Loading...
HomeMy WebLinkAboutAgenda CC 02.27.2007Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, February 27, 2007 The Georgetown City Council will meet on Tuesday, February 27, 2007 at 06:00:00 PM at City Council Chambers, at the northeast corner of Seventh and Main Streets, Georgetown, Texas. If you need accommodations for a disability, please notify the city in advance. An agenda packet, containing detailed information on the items listed below, is distributed to the Mayor, Councilmembers, and the Georgetown Public Library no later than the Saturday preceding the council meeting. The library's copy is available for public review. Please Note: This City Council Meeting will be video taped live without editing and shown on the local cable channel. Executive Session Regular Session to convene and continue Executive Session, if necessary In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon's Texas Codes, Annotated, the items listed below will be discussed in closed session and are subject to action in the regular session that follows. Executive Session In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon's Texas Codes, Annotated, the items listed below will be discussed in closed session and are subject to action in the regular session that follows. A Sec.551.071: Consultation with Attorney - Advice from attorney about pending or contemplated litigation and other matters on which the attorney has a duty to advise the City Council, including agenda items -Transamerican Underground vs. Arch Insurance Co., C. C. Carleton Industries, and Third Party Defendant the City of Georgetown, Cause No. 06-121-C277, District Court of Williamson County, 277th Judicial District - Henderson v. City of Georgetown and Bishop Gregory Aymond for the Dioceses of Austin , Cause No. A06CA082 SS; United States District Court, Western District of Texas - Stanford v. City of Georgetown , Cause No. 06-634-C26, filed in the 26th Judicial District of Williamson County, Texas - Residual Partners LLC v. City of Georgetown, Cause No. 07-093-C26, in the 2e Judicial District, Williamson County, TX. - Mark Shelton v. Rodney Eric Wise, Shanna Elaine Shelly, David Ead Morgan, City of Georgetown , Cause No. A07 CA063 LY, In the United States District Court for the Western District of Texas, Austin Division B Sec 551.072: Deliberations about Real Property - Discussion and possible action concerning the acquisition of a 0.04 acre Clear Zone Easement and denial of access on property owned by Threadgill Oil Co., Inc., located at 705 N. Austin Avenue, in connection with the proposed Texas Department of Transportation/Austin Avenue Maintenance Project — Jim Briggs, Assistant City Manager for Utility Operations and Patricia E. Cads, Brown & Cads, LLP, City Attorney - Consideration and possible action concerning the acquisition from Joe L. Zavala of a 0.407 -acre tract of land called Tract "A" and a 0.643 -acre tract of land called Tract "B" for a temporary construction easement in connection with the Pecan Branch 16" Reuse Irrigation Line Project. C Sec.551.086: Competitive Matters Forwarded from the GUS Board: - Consideration and possible action to renew the contract, between the City of Georgetown and Flowers Construction Company, L.P., for electric system maintenance and construction services and Electric System Construction Trenching and Conduit Installation for F.Y. 2007. — Mike Mayben, Energy Services Manager, Jim Briggs, Assistant City Manager for Utility Operations - Consideration and possible recommendation for extension of the contract between McCord Engineering, and Georgetown Utility Systems, to provide engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping. — Mike Mayben, Energy Services Manager, Jim Briggs, Assistant City Manager for Utility Operations - Consideration and possible recommendation for execution of a contract between Schneider Engineering, LTD, and Georgetown Utility Systems, to provide engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping and coordination studies. — Mike Mayben, Energy Services Manager, Jim Briggs, Assistant City Manager for Utility Operations City Council Agenda/February 27, 2007 Page 1 of 5 - Consideration and possible regarding a Nondisclosure Agreement by and between the City of Georgetown and Citicorp North Amedca, Inc. relating to nondisclosure of confidential electric utility system information and confidential competitive matters D Sec. 551.087: Deliberation Regarding Economic Development Negotiations - Discussion and possible action regarding commercial or financial information that the governmental body has received from a business prospect that the governmental body seeks to have locate, stay, or expand in or near the territory of the governmental body and with which the governmental body is conducting economic development negotiations; and deliberation of the offer of a financial or other incentive to a business prospect described above - Project Fortress Regular Session - To begin no earlier than 06:00 PM (Council may, at any time, recess the Regular Session to convene an Executive Session at the request of the Mayor, a Councilmember, or the City Manager for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551.) E Call to Order F Pledge of Allegiance G Comments from the dais - Welcome to Audience and Opening Comments - Review of procedure for addressing the City Council H Announcements and Comments from City Manager - Presentation of Texas Recreation and Parks Society (TRAPS) Gold Medal Award to the Georgetown Parks and Recreation Department I Public Wishing to Address Council As of the deadline, there were no persons wishing to addess the Council on items not already listed on the agenda. J Action from Executive Session Statutory Consent Agenda The Statutory Consent Agenda includes non -controversial and routine items that Council may act on with one single vote. A councilmember may pull any item from the Consent Agenda in order that the council discuss and act upon it individually as part of the Regular Agenda. K Consideration and possible action to approve the minutes of the Council Workshop on Monday, February 12, 2007, and the Council Meeting on Tuesday, February 13, 2007 — Sandra D. Lee, City Secretary L Consideration and possible action to approve an Airport Ground Lease with Ben Broussard, for the construction of a private aircraft storage hangar at 504 Wright Brothers Drive — Travis McLain, Airport Manager and Tom Yantis, Assistant City Manager M Consideration and possible action to approve an Airport Ground Lease with R A General Services, for the construction of multiple, commercial aircraft storage hangars and office space at 101, 201, and 301 South Hangar Drive — Travis McLain, Airport Manager and Tom Yantis, Assistant City Manager N Consideration and possible action to approve the purchase of concrete repair services from J 8 A Concrete, of Georgetown, Texas, in an amount not to exceed $49,000.00 -- Glenn Dishong, Water Services Manager and Jim Briggs, Assistant Director for Utility Operations. 0 Consdieration and possible action on a Preliminary Plat for a replat of Lot 2, McDaniel Park Subdivision, also to be known as Holly Street Village, located betwen North College Street and North Holley Street — Rebecca Rowe, Historic Planner and Bobby Ray, AICP, Director of Planning and Development P Consideration and possible action to authorize a Donation Agreement between the City and Leslie P. Best and wife, Jane Best, for their donation of 0.5126 acres of land to the city for use as a public street in connection with the proposed construction of a new access point be the Texas Department of Transportation to the southbound IH -35 frontage road between SH 29 and FM2243 -- Mark Miller, Transportation Services Manager and Jim Briggs, Assistant City Manager for Utility Operations Q Consideration and possible action to approve an Amended Performance Agreement regarding Hope Lumber Company -- Paul E. Brandenburg, City Manager and Mark Thomas, Director of Economic Development R Consideration and possible action to accept the independent audit of all accounts of the City reported in the Comprehensive Annual Financial Report (CAFR) and the single audit report for the fiscal year ended September City Council Agenda/February 27, 2007 Page 2 of 5 30, 2006 — Leticia Zavala, Controller and Mick! Rundell, Director Finance & Administration S Consideration and possible action to approve a resolution finding public convenience and necessity and authorizing eminent domain, if necessary, for acquisition of a temporary construction easement to effectuate construction of a 16" irrigation water line and pump station (Zavala Property - Parcel No. 2) -- Thomas R. Benz, Systems Engineernig Manager and Jim Briggs, Assistant City Manager for Utility Operations T Consideration and possible action to approve a Housing Tax Credit and Home Investment Partnership Program Proposal with Shady Oaks GHA Housing, L.P. for the Development named Shady Oaks Apartments, located at 501 Janis Drive — Tom Yantis, Assistant City Manager U Consideration and possible action to approve a Housing Tax Credit Proposal with Sierra Ridge GHA Housing, L.P. for the development named Sierra Ridge Apartments, located at the intersection of Northwest Blvd. and Washam Dr. —Tom Yantis, Assistant City Manager V Consideration and possible action to remove a name from the appointments made at the regular Council Meeting on February 13, 2007 to the City Council -appointed boards and commissions — Sandra D. Lee, City Secretary Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: W Summary of 2006 Racial Profiling Report as mandated by the State Legislature — David Morgan, Police Chief X Consideration and approval of a Resolution approving a letter from Williamson County along with the Member Cities (Georgetown, Round Rock, Taylor and Cedar Park) of the Williamson County & Cities Health District (WCCHD) to non -participating incorporated Cities in Williamson County regarding the benefits of membership in the WCCHD — Paul E. Brandenburg, City Manager Y Discussion and possible action to approve the IOOF Cemetery Masterplan for the new addition -- Paul E. Brandenburg, City Manager Z Consideration and possible action to authorize First Southwest Company to proceed with the preparation of the required bond offering documents for the upcoming 2006 bond issues — Micki Rundell, Director Finance and Administration AA Consideration and possible action to approve a resolution expressing official intent to reimburse costs associated with the replacement of the City's radio communication system — Micki Rundell, Director Finance and Administration BB Consideration and possible action regarding a "Multiparty Agreement by and between the City of Georgetown, HB Longhorn Junction Phase III, L.P., Citicorp North America, Inc., and National Bank of Arizona, N.A." relating to use of letter of credit proceeds — Micki Rundell, Director Finance and Administration and Patricia E. Carts, City Attorney CC Consideration and possible action to suspend the rules and reconsider action by the Council on December 12, 2006 "to direct staff to work on changing the municipal code to deal with residential heritage trees" — Farley Snell, Councilmember District 6 DD Discussion and Possible action with regards to an update related to the City's Pass Through Financing Proposal from December 2005 and impacts to GTEC projects along with Williamson County Road Bond Issue passed by voters in November of 2006 — John Aldridge, Transportation Engineer and Jim Briggs, Assistant City Manager for Utility Operations EE Second Readings 1. Second Reading of an ordinance adding new Chapter 12.05 to the Georgetown Code of Ordinances relating to "Valet Parking"— Tom Yantis, Assistant City Manager 2. Second Reading of an Ordinance amending Georgetown Code of Ordinances Section 2.36.010 relating to the beginning and ending date of terms for City commissions, committees and boards; amending Section 2.36.070 relating to removal of members of City commissions, committees, and boards; and adding new Section 2.36.080 relating to the applicability of Chapter 2.36 to Economic Development Corporations -- Paul E. Brandenburg, City Manager 3. Second Reading of an Ordinance Annexing into the City 17.232 acres, more or less, in the Burrell Eaves City Council Agenda/February 27, 2007 Page 3 of 5 Survey, for Sun City Neighborhood 61, located west of SH 195 -- Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner FF Public Hearings/First Readings 1. First Reading of an Ordinance Comprehensive Plan Amendment to change the Intensity Level from Level 1 to Level 3 and 4 and the Future Lend Use from Residential to Residential and Mixed Use for 205.38 acres in the I. Donegan Survey (A-178), located on West SH -29 -- Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner 2. First Reading of an Ordinance Comprehensive Plan Amendment to change the Future Land Use from Business Park to Multi -Family and Residential for 95.5 acres in the James Patterson Survey, abstract 502, and the Francis Hudson Survey, abstract 295, located at 61455 Westinghouse Road -- Jordan Maddox, Planner I and Bobby Ray, AICP, Director of Planning and Development Services. 3. Public Hearing and First Reading of an Ordinance Rezoning from AG, Agriculture district to PUD, Planned Unit Development district for 95.501 acres in the James Patterson Survey (A-502) and Francis Hudson Survey (A-295), located north of Westinghouse Road east of Park Central Boulevard -- Bobby Ray, AICP, Director of Planning and Development Services. 4. Public Hearing and First Reading of an Ordinance Rezoning from AG, Agriculture district to PUD, Planned Unit Development district for 17.232 acres in the Burrell Eaves Survey, abstract 216, to be known as the Planned Unit Development of Sun City Georgetown, Neighborhood Sixty -One — Jordan Maddox, Planner I and Bobby Ray, AICP, Director of Planning and Development Services. GG Forwarded from the GUS Board 1. Consideration and possible action for the award of the annual bid for Hot Mix Asphalt to Heart of Texas Hot Mix of Temple, Texas, in the estimated amount of $441,000.00 — Mark Miller, Transportation Services Manager, Jim Briggs, Assistant City Manager for Utility Operations 2. Consideration and possible action to approve a contract amendment with Dacon Ltd. for services related to the construction of the East Substation in the amount of $366,564.98 — Mike Mayben, Energy Services Manager, Jim Briggs, Assistant City Manager for Utility Operations 3. Consideration and possible action for the construction and purchase of electric distribution and transmission facilities related to the Chief Brady Substation expansion with Lower Colorado River Authority ("LCRA") to be used for dual feed service for Project Lonestar in the amount of $768,827.00 -- Mike Mayben, Energy Services Manager, Jim Briggs, Assistant City Manager for Utility Operations 4. Consideration and possible action to award the contract for the construction of the Austin Avenue Water Improvements to H. Deck Construction and to set a budget of $440,000.00 -- Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 5. Consideration and possible action to award the contract for the construction of the Austin Avenue Wastewater Improvements to Enviro Remediation, Inc and to set a budget of $627,000.00 — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations HH Appointments 1. Consideration and possible action to reappoint Rick Smith and Henry Carr to the Georgetown Economic Development Corporation (GEDCO) Board; and reappoint Ron Shelly as Chair of the GEDCO Board -- Mayor Gary Nelon 2. Consideration and possible action to appoint Ray Armour to the Georgetown Transportation Enhancement Corporation (GTEC) to fill a vacany that expires in February 2008, due to the resignation of Joe Savage and to reappoint Henry Boecker, Henry Car, Ricki Salazar, and Gabe Sansing to the GTEC Baord — Mayor Gary Nelon 3. Consideration and possible action to appoint Peggy Moore from District 2, James R. "Deke" Davidson from District 4, and Rev. Robert Greene from District 5, to the Ethics Commission — Mayor Gary Nelon Certificate of Posting I, Sandra Lee, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of City Council Agenda/February 27, 2007 Page 4 of 5 Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the day of , 2007, at , and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. Sandra Lee, City Secretary City Council Agenda/February 27, 2007 Page 5 of 5 Council Meeting Date: February27, 2007 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve the purchase of Concrete Repair Services from J & A Concrete, of Georgetown, Texas, in an amount not to exceed $49,000.00. IIYOu6Yf1kyj3L•\ti'A In September 2005, the City accepted bids for Concrete Repair Services. The low bidder was J & A Concrete of Georgetown, Texas. The contract terns allowed for performance of concrete repair services at specified unit prices with extension of the contract for two years. Based upon the previous year of concrete repair needs, the City projected repair expenses of less than $25,000.00. Actual repair experience to date will require the approval of additional funds to ensure timely concrete repairs for the remainder of the fiscal year. SPECIAL CONSIDERATIONS: None. FINANCIAL IMPACT: Funds in the amount of $49,000.00 will be paid from the Water Operations Fund (660-108- 5204-CR). 660-10&5204-CR). GUS BOARD RECOMMENDATION: N/A STAFF RECOMMENDATION: Staff recommends purchase of Concrete Repair Services from J & A Concrete in an amount not to exceed $49,000.00 ATTACHMENTS: Bid Sheet Submitted By: Glenn Dishong Water Services Director Jim Briggs Assistant City Manager For Utility Operations CONCRETE REPAIR WORK BID NO. 25041 BID TABULATION SHEET DESCRIPTION OF SERICES J & A CONST CEDA-TEX REPAIR OF CURB Minimum Charge per Visit $480.00 $525.00 Cost per Linear Foot $28.00 $21 00 REPAIR OF SIDEWALK Minimum Charge per Visit $480 00 $53500 Cost per Sq Foot $1450 $5.55 REPAIR OF DRIVEWAY Minimum Charge per Visit $480.00 $610.00 Cost per Sq Foot $6.99 $8.50 Low Bid - Since majority of projects will be performed under the minimum charge, staff has awarded bid to J&A Const. Any large projects performed will be re-evaluated at that time. Agenda Item Check List rr+ Financial Impact Agenda Item: Concrete Repair Services Agenda Item Subject: Consideration and possible action to approve the purchase of Concrete Repair Services from J & A Concrete, of Georgetown, Texas, in an amount not to exceed $49,000.00. Is this a Capital Improvement O Yes 0 No Project: Council Date: 02/27/2007 link to Agenda database => Q Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? GIL Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: If so, how? Identify all on-going costs (i.e., insurance, 0Yes 0No O Yes 0 No O & M savings in other budgeted accounts 660 -108 -5204 -CR $ 49,000.00 OYes 0No Yes • No OYes 0No Department: annual maintenance fees, licenses. operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes 0 No If so, what division(s)? Prepared by: Glenn DishongDate: 02/22/2007 9aenda Item Checklist: In Process of Finance and A I - Approval Cycle Settings Council Meeting Date: February 27, 2007 AGENDA ITEM COVER SHEET Item No. SUBJECT: Consideration and possible action to authorize a Donation Agreement between the City and Leslie P. Best and wife, Jane Best, for their donation of 0.5126 acres of land to the City for use as a public street in connection with the proposed construction of a new access point by the Texas Department of Transportation to the southbound IH -35 frontage road between SH 29 West and FM 2243. ITEM SUMMARY: A Resolution regarding a proposal by The Texas Department of Transportation (TxDOT) to install a new single access point from the new southbound frontage road onto the existing private roadway (South Fork Drive) was brought before Council and approved on September 26, 2006. In the resolution TxDOT required the closing of South Fork's existing private access point and the donation of a portion of South Fork as a public road. The conveyance was actually closed on the portion of the road to be made public (as requested by TxDOT), but recording of the deed is being held in escrow pending City Council approval. SPECIAL CONSIDERAT Nor.,. FINANCIAL IMPACT: None STAFF RECOMMENDATION: Staff recommends Authorization of the Donation Agreement. COMMENTS: None ATTACHMENTS: 1. Council Resolution (to require donation) 2. Donation Agreement 3. Deed ­-Ma,h.°'YyLALZ Submitted By: Mark Miller, Jim Briggs Transportation Services Assistant City Manger Manager for Utility Operations RESOLUTION NO. 09 a b 0 (c -Y A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS ("CITY") REGARDING THE PROPOSAL BY THE TEXAS DEPARTMENT OF TRANSPORTATION TO INSTALL A NEW SINGLE ACCESS POINT FROM THE NEW SOUTHBOUND FRONTAGE ROAD OF INTERSTATE HIGHWAY 35 -SOUTH AT A POINT NORTH OF FM 2243 (LEANDER ROAD); TO CLOSE AND ELIMINATE THE EXISTING PRIVATE ACCESS POINT ON FM 2243 (LEANDER ROAD); AND TO REQUIRE THE DONATION OF A PORTION OF AN EXISTING PRIVATE ROAD KNOWN LOCALLY AS "SOUTH FORK DRIVE" OR "PAGE HOUSE DRIVE" TO THE CITY ASA PUBLIC ROAD; MAKING FINDINGS RELATED TO SAID PROPOSAL; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, there exists a private road known locally as "South Fork Drive" or "Page House being more particularly described as Tract No. 2 in deed to Leslie P. Best and wife, Jane Best, d in Document No. 2002095519 of the Official Records of Williamson County, Texas; (the to Road'); and WHEREAS, the Private Road intersects FM 2243 (Leander Rd.) at a point that is within twen feet (20') of the intersection of the frontage road of IH35S and FM 2243/I.eander Road (the "Old ccess Point'l as shown on Exhibit A; and WHEREAS, the Private Road provides the only means of access from FM 2243/Leander Road to the following properties: a 2.02 -acre tract described as Tract No. l in deed to Leslie P. Best and w1e, Jane Best, recorded Document No. 2002095519 of the Real Property Records of Williamson County, Texas ("the Page House Tract"); and a 3.986 -acre undeveloped tract of land deser bed in Document No. 9625670 of the Official Records of Williamson County ("the Leander Tra " l: and WHEREAS, the Private Road also provides secondary or alternative access to the following ies: (1) a 1.12 -acre tract located just south of the Page House Tract that is described in deed d in Volume 1001, Page 736 of the Official Records of Williamson County, Texas ("the sent Tract"); and (2) a 1.01 -acre tract just south of the Leander Tract that is described in ent No. 9630726 of the Official Records of Williamson County, Texas ("the Gas Station 1. The Page House Tract, the Leander Tract and the Apartment Tract are referred to vely herein as "the Properties;" and WHEREAS, the Private Road also abuts and adjoins that certain private access easement d in Volume 822, Page 84 of the Official Records of Williamson County Texas, and thus es access to that certain 22.3 -acre undeveloped tract just south of the South San Gabriel River as Lot 1, Block A South Fork Apartments, recorded in Cabinet F, Slides 341-342 of the Plat s of Williamson County ("the South Fork Tract"), which access shall not be affected by the ction of the New Access Point or closure of the Old Access Point; tion No. 09,R (o 0 (o -Y of 3 new WHEREAS, the Texas Department of Transportation (TxDOT") is currently constructing a uthbound frontage road for IH -35S from State Highway 29W/University Drive to FM -ander Road (the "New Frontage Road"); and WHEREAS, the owners of the Private Road have represented to the City that they will , at no cost to the City, a portion of the Private Road to be used as a public road; and WHEREAS, the locations of the Properties, the Private Road, the New Frontage Road, the Old cess Point, and the New Access Point are shown on the diagram attached hereto as Exhibit A and n ii de a part hereof for all purposes; and WHEREAS, TxDOT has agreed to construct a driveway or access point at station 120+25 (the " ew Access Point) to serve the Properties and to replace the Old Access Point, provided that the oers of that portion of the Private Road shown on Exhibit A agree to pay for relocation of any utiliti and to donate the portion of the Private Road shown on Exhibit A to the City for public use on or fore the date that TxDOT issues its notice to proceed for construction of the New Access WHEREAS, TxDOT will require the Old Access Point to be closed simultaneously with the 1 of the New Access Point; and WHEREAS, the New Access Point will provide access to the Properties. I I NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF 9ORGETOWN, TEXAS, THAT: SECTION 1. The facts and recitations contained in the preamble of this resolution are hereby found and declared to be true and correct, and are incorporated by reference herein and expreisly made a part hereof, as if copied verbatim. The City Council hereby finds that this resoh. t on implements the Transportation Policy End 10.00 of the Century Plan - Policy Plan Elem t, which states: "Citizens and commercial goods move safely and efficiently throughout all parts c f the City," and further finds that the adoption of this resolution is not inconsistent or in confl t with any other Century Plan Policies, as required by Section 2.03 of the Administrative Chap r of the Policy Plan. SECTION 2. Based on the information presented to it, the City Council of the City of Geo town hereby resolves that it supports the TxDOT proposal to construct the New Access Point and t lose the Old Access Point, provided that: A. The City shall not bear any costs, responsibility, or liability associated with relocating the existing City of Round Rock water lines, or any other utilities that may need relocating as part of the construction of the New Frontage Road and the New Access Point, or with the closure of the Old Access Point; and No. 09alo0lo-Y Page 0 of 3 to V City B. The City shall not bear any costs, responsibility, or liability associated with constructing the New Access Point; and C. The City shall not bear any costs, responsibility or liability associated with the closure of the Old Access Point; and D. The owners and all persons having a legal interest in that portion of the Private Road shown on Exhibit A hereto shall convey by Special Warranty Deed, at no cost the City, said portion of the Private Road to be used as a public road on or before the date that TxDOT issues its Notice to Proceed for construction of the New Access Point. SECTION 3. The Mayor is hereby authorized to sign this Resolution and the City Secretary thereto on behalf of the City of Georgetown. SECTION 4. This resolution shall be effective immediately upon adoption. RESOLVED this aVF day of September, 2006. THE CITY OF GEORGETOWN: ile 11-01- By: i D. Lee, City Secretary elon, Mayor iVED AS TO FORM: E. Carls, Brown & Carls, LLP Resotion No. 0 9 a Ic 0 (a - Y Page N of 3 DONATION AGREEMEN r THE STATE OF TEXAS § § KNOW ALL PERSONS BY THESE PRESENTS: COUNTY OF WILLIAMSON § The parties to this Donation Agreement are Leslie P. Best and wife, Jane Best ("Donors"), whose address is 1000 Leander Road, Georgetown, Texas, 78628, and the City of Georgetown, Texas, a Texas home rule municipal corporation ("City'), whose address is P.O. Box 409, Georgetown, Texas 78627. Donors have agreed to donate to the City and the City has agreed to accept the donation of the fee simple estate in the following described real property for the placement, construction, operation, repair, and maintenance of public roadway facilities (collectively, the "Road") on, over, under, and across the following described property of the Donors, to wit: Being 0.5126 of an acre tract of land, situated in the Clement Stubblefield Survey, Abstract No. 558, in Williamson County, Texas, said land being a portion of that certain Tract No. 2, called 1.00 acre, as conveyed to Leslie P. Best and wife, Jane Best, by deed recorded as Document No. 2002095519 of the Official Records of Williamson County, Texas; said 0.5126 -acre tract being more particularly described by metes and bounds in Exhibit "A" attached hereto and made a part hereof (the "Property"). Subject to the terms herein set forth, Donors and the City further hereby agree as follows: 1. Donors represent and warrant to the City that they are the sole owners in full and complete fee simple title of the Property. 2. Donors further represent and warrant to the City that: a. The Property is not subject to any liens or encumbrances. b. Donors have full and complete fee simple title to the Property, free and clear of all other easements, restrictions, conditions, exceptions or reservations. c. There are no lawsuits pending or, to the best of Donors' knowledge, threatened, against or involving Donors or the Property. Best Donation Agreement Page 1 of 5 d. 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. e. The Property has not been used as a land fill or for the storage or disposal of any hazardous or toxic materials. f. 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. g. The signatories to this Agreement have the authority to execute this Agreement on the terms herein set forth and to give, grant and convey the Easement to the City pursuant hereto. 3. All representations herein set forth shall expressl) survive the conveyance of the Easement to the City. 4. Donors hereby agree, on even date herewith, to give, grant, and convey the Property by General Warranty Deed to the City in the form attached hereto as Exhibit "B". 5. Donors and the City agree that the value of the Property is TWENTY-NINE THOUSAND TWENTY-EIGHT AND NO/100 DOLLARS ($29,028.00). 6. To the extent necessary, the Donors agree, prior to or concurrently with the delivery of the Deed, to execute and record in the Official Public Records of Williamson County, an instrument expressly exempting the Property from the provisions of any restrictive covenants affecting the Subdivision of which the Property is a part. At the election and expense of the City, the City may obtain an Owner's Title Policy over the Property in the amount of the agreed value, insuring the City's fee simple title to the Property to be good and indefeasible, which policy shall be subject only to the Permitted Exceptions attached hereto as Exhibit "C" and the standard exceptions to title; provided that: (i) the Donors shall, upon request of City, provide an affidavit sufficient to remove from the policy the exception as to "the rights of parties in possession", and (ii) the City may elect to furnish a current on the ground survey and to pay Best Donation Agreement Page 2 of 5 the additional policy premium required to delete the "survey exception" from the policy, to the extent permitted by applicable title insurance rules. 8. Donors shall deliver the executed Deed to the City and sole possession of the Property to the City upon acceptance by the City Council of this Agreement. EXECUTED as of lebruary 16 , 2007. CITY: City of Georgetown, Texas By: Gary Nelon, Mayor Address: City Hall 113 E. 81hStreet Georgetown, Texas 78626 Telephone: (512) 930-3723 ATTEST: Sandra D. Lee APPROVED AS TO FORM: Patricia E. Carls, Brown & Carls, LLP City Attorney Best Donation Agreement Page 3 of 5 DONORS: Leslie P. Best and wife, Jane Best CW10 � Leslie P. Best Jane Best Address: 1000 Leander Road Georgetown, Texas 78628 Telephone: (512) 930-7243 STATE OF TEXAS § § COUNTY OF WILLIAMSON § This instrument was acknowledged before me on this the -L4 day of February , 2007, by Leslie P. Best. 0729 TommieMullinsn 'ublic' State of Texasommission Expires o4-22-09 STATE OF TEXAS § COUNTY OF WILLIAMSON § Notary Public, State of Texas This instrument was acknowledged before me on this the 16 day of February 2007; by Jane Best. Tommie Mullins N Notary Public, State of Texas + My Comr. ssion Expires 04.22-09 AFTER RECORDING, RETURN TO: Best Donation Agreement Page 4 of 5 �gyy�,yr�,r,52J . Notary Public, State of Texas LEGAL DESCRIPTION FOR THE CITY OF GEORGETOWN, TEXAS BEING 0.5126 of an acre of land, situated in the Clement Stubblefield Survey, Abstract No. 558, in Williamson County, Texas, said land being a portion of that certain Tract No. 2, called 1.00 acre, as conveyed to Leslie P. Best and wife, Jane Best, by deed recorded as Document No. 2002095519 of the Official Public Records of Williamson County, Texas. Surveyed on the ground in the month of January, 2007, under the supervision of Brian F. Peterson, Registered Professional Land Surveyor, and being more particularly described as follows; BEGINNING at an iron pin found on the West line of Interstate Highway No. 35, marking the Northeast comer of the above referenced 1.00 acre Best Tract No. 2, being the Southeast comer of that certain Tract No. 1, called 2.02 acres, as conveyed to Leslie P. Best and wife, Jane Best, by deed recorded as Document No. 2002095519 of the Official Public Records of Williamson County, Texas, for the Northeast comer hereof; THENCE, along the said West line of Interstate Highway No. 35, being the East line of the said 1.00 acre Best Tract No. 2, S 8°47'30"'E, 445.33 feet to an iron pin set for the Southeast comer hereof; THENCE, S 81°12'30" W, 50.07 feet to an iron pin set on the West line of the said 1.00 acre Best Tract No. 2, being the East line of that certain Tract I, called 3.986 acres, as conveyed to Leander Road, LLC, by deed recorded as Document No. 2004073723 of the Official Public Records of Williamson County, Texas, for the Southwest comer hereof; THENCE, N 8-48'15" W, 310.86 feet to an iron pin found marking the Northeast comer of the said 3.986 acre Leander Road, LLC, Tract 1, being the Southeast comer of that certain tract of land, called 1.12 acres, as conveyed to Georgetown Apartments, Ltd., by deed as recorded in Volume 1001, Page 736, of the Official Records of Williamson County, Texas, (from said point an iron pin found bears N 740W, 0.23 of a foot), and N 8°53' W, 134.44 feet to an von pin found on the South line of the said 2.02 acre Best Tract No. 1, being the Northeast comer of the said 1.12 acre Georgetown Apartments, Ltd., tract marking the Northwest comer of the said 1.00 acre Best Tract No. 2, for the Northwest corner hereof; THENCE, N 81 ° 10' 15" E, 50.34 feet to the Place and BEGINNING and containing 0.5126 of an acre of land. STATE OF TEXAS } KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON } I, Brian F. Peterson, Registered Professional Land Surveyor, do hereby certify that this survey was made on the ground of the property legally described hereon and is correct, and that there are no apparent discrepancies, conflicts, overlapping of improvements, visible utility lines or roads in place, except as shown on the accompanying plat, to the best of my knowledge and belief. To certify which, witness my hand and seal at Georgetown, Williamson County, Texas, this the /91.4 day of Tn v.a i s 2007 A.D. Brian F. Peterson Registered P nal Land Si-- No. 3967 17 tate of Texas 21046 -a -Id EXHIBIT �1 rr n STEGE Ir JOBIZZELL 1978 S Austin Ave Georgetown. Tx 78626 (512)930-9412 GENERAL WARRANTY DEED NOTICE OF CONFIDENTIALITY RIGHTS: If you are a natural person, you may remove or strike any of the following information from this instrument before it is filed for record in the public records: Your social security number or your driver's license number. DATE: 2007 GRANTOR: Leslie P. Best and wife, Jane Best GRANTOR'S MAILING ADDRESS: (including County): 1000 Leander Road, Georgetown, Williamson County, Texas 78628 GRANTEE: City of Georgetown, a Texas home -rule municipal corporation GRANTEE'S MAILING ADDRESS: (including County): P.O. Box 409, Williamson County, Texas 78627 CONSIDERATION: Ten and No/100 Dollars ($10.00) and other good and valuable consideration. PROPERTY (including any improvements): BEING 0.5126 of an acre of land, situated in the Clement Stubblefield Survey, Abstract No. 558, in Williamson County, Texas, said land being a portion of that certain Tract No. 2, called 1.00 acre, as conveyed to Leslie P. Best and wife, Jane Best, by deed recorded as Document No. 2002095519 of the Official Records of Williamson County, Texas, said 0.5126 acre tract being more particularly described by metes and bounds on Exhibit "A" attached hereto and incorporated herein by reference. RESERVATIONS FROM AND EXCEPTIONS TO CONVEYANCE AND WARRANTY: This conveyance is made, delivered and accepted subject to all validly existing easements, rights-of- way, and prescriptive rights, whether of record or not; all presently recorded and validly existing restrictions, reservations, covenants, conditions, oil and gas leases, mineral interests, and water interests outstanding in persons other than Grantor, and other instruments, other than conveyances of the surface fee estate, that affect the Property; validly existing rights of adjoining owners in any walls and fences situated on a common boundary; any discrepancies, conflicts, or Southfork Drive Deed EXHIBIT Best to City of Georgetown f Page 1 of 3 9 shortages in area or boundary lines; any encroachments or overlapping of improvements, and any and all zoning laws, regulations and ordinances of municipal and/or other governmental authorities affecting said Property. Grantor, for the consideration and subject to the Reservations From and Exceptions to Conveyance and Warranty, GRANTS, SELLS, and CONVEYS to Grantee the Property, together with all and singular the rights and appurtenances thereto in any way belonging, to have and hold it to Grantee and Grantee's heirs, successors and assigns forever. Grantor binds Grantor and Grantor's heirs, successors and assigns to warrant and forever defend all and singular the Property to Grantee and Grantee's heirs, successors, and assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof, except as to the Reservations From and Exceptions to Conveyance and Warranty. GRANTOR Leslie P. Best Jane Best STATE OF TEXAS CORPORATE ACKNOWLEDGEMENT COUNTY OF WILLIAMSON ) This instrument was acknowledged before me on the day of 2007, by Leslie P. Best, a person known to me. Notary Public, State of Texas Southfork Drive Deed Best to City of Georgetown Page 2 of 3 STATE OF TEXAS CORPORATE ACKNOWLEDGEMENT COUNTY OF WILLIAMSON This instrument was acknowledged before me on the day of 2007, by Jane Best, a person known to me. Notary Public, State of Texas AFTER RECORDING RETURN TO: City of Georgetown P.O. Box 409 Georgetown, Texas 78627 Southfork Drive Deed Best to City of Georgetown Page 3 of 3 LEGAL DESCRIPTION FOR THE CITY OF GEORGETOWN, TEXAS BEING 0.5126 of an acre of land, situated in the Clement Stubblefield Survey, Abstract No. 558, in Williamson County, Texas, said land being a portion of that certain Tract No. 2, called 1.00 acre, as conveyed to Leslie P. Best and wife, Jane Best, by deed recorded as Document No. 2002095519 of the Official Public Records of Williamson County, Texas. Surveyed on the ground in the month of January, 2007, under the supervision of Brian F. Peterson, Registered Professional Land Surveyor, and being more particularly described as follows; BEGINNING at an iron pin found on the West line of Interstate Highway No. 35, marling the Northeast comer of the above referenced 1.00 acre Best Tract No. 2, being the Southeast comer of that certain Tract No. 1, called 2.02 acres, as conveyed to Leslie P. Best and wife, Jane Best, by deed recorded as Document No. 2002095519 of the Official Public Records of Williamson County, Texas, for the Northeast comer hereof; THENCE, along the said West line of Interstate Highway No. 35, being the East line of the said 1.00 acre Best Tract No. 2, S 8°47'30"'E, 445.33 feet to an iron pin set for the Southeas, comer hereof; THENCE, S 81°12'30" W, 50.07 feet to an iron pin set on the West line of the said 1.00 acre Best Tract No. 2, being the East line of that certain Tract I, called 3.986 acres, as conveyed to Leander Road, LLC, by deed recorded as Document No. 2004073723 of the Official PubFc Records of Williamson County, Texas, for the Southwest comer hereof; THENCE, N 8048'15" W, 310.86 feet to an iron pin found marking the Northeast comer of the said 3.986 acre Leander Road, LLC, Tract I, being the Southeast comer of that certain tract of land, called 1.12 acres, as conveyed to Georgetown Apartments, Ltd., by deed as recorded in Volume 1001, Page 736, of the Official Records of Williamson County, Texas, (from said point an iron pin found bears N 74°W, 0.23 of a foot), and N 8°53' W, 134.44 feet to an iron pin found on the South line of the said 2.02 acre Best Tract No. 1, being the Northeast corner of the said 1.12 acre Georgetown Apartments, Ltd., tract marking the Northwest comer of the said 1.00 acre Best Tract No. 2, for the Northwest comer hereof; THENCE, N 81°10' 15" E, 50.34 feet to the Place and BEGINNING and containing 0.5126 of an acre of land. STATE OF TEXAS } KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON ) 1, Brian F. Peterson, Registered Professional Land Surveyor, do hereby certify that this survey was made on the ground of the property legally described hereon and is correct, and that there are no apparent discrepancies, conflicts, overlapping of improvements, visible utility lines or roads in place, except as shown on the accompanying plat, to the best of my knowledge and belief. To certify which, witness my hand and seal at Georgetown, Williamson County, Texas, this the /91.4 dayof 7-4nve9 2007 A.D. Brian F. Registered P nal Land Surveyor, No. 3967 tate of Texas 21046 -a -Id $h EXHIBIT Peterson STEGEIf BIZZELL 1978 S Austin Ave Georgetown, TX 78626 (5121930-9412 EXHIBIT "C" Permitted Exceptions 1. Easement dated August 17, 1965, from James Preston Boardman III and wife, Barbara Ann Boardman to Lone Star Gas Company, recorded in Volume 485, Page 150, Deed Records, Williamson County, Texas. 2. One-half (1/2) non -participating royalty interest reserved in deed from William Calvin Weir et al. to Thomas R. Joseph and wife, dated October 17, 1962, recorded in Volume 455, Page 257, Deed Records, Williamson County, Texas and all rights incident thereto. 3. All mineral rights as reserved in Contract of Sale dated June 12, 1963, recorded in Volume 460, Page 402, Deed Records, Williamson County, Texas, as incorporated in deed dated September 1, 1964, from Georgetown Development Corporation to James Preston Boardman, III recorded in Volume 472, Page 530, Deed Records, Williamson County, Texas, and all rights incident thereto. 4. Easement from H. M. Weir and wife to Texas Power and Light Company, dated July 1, 1936, recorded in Volume 282, Page 375, Deed Records, Williamson County, Texas. 5. Easement from H.M. Weir and wife to Texas Power and Light Company dated February 4, 1943, recorded in Volume 316, Page 325, Deed Records, Williamson County, Texas. 6. Easement from H.M. Weir and wife to Texas Power and Light Company dated April 9, 1947, recorded in Volume 343, Page 293, Deed Records, Williamson County, Texas. 7. Easement from H.M. Weir to Texas Power and Light Company dated January 12, 1948, recorded in Volume 349, Page 397, Deed Records, Williamson County, Texas. 8. Clean out, fire hydrant and sewer manholes and any lines associated therewith as shown on survey dated February 5, 2007, by Brian F. Peterson, Registered Professional land Surveyor No. 3967. 9. Roadway easement as described in Warranty Deed dated April 17, 1996, from James L. Shepherd et al. to City of Georgetown, recorded under Document No. 9620077, Official Records, Williamson County, Texas. 10. Rights of parties in possession. 11. Any visible and apparent easement, either public or private the existence of which is not disclosed by the public records as defined herein, including, but not limited to, roads or utilities in use on the land. Best Donation Agreement Page 5 of 5 GENERAL WARRANTY DEED NOTICE OF CONFIDENTIALPIY RIGHTS: If you are a natural person, you may remove or strike any of the following information from this instrument before it is filed for record in the public records: Your social security number or your driver's license number. DATE: February 16 2007 GRANTOR: Leslie P. Best and wife, Jane Best GRANTOR'S MAILING ADDRESS: (including County): 1000 Leander Road, Georgetown, Williamson County, Texas 78628 GRANTEE: City of Georgetown, a Texas home -rule municipal corporation GRANTEE'S MAILING ADDRESS: (including County): P.O. Box 409, Williamson County, Texas 78627 CONSIDERATION: Ten and No/100 Dollars ($10.00) and other good and valuable consideration. PROPERTY (including any improvements): BEING 0.5126 of an acre of land, situated in the Clement Stubblefield Survey, Abstract No. 558, in Williamson County, Texas, said land being a portion of that certain Tract No. 2, called 1.00 acre, as conveyed to Leslie P. Best and wife, Jane Best, by deed recorded as Document No. 2002095519 of the Official Records of Williamson County, Texas, said 0.5126 acre tract being more particularly described by metes and bounds on Exhibit "A" attached hereto and incorporated herein by reference. RESERVATIONS FROM AND EXCEPTIONS TO CONVEYANCE AND WARRANTY: This conveyance is made, delivered and accepted subject to all validly existing easements, rights-of- way, and prescriptive rights, whether of record or not; all presently recorded and validly existing restrictions, reservations, covenants, conditions, oil and gas leases, mineral interests, and water interests outstanding in persons other than Grantor, and other instruments, other than conveyances of the surface fee estate, that affect the Property; validly existing rights of adjoining owners in any walls and fences situated on a common boundary; any discrepancies, conflicts, or Southfork Drive Deed Best to City of Georgetown Page 1 of 3 shortages in area or boundary lines; any encroachments or overlapping of improvements, and any and all zoning laws, regulations anc ordinances of municipal and/or other governmental authorities affecting said Property. Grantor, for the consideration and subject to the Reservations From and Exceptions to Conveyance and Warranty, GRANTS, SELLS, and CONVEYS to Grantee the Property, together with all and singular the rights and appurtenances thereto in any way belonging, to have and hold it to Grantee and Grantee's heirs, successors and assigns forever. Grantor binds Grantor and Grantor's heirs, successors and assigns to warrant and forever defend all and singular the Property to Grantee and Grantee's heirs, successors, and assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof, except as to the Reservations From and Exceptions to Conveyance and Warranty. GRANT 7A Leslie P. Best Jane Best STATE OF TEXAS COUNTYOF • This instrument was acknowledged before me on the 1,&_ day of February 2007, by Leslie P. Best, a person known to me. BYry� !KMM.t.Gt t Y P Notary Public, State of Texas Tommie Mullins Notary Public, State of Texas My Commission Expires 04.22-09 •.a, r Southfork Drive Deed Best to City of Georgetown Page 2 of 3 STATE OF TEXAS ) COUNTY OF WILLIAMSON This instrument was acknowledged before me on the 16 day of February 2007, by Jane Best, a person known to me. Tommie Mullins Notary Public, State of Texas My Commission Expires 0422.09 AFTER RECORDING RETURN TO: City of Georgetown P.O. Box 409 Georgetown, Texas 78627 Southfork Drive Deed Best to City of Georgetown Page 3 of 3 Notary Public, State of Texas LEGAL DESCRIPTION FOR THE CITY OF GEORGETOWN, TEXAS BEING 0.5126 of an acre of land, situated in the Clement Stubblefield Survey, Abstract No. 558, in Williamson County, Texas, said land being a portion of that certain Tract No. 2, called 1.00 acre, as conveyed to Leslie P. Best and wife, Jane Best, by deed recorded as Document No. 2002095519 of the Official Public Records of Williamson County, Texas. Surveyed on the ground in the month of January, 2007, under the supervision of Brian F. Peterson, Registered Professional Land Surveyor, and being more particularly described as follows; BEGINNING at an iron pin found on the West line of Interstate Highway No. 35, marking the Northeast corner of the above referenced 1.00 acre Best Tract No. 2, being the Southeast corner of that certain Tract No. 1, called 2.02 acres, as conveyed to Leslie P. Best and wife, Jane Best, by deed recorded as Document No. 2002095519 of the Official Public Records of Williamson County, Texas, for the Northeast corner hereof; THENCE, along the said West line of Interstate Highway No. 35, being the East line of the said 1.00 acre Best Tract No. 2, S 8°47'30"E, 445.33 feet to an iron pin set for the Southeast comer hereof; THENCE, S 81 °12'30" W, 50.07 feet to an iron pin set on the West line of the said 1.00 acre Best Tract No. 2, being the East line of that certain Tract I, called 3.986 acres, as conveyed to Leander Road, LLC, by deed recorded as Document No. 2004073723 of the Official Public Records of Williamson County, Texas, for the Southwest comer hereof; THENCE, N 8048'15" W, 310.86 feet to an iron pin found marking the Northeast comer of the said 3.986 acre Leander Road, LLC, Tract I, being the Southeast corner of that certain tract of land, called 1.12 acres, as conveyed to Georgetown Apartments, Ltd., by deed as recorded in Volume 1001, Page 736, of the Official Records of Williamson County, Texas, (from said point an iron pin found bears N 74'W, 0.23 of a foot), and N 8053' W, 134.44 feet to an iron pin found on the South line of the said 2.02 acre Best Tract No. 1, being the Northeast comer of the said 1.12 acre Georgetown Apartments, Ltd., tract marking the Northwest comer of the said 1.00 acre Best Tract No. 2, for the Northwest comer hereof; THENCE, N 81 °10' 15" E, 50.34 feet to the Place and BEGINNING and containing 0.5126 of an acre of land. STATE OF TEXAS } KNOW ALL MEN BY THESE PRESENTS: COUNTY OFWILLIAMSON } I, Brian F. Peterson, Registered Professional Land Surveyor, do hereby certify that this survey was made on the ground of the proper[} legally described hereon and is correct, and that there are no apparent discrepancies, conflicts, overlapping of improvements, visible utility lines or roads in place, except as shown on the accompanying plat, to the best of my knowledge and belief. To certify which, witness my hand and se,:l at Georgetown, Williamson County, Texas, this the 161.4 day of Tan ve i y 2007 A.D. Brian F. Peterson Registered P nal Land Survey r, No. 3967 tate of Texas 21046 -a -Id EXHIBIT STEGE IZZELL 1978 S. Ausbn Ave Georgetown, Tx 78626 (512) 930-9412 Council meeting date: February 27, 2007 Item No. S AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action regarding s Resolution Finding Public Convenience and Necessity and Authorizing Eminent Domain, if Necessary for a Temporary Construction Easement To Effectuate Construction of a 16" Irrigation Water Line and Pump Station (Zavala Property, Parcel No. 2) ITEM SUMMARY: The City desires to construct a 16" water reuse (irrigation) line in an area where there is an existing easement of sufficient size to accommodate the new line once constructed, but where there is not sufficient easement width available to do the actual construction of the line. The existing easement already contains the City's Pecan Branch Interceptor Line and is wide enough to accommodate the completed 16" irrigation line. The placement of the 16" irrigation line in the existing easement also makes the most sense from an engineering perspective. The limitation is that there is not enough room in the existing easement for the construction work to occur. Therefore, a temporary construction easement is needed to allow construction of the new line. After the construction of the new 16" irrigation line is completed, the temporary construction easement would terminate. To date, the City s offers to acquire a temporary construction easement from the landowner have not been successful. In order to keep this project on track, this resolution is sought to allow condemnation of the temporary construction easement. The attached resolution formally documents the City s determination that public convenience and necessity do indeed require acquisition of the temporary construction, sets out the purposes for which the easement will be used, and authorizes staff to proceed with acquisition of the necessary easement by condemnation, in the event agreement for compensation can not be reached with the landowner through good faith negotiations. ATTACHMENTS: Resolution and accompanying exhibits. fitted by: Thomas R. Benz, Systems En ' ee ' g Manager Jim Briggs, Asst. City Manager- Utilities RESOLUTION NO. A Resolution of the City Council of the City of Georgetown, Texas Finding Public Convenience and Necessity and Authorizing Eminent Domain, if Necessary for a Temporary Construction Easement To Effectuate Construction of a 16" Irrigation Water Line and Pump Station (Zavala Proper),, Parcel No. 1) 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 in of a temporary construction easement from the two tracts of land described as Tract "A" and Tract "B" in the attached Exhibit "A," incorporated herein by reference as if fully set out and subsequently referred to collectively as the "Property," for the construction, extension, improvement, operation and maintenance of water, wastewater, electric, or other public utility lines (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 utility lines and acquire a temporary construction easement over the Property for the purpose of construction, reconstruction, operation, and maintenance of the utility lines 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 a temporary construction easement; WHEREAS, in order to acquire a temporary construction easement over the Property, it will be or has been necessary for the City's agents, representatives, or employees to enter upon the Property for the purpose 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, 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 roadway; Now, THEREFORE, be it RESOLVED by the City Council of the City of Georgetown: That public convenience and necessity require the acquisition of a temporary construction easement over the real property described in the attached Exhibit "A" for purposes of the construction, extension, improvement, operation and maintenance of water, wastewater, electric, or other public utility lines. 4. That the City's agents, representatives, or employees are hereby authorized to: a. Lay out the exact location of the land needed from the Property or other Resolution No. Zavala PCN Resolution 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 a temporary construction easement; C. Enter upon any property necessary for the purpose of surveying and establishing the title, to determine adequate compensation for the temporary construction easement, and to conduct tests; d. Negotiate with the owners of any such properties for the purchase thereof; e. To purchase a temporary construction easement over the Property and execute all documents necessary to acquire such easements, 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 for a temporary construction easement over the Property in the event the owner(s) fail to accept a bona fide offer to purchase the temporary construction easement; and g. Take whatever further actions deemed appropriate to economically effect the establishment of the Project. 5. 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, are hereby authorized, ratified, approved, confirmed, and validated. This resolution shall take effect immediately from and after its passage. ADOPTED: 2007. SIGNED: ATTEST: Gary Nelon, Mayor, City of Georgetown Sandra D. Lee, City Secretary, City of Georgetown APPROVED AS TO FORM: Patricia E. Carls, Brown & Carls, LLP City Attorney Resolution No. Zavala PCN Resolution / EXHIBIT "A" METES AND BOUNDS DESCRIPTION BEING A 0.407 -ACRE TRACT OF LAND, HEREIN CALLED TRACT "A", AND A 0.643 ACRE TRACT OF LAND, HEREIN CALLED TRACT "B", BOTH TRACTS BEING SITUATED IN THE ANTONIO FLORES SURVEY, ABSTRACT NO. 235, WILLIAMSON COUNTY, TEXAS, AND BOTH BEING A PART OF THE EASTERLY REMNANT PORTION OF THE CALLED 25.8 - ACRE TRACT OF LAND CONVEYED TO JOE L. ZAVALA AS DESCRIBED IN VOLUME 1129, PAGE 778 OF THE OFFICIAL RECORDS OF WILLIAMSON COUNTY, TEXAS, SAID TRACTS OF LAND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: TRACT A: BEGINNING FOR REFERENCE at a 1/4" iron rod found monumenting the northwest corner of the said Zavala remnant tract, same being on the northwest corner of the 0.243 -acre tract of land called Tract I (water and wastewater easement), described in Document No. 9510639 of the Official Records of Williamson County, Texas, same being on the most southerly corner of a called 26.65 -acre tract of land conveyed to Hill Country Bible Church -Georgetown as described in Document No. 2001026169 of the Official Public Records of Williamson County, Texas, same being on a point in the northeasterly right -of way line of N. E. Inner Loop as conveyed to Williamson County, Texas and described in Volume 1368, Page 791 of the Official Records of Williamson County, Texas; THENCE with the said northeasterly right-of-way line of N. E. Inner Loop, same being the westerly boundary line of the said Zavala remnant tract, same being the westerly boundary line of the said City of Georgetown easement tract, S67'16144"W for a distance of 22.94 feet to a 1/2" iron rod set with cap marked "Diamond Surveying" monumenting the northwest corner hereof and POINT OF BEGINNING hereof; [BEARING BASIS: NAD - 83(1993), TEXAS CENTRAL(4203), STATE PLANE SYSTEM for this description) THENCE through the interior of said Zavala remnant tract, with the southerly boundary line of said City of Georgetown easement tract, N52°01.50"E for a distance of 554.73 feet to a 1/2" iron rod set with cap marked "Diamond Surveying" monumenting the northeast corner hereof and being on a point in the northerly boundary line of said Zavala remnant tract, same being on a point in the southerly boundary line of the called 11.01 -acre tract of land conveyed to John C. Hoyle, John K. Hoyle, James D. Hoyle and Clayton R. Hoyle as described in Volume 641, Page 645 of the Deed Records of Williamson County, Texas; THENCE with the said northerly boundary line of the Zavala remnant tract and the southerly boundary line of said Hoyle tract, N70"10124"E for a distance of 95.39 feet to a 1/2" iron rod set with cap marked "Diamond Surveying" monumenting the most easterly corner hereof; THENCE through the interior of said Zavala remnant tract the following two (2) courses and distances: 1. S51°50132"W for a distance of 90.60 feet to a 1/2" iron rod set with cap marked "Diamond Surveying" monumenting an angle point hereof, ° EXHIBIT 1 R �I 2. 552'01.50"W for a distance of 537.93 feet to a 1/2" iron rod set with cap marked "Diamond Surveying" monumenting the southwest corner hereof, same being on a point in the said northeasterly right-of-way line of N. E. Inner Loop, same being on a point in the said westerly boundary line of the Zavala remnant tract; THENCE with the said northeasterly right-of-way line of N. E. Inner Loop, same being the said westerly boundary line of the Zavala remnant tract, N67'16144"W for a distance of 34.40 feet to THE POINT OF BEGINNING hereof and containing 0.407 acre of land more or less. TRACT B: BEGINNING FOR REFERENCE at a 1/2" iron rod found monumenting the northeast corner of the said Zavala remnant tract, same being on the southeast corner of the tract of land conveyed to Thural Douglas Lutz and wife, Doris Marie Lutz as described in Volume 862, Page 454 of the Deed Records of Williamson County, Texas, same being the northeast corner of the 0.428 -acre tract of land called Tract II (water and wastewater easement), described in Document No. 9510639 of the Official Records of Williamson County, Texas same being on a point in the westerly right -of way line of County Road 152; THENCE with the said westerly right-of-way line of County Road 152, same being the easterly boundary line of said Zavala remnant tract, same being the easterly boundary line of said City of Georgetown easement tract, S19°56'16"E for a distance of 20.73 feet to a 1/2" iron rod set with cap marked "Diamond Surveying" monumenting the northeast corner and POINT OF BEGINNING hereof; [BEARING BASIS: NAD -83(1993), TEXAS CENTRAL(4203), STATE PLANE SYSTEM for this description) THENCE continuing with the said westerly right-of-way line of County Road 152, same being the said easterly boundary line of the Zavala remnant tract, S19°56'16"E for a distance of 31.10 feet to a 1/2" iron rod set with cap marked "Diamond Surveying" monumenting the southeast corner hereof; THENCE through the interior of said Zavala tract, S54'47112"W for a distance of 933.47 feet to a 1/2" iron rod set with cap marked "Diamond Surveying" monumenting the southwest corner hereof, same being on a point in the northerly boundary line of said Zavala remnant tract, same being on a point in the easterly boundary line of the called 11.01 -acre tract of land conveyed to John C. Hoyle, John K. Hoyle, James D. Hoyle and Clayton R. Hoyle as described in Volume 641, Page 645 of the Deed Records of Williamson County, Texas; THENCE with the said northerly boundary line of the Zavala remnant tract and the said easterly boundary line of the Hoyle tract, N19'57112"W for a distance of 31.10 feet to a 1/2" iron rod set with cap marked "Diamond Surveying" monumenting the northwest corner hereof, same being on the southwest corner of said Tract II; EXHIBIT 2 FOR 9,y 3 THENCE through the interior of said Zavala remnant tract, with the southerly boundary line of said Tract II, N54047.12NZ for a distance of 933.48 feet to THE POINT OF BEGINNING hereof and containing 0.643 acre of land more or less. ODIAMOND SURVEYING, INC r��ANE P.O. BOX/9J7, GBORGUVWN, 7X78677 (5!7)97 -JlQOSHANE SHAFER-, .L. S. NO. 5281 DATE S EXHIBIT SKETCH TO FOR A 0.407 -ACRE TRACT OF Ly ) BOUNDS DE., D TRACT 'A", AND A 0.643 -ACRE TRACT OF LAND, "B", BOTH TRACTS BEING SITUATED D� IN THE NANTON O FLORES SURVEY, ABSTRACT NO. 235. WILUAMSON COUNTY, TEXAS, BOTH BEING A PART OF THE EASTERLY REMNANT PORTION OF THE CALLED 25.8 -ACRE TRACT OF LARD CONVEYED TO ZAVALA AS DESCRIBED IN VOLUME 1129, PAGE 778 OF THE OFFlCIAL RECORDS OF WILUAM$ON .COUNTY, TEXAS. 1) BEARING BASIS NAD -83(1993), TEXAS (4203), STATE PLANE, \ CENTRAL \ / \ \ LUTZ 862/545 / / \ SAWYER / \ 872/664\ HERRERA \ �Jqi\ 00 \ \ 2322/65 \ y 1rJ / 22445514\ pF°�X�10 \PAUSEWANG\ �� JOHN C HOYLE \ 936/53 \ X 6 0.643 ACRE 2) ALL DOCUMENTS LISTED \ JOHN K. HOYLE' \ \ / S4 JOE L. ZAVALA HEREON ARE RECORDED IN THE \ JAMES D. HOYLE, \ y�' /9 VOL. n29, PG. 778 OFFICE OF THE COUNTY CLERK \ 6 CLAYTON R. HOYLE 8 ACRES OCALLED RT3 2F WILLIAMSON COUNTY, TEXAS, \ VOL. 641, PG. 645 \ J �� 5 11.01 AC S y.P CITY OF GEORGETOWN 20' WIDE WATER k WASTEWAI EASEMENT DOC.\9510824 HILL COUNTRY BIBLE CHURCH -GEORGETOWN \\ DOC.26.651L AC \ L , 4 It _ 6 a; -4� ti Vnti�'C iii NF1 Gam\..\.. 49 • � �NhFR�j> � \\� �p(I00 JOE L. ZAVAI.A VOL. 1129, PG. 778 CALLED 25.8 ACRES L13 a c?��P�� qF OF SHANE S Z \» LEGEND 4 528' COTTON SPINDLE FOUND <'9 '.Aesstl .VSA • =IRON ROD FOUND tiO SUR 0.407 ACRE - IRON ROD SET B.F.R.B= BEGIN FOR REFERENCE TRACT AND JOE L scALE: \\ 1"= 200' \ OG\ O <LP HAFER \ 1. Shane Shafer, Registered ProfesslonaL Land Surveyor In the State of Texas, hereby certify that this plat represents a survey made on the ground under my direct supervlslon, completed on August 17, 2006. At the time of this survey there were no encroachments, conflicts, or Protrusions apparent on the ground, EXCEPT AS SHOWN. This bentflt of. Title Report and does not show alt existing survey was performed withouteasements, USE OF THIS SURVEY BY OTHER PARTIES SHALL BE AT THEIR OWN RISK AND UNDERSIGNED SURVEYOR AND DIAMOND SURVEYING, INC. IS NOT RESPGNSIBLE FDR ANY LOSS RESULTING THEREFROM. R,P,L,S, NO, 5281 -----�'-/7-a_o DATE DIAMOND SURVEYING, INC. P.O. BOX 1937, GEORGETOWN, TX 78627 (512)931-3100 Council Meeting Date: February 27, 2007 AGENDA ITEM COVER SHEET Item No. )— SUBJECT: Discussion and Possible action with regards to an update related to the City's Pass -Through Financing Proposal from December 2005 and impacts to GTEC projects along with Williamson County Road Bond Issue passed by voters in November of 2006. ITEM SUMMARY: The recent feasibility study performed by TxDOT on the South West Bypass indicated that this is a viable project. Recent meetings with Williamson County and the Texas Department of Transportation have indicated little support for the South West Bypass project due to drainage and environmental issues. They have indicated a desire for the completion of the north bound IH -35 frontage roads from Blue Springs Boulevard to Highway 29. The County has indicated a desire to spend bond funds on projects that can be started in a relatively short timeframe. The County sees the South West Bypass as not meeting these criteria and would rather fund more viable projects elsewhere. The projects Williamson County has offered to fund include the upgrades to State Highway 29 and County Road 104 near the new High School location, the reconstruction of Inner Loop between IH -35 and CR 110 and the completion of the north bound IH -35 frontage road between Blue Springs Boulevard and SH 29. The meetings have indicated an urgency to come to a consensus on the disbursement of funds before they are directed elsewhere. Should the bond funds be disbursed in the above manner, it would be in the City's interest to proceed with construction of GTEC's Southeast Arterial One. This new arterial connecting to a newly constructed section of Inner Loop would provide of an alternative route to State Highway 29 through Georgetown. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: None GUS BOARD RECOMMENDATION: GUS Board was updated on this issue at the February 21" meeting. STAFF RECOMMENDATION: Accept the County proposal and proceed with construction of the Southeast Arterial One. COMMENTS: None ATTACHMENTS: Map indicating Submitted By: // John Aldridge, U Jim Briggs v Transportation Engineer Assistant City Manger for Utility Operations Priority Roadway Projects 0 0.5 , Milos rem.ary x+. zoo+ C. tURGETOWN TEXAS Council Meeting Date: February 27, 2007 Item No.�` AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action for the award of the annual bid for Hot Mix Asphalt to Heart of Texas Hot Mix of Temple, Texas, in the estimated amount of $441,000.00. ITEM SUMMARY: Bids were received to provide the City with Type "D" and Type "A" hot mix asphalt for a one-year period beginning February 2007. The staff recommendation is to award this bid to the low bidder responding, Heart of Texas Hot Mix of Temple, Texas, in the estimated amount of $441,000.00. This asphalt will be used in the construction and repair of City streets and is ordered on an as needed basis. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funds for this expenditure are budgeted in Maintenance -Streets and overlay-CIP accounts. GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the February 20, 2007 GUS Board meeting. STAFF RECOMMENDATION: COMMENTS: NONE ATTACHMENTS: 1. Bid Tabulation Submitted By: Mark Miller, Jim Briggs, Transportation Services Assistant City Manager Manager for Utility Operaitons BID NO. 27014 Hot Mix Asphalt February 1, 2007 — January 31, 2008 APPROX ITEM QTY Type D Hot Mix Asphalt 10,000.00 Total Type D Asphalt Type A Hot Mix Asphalt Total Type A Asphalt Estimated Annual Total *Recommended Vendor No Response Bridges Asphalt Capitol Aggregates Centex Materials RTI Hot Mix Austin Bridge and Road * Heart of TX Hot Mix Price Per Ton $42.00 $420,000.00 500.00 $42.00 $21,000.00 $441,000.00 Austin Asphalt Price Per Ton $44.00 $440,000.00 $44.00 $22,000.00 $462,000.00 Agenda Item Check List Financial Impact Agenda Item: Annual Hot Mix Bid Agenda Item Subject: Consideration and possible action for the award of the annual bid for Hot Mix Asphalt to Heart of Texas Hot Mix of Temple, Texas, in the estimated amount of $441,000.00. Is this a Capital Improvement 0 Yes O No Project: Council Date: 02/27/2007 link to Agenda database => Q Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: If so, how? Identify all on-going costs (i.e., insurance, • Yes O No • Yes O No 100 -134 -5801 -RF or 100-134-5804-00 Overlay $ 441,000.00 O Yes • No Yes • No Yes • No Department: annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: U Yes 0 No If so, what division(s)? Prepared by: Mark Miller Date: 02/21/2007 4genda Item Checklist: In Process AM 102/26/2007 09:59:46 Lara futility Approval Cycle Settings Council Meeting Date: February 27, 2007 Item No. & G cz ' AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve a contract amendment with Dacon Ltd. for services related to the construction of the East Substation in the amount of $366,564.98. ITEM SUMMARY: Bids were received and awarded to Dacon Ltd. of Deer Park, Texas for the construction of the East and South Substations in the amount of $7,997,990.00. At the time of bid award at the May 23, 2006 Council Meeting, staff requested approval of a project contingency construction expense budget of $8,400,000.00 for any additional work performed within the scope of the project. Project change orders in excess of $25,000 were to be returned to Council for approval. Staff is requesting approval to release payment for $366,564.98 of change orders for the East Substation. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funds for this expenditure are budgeted in Electric Capital Improvement. GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the February 20, 2007 GUS Board meeting. STAFF RECOMMENDATION: Staff recommends approval of contract amendment for this additional work. COMMENTS: NONE ATTACHMENTS: 1. Dacon Change Order Invoices Submitted By: Mike Mayben, Energy Servi Manager Jim Briggs, Assistant City Manager for Utility Operations DACON7� P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479-7409 TECL 17443 July 5, 2006 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East" 138kV Substations Additional Work Order # 001 Site Pad Sub -Base / Rock Changes Dacon Project # 11751 Gentlemen: Please see the following that represent changes to the original contract amount: "East" 138kV Substation Per revision to Steger — Bizzell Print # 20759 (Sheet 3 of 6): 1. Adding 4" of flex base limestone to work area of Substation 2. Adding 12" of flex base limestone to traffic rated area of Substation. 3. Regrading and placing 2" of top rock Original Limestone Top Rock Quote - S4 - (Deduct) $ (12,996.00) Additional Work Order #1 (Including Mark-Up) $ 56.421.30 Adjusted "S-4" Total $ 43,425.30 Original Contract Amount $ 3,481,910.00 Addition Work Order # 1 S 43.425.30 Adjusted Contract Amount $ 3,525,335.30 Please sign below showing your approval. Approved (Randall Buchanan) Project Engineer— Georgetown, Tx. If you have any questions, please call me at 281-479-7409 extension # 1123. Sincerely, D.M. "Bo" Davis, Jr. Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola -McCord Engineering RIyJ]IN py it�p iLLVy Ctlyr pyd Ll[llYlq iN RIYj11—n 04,"IS)Au-'7--'17111.9C66p}B3U1.513W6365W. �¢wvx.(CNCS:T.60. W'mRg1Y1LL P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 419.7409 TECL 17443 Dec. 05, 2006 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East" 1381kV Substations Additional Work Order # 002 Foundation Changes Dacon Project # 11751 Gentlemen: Please see the following that represent changes to the original contract amount: "East" 138kV Substation 1. Foundation # L-13: Changed from original 24" diameter to 30" diameter (Qty. 18) Original — Labor - $ 700.00 Material - $ 275.00 Total - $ 975.00 Revised — Labor - $ 700.00 Material - $ 815.26 Total - $ 1,515.26 Difference per foundation : $ 540.26 18 Foundations X $ 540.26 = $ 9,724.68 Sub -Total (L-13) $ 9,724.68 2. Foundation # L-15 : Changed from original 24'' diameter to 30" diameter (Qty. 8) Original — Labor - $ 675.00 Material - $ 325.00 Total - $ 1,000.00 Revised — Labor - $ 675.00 Material - $ 879.13 Total - $ 1,554.13 Difference per foundation : $ 554.13 8 Foundations X $ 554.13 = $ 4,433.04 Sub -Total (L -1'S) $ 4,433.04 RroOXWT-, Tne'eu,�W WNlk Me RWWY(, P 05 c. '2157. A� tev ill I t 512 -A6} Ba..",—i e. sv,suuuuimo-mu 3 Foundation # L-19 : Changed from original 24" diameter to 30" diameter per MEI print # MEI 7007 (2 of 2). (Qty. 4) Original — Labor - $ 675.00 Material - $ 325.00 Total - $ 1,000.00 Revised — Labor - $ 675.00 Material - $ 879.13 Total - $ 1,554.13 Difference per foundation : $ 554.13 4 Foundations X $ 554.13 = $ 2,216.52 Sub -Total ,(L-19) $ 2,216152 4. Foundation # L-7 : Changed from original 48" diameter to 54" diameter per MEI print # MEI 7007 (2 of 2). (Qty. 8) Original — Labor - $ 6,250.00 Material - $ 4,500.00 Total - $ 10,750.00 Revised — Labor - $ 8,250.00 Material - $ 10,692.33 Total - $ 18,942.33 Difference per foundation : $ 8,192.33 8 Foundations X $ 8,192.33 = $ 65,538.64 Split Costs 50150 S 32,769.32 Sub -Total (L-7) $ 32;769.32 Grand Total of AW0 #.i2 $ 4,43.6 Original Contract Amount $ 3,481,910.00 Revised Contract Amount (through AWO # 1) $ 3,525,335.30 Addition Work Order # 2 S 49,143.56 Adjusted Contract Amount $ 3,574,478.86 Please sign below showing your approval. Approved (Randell Buchanan) Project Engineer — Georgetown, Tx. If you have any questions, please call me at 281-478-3323 Sincerely, Blake Sudberry cc: Mike Dutf - MEI Project Manager Gary Tobola - MEI R"m Wn 7ea.o4ommRewi..R Reeeaue.vo. Rc. izisr. .rem 757•17�929 5124esmw..em..-....e I.. u,dmm:axu DACE1 P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479.7409 TECL 17443 Dec. 05, 2006 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East" 138kV Substations Additional Work Order # 003 Addition of (6) - Y4 Dacon Project # 11751 Gentlemen Please see the following that represent changes to the original contract amount: "East" 138kV Substation Per request from McCord Engineering 1. Addition of (6) Y4 for East $4,800.00 Sub - Total $4800.00 Original Contract Amount $ 3,481,910.00 Revised Contract Amount (through AWO # 2) $ 3,574.478.86 Addition Work Order# 3 $ 4,800.00 Adjusted Contract Amount S 3,579.278.86 Please sign below showing your approval. Approved (Randell Buchanan) Project Engineer — Georgetown, Tx. If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola - McCordEngineering R,q..r.i.renuq. R,,u rPp RP. 12,57 23711, eeonewu2ox.512-M3-Bste..eRSPe ++»c«n.swsawwmva.0 r BACON P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281 ) 479-7409 TECL 17443 Dec.05,2006 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East" 138kV Substations Additional Work Order # 005 Addition of (1) L-28 Low Bus Support Dacon Project # 11751 Gentlemen: Please see the following that represent changes to the original contract amount: "East" 138kV Substation Per revision to McCord Engineering Foundation print # 1. Addition of (1) L-28 (Low Bus Support Foundation) which includes: a. Foundation — L28 $ b. Anchor bolts — A42 $ c. Support Steel — A5 $ d. Insulator — A11 S e. Bus Fitting — A31 $ Sub - Total Original Contract Amount Revised Contract Amount ( through AWO # 4 ) Addition Work Order # 5 Adjusted Contract Amount Please sign below showing your approval. Approved 1,300.00 101.20 1,214.31 346.79 144.89 3,107.19 $ 3,481,910.00 S 3,632,959.03 $ 3,107.19 S 3,636,066.22 (Randall Buchanan) Project Engineer — Georgetown, Tx. A�h7MT�Wn,Lare9q m R9p9 PC 12367 TOE 1911,. 1apa99192M.91M69-0S99WWt. w.w,tt,ne.a,lleaWme4am If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola - McCord Engineering Re ;..I T,w Tea'I6 p.1n p1L.n"atl RM.u. PO. WI 12161 Putin. T. 19711. 1.9W96 =,5121-3) Wd. •w4b. wx..Ign6B.Ymc u,uFWl�nµlcM JbACUN P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479-7409 TECL 17443 Jan. 02, 2007 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East" 138kV Substations Additional Work Order # 7 Rev 1 Addition of Conduit Dacon Project # 11750 Gentlemen: Please ser; the following that represent changes to the original contract amount: "East" 138kV Substation Per request from McCord Engineering : Addition of (4) 4in conduits for phone / fiber (540ft total) e 540ft 4in PVC $9.30 / ft • 4in fittings (90's, couplings, etc) ' Excavation / Backfill / Sand Sub - Total 2. Addition of (4) tin conduits & material for 15KV PTs (100ft total) $5022.00 $777.18 $5977.80 $11,776.98 ' 1 00f tin PVC $6.18 / ft $618.00 ' 2in fittings (90's, couplings, etc) $624.40 ' Excavation / Backfill $1184.00 ' Flex conduit & fittings $8428.33 ' 4 JB's w/ term blk & fuse & mntg $1267.60 Sub - Total $12,122.33 3. Addition of (4) 2in conduits for SEL Boxes ' 80ft 2in PVC $6.18 / ft $494.40 ' 2in fittings (90's, couplings, etc) $624.40 ' Excavation / Backfill $947.20 ' Flex conduit & fittings $620.50 Sub - Total $2,686.50 Total for AWO #7 $26.585.81 apwmM e,rnalea. oepvomry of L n,MN Sn.11 n. P.O.B 12157. AWn. recap]el,,. t -ac,, mz. suZ o9 caw¢ uwxw'I,%n,e fWe>uYcomWUPe Or ginal Contract Amount 3,461,910.00 Revised Contract Amount (through AWO # 6) $ 3,643,077.22 Addition Work Order # 7 Adjusted Contract Amount Please sign below showing your approval. Approved (Randell Buchanan) Project Engineer — Georgetown, Tx. If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola - McCord Engineering 26,585.81 3,669,663.03 Re UW uTw Tw DrDarMenvl:KVFIv aMRepli VOP 12151.E ,Tu 78111 512 48}MW s mu. m xCam sW.auLcomgax.s LOACON P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479-7409 TECL 17443 Dec. 11, 2006 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: 'East" 138kV Substations Additic-:al Work Order # 8 Control Wire Installation & Terminations Dacon Project # 11751 Gentlemen: Please see the following that represent changes to the original contract amount: "East" 138kV Substation 1. Control Wire Installation (23415ft) $33,912.22 Control Wire Terminations (692 Terms) $9,574.60 Sub - Total $43,486.82 Original Contract Amount $ 3,481,910.00 Revised Contract Amount (through A\VO # 7) $ 3,669,663.03 Addition Work Order # 8 $ 43,486.82 Adjusted Contract Amount $ 3,713,149.85 Please sign below showing your approval. Approved (Randall Buchanan) Project Engineer — Georgetown, Tx. If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola - McCord Engineering R"LLY WT imp p,p WltONiy"I"0J 1. P 0& 1' 2157, AvV, Tp 74711, 1$Y183}&M 512461-05W We" w Ce R MtMMl LOAMIN P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479.7409 TECL 17443 Jan. 02, 2007 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: `East" 138kV Substations Additional 'Mork Order # 9 Rev 1 Additional Adapters, Spacers, Bus Fittings, etc. per Revised IFC Dwgs Dacon Project # 11751 Gentlemen: Please see the following that represent changes to the original contract amount "East" 138kV Substation Additional Adapters / Spacers due to bus spacing 24 — 9MA1 (moving the Xtmr law voltage breaker switches out to align with bus) @ $166.45 ea - $3,994.80 tot 12 — 10SP1 (for spacing the bus out to clear the added VT's on the Xtmr breaker structure) @ $131.45 ea - $1,577.40 tot 6 —10BK1 (for adapting the low voltage VT's to the Xtmr breaker structure) @ $155.20 ea - $931.20 tot 2 - 12SPl (for raising the center insulators to match the outside phases on the low voltage tie breaker structure) @ $122.70 ea - $245.40 tot 4 —12SP2 each (for adapting the outside phases to 3'-0 phase spacing from center on the low voltage tie breaker structure) @ $155.20 - $620.80 tot 4 — 12AD1 (for adapting the switch mountings to line up terminals with bus on the low voltage tie breaker structure) Two center phases @ $128.95 ea - $515.80 tot 4 —12AD2 (for adapting the switch mountings to line up terminals with bus on the low voltage tie breaker structure) Two outside phases @ $136.45 ea - $545.80 tot 4 —12AD3 (for adapting the switch mountings to line up terminals with bus on the low voltage tie breaker structure) Two outside phases @ $136.45 ea - $545.80 tot 24 — BA1 (bent aluminum bar to adapt 1200 amp. bus attachment to the low voltage tandem hookslick switch @ $155.20 ea - $3,724.80 tot Sub Total Line 1 $12,701.80 2. Additional Bus Fittings I Terminal due to bus spacing 112 — A30W.3 — Weld 3in 90 deg @ n/c 38 - A30W.4 —Weld 3in 45 deg @ $58.36 ea - $2,217.68 tot 48 - A30W.5 — Weld 3in T @ $41.64 ea - $1,998.72 tot 12 —Al 5.4 Terminal 2 -750 bolted @ $120.53 ea - $1,446.36 tot Sub Total Line 2 $5,662.76 Rp1fO 7i, TaxO9WrenM of L's1 m9 Pekl Den. POWs 12152 M .Tem 79711. 1-0p6BpT8 512465x Yl ..P wNv lcama slmeu�wa+mdann 3. Additional Bus ittings for PT's 9 -At8 T Connector 3in to 4 hole pad @ $76.34 ea - $687.06 tot 9 - A47 Terminal #4 Bolted @ $91.90 ea - $827.10 tot 18ft - 016 #4 Copper Cable @ $26.42 it - $475.56 tot 75ft - Q1 - #4I0 Copper Cable @ $36.56 ft - $2,742.00 tot 18 - Q15 Ground Clamp @$36.73 ea - $661.14 tot Sub Total Line 3 $5,392.86 Total AWO # 9 $23,757.42 Original Contract Amount $ 3,481,910.00 Revised Contract Amount (through AWO # 8) $ 3,713,149.85 Addition Work Order # 9 $ 23,757.42 Adjusted Contract Amount S 3,736.907.27 Please sign below showing your approval. Approved (Randell Buchanan) Project Engineer — Georgetown, Tx. If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola - McCord Engineering R"Ji WT TE.T Polo 91 L< "NlpJ mPO. 11157.A .Tw7!711.1-0OPM}C202.512.46-%N. �: wv'x bna,MkO_P.'-ti Om DACONI P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479-7409 TECL 17443 Jan. 02, 2006 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East' 138kV Substations Additional Work Order # 10 Rev 2 Additional Crouding per Revised IFC Dwgs Dacon Project # 11751 Gentlemen: Please see the following that 1 epresent changes to the original contract amount: "East" 138kV Substation 1. Additional Grounding Material per Revised IFC Dwgs: 7 — Q3 1 Oft Ground Rods @ $93.00 ea - $651.00 tot 105 — Q11 Size #200 Shots @ $18.70 ea - $1963.50 tot 9 — Misc Molds - NIC Sub Total Line 1 $2,614.50 Original Contract Amount $ 3,481,910.00 Revised Contract Amount (through ADVO # 9) S 3.736,907.27 Addition Work Order # 10 $ 2,614.50 Adjusted Contract Amount S 3.739.521.77 Please sign below showing your approval. Approved (Randall Buchanan) Project Engineer — Georgetown, Tx. If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola -:McCord Engineering A�vW+wx h TM Tem OWNner' a Wrong aM aepJ.mo. P o. BOx �zls]. aaF. Tom 1!]t 1. 1-eooew-6z@,SII-�OJ�N..emze..ww.xreme>tae.nuNmpYro J-13Ac P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479-7409 TECL 17443 Jan.02,2007 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East" 138kV Substations Additional Work Order 111 Rev 1 Additional Material Approved per Distran BOM Dacon Project # 11751 Gentlemen: Please see the following that represent additional material as approved per Distran BOM "East" 138kV Substation Bid Schedule Total 1 AS Low Bus Support -2 $1,214.31 $(2,428.62) 2 All Insulator, Station Post, 138kV -2 $346.79 $(693.58) 3 A15 Terminal Pad, AI., Bolted, Cable to Flat -18 $39.58 S(712.44) 4 At 5.3 Terminal, 750 MCM Copper Cable to 4 -Hole, 4" Wide Pad 96 $90.55 $8,692.80 5 A15.4 Terminal, (2) 750 MCM Copper Cable to 4 -Hole, 4" Wide Pad 12 $120.53 $1,446.36 6 A16 Terminal Pad. Weldment. AJ., 3" Bus to Center 18 $93.83 $1,688.94 7 A18 Connector. Bus 1"- 3" Range 60 $75.31 $4,518.60 8 A21.1 Bus Support, Verticle, 3' IPS AJ. tube to S" B.C. Belted 24 $142.00 $3,408.00 9 A22 Bus, Al- 3' IPS 94 515.12 $1,421.28 10 A26 End Plug, Corona, Al. for 3' tubing -12 $100.94 $(1,211.28) 11 A28 Bus, AI., 2' IPS 40 $10.20 $408.00 12 A29 Connector. W eldment Tee, AL, 2' tube to (2) 2" tubes -6 $93.59 $(561.54) 13 A29.1 Connector, Vee, 4" IPS Al. Tube to (2) 2" IPS AI. Tube 15' 6 $95.80 $574.80 14 A30 Connector, Weldment Tee, Al., 2" tube to (2) 3" tubes 15' -12 $80.36 $(964.32) 15 A30.1 Connector, Angle Tee, 4" IPS AI. tube to 2" IPS AI. Tube 15" 12 $81.90 $982.80 16 A31 Clamp, Bus Support, 4"A. -2 $144.89 S(289.78) 17 A32 Bus, A]. 4' IPS 204 $16.53 53,372.12 18 A33 Terminal. 4" IPS AI. tube to 4 -hole, 4" wide pad Center formed 12 $98.30 $1,179.60 19 A34 Terminal, 4" IPS Al. tube to 4 -hole, 4' wide pad Expansion 12 $214.11 $2,569.32 20 A37 Connector, Expansion. A. 4" tube to tube 3 $568.90 51,766.70 21 A38.1 Connector, Tee. 4' IPS AI. tube to 4 -hole, 4" wide pad 6 $75.31 $451.86 22 A41 Station Post Insulator, 231kV. 150kvbil, TR -208 -6 5108.42 $(650.52) 23 A43 Termination. Scolchlock 40000 Seires 2 -hole lug 6 $275.81 S1,654.86 24 A43.1 MBS Series Mounting Bracket 6 $130.57 $783.42 25 01 Disconnect Switch. single phase, 2000 amp -12 $ 642.27 $(7,707.24) 26 D2 Disconnect Switch, single phase, 1200 amp 12 $600.00 $7,200.00 27 D3 Disconnect Switch, single phase, 1200 amp tandem 6 5326.78 $1,960.68 28 04 Ground Rod, 20' Length 4 $247.62 $990.48 Rty WW p I n Tem DepvYnN"d LtW y PeguYu POE 12157.A M. Tp 19111, 1-MOBp1 U.512 40 WN"vl nw kavf.9W".LL Mpla 29 06 Cartridge, Type GT, Size 250 4 $48.98 $195.92 30 07 Cartridge, Type GT, Size 150 6 $39.00 $234.00 31 010 Cartridge, Type VG, Size 150 4 $39.00 $156.00 32 011 Cartridge, Type XA, Size '.50 9 $39.00 $351.00 33 U5.1 15kV, 200E Amp, Power Fuse Unit Sid. Speed 2 $235.03 $470.06 34 U22 Ground Rad 4 $79.74 $318.96 35 EBt-A5 138kV Bus Support Stand, Single Phase, 14' Bus Height 2 $1,214.31 $2,428.62 E02- 36 All Station Post Insulator, 138kV, 650kvbil, TR -289 2 $346.79 $693.58 EB3- 37 A31 Bus Support Clamp, 4' IPS AI. tube to 5' B.C. 2 5144.89 5289.78 EB4- 38 A15 Terminal, 795MCM ACSR to 4 -hole pad Bolted 6 $39.58 $237.48 EB5- Anchor Bolts, complete wl2 nuts and washers for std. 39 A42.1 Structures 12 $25.00 $300.00 40 EB6-Y Suspension Insulators Gass 52-12 12 $218.75 52,625.00 41 EB7-Y DE, Compression 12 $287.50 $3,450.00 42 EB8-Y Line Post Insulator 3 5868.75 $2,606.25 43 EB9-Y Suspension Clamp 3 $9.06 $27.18 44 EB10-Y Hardware Botts 6 $16.87 $101.22 TOTALS - 544,336.35 Original Contract Amount $ 3,481,910.008 Revised Contract Amount (through ADVO # 10) S 3,739,521.77 Addition Work Order # 11 $ 44,336.35 Adjusted Contract Amount $ 3,783,858.12 Please sign below showing your approval. Approved (Randell Buchanan) Project Engineer - Georgetown, Tx. If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola - McCord Engineering FepJmeO o -r Tre raa� oanm�w d Lcannp w Rnre>•m PO 9 i 12157.. Tem>ef+t i.�, siz-463-M i wm,ae .... irsne au�e v_uxannaes D'�CO P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479-7409 TECL 17443 Dec. 11, 2006 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East" 138kV Substations Additional Work Order # 012 Additional Static Material Decon Project # 11751 Gentlemen: Please see the following that represent changes to the original contract amount: "East" 138kV Substation 1 . Additional Static Material for TXU poles and static masts: 6 — Y5 — Static Hardware @ $212.11 ea - $1272.66 tot Sub Total Line 1 51,272.66 Original Contract Amount $ 3,481,910.00 Revised Contract Amount (through AWO # 11) $ 3,783,858.12 Addition Work Order # 12 $ 1,272.66 Adjusted Contract Anwunt $ 3,785,130.78 Please sign below showing your approval. Approved (Randall Buchanan) Project Engineer— Georgetown, Tx. If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola -McCord Engineering RryUIMOO py ilgTWSOgq,L"B"01 LYAnSaq yq R0pYa4)n PO M"12157. M W,Ta 70711.I-pABOy$p3. 51ZaW.5509. w,hYa wnwImnY aWa.b u,laMnPlaintl JACUR J P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479-7409 TECL 17443 Jan. 03, 2007 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East" 138kV Substations Additional Work Order # 013 Additional Station Service M?terial Dacon Project # 11751 Gentlemen: Please see the following that represent changF.s to the original contract amount: "East" 138kV Substation 1. Additional Station Service Material: 2 ea - Item U6 — Surge Arrestor @ $39.90 ea - $79.80 tot 6 ea — Item U2.1 - #1/0 Lug @ $50.82 ea - $304.92 tot 2 ea — Item U2.2— 241/0 Lug @ $90.36 ea — $180.72 tot 20 ft — Item #1 /0 Cu @ $2.94 / ft - $58.80 tot Sub Total Line 1 S624.24 Original Contract Amount $ 3,481,910.00 Revised Contract Amount (through AWO # 12) $ 3,785,130.78 Addition Work Order # 13 5 624.24 Adjusted Contract Amount $ 3,785,755.02 Please sign below showing your approval. Approved (Randall Buchanan) Project Engineer — Georgetown, Tx. If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola - McCord Engineering RepWM by 77,e Tem 0W.MM W LcenW, x R., i,PO8a�11151.•uen.T.78711,1."W3.02Q. 8114834%9, wegee www 1. W.2vato Io P. O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281)479-7409 TECL 17443 Jan. 16, 2007 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: *East138kV Substations Additional Work Order # 014 Addition of transition plates @ switches I bus Dacon Project # 11751 Gentlemen: Please see the following that represent changes to the original contract amount: "East" 138kV Substation Addition of transition plates @ switches / bus: Distribution Bays— 9 per bay @ 8 bays = 72 plates @ $39.11 ea - $2815.92 tot Main Tie - 6 per bkr @ 2 bkrs = 12 @ $39.11 ea - $469.32 tot PT's —1 per PT @ 9 PT's = 9 @ $39.11 ea — $351.99 tot Total $3,637.23 Original Contract Amount $ 3,481,910.00 Revised Contract Amount (through AWO # 13) $ 3,785,755.02 Addition Work Order # 14 $ 3,637.23 Adjusted Contract Amount S 3,789,392.25 Please sign below showing your approval. Approved (Randell Buchanan) Project Engineer — Georgetown, Tx. If you have any questions, please call me at 281-478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Gary Tobola - McCord Engineering AeP bfT Tu OtpslmeMa'lcwW*v R,plaon. P.O.B 12157.N T. 14711, I-V W3 62 512 M%.w « ttne At4wV++N— 'DAC11 O. BOX 1300 DEER PARK, TEXAS 77536 PHONE (281) 479.7409 TECL 17443 Jan. 31, 2007 City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, Texas 78626 Reference: "East" 138kV Substations Additional Work Order # 015 Deletion of Item J2 Dacon Project # 11751 Gentlemen: Please see the following that represent changes to the original contract amount: "East" 138kV Substation Deletion of Item J2 Total Original Contract Amount $ Revised Contract Amount (through AWO # 14) $ Addition Work Order # 15 $ Adjusted Contract Amount $ Please sign below showing your approval. Approved (Randell Buchanan) Project Engineer— Georgetown, Tx. If you have any questions, please call me at 281478-3323. Sincerely, Blake Sudberry Project Manager Cc: Mike Duff - McCord Engineering Crary Tobola - McCord Engineering $<1,085.00> 3,481,910.00 3,789,392.25 <1,085.00> 3.788,307.25 kb,ulabad by Tba T.W DIyYMM al Lunvp and Nae�bnft,P.oPO.�]m1.4�aYn.Teu.)e/i,.�.bWw}%Oi.],x..ases08, wetM. WM. Yun,O.YTC.0.ulmmaaYM NN40e0 b,TK—eusGwana+PtllwreaV antl RwwPQ.I .2-51 "*1 h;. ]WI FIOOedte3W.]iN0166B]. wabaw. w.w. ramazvPo,s'mlMaws Agenda Item Check List rrt4 - Financial Impact Agenda Item: East Substation amendment Agenda Item Subject: Contract amendment with Dacon Ltd. for services related to the construction of the East Substation Is this a Capital Improvement • Yes No Project: Council Date: 02/27/2007 link to Agenda database => iCo Need Help? Was it budgeted? 0 Yes No Is it within the approved budgeted amount? • Yes No ' If not, where is the money coming from? G/L Account Number 611-101-6618 Amount Going to Council $ 366,564.98 Is there something (budgeted) that won't get Yes • No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's Yes • No budget? If so, please explain. Does this project have future revenue impact? Year: 2007 and beyond If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, • Yes + No Department: Georgetown Utility Systems Electric revenue operational costs, etc...). ' Estimated staff hours: Cross -divisional impact: Yes • No If so, what division(s)? Prepared by: Walter Koopmann Date: 02/23/2007 Approval Cycle Settings Council Meeting Date: February 27, 2007 Item No. G G 3 AGENDA ITEM COVER SHEET SUBJECT Consideration and possible action for the construction and purchase of electric distribution and transmission facilities related to the Chief Brady Substation expansion with Lower Colorado River Authority ("LCRA") to be used for dual feed service for Project Lonestar in the amount of $768,827.00 ITEM SUMMARY: Approval of this agreement will allow the City of Georgetown to purchases of electric transmission and distribution facilities currently being constructed to serve Project Lonestar from the LCRA transmission system. Purchase of these facilities will allow the city to continue in the direction of the City pursuing ownership of our substation facilities to serve our load. SPECIAL CONSIDERATIONS: LCRA is constructing this expansion of these facilities to allow dual feed service from separate transmission facilities per the requirements of Citigroup and has offered to sell them to the City of Georgetown for their construction price. ' FINANCIAL IMPACT: Funds for this purchase will be part of the Citigroup Electric Services Agreement. GUS BOARD RECOMMENDATION: Thisitem was recommended by the GUS Board for Council approval at the February 20, 2007 GUS Board meeting. STAFF RECOMMENDATION: COMMENTS: Staff recommends approval for the construction and purchase of these facilities from LCRA. ATTACHMENTS: Documentation of construction costs by LORA. U� Submitted By: M chael W. Maybe Jim Briggs. Energy Services anager Assistant City Manager I for Utility Operations LCRA Lcon CONSTRUCTION SERVICES IL CONTRACT FNECS:"•tYAlC4• CO IWM MvR ' CLi STMIER: CityolCiccrgctouu 3UOIndustrial Ave. Gcor et(m it, Texas 78626 PROJECT: Substation Construction - Chief Bradt Substation DATE SUBMITTED: February 06, 2007 Customer Job: 0 SCOPE OF SERVICES: Customer Ref #: o Construction services to build the relay and control portions of City of Georgetown facilities at Chief Brady Substation as required for the addition of a new power transformer (PWT -2) project per Engineering drawings defined in attached Attachment "'A". The work shall include but not be limited to installing one new City of Georgetown owned power transformer and associated low voltage equipment at Chief Brady Substation. This contract price includes materials, labor and equipment to build specified units as shown on attachement "B." SCHEDULE: Begins; Starting upon contract approval. Completion: Completion by June 1, 2007. ONSTRUCTION CONTRACT PRICE: Firm Price $220,417.00 Note: Price is based on units as described in attachment "B." Customer and the Lower Colorado River Authority agree that the work described above shall be performed in accordance with the terms and conditions on the front and reverse sides of this form. City of Georgetown Lowe JJColorad River Authority By: By: LCLlri.— an t Title: Title: anger, I ransrtnssion Uitstomer e anons 1)ntcr. Dmcc. Pehnim) 6, 200' OFFICE USE ON IX jobDewriiuion: Acamrti _ Approctd By: LCRA Work Ower. Completion Date: _ Attachment "A" 4 LCRA shall provide Substation Engineering Services as follows: General: 1. LCRA will provide engineering services to design the addition of a 40 MVA power transformer, PWT -2, to the Chief Brady Substation. The design shall include the addition of a 138kV circuit switcher bay and associated isolation and transfer switches, protective relaying for the transformer, and the addition of two (revised to four) 25 kV low voltage bays (one total bay, four active feeder bays). The work shall include the design of all required concrete foundations, steel structures, busses, grounding connections, relaying and control wiring, panels, conduits and other systems necessary to provide an operating power transformer installation. 2. LCRA will prepare engineered "For Construction" drawings suitable for release to equipment and/or construction services vendors. 3. Deliverables will include: a. 1- CD ROM of "For Construction" prints in .pdf format with engineer's seals and signatures. b. 1- CD ROM of "As -Built" prints in .dwg format upon completion of construction. 4. The engineering design will be performed and billed on an hourly basis, with the total fee not to exceed the estimated amount shown on the attached contract without your prior approval. Billing would be based on actual LCRA cost plus administrative adders (cost plus billing method). 5. The estimated cost includes time for the following review / approval meetings: a. CDD review conference b. 90% review conference All drawings will be reviewed and approved by the customer prior to issuance of final "For Construction" drawings. 6. LCRA will provide all required design review and approval prints in ANSI `D' size format. Reproduction of drawings for bid or construction purposes has not been included in this proposal. Engineering Proposal 1 2/1/2007 Attachment "A" 7. The engineering included in this contract does not include construction specifications nor other engineering services for the Procurement or Construction phases of the project other than the following: a. LCRA will provide an engineering representative to attend any pre- bid and pre -construction conferences associated with this work. b. LCRA will answer questions and issue any required supplemental drawings during the construction phase. c. LCRA will provide a final inspection of the completed project. 8. Designs will utilize LCRA standard designs, structures, materials, control schemes and practices. 9. The City of Georgetown will provide suitable major equipment drawings, which would include equipment ratings, dimensions, wiring diagrams, nameplates or model numbers for all Owner furnished equipment that shall be incorporated into the designs for these projects. This data needs to be provided within two weeks of project initiation to maintain the engineering schedule. Electrical : _ 1. LCRA will prepare all required drawings including one -lines, layouts, ' cross-sections, elevations, grounding plans and details, bus cutting details, phasing diagrams, and project cover sheet with project descriptions. Update existing ultimate one -lines and layouts where they exist. 2. LCRA will perform all required engineering calculations including ampacity considerations, short circuit ratings, bus strength and ground grid design. 3. LCRA will prepare a detailed material list of all equipment, devices, and fittings required for the construction of the project. Materials will be LCRA TSC standard products. Structural : 1. LCRA will prepare all required drawings including site plans and fencing, grading plans if required. 2. LCRA will prepare foundation layouts and foundation design. Engineering Proposal 2 Z11i200"r Attachment "A" 3. LCRA will prepare detailed structural steel design based on the LCRA standard structures. Relay and Control: 1. LCRA will prepare all required drawings including the design of control panels, cable schedules, conduit schedules, and electrical components necessary for this project. 2. The control panel design drawings will include the panel layout, PT schematics, CT schematics, control schematics, equipment connection diagrams, and a detailed wiring diagram. 3. Engineering design will be in accordance with proper codes and will follow standard LCRA design practices. Distribution: 1. The LCRA design work estimated is for typical underground feeder exits originating at the substation riser structures, and terminating at City of Georgetown riser poles or sectionalizing enclosures just outside the substation fence, or within a short distance. It does not include any road ' — or other utility crossings. Routes and material specifications will be coordinated with the City, with substation and structural groups. The deliverables will include a material list. Schedule: 1. The proposed schedule for producing the substation design drawings are estimated as follows: CDD review meeting 90% design review meeting Issue for construction 2-3 weeks after contract initiation 3-4 weeks after CDD review 3-4 weeks after 90% review 2. Foundation drawings for transformer will be provided in advance to meet transformer delivery. 3. Project engineers will prepare long lead equipment list and coordinate with City of Georgetown to assure that materials are available to meet construction schedules. Engineering Proposal 2/1/2007 Attachment "A" Georgezc Utilities Chief rady UNIT A Rela and Control UNIT DESCRIPTION QTY. UNIT LABOR UNIT PRICE MATERIAL UNIT PRICE TOTAL UNIT PRICE EXTENDED PRICE R&C1 Trenching & Backhoe 1 EA. $13,944 $0 $13,944 $13,944 R&C2 Conduit 1 EA. $7669 $6,048 $13,717 $13,717 R&C3 Control Cable Installation & Termination 1 EA. $27,191 $21,667 $48,858 $48,858 R&C4 iStation Service FDS/Manifold 1 EA. $697 $712 $1,409 S1,409 R&C5 lControl Panel Installation 4 EA. $1,394 $0 $1,394 $5,576 R&C6 Potential Transformer Manifold 1 1 EA. $697 $408 $1,105 $1,105 R&C7 PWT Differential Panel Fabrication 1 EA. $0 $20,689 $20,689 $20,689 R&C 8 Distribution Feeder Panels Fabrication 2 EA. $0 $15,066 $15,066 $30,132 R&C 9 Relay Remote Communications Panel Fabrication 1 EA. $0 $35,400 $35,400 $35,400 R&C 10 Panel Checkout, Station Checkout & En er ize Station 1 Lot $49,587 $0 $49,587 $49,587 GROUP A TOTAL: $220,417 Attachment B . LCRA I�CONSTRUCTI R SERVICES APS9CONTRACT irmtavwAne-cosatasn scewces CGS 0)1l;R: Cityo"Georgetonn 100 Ltduslrial Ave. Georg: Iown, Texan 7$626 }, PROJECT: Substation Construction - Chief Brady Substation DATE SUBNIPCFBD: February 06, 2007 Customer Job: 0 SCOPE OF SERVICES: Customer Ref M 0 Construction services to build the relay and control portions of City of Georgetown facilities at Chief Brady Substation as required for the addition of a new power transformer (PWT -2) project per Engineering drawings defined in attached Attachment "'A". The work shall include but not be limited to installing one new City of Georgetown owned power transformer and associated low voltage equipment at Chief Brady Substation. This contract price includes materials, labor and equipment to build specified units as shown on attachement "B." SCHEDULE: Begins: Starting upon contract approval. Completion: Completion by June 1, 2007. CONSTRUCTION CONTRACT PRICE: Firm Price 5220,317.00 Note: Price is based on units as described ui attachment "B." Customer and the tower Colorado River Authority agree that the work describedabove suail.be performed In accordance with the terms and conditions on the front avid reverse sides of this form. City of Georgetown Lower Colorado River Authority By: By: ' t am unz Title: Title: Manager, Inuisuussrnusto—C mer Rea ons Date: Date: Febrn 6 2007 Ol EIC6 USE, ONLY lobDcscriylion: Ac ounti Approved By. , LURA %Salk Ol:ke Completion Date'. P.O. BOX 220 • AUSTIN, TEXAS • 78767 0220 • (5121 A73-3200 - 1-800376-5272 • WWW,tCRA.ORG LCRA L MIAr"n CONSTRUCTION SERVICES lk CONTRACT UW- WAFER• CiM&WW SfroM F"e CUS WMER: City of GcorectoiA t' ; 300 Industrial Av. 6 3 Georgetown; 1'cxas78 6' ' PROJECT: Substation Construction - Chief Brady Substation DATE SUBMITTED: January 12, 2007 Customer Job: 0 SCOPE OF SERVICES: Customer Ref th 0 Construction services to build City of Georgetown facilities at Chief Brady Substation as required for the addition of a new power transformer (PWT -2) project per Engineering drawings defined in attached Attachment "'A". The work shall include but not be limited to installing one new City of Georgetown owned power transformer and associated low voltage equipment at Chief Brady Substation. This contract price includes materials, labor and equipment to build specified units as shown on attachement "B." SCHEIiULE: Engin:: Starting upon contract approval. Cumplcdow Completion by June 1, 2007. CONSTRUCTION CONTRACT PRICE: Firm Price 5397,470.00 Note: Price is based on units as described in attachment "B." Customer and the Lower Colorado River Authority agree that the work described above shall be performed in accordance with the terms and conditions on the front and reverse sides of this form. Awa'u y t✓ City of Georgetown Lower Calor do River Authority By: By: Tide: Title: /%IGX-, ] li¢rtJ a :rt•+wGGCS%!w =! Datc: Datc: J anwy 12.2007 %a-7 01 2 ICL USE ONLY Job Description: 0. - ACCOL1116 _ Approved By. UTU%WorkOrder: Completion Date: P.O. BOX 220 • AUSTIN, TEXAS • 76767-0220 • (5121473-3200 • I.800.776-5272 • WWWACRA.ORG ' Attachment "A" LCRA shall provide Substation Engineering Services as follows: General: LCRA will provide engineering services to design the addition of a 40 MVA power transformer, PWT -2, to the Chief Brady Substation. The design shall include the addition of a 138kV circuit switcher bay and associated isolation and transfer switches, protective relaying for the transformer, and the addition of four 25 kV low voltage bays (one total bay, four active feeder bays). The work shall include the design of all required concrete foundations, steel structures, busses, grounding connections, relaying and control wiring, panels, conduits and other systems necessary to provide an operating power transformer installation. 2. LCRA will prepare engineered "For Construction" drawings suitable for release to equipment and/or construction services vendors. 3. Deiiverables will include: ' a. 1- CD ROM of "For Construction" prints in .pdf format with engineer's seals and signatures. b. 1- CD ROM of "As -Built" prints in .dwg format upon completion of construction. 4. The engineering design will be performed and billed on an hourly basis, with the total fee not to exceed the estimated amount shown on the attached contract without your prior approval. Billing would be based on actual LCRA cost plus administrative adders (cost plus billing method). 5. The estimated cost includes time for the following review / approval meetings: a. CDD review conference b. 90% review conference All drawings will be reviewed and approved by the customer prior to issuance of final "For Construction" drawings. 6. LCRA will provide all required design review and approval prints in ANSI 'D' size format. Reproduction of drawings for bid or construction purposes has not been included in this proposal. Engineering Proposal 1 Ih2/2007 Attachment"A" • 7. The engineering included in this contract does not include construction specifications nor other engineering services for the Procurement or Construction phases of the project other than the following: a. LCRA will provide an engineering representative to attend any pre- bid and pre -construction conferences associated with this work. b. LCRA will answer questions and issue any required supplemental drawings during the construction phase. c. LCRA will provide a final inspection of the completed project. 8. Designs will utilize LCRA standard designs, structures, materials, control schemes and practices. 9. The City of Georgetown will provide suitable major equipment drawings, which would include equipment ratings, dimensions, wiring diagrams, nameplates or model numbers for all Owner furnished equipment that shall be incorporated Into the designs for these projects. This data needs to be provided within two weeks of project initiation to maintain the engineering schedule. Electrical : • 1. LCRA will prepare all required drawings including one -lines, layouts, cross-sections, elevations, grounding plans and details, bus cutting details, phasing diagrams, and project cover sheet with project descriptions. Update existing ultimate one -lines and layouts where they exist. 2. LCRA will perform all required engineering calculations including ampacity considerations, short circuit ratings, bus strength and ground grid design. 3. LCRA will prepare a detailed material list of all equipment, devices, and fittings required for the construction of the project. Materials will be LCRA TSC standard products. Structural: LCRA will prepare all required drawings including site plans and fencing, grading plans if required. 2. LCRA will prepare foundation layouts and foundation design. Engineering Proposal 2 1/12/2007 Attachment "A" 3. LCRA will prepare detailed structural steel design based on the LCRA standard structures. Relay and Control: LCRA will prepare all required drawings including the design of control panels, cable schedules, conduit schedules, and electrical components necessary for this project. 2. The control panel design drawings will include the panel layout, PT schematics, CT schematics, control schematics, equipment connection diagrams, and a detailed wiring diagram. 3. Engineering design will be in accordance with proper codes and will follow standard LCRA design practices. Distribution: The LCRA design work estimated is for typical underground feeder exits originating at the substation riser structures, and terminating at City of Georgetown riser poles or sectionalizing enclosures just outside the substation fence, or within a short distance. It does not include any road or other utility crossings. Routes and material specifications will be coordinated with the City, with substation and structural groups. The deliverables will include a material list. Schedule: The proposed schedule for producing the substation design drawings are estimated as follows: CDD review meeting 90% design review meeting Issue for construction 2-3 weeks after contract initiation 3-4 weeks after CDD review 3-4 weeks after 90% review 2. Foundation drawings for transformer will be provided in advance to meet transformer delivery. 3. Project engineers will prepare long lead equipment list and coordinate with City of Georgetown to assure that materials are available to meet construction schedules. Engineering Proposal 3 1/12/2007 Attachment "A" • George•I . Utilities • Chief Bradv UNIT A STRUCTURES & CONDUCTOR UNIT DESCRIPTION QTY. UNIT LABOR UNIT PRICE MATERIAL UNIT PRICE TOTAL UNIT PRICE EXTENDED PRICE Al 138 kV LIGHT DUTY A -FRAME STRUCTURE 2 EA. $11-39-4 $11,088 $12,482 $24,965 A2 138 KV, 36 FT, LIGHT DUTY A -FRAME UPPER TRUSS 2 EA. $697 $6,048 $6,745 $13,491 A3 LOWER TRUSS; 138 KV, 36 FT LIGHT DUTY A -FRAME 1 EA. $1,046 $4,231 $5,276 $5,276 A4 138 kV Switch Stand 3 EA. $1,046 $5,439 $6,485 $19,454 A5 Low Voltage A -Frame & Truss 5 EA. $976 $8,406 $9,382 $46,909 A6 Low Voltage URD Riser Structure 4 EA. $261 $1,616 $1,877 $7,510 A7 LV PT Truss 1 EA. $349 $649 S998 $998 A8 138 kV Verticle Conductor Hold Down 3 EA. $465 $528 $993 $2,978 A9 Operating & Bypass Conductor Jumpers 1 Lot $3,48-6- $1,980 $5,466 S5,466 A10 138 kV Transformer Stranded Buss 1 Lot $5,578 $4,224 $9,802 $9,802 All 25 kV Transfromer Standed Buss 1 Lot 1 $2,789 $5,148 $7,937 $7,937 Al2 25 kV Operating & Bypass Buss Low Voltage Structure 1 Lot 1 $16,733 $28,863 $45,596 $45,596 GROUP A TOTAL: $190,382 UNIT B HIGH VOLTAGE SWITCHING EQUIPMENT UNIT DESCRIPTION QTY. UNIT LABOR UNIT PRICE MATERIAL UNIT PRICE TOTAL UNIT PRICE EXTENDED PRICE B1 138 kV VAB Switch 3 EA. 1 $3,486 $9,305 $12,791 $38,372 B2 25 kV Hookstick Switchs 2000 Amp 9 EA. $116 $504 $620 S.5,579 B3 125 kV Hookstick Switches 1200 Amp 36 EA. $97 $435 5531 S19,132 GROUP B TOTAL: $63,083 Georgett I i Utilities Chief Bradv mW UNIT C HIGH VOLTAGE EQUIPMENT DESCRIPTION QTY. UNIT LABOR MATERIAL UNIT PRICE UNIT PRICE TOTAL UNIT PRICE EXTENDED PRICE UNIT DESCRIPTION QTY. UNIT LABOR UNIT PRICE MATERIAL UNIT PRICE TOTAL I UNIT PRICE EXTENDED PRICE C1 138 kV Circuit Switch 1 EA. $2,789 $660 $3,449 $3,449 C2 25 kV Reclosers 5 EA. $976 $396 $1,372 S6,860 C3 Potential Transformers 25 kV 3 EA. $465 $1,269 $1,734 $5,201 C4 Station Service Transformer 25 kV 1 EA. $697 $1,356 $2,053 $2,053 C5 21 kV 17 MCOV Station Class Arrester 12 EA. $174 $481 $656 $7,867 GROUP C TOTAL: 125 kV URD Riser Structure Foundation 4 EA. $1,121 $194 $25,430 UNIT D FOUNDATIONS DESCRIPTION QTY. UNIT LABOR MATERIAL UNIT PRICE UNIT PRICE TOTAL UNIT PRICE EXTENDED PRICE UNIT DESCRIPTION QTY. UNIT LABOR UNIT PRICE MATERIAL UNIT PRICE TOTAL UNIT PRICE EXTENDED PRICE D1 138 kV A -Frame Foundation 2 EA. $5;378 $972 $6,350 $12,701 D2 138 kV Circuit Switch Foundation 1 EA. $3:088 $1,361 $4,448 $4,448 D3 138 kV Verticle Bus Hole Down Foundation 3 EA. $797 $130 $926 $2,779 04 1'38 kV Switch Stand Foundation 3 1 EA. $2,888 $389 $3,277 S9,831 D5 25 kV Recloser Foundation 5 EA. 1 $2,291 $311 $2,602 $13,009 D6 125 kV URD Riser Structure Foundation 4 EA. $1,121 $194 $1,315 $5,260 t)25 kV A -Frame Foundation 6 EA. $1,909 $583 $2,492 $14,953 GROUP D TOTAL: $62,981 UNITE STATION GROUNDING UNIT DESCRIPTION QTY. UNIT LABOR MATERIAL UNIT PRICE UNIT PRICE TOTAL UNIT PRICE EXTENDED PRICE E1 Equipment Groundin 1 LOT $15,338 $8,184 S23,522 $23,522 GROUP E TOTAL: $23,522 _. ----.-. -Attachment '$" Georgetc I Utilities Chief Bradv UNIT F SITE RESTORATION UNIT DESCRIPTION QTY. UNIT LABOR UNIT PRICE MATERIAL UNIT PRICE TOTAL UNIT PRICE EXTENDED PRICE F1 Site Restoration 1 LOT $4,183 $0 $4,183 $4,183 GROUP F TOTAL: $4,183 UNIT G URD EXITS UNIT DESCRIPTION QTY. LABOR UNIT UNIT PRICE MATERIAL UNIT PRICE TOTAL UNIT PRICE EXTENDED PRICE G1 Conduit Installation 4 LOT $3,486 $1,046 $4532 $18,128 G2 Concrete Vault 2 EA. $4,880 $0 $4,880 $9,761 GROUP G TOTAL: $27,889 ----Attachmeat "R" LGMUL EN"M • WARK • commutatt MIM September 29, 2006 Mr, Mike Mayben Energy Services Manager Georgetown Utility Systems 300 Industrial Ave. Georgetown, Texas 78626 Re: Substation Engineering Design Contract—Chief Brady PWT -2 Project Dear Mr. Mayben, We are pleased to hear that you have found our previously submitted engineering qualifications and proposed work scope to be acceptable. As the next step in this process we are providing the following documents for your review: • Engineering services contract with term and conditions to provide engineering services for City of Georgetown substation work at the Chief Brady Substation. • Appendix'A' which outlines the basic scope of engineering design services that will be provided under the contract. We propose that the engineering design be performed and billed on an hourly basis, with the total fee not to exceed the estimated amount shown on the attached contract without your prior approval. Billing would be based on actual LCRA cost plus our administrative adders (wc refer to this as cost plus billing method). I will be monitoring this project during its progress for compliance with the contract terms, completion schedule, design budget control and billing of services. Please refer any contractual, scope change or billing matters to me. We have already assigned an engineering team for your project and upon execution of the contract we can begin work immediately. Our initial tasks will include preparation of transformer foundation drawings, preparation of a G 90' Y21 A.'.S;:t 7rf.A' - %E'r,- 22-i . (.S1 ?l-!' O A _. i' .4 • x n v l =A CQP - preliminary project cost estimate and initiation of the conceptual design for your review and approval. We are pleased to have this opportunity to work with you again and I am sure that we can provide you with a successful project. Please let us know if you need any additional information in order to initiate this contract. Sincerely, Lower lorado River Authority Wayne Hicks, P.E. Engineering Supervisor C Attachments : Contract with Appendix'A' 2 LOWER COIORADO RIVER AUT14OIZIT'Y — LCRA CUSTOMER. City ofGc.orgetown ENGINEERING SERVICES 300 Industrial Avc. ernxer•wAcx•coMMUNitt Sr, CHANGE ORDER #1 Georgetown. Texas 78626 Substation Engineering - Chief Brady Substation DATE SUBMITTED: February 05, 2007 Customer Job: SCOPE OF SERVICES: Customer Ref #: Increase the estimated maximum cost for engineering services, field services and software necessary to design City of Georgetown facilities at Chief Brady Substation. The additional costs are itemized in the attached Change Order #I Scope. These increases include but are not limited to project changes generated by owner requested design changes and unanticipated tasks not included in the original project scope. Original estimated maximum contract amount — $53,000, Estimated additional services = $34,100 , revised Total estimated maximum contract amount = $87,100 SCHEDULE: Begins: Engineering begins immediately after execution of contract. Completion: :NGINEERING CONTRACT PRICE: Total engineering estimated cost shown below for budegetary purposes only Billing will be based on actual LCRA cost plus administrative adders (cost plus billing method). Estimated Cost: $87,100.00 Customer and the Lower Colorado River Authority agree that the work described above shall be performed in accordance with the terms and conditions on the front and reverse sides of this form. City of Georgetown By: Title: Datc: OFFICE USE ONLY Job Description: Accounti F.O. BOX 220 • AUSTIN, TEXAS • 78767-0220 • X512) 473-3200 • 1 800 776 M Title: Dive: Lower Colorado River Authority Approved By: nhiction Datc: Change Order #1 Proposed Contract Changes for 4 City of Georgetown PWT Addition to Chief Brady Substation February 2007 As of this date, design of the power transformer addition has progressed well. Electrical and Structural drawings are essentially complete, and R&C engineering is complete and drawings are in progress. To this point some scope changes have already occurred, some are in progress and some are yet to be accomplished. LCRA engineering fees for this project are also nearing the estimated maximum that was originally proposed. Therefore, the following summary will describe those changes and the estimated increase to the original estimated contract amount. 1. Appendix 'A' of our original proposal assumed a duplication of the existing ' power transformer installation, 4 low voltage bays — one total bay with switches only — 2 active feeder bays — one spare future bay. During a January 3, 2007 meeting with Georgetown Utility staff, the LCRA design team was instructed to change the scope to add a total breaker to the total bay and make the spare bay and active bay. Estimated fee increase : $5000 2. Appendix 'A' of our original proposal also indicated that our fee was based on using LCRA standard panels and control schemes. In a January 9, 2007 meeting with Georgetown Utility staff, the LCRA design team was instructed to change the low voltage breaker control panels to conform to Georgetown standards. Estimated fee increase : $4000 3. Appendix'A' of our original proposal was for engineering services and did not indicate any scope related to permitting or other site related issues. It was determined that due to the substation location with respect to the ' aquifers, additional permitting was required in order to allow the installation of the second transfomier. Estimated fee increase : $2500 4. During the January 9, 2007 meeting to review the R&C drawings, the Georgetown Utility staff requested that LCRA build and implement an HM for the Georgetown facilities installed at Chief Brady. Estimated fee increase : $15,000 5. Design and development of the HMI indicated above will require that LCRA be provided with a copy of the necessary software by Wonderware A firm quotation has not been obtained. A budgetary estimate for the software is $5500, plus LCRA administrative overheads_ Georgetown may elect to procure this software directly and make it available for LCRA use. Estimated contract increase : $7,000 Total estimated increase to contract maximum Existing estimated contract maximum: New estimated contract maximum : $87,100 Customer Name: CueL Address: City, Texas Zip: Other Info: Brief description of the work: data entry form Direct Billing Data Entry Form City of Georgetown P.O. Box 400 Georgetown. Texas 78627 ATTN: Jimmy Sikes Enter Job Nurnber 17---� Customer Ref. ft Individual Entries: (This can be anything, but Is most likely Labor, Materials, Transportation, or other expenses) Category Transformer Pad with Oil Item #1 Containment Item #2 Item #3 Item #4 Item #5 Item #6 Item #7 Item #8 Item #9 Item #10 Item #11 Item #12 Units Unit Price Total Price 1 $63,840 1 $63,840.00 TOTAL $63,840.00 Additional Comments: Agenda Item Check List ff�' jr Financial Impact Agenda Item: Chief Brady Substation expansion Agenda Item Subject: Construction and purchase of electric distribution and transmission facilities related to the Chief Brady substation expansion with LCRA to be used for the dual feed service for project Lonestar Is this a Capital Improvement • Yes No Project: Council Date: 02/27/2007 link to Agenda database => Need Help? Was it budgeted? ' Is it within the approved budgeted amount? If not, where is the money coming from? GIL Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: 2007 forward If so, how? ' Identify all on-going costs (i.e., insurance, • Yes No • Yes No 611-101-6121 $ 768,827.00 Yes • No Yes • No • Yes No Department: Georgetown Utility Systems Electric revenue annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes • No If so, what division(s)? Prepared by: Walter Koopmann Date: 02/23/2007 Approval Cycle Settings Council Meeting Date: February27, 2007 Item No. G is I AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award the contract for the construction of the Austin Ave. Water Improvements to H. Deck Construction and to set a budget of $440,000.00. ITEM SUMMARY. TXDOT is preparing to conduct a major remediation of Austin Avenue from Leander Road to Williams Drive prior to transferring maintenance responsibility to the City. This project upgrades existing water infrastructure with Austin Avenue right of way prior to the final surface treatment of the TXDOT project to minimize the need to conduct water infrastructure repairs after the road surface is rehabilitated. There were five plan holders for this project. Bids were received and opened on February 15, 2007 from 4 firms. The engineering firm responsible to review the bids, Kasberg, Patrick, and Associates (KPA), has recommended the award of the bid to the low bidder, H. Deck Construction, Inc. of Round Rock, Texas for $399,937.00. Staff recommends the approval of a project budget of $440,000.00. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: This project will be funded out of the Water Capital Improvements Fund 661-101-6107-10. GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the February 20, 2007 GUS Board meeting. STAFF RECOMMENDATION: The Staff recommends awarding the contract to H. Deck Construction, Inc. for $399,937.00 with a project budget of $440,000.00. COMMENTS: None ATTACHMENTS: KPA letter and Bid Tabulation Submitted By: Glenn Dishong, Water Services Director Jim Briggs, Assistant City Manager for Utility Operations KASBERG, PATRICK & ASSOCIATES, LP KA CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail®kpaengiceer xom RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E., C.F.M. THOMAS D. VALLE, P.E. February 20, 2007 Mr. Thomas R. Benz, P.E. Manager of Systems Engineering City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown Austin Avenue Water Improvements Dear Mr. Benz:. Attached are the Bid Tabulation Sheets for the bids received at 10:30 a.m. on Thursday, February 15, 2007 for the above referenced project. There were four bids received for this project as shown on the attached tabulation sheets. After ' tabulation of the bids, we have concluded that H. Deck Construction is the low bidder with a Total Bid of $399,937.00 We have reviewed the current workload and construction history of H. Deck Construction as well as checked references. In addition, H. Deck Construction has successfully completed similar construction projects for us in the past. As a result of our findings and previous experiences, we recommend that a contract be awarded to H. Deck Construction for the total bid in the amount of $399,937.00. If you have questions, please call. Sincerely, Thomas D. Valle, P.E. TDV 2006-140-40 811 1LA77ON CITY OF GEORGETOWN, TEXAS February 15, 2007 10:30 AM GeorgRowo, Te"as X140<0 WATER PART R. WA7PPI FW Item No, Eaimamd Rand Unit I Bid Duo Onrri tion Unit Price BIDDER INFORMA TION I H. look Comorwodo. TTG Valid., LP RoyalY Inc. McLean Comaructtou, Ltd. 1601 Orford Blvd PO Box 299 350 CR PO Bos 10759 Round Rory, TX 78664 Gatarl0e, TX 76528 I.ihmty Hill, W78642 XBkev, TX 76547 rem No. EtIoded Annrou unk Bid Dmv De B-1 rMed Atao. Unu Eaerded imewu Unu Pri Ersaded Amaum Unit Price Eoerded A. A-1 300% 1S Mobiliation. Bands and laurance not-w<xceed 5% of de Rau Bid Amount S 20,000.00 S 1 500.00 5 12,50D.00 S 17 000.00 S 13 000.00 S 37,000m S 37,000.00 A-2 IOD% 1S Provide Torch SafetyPlan, si oed a P.E. 2,000.00 1,600.00 1600.00 1000.00 1000.00 2,000.00 2.000.00 A-3 2,440 LF Tmoch 1 lerrenu ton i ova 5 fi 2,440.00 1.60 3 94.00 200 4 800.00 1.00 2,440.00 A4 100% LS Provide Control Plan for Vdbicular and Pedestrian Traffic M4.0010D 4,000.00 900.00 900.00 3000.00 3 000.00 2,000.00 2,000.00 A-5 I00% LS Barricades aM TNIb Canuol Pun 1 lernentalion 15.000.00 3.50D.00 3,300.00 13.000.00 15,000.003.600.00 1,08D.00 3.A-6 950.00 750 LF Renove ad 1. Co..m CLrb and Gutar 16 500.00 30.00 22.500.00 15.00 11 250.00 20.00 15,000.00A-7 800.00 200 SY Remove Rod Iaze Commm Ddvew Includin nw-cuN limits 1(000.00 50.00 10000.00 90.00 18.000.00 50.00 10,000.00A 200.00 150.00 150.00 100.00 150.00 200 SY Remove aM lace Concrete Sidewalk includin nwttfi limits 30000.00 43.00 6600.00 85.00 17,OD0.0 35.00 7.000.00 A-9 3,500 SY Aho, Overlay, including nececwy awLuu aM ephals removal w allow fo amoth uvoidon to limits of Asphalt Overlay &14 33,730.00 10.50 36.750.00 19.00 66.SOO.OD 13.00 45,500.00 A-10 800 SY 1 Furnish & Insull St. Augustine or Bermuda Grass Sodding Including Watering h Sunaln Growth 6.OD 4,800.00 10.00 8,000.00 6.00 4,800.00 5.00 4,000.00 A-11 1 13 EA Imtal MaInW n u,d Remove Inlet Prounion 100.00 1300.00 130.00 1 950.00 300.00 3900.00 200.00 2.600.x0 A-12 1 122% 1 LS I Video T m of Consuuc' n n &17 2 500.00 24.gg 1 1500.00 330.001 .00 2000.00 TOTAL BID AMOUNT PARTA(11,.A-1 -A-12) 1 $ 125,290.00 $ 130,704.00 1 $ 161,830.00 5 133,140.00 PART R. WA7PPI FW Item No, Eaimamd Rand Unit I Bid Duo Onrri tion Unit Price A.. FSI rdr57.00 Euended A.. Unit EtIoded Annrou unit Fri. Fsmdrd Amotmr B-1 11236 1F Tvmish & tool 12' Diave¢r Cass 350 Ductile Iron Waurlim with Polyelhy $ Ercasentent and Embedment 67.00 $ 92,812.00 $ S 118.656.00 $ 75.OD S 92,700.00 5 173.00 8 213.628.00 &2 1,031 LF 584roh Diateur AWWA C900. C905 or C909 Cass 150 PVC Wax,the with w,d Tram Wirt&3 33.00 34,023.00 58.767.00 60.00 61,860.00 155.00 159,505.00Embedment 173 LF Por Furnishing and Instilling 6 -Inch Diameter AWWA C'900, C905 err 0909 Class 130 PVC Wmrtim with Embedment and Traer WileB4 29.00 5,01].00 7,85,120 45.00 7.785.00 150.00 25,950.00 294 LF Fumith & I.Wl ].-Irch StM Erut Pipe by Open Co, Irchding Sulnoa uet Cad S n 160.00 47,040.00 51,450.00 121.00 35.280.00 212.00 62,328.00 B-5 168 LF Fumish & 1mWl I8 -Inch Suel Ercaserew Pipe by Open C t, huludiM SWW Steel Casin Sptox. 135.00 22,680.00 25,2DD.00 110.00 18.480.00 188.00 31,584.00 B-6 2 EA Famish & Inst[ 8-Irch Gate Valve with Valve Box 90D.00 1.8w00 1,08D.00 2,160.00 950.00 11900.00 1,200.00 .2 ,400.00 &7 4 EA lFu.ldt & lomll 61rch 0. VNve with Vehe Be. 700.00 2.800.00 825.00 3,300.00 800.00 3.200.00 800.00 1200.00 B-8 B-9 B-10 8.11 8-12 2 1 7 2 2 EA EA EA EA EA _ _ _ Fumiah&Imull 8'x 6-Dianeur Tee with Blotkirg 220.00 180.00 150.00 125.00 260.00 440.00 180.00 1050.00 250.00 520.00 445.00 325.00 315.00 285.00 400.00 890.00 325.00 2.WS,0D 570.OD 600.00 200.00 150.00 150.00 100.00 150.00 400.00 150.00 1050.00 200.00 300.00 500.00 400.00 400.00 350.00 450.00 I.00D.00 400.00 2800.00 700.00 900.00 &13 5 EA Famish & InsW 16' x B' Di. Tee. with Blkirx 280.00 1.40D.00 660.00 3.300.00 150.00 750.00 900.00 4,50D.01) &14 1 EA Furnish & Insall 4'x 6' Diane, Tee with glockm 220.00 220.00 390.00 390.00 100.00 100.00 450.00 450.00 B-15 1 EA Famish & Instill 6" PI.with Bloekinz 75.00 75.00 295.00 295.00 75.00 75.OD 250.00 250.00 &I6 2 SA OmmaM Plu,,orb, Existin 12-Irch Waterline 200.00 400.00 690.00 1.390.00 1.00D.00 2000.00 1.000.00 2.000.00 &17 2 EA Cuuin and Plu it. Edstin &Inch Waterline 165.00 330.001 545.00 1.090.00 750.00 1,500.00 1,000.00 2,000.00 &I8 2 EA Curtin ab Plugging Exinin 4 -Inch Wam,lirc 140.00 280.00 415.00 830.00 500.00 1 000.00 100DaD 2,000.00 &19 1 EA Ctuitur and PIRejort, Exinin 1-124rPA Waerlirc 110.00 11000 400.00 400.00 150.00 150.00 500.00 500.00 &20 3 EA Funish & trout Ir,, 8' Reducer 145.00 435.00 240.00 720.00 430.00 450.00 1,350.&T &21 1 EA Furnish & Install 12'x 6" Reducer 130.00 130.00 230.00 230.00 150.00 400.00 400.OD &22 1 EA Furnish & 1nnNI 8"x 6" Reducer 100.00 100.0 185.00 185.00 100.00 350.00 350.00 B-23 I EA Furnish & Insall 8"x 4' Reducer 95.00 95.00 173.00 175.00 100.00 350.00 350.0D B-24 2 EA Con do to a,, in 12-Irch Wuerline 1,90D.00 3,8W.00 780.00 1 560.00 5.000.00 1 00000 2 000.00 &25 3 EA nrectin to Existin 8-Irch Waterlim 1300.00 3900.00 670.00 2,010.01)p,_ fi000.00 1,000.00 3000.00 8-26 4 EA For Conrectin to Exinin 6Imh Waterline 800.00 3200.00 685.00 2.740.00. 6ODD .00 1000.00 4000.00 B-27 2 EA Ontroti w Edson 4-Irch Waredire 600.00 1200.00 675.00 1350.00 - 2,400.00 1,000.00 2000.00 &28 25 EA CDr tin ,o Exisdn aImh Waxeirte 90D.00 22.500.00 740.00 18.500.00 11500.00 700.00 17.500.00 B-29 1.000 IF Replace Existing 2- Service Line from New Weooline u Edsdnf, Water Mao ( Roadwa ircludin liable encasement p,r Noe 7 of Derail W-03 21.00 20,DDD.00 21.80 21.800.00 20.000.00 45.00 45.000.00 Page 1 oft EI JLATION CITY OF GEORGETOWN, TEXAS AUSTIN AVENUE WATER IMPROVEMENTS February 15, 2007 10:30 AM Georgetown, Tens 1601 oxford Hhd 1'O Hoa 299 Round Hock, TX 78661 Getssv0le, TX 765M 00 WATER WATER PO Hoa, 10159 E81een, TX 76517 he. o. Eaimwof UNI Bid Dam Desad tion Unit Fdr Fit ed Amount Until Pott Fbetdm Amount Unit Ptlr[ EnrMd Amoum Unu e30,00 &,,e ed Amounr 8.30 500 LF Replace Fiisting 2' Service Line from New Waterhoc to Existing Water Nae Outside of RoAwa 20.00 10,000.00 14.80 7.400.00 25.00 12,500.00 15.000.00 0-31 1 EA Fomisbu and Inatalll 12- Gate Valve 1.70000 1.700.00 1,750.00 1,750.0D 1930.00 1,950.00 2,200.00 2.200.00 &R 3 EA Fumi ard Insnlli 12" Teo 320.00 960.00 560.00 1.680.00 210.00 600.00 700.00 2.100.00 B-33 1 EA Form aM Insall' 12" a 6' Tee 300.0D 300.00 493.00 495.00 20000 200.00 600.00 600.00 8-34 4 EA F rsdahin and Inswi in 12" 90 tee beM 250.00 1,000.00 423.OD 1.700.00 200.OD 800.00 5X1.00 2.200.OD &35 2 EA Famish & lasull 12" Plug200.00 400.00 300.00 600.00 151.00 30D.00 350.0D 700.00 &36 100% S =Famish All Materials. E9ulP rt. Tears and Labor Nmesaaty for Pressure Tesdn Wa¢r Pi I."i An Noce R sin 3,51M.5,000.00.00 1,400.00 1,100.00 5,000.00 5,000.00 1.000.00 1.000.00 TOTAL BID AMOUNT PART B (Items B -I - BJ6) $ 274,647.00 S 344,157.20 1 N 302,930.0D 1 $ 616,345.00 I hereby unify that this is a cornu and true tabulation of all bids =eived Dw slob Da¢ Page 2 of 2 Agenda Item Check List Financial Impact Agenda Item: Austin Ave Water Improvements Agenda Item Subject: Consideration and possible action to award the contract for the construction of the Austin Ave. Water Improvements to H. Deck Construction and to set a budget of $440,000.00. Is this a Capital Improvement 0 Yes O No Project: Council Date: 02/27/2007 link to Agenda database => Q Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: If so, how? • Yes 0No O Yes • No CIP funds budgeted for unspecified water line project 661-101-6107-10 $ 440,000.00 0Yes 0No Will reduce availability of funds for unspecified water line projects OYes 40No OYes 0No Department: Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes 0 No If so, what division(s)? Prepared by: Glenn DishongDate: 02/22/2007 Agenda Item Checklist: In Process Rundell I Director of Finance and A Approval Cycle Settings Council Meeting Date: February27, 2007 Item No. L7 J AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award the contract for the construction of the Austin Ave. Wastewater Improvements to Enviro Remediation, Inc and to set a budget of $627,000.00. ITEM SUMMARY: TXDOT is preparing to conduct a major remediation of Austin Avenue from Leander Road to Williams Drive prior to transferring maintenance responsibility to the City. This project upgrades existing wastewater infrastructure within the Austin Avenue right of way prior to the final surface treatment of the TXDOT project to minimize the need to conduct wastewater infrastructure repairs after the road surface is rehabilitated. Because of the similar type work a small portion of EARZ Phase IV is part of this contract. There were five plan holders for this project. Bids were received and opened on February 15, 2007 from one firm. The engineering firm responsible to review the bids, Kasberg, Patrick, and Associates (KPA), was recommended the award of the bid to the low bidder, Enviro Remediation, Inc for $577,565.00. Staff recommends the approval of a project budget of $627,000.00. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: This project will be funded out of the Wastewater Capital Improvements Fund 651-101-6102-06. GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the February 20, 2007 GUS Board meeting contingent upon receipt of a award recommendation letter from KPA. STAFF RECOMMENDATION: The Staff recommends awarding the contract to Enviro Remediation, Inc for $577,865.00 with a project budget of $627,000.00. None ATTACHMENTS: KPA letter and Bid Submitted By: Glenn Dishong Jim Briggs, Water Services Director Assistant City Manager for Utility Operation KASBERG, PATRICK & ASSOCIATES, LP CONSULTING ENGINEERS One South Main ' Temple, Texas 76501 (254) 773-3731 Pax (254) 773-6667 mail®1.paengineers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E., C.F.M. THOMAS D. VALLE, P.E. February 22, 2007 Mr. Thomas R. Benz, P.E. — Manager of Systems Engineering City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown Austin Avenue Wastewater Rehabilitation Dear Mr. Benz: Attached is the Bid Tabulation Sheet for the bids received at 10:00 a.m. on Thursday, February 15, 2007 for the above referenced project. There was a single bid received for this project as shown on the attached tabulation sheets. There were five general contractors holding plans. Conversations with the contractors indicated that the traffic on Austin Avenue was the main reason the plan holders did not submit a bid. The attached bid tabulation shows Enviro Remediation, Inc was the low bidder with a Total Bid of $577,865.00 We have reviewed the current workload and construction history of Enviro Remediation, Inc as well as checked references. Enviro has successfully completed similar construction projects for area municipalities in the past. As a result of our findings, we recommend that a contract be awarded to Enviro Remediation, Inc. for the total bid in the amount of $577,865.00. If you have questions, please call. Sincerely, 0. v4 Thomas D. Valle, P.E. TDV 2006-140-40 BID T --- TION "140-40 CITY OF GFA )WN, TERAS W ATEA AUSM A tQ WASI ER REEL&BUITAnm BIDDER INFORMATION Febavary 15, 2007 10:00 AM Entre Remediation, Ise. Georgebwv, Texas Katy, Sand Creek Katy, Trxas 77449 I I hereby minify that chi a correct and true tabulation of it bids received all Dam Kasberg. Patrick & As{bclaw. IP �'f� � _ — . O f�ta4,r% js /fv n�rniL �a -?'e+ Page I of 1 Enirnued U Bid Dara Unit Extended Q9 =1 Deur, tion Pei Annotate 100% Mobifvauon. Bonds and Insulation:24 313.00 $ 24,313.00 100% I Devil and Fumish a Trench safety Plan 3,OOD.00 3,000.00 500 Trent S nation tructures cmmcdoos and ou re irs over 5 R 5.00 2.50D.00 r42 500 Trench Saf I lenenation i over 5 ft 6.00 3 000.00 Replace Existing birch WastewaterLine wits &Iwb Wastewater Line by CuredAn-Place Ape Including Pre cresunsetion video of pipe interior, all necessary excavation, pipe, appurtenances, equipment, tying In all existing service 39.00 65,481.00 1,679 L connections, traffic control phurs) and implementation. bypass pumping of all Rows, erosion control. maturing surf condition, all applicable testing and Inspection by closed circuit video camera after coupletion Rehabilitation of Existing 8 -inch Wastewater Lire with 84nch Wastewater dive by Cared -n -Platt Pipe Including pre construction video of pipe interior, all necessary pipe, appntena i es, equipment, tying in all existing service ce numdons 6 965 tic control plans) and implementation, bypass pumping of all flows, erosion control, maturing surface conditions, 79.00 37,635.00 applicable testing and inspection by cloud circuit video causing after completion Rehabilitation of Existing 104uch Wastewater Lin with 10-Iveh Wastewater Use by Cured -iv -Place Pipe including pre construction video of pipe interim, a0 necrosary Pipe. appurtenances, equipment, tying in all existing service connections 7 IB traffic control plans) and implementation, bypass pumping of all flows, erosion control, restoring surface conditions, oil 39.00 702.00 applicable eating and inspection by closed circuit video tamers after completion ' 8 IS [ReformiRentlace, Manhole Invert to allow Proper Flow Partem, prior to Unint 675.00 10 125.00 Fm Rehabilitation of existing Manhole by Cued -in -Place method, in accordance with Technical Specification WW6 9 125 F Including applicable preparation of imenor surfaces, by-pass pumping and traffic comrol plan aW Implementation 635.00 79375.00 Remove Existing Manhole and Replacing with New Manhole in accordance with TecMicel Specification W W I, includi 10 I replacing the fire joint of Wastewater Ion out of Ute Manhole Penetration 5,500.00 3.500.00 For Furnishing and installing New Manhole in accordance with Technical Specification WWI. including replacing this firm 5,500.00 27,500.00 I I 5 hint of Wastewater Lire out of the Manhole 12 2 1 Furnish & Install Manhole Ring and Cover aW Adnisfing to Grade 1,00D.01) 2000.00 13 2,500 1 lRalact Existing 4' Service Line with 6' SDR 26 Service Lim including clearout assionlily 29.00 70.00D.00 14 5 1 lFor Point Repairs neciessin, to perform TreneNess Rehabilitation including restoring and cover 3300.00 17 500.00 Furnish all Materials. Equipment. Tools and Labor necessary fm Hydrostatic (or Vacuum) Testing Rehabilitates:725.00 63W.OD 15 20 i(Wemd/Refom¢d Inverts Manholes, including Necessary Repain 16 500 IFumish and Install St Augustine or Bermuda Grass Sodding Including Water'Waterint in Sustain Growth 10.00 5,00D.00 17 750 Remormit and Replacing Concrete Curb and Ge ter 25.00 18 750.00 18 250 Removing and Replacing Corcreu Driveway including saw-cutti limits IfD.00 25000.00 19 250 lReinceing and loci Concrete Sidewalk including saw -cutting limits 63.00 13 750.00 20 1,00D t Overilary. including ricce saw -cuts; and asphalt removal to allow for smooth transition in limits of Asphalt 50.00 50000.00 21 100% Video Taping Project Sites Before the Stan of Construction on the Project 3,500.00 3,503.00 lacement of Existing birch Wastewater dire with 6 -loch Wastewater Line by Pipe Bursting including pre video of pipe interim, all necessary excavator, pipe, appoetenames, equipment. tying in all existing servic 39.00 28,158.00 22 722 nections, traffic control plan($) and implementation, bypass pumping of all flows, erosion control, restoring surfac rconditions. ai applicable testing and inspection by closed circuit video camera after completion Replacement of Existing 8 -inch Wastewater lire with 8 -incl Wastewater Line by Pipe Bursting including pre corvtmeuon video of pipe interior, all neceseary excavation. pipe• appurtenances, equipment, tying in all existing serviceM.W 23 1.101 eonrcctrons, vaffic convol plao(s) and mpleenemation, bypass pumping of all Flows, erosion control, restoring surface 48,576.00 conditions. W applicable testing and inspection by closed circuit video camera after completion Externally connecting exiting Service Cotux:ceions to Rehab0inted Wastewater lines, In accordance with Derails WWI 400.00 28,000.00 24 70 and W W 13A TOTAL BID AMOU I BASE BID (Items I - 24) $ 577,865.00 Did Bidder Acknowled a Addenda No. 11 YES Did Bidder Acknowleda tldends No. 27 YFS 11tid Bidder provide BI I I hereby minify that chi a correct and true tabulation of it bids received all Dam Kasberg. Patrick & As{bclaw. IP �'f� � _ — . O f�ta4,r% js /fv n�rniL �a -?'e+ Page I of 1 Agenda Item Check List 54 Financial Impact Agenda Item: Austin Avenue Wastewater Improvements Agenda Item Subject: Consideration and possible action to award the contract for the construction of the Austin Ave. Wastewater Improvements to Enviro Remediation, Inc and to set a budget of $627,000.00. Is this a Capital Improvement • Yes O No Project: Council Date: 02/27/2007 link to Agenda database => Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council • Yes O No OYes 0No EARZ remediation savings 651-101-6102-06 $ 627,000.00 Is there something (budgeted) that won't get O Yes 0 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's Yes 40 No budget? If so, please explain. Does this project have future revenue O Yes 0 No impact? Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: C Yes • No If so, what division(s)? Prepared by Glenn DishongDale- 02122/2007 Approval Cycle Settings