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