WASHED & MANUFACTURED 3000 TONS 11.90 9.28 6.00 10.50 $ 10.00 $ 8.10 5.95 3 318- ROCK, TYPE 'F' 2000 TONS 11.90 12.46 9.25 10.50 $ 10.00 $ 10.40 7.95 4 SANDY LOAM 1 500 ITONS1 12.00 1 8.50 NO BID 8.50 9.951 NO BID 1 10.95 'Recommended Vendors. Lot 1 - Georgetown Transportation $ 33,750.00 Lot 2 - Superior Crushed Stone $ 17,850.00 Lot 3 - Superior Crushed Stone $ 15,900.00 Lot 4 - JAG Trucking $ 4,260.00 Estimated Annual Total $71,750.00 No Response Atex Commerical Contractor, Austin Filter, CDC News, Construction Data Co., Ella Construction, GT Erosion & Environmental, H. Deck Construction Hertz Equipment Rental, Jewell Concrete Products, KC Construction, Maldonado Nursery, MBA Maintenance, McLean Construction, Miller Contracting, Mine Service, LTB RGM Constructors, Rogers Construction, Sendero Land Services, SI Precast, Stillwater Landscapes, Texas Rock Hounds, W. W. Grainger, Weirs Remodeling & Construction 29049bidtabcouncil Item # A Item # B Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # D Item # D Item # D Item # D Item # D Item # D Item # E Item # E Item # F Item # F Item # F Item # F Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # G Item # H Item # H Item # H Item # H Item # H Item # H Item # H Item # H Item # H Item # H Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # J Item # J Item # J Item # J Item # J Item # J Item # K Item # K Item # K Item # K Item # L Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # P Item # P Item # P Item # P Item # Q Item # Q Item # Q Item # Q Item # R Item # R Item # S Item # S Item # S Item # S Item # S Item # S Item # S Item # S Item # S Item # S Item # S Item # S Item # T Item # T Item # U Item # U Item # U Item # U Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # W Item # X