Loading...
HomeMy WebLinkAboutAgenda CC 10.28.20031 Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, October 28, 2003 The Georgetown City Council will meet on Tuesday, October 28, 2003 at 04:00:00 PM at the City Council Chamber, 101 E. 7th Street, 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 and made available for broadcast by the local cable company. Regular Session to convene and continue Executive Session, if necessary 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 - Pending Litigation - Thomas L. Suarez, Jr. vs. city of Georgetown, Texas, City of Georgetown Police Department, Georgetown Police Sgt. Kelly Devoll, Georgetown Police Officer Jack Lacey, Matt Painter, Brian Grubbs, Cause No. 03-113-C368 in the 368th Judicial District Court of Williamson County, Texas - Matthew Painter and Brian Grubbs, Plaintiffs v. David Morgan, Individually and in his Official Capacity as Chief of Police of the Georgetown Police Department; Robert Hernandez, Individually and in his Oficial Capacity as Captain of the Georgetown Police Department; Gary Todd Terbush, Individually and in his Official Capacity as Lieutenant of the Georgetown Police Department; Georgetown Police Department; and the City of Georgetown, Defendants, Cause No. A03-CA-014JN, In the United States District Court for the Western District of Texas, Austin Division. - Legal Advice Regarding Agenda Items and other Matters B Sec.551.086 competitive matters - Consideration and possible action related to future generation resource plans for portions of the City of Georgetown electric load as requested by the Lower Colorado River Authority (LCRA) -- Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations C Sec. 551.072 deliberation on real property - Discussion and possible action regarding acquisition of property for downtown parking Regular Session - To begin no earlier than 6:00 P.M. (The City Council for the City of Georgetown reserves the right to adjourn into executive session at any time during the course of this meeting to discuss any of the matters listed below, as authorized by Texas Government Code Sections 551.071 (Consultation with Attorney), 551.072 (Deliberations about Real Property), 551.073 (Deliberations about Gifts and Donations), 551.074 (Personnel Matters), 551.076 (Deliberations about Security Devices) and 551.086 (Economic Development). D Call to Order E Pledge of Allegiance F Comments from the dais regarding the following items: - Welcome to Audience and Opening Comments -- Mayor Gary Nelon - Board/Commission Vacancies: - One position on the Housing Authority - One alternate position on the Planning and Zoning Commission G Announcements and Comments from City Manager City Council Agenda/October 28, 2003 Page 1 of 4 Pages Kmi Public Wishing to Address Council Wayne McKee of Pedernales Electric Cooperative (PEC) to update customers on recent PEC activities. Jack Hunnicutt regarding a favorable report on a state grant received by the Community Clinic. Keith Peshak regarding taxes charged to renters of Airport hangars. Larry W. Hathorn of Hathorn Realty Advisors, Inc. or Tony Sisk of Churchill Residential regarding a request for letters of support for a Georgetown Seniors Apartment Community 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. J Consideration and possible action to approve the minutes of the Council Workshop on Monday, October 13, and the Regular Council Meeting on Tuesday, October 14, 2003 -- Sandra Lee, City Secretary K Consideration and possible action to accept a grant of $3,600.00 from the Texas Commission on Fire Protection — Anthony Lincoln, Fire Chief L Consideration and possible action regarding the recommendation by the Convention and Visitors' Bureau Board for the approval of an allocation of $500 to the Downtown Georgetown Association in Hotel Occupancy Tax (HOT) funds — Kent Huntsman, Chair of the Convention and Visitors Bureau Board and Shannon Baldridge, Tourism Director and Main Street Manager M Consideration and possible action authorizing payment of the City's pro -rata portion of the cost of operation of the Williamson County Appraisal District-- Mick! Rundell, Director of Finance and Administration N Consideration and possible action to cast the City of Georgetown's 60 votes to elect Harry Gibbs as a Director of the Williamson County Appraisal District-- Paul Brandenburg, City Manager 0 Consideration and possible action regarding a resolution of support for the application from the Georgetown Community Clinic for federal funding -- Mayor Gary Nelon P Consideration and possible action to authorize the purchase of contract services for network servers, storage, support, software, security, and data communications in the amount of $20,000 to the The Harding Group — Dennis Schoenborn, Director of Information Technology Q Consideration and possible action to authorize the purchase of Novell Support from Software House International (SHI) through the State of Texas catalogue in the amount of $23,000 — Dennis Schoenborn, Director of Information Technology R Consideration and possible action to authorize vendor expenditure limit of not to exceed $40,000 for network cabling services from CoCom -- Dennis Schoenborn, Director of Information Technology Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: S Consideration and possible action regarding approval for an increase for the IP telephone system expenditure with Verizon Communications -- Dennis Schoenborn, Director of Information Technology T Discussion and possible action to direct staff to apply for the CAPCO Regional Solid Waste Grant City Council Agenda/October 28, 2003 Page 2 of 4 Pages r Program to expand services, including recycling, at the Georgetown Collection Station — Micki Rundell, Director Finance and Administration Consideration and possible action regarding a resolution expressing support of Williamson County's submission of a grant application with CAPCO for a regional recycling facility — Micki Rundell, Director Finance and Administration and Tom Yantis, Assistant City Manager V Consideration and possible action regarding a resolution expressing official Intent to reimburse costs of fleet capital replacement not to exceed $500,000 with proceeds from bonds that will be issued at a later time — Micki Rundell, Director of Finance and Administration W Second Readings 1. Second Reading of an ordinance amending Chapter 12.24 of the Code of Ordinances, relating to parades and processions, to be titled "Events and Celebrations" — Tom Leggitt, Fire Marshal and Anthony Lincoln, Fire Chief 2. Second Reading of an ordinance for a Century Plan Amendment for 307.848 acres out of the Isaac Donegan Survey and the Joseph Thompson Survey, from the existing Intensity Level 1 to Intensity Level 3, located at 2951 SH 29 West, 2.5 miles West of IH35 — Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development Services 3. Second Reading of an ordinance providing for the annexation into the of City 9.88 acres, more or less, in the Joseph Thompson Survey, located 100 feet north of and parallel to the approximate center line of the South Fork of the San Gabriel River — Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development Services 4. Second Reading of an ordinance providing for the annexation into the of City 308.06 acres, more or less, in the Joseph Thompson Survey, Abstract 608, located at 2951 SH 29 West, 2.5 miles West of IH35 — Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development Services 5. Second Reading of an ordinance providing for the annexation into the City of 0.484 acres, more or less, in the Clement Stubblefield Survey, located .49 miles southwest corner of the Intersection of IH 35 and State Highway 29 — Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development Services 6. Second Reading of an ordinance providing for the annexation into the City of 90.141 acres, more or less, in the Burrell Eaves Survey, located .40 miles north of the intersection of Texas Avenue and Sun City Boulevard, for Sun City Neighborhood 25 and 26— Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development Services 7. Second Reading of an ordinance providing for the for the annexation into the City of 50.381 acres, more or less, in the Joseph Fish Survey, Abstract 232, located 0.6 miles east of the intersection of Shell Road and Williams Drive — Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development Services X Consideration and possible action on a Reinstatement of Public Review Final Plat of 31.31 acres in the William Roberts, Joseph Fish and Leroy Lord Surveys, to be known as Georgetown Village Section Six, located off Village Commons Blvd. — Cada Benton, Development Planner and Amelia Sondgeroth, Director of Planning and Development Services Y Consideration and possible action on a Preliminary Plat of 62.0048 acres in the Isaac Donegan Survey to be known as Estancia Subdivision, located on SH 29 West -- Carla Benton, Development Planner and Amelia Sondgeroth, Director of Planning and Development Services Z Consideration and possible action on a Preliminary Plat of 100.00 acres in the William Addition Survey to be known as Pinnacle Subdivision, located South of the Inner Loop and east of the Future extension of Maple Street — Melissa McCollum, Development Planner and Amelia Sondgeroth, Director of Planning and Development Services AA Consideration and possible action on a Public Hearing for a Detailed Development Plan for Lot 3-A of City Council Agenda/October 28, 2003 Page 3 of 4 Pages F'- Eckerd's at Cedar Breaks Amended Plat of Lots 3 and 6, located on the comer of Williams Drive and Cedar Breaks Road, with variances to the Subdivision Regulations — Melissa McCollum, Development Planner, and Amelia Sondgeroth, Director of Planning and Development Services BB Consideration and possible action to allocate Council Contingency Funds not to exceed $10,000 to have Mr. Randall Arendt, lead a design and demonstration workshop for landowners, developers, engineers, Planning and Zoning and Council on the topic of Conservation Design for Subdivisions -- Councilmember Farley Snell CC Forwarded from the Georgetown Transportation Enhancement Corporation (GTEC) 1. Consideration and possible action to approve a contract with Steger and Bizzell Engineering, Inc., to provide engineering services to the City of Georgetown for design of a road connecting the Georgetown Inner Loop NE with Industrial Park Circle — Mark Miller, Transportation Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 2. Consideration and possible action to award a contract to H. Deck Construction Company for the installation of sidewalks identified as Phase One in the HDR Sidewalk Study, in the amount of $376,128.00 and a project budget of $464,800.00 — Mark Miller, Transportation Services Manager and Jim Briggs, Assistant City Manager for Utility Operations DD Forwarded from the Georgetown Utility Systems Board (GUS) 1. Consideration and possible action to enter into a contract with the Brazos River Authority (BRA) for a period starting October 31, 2003 through September 30, 2008 with the first year operating budget of $910,000 — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 2. Consideration and possible action to approve continuation of the second phase of the GSW W Edwards Aquifer Program testing and to approve the annual budget of $180,000.00 — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 3. Consideration and possible action to approve the purchase of BIoxIde chemicals from U.S. Filter/Davis Process products, of Sarasota, Florida, in an amount not to exceed $75,000.00 — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 4. Consideration and possible action to award the annual bid for water meters and accessories to National Waterworks ($253,000.00) — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 5. Consideration and possible action to approve a contract amendment between the City of Georgetown and Roming, Parker & Kasberg, L.L.P., for professional services related to the design of Phase 1 EARZ remediation in the amount of $109,000.00 — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 6. Consideration and possible action to amend the General Services Agreement between the City of Georgetown and Camp, Dresser & McKee (CDM) for engineering services related to the design of the off-site wastewater improvements for the Wolf Ranch Project — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations of Posting'; I, Sandra Lee, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the day of , 2003, 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/October 28, 2003 Page 4 of 4 Pages i Council Meeting Date: October 28, 2003 Item No. AGENDA ITEM COVER SHEET SUBJECT: Discussion and possible action to approve a contract with Steger & Bizzell Engineering, Inc. to provide engineering services to the City of Georgetown for design of a road connecting the Georgetown Inner Loop NE with Industrial Park Circle. ITEM SUMMARY: Williamson County Road and Bridge has hired Steger & Bizzell Engineering Inc., to provide professional engineering services related to the Georgetown Inner Loop road section between County Road 151 and Business IH -35 at the Lakeway overpass. As part of this project, the County has agreed to construct the roadway, if the City of Georgetown purchases the right-of-way accessing IH -35. Negotiations with TxDOT to access Business IH -35 required the service road to become one-way starting at the intersection. This would have a serious negative impact on the Industrial Park businesses. TxDOT agreed to give the City additional time to build an alternate entrance into the Industrial Park. The route was shown on the Area Study performed by CP&Y Engineering in 2002. Staff considers it to bein the best interest of all of the parties to coordinate the purchase of the right-of-way and engineering and construction of the roads required for this project. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Compensation. $20,000. for these professional services will not exceed GTEC BOARD RECOMMENDATION: GTEC Board approved the contract with Steger and Bizzell at their October 15, 2003 meeting. Approved 7-0. STAFF RECOMMENDATION: Staff recommends approval of the contract with Steger and Bizzell for an amount not to exceed $20,000.00 COMMENTS: NONE ATTACHMENTS: Proposed contrac tted By:im Briggs, // Mark Miller, Tra Assistant City Manager Services Manager for Utility Operations THE STATE OF TEXAS § AGREEMENT BETWEEN CITY OF § GEORGETOWN AND COUNTY OF WILLIAMSON § STEGER & BIZZELL ENGINEERING CITY OF GEORGETOWN § FOR PROFESSIONAL SERVICES This is an agreement by and between the CITY OF GEORGETOWN, a Texas Home Rule Municipal Corporation, ("CITY"), and Steger & Bizzell Engineering, Inc. ("ENGINEER"), whereby ENGINEER agrees to perform professional services and CITY agrees to pay for the services provided. ARTICLE I -- PROJECT DEFINED 1.01 The PROJECT is generally described as the professional services required by the CITY for the planning, development, design and construction of Street and Drainage Improvements to connect proposed Inner Loop to Industrial Boulevard. ENGINEER will provide engineering consultation and surveying services in connection with the PROJECT. The scope of professional services required to be completed as a part of this agreement are more fully detailed in the attached "Exhibit A". ARTICLE II -- INITIATION OF WORK 2.01 CITY shall direct ENGINEER to commence work on the PROJECT by sending to ENGINEER a "letter of authorization" to begin work on the implementation of the agreement. 2.02 Upon receipt of authorization to commence planning ENGINEER shall meet with CITY for the purpose of determining the nature of the PROJECT. CITY shall designate a representative to act as the contact person on behalf of the CITY. 2.03 ENGINEER shall determine CITY'S needs with regard to the PROJECT including, but not limited to, site evaluation, needs surveys, comparisons with other municipal projects, review of budgetary constraints and other preliminary investigations necessary for the PROJECT. 2.04. ENGINEER shall prepare a preliminary design which shall include schematic layouts, surveys, sketches and exhibits demonstrating the considerations involved in the PROJECT. Additionally ENGINEER shall prepare a report to CITY specifying his findings and conclusions with regard to the PROJECT. ENGINEER shall upon CITY'S request meet with the staff and City Council to make a presentation of his report. The preliminary design report shall be delivered to the CITY not later than fifteen (15) calendar days after the date of authorization to commence planning. 2.05 ENGINEER shall inquire in writing as to the information he believes CITY may have in its possession that is necessary for ENGINEER'S performance. CITY shall provide the information within its possession that it can make available to ENGINEER. Steger & Bizzell Engineering Contract Innedoop NE Page 1 of 12 ARTICLE III -- PRELIMINARY ENGINEERING PHASE 3.01 CITY shall direct ENGINEER to commence work on the PROJECT design by sending to ENGINEER a 'letter of authorization" to begin work on the PROJECT design pursuant to this agreement. 3.02 Upon receipt of authorization to commence preliminary PROJECT design ENGINEER shall meet with CITY for the purpose of determining the extent of the PROJECT. 3.03 ENGINEER shall design the PROJECT providing the initial design of the PROJECT including, but not limited to, the preliminary drawings and specifications. ENGINEER shall make a cost determination with regard to the PROJECT and shall submit it to CITY. ENGINEER shall submit preliminary design for CITY'S review within fifteen (15) calendar days after receipt of the Letter of Authorization to commence preliminary PROJECT design. 3.04 Upon completion of the preliminary design of the PROJECT, ENGINEER shall so notify CITY. Upon request ENGINEER shall meet with the CITY staff and CITY Council to make a presentation of his preliminary design of the PROJECT. ENGINEER shall provide an explanation of the cost estimate. ARTICLE IV -- FINAL DESIGN PHASE 4.01 CITY shall direct ENGINEER to commence work on the final design of the PROJECT by sending to ENGINEER a 'letter of authorization " to begin work on the final design phase of the agreement. 4.02 Upon receipt of authorization to proceed with final design of the PROJECT, ENGINEER shall immediately prepare the final design including, but not limited to, the bid documents, contract, drawings, and specifications. ENGINEER shall assemble the agreement documents using CITY'S pre -approved form contract for the contract between CITY and contractor. The agreement documents shall include the design and specifications and other changes as required to fulfill the purpose of the PROJECT. CITY shall designate a representative to act as the contact person on behalf of CITY. 4.03 ENGINEER shall provide CITY with complete agreement documents sufficient to be advertised for bids by CITY. Upon completion of the final design of the PROJECT with the submission of the complete agreement documents, ENGINEER upon request of the CITY, shall meet with the CITY staff and CITY Council to make presentation of its final design of the PROJECT. ENGINEER shall provide an explanation of the final cost estimate. ENGINEER shall submit the final design to CITY not later than ninety (90) calendar days after the date of the Letter of Authorization to proceed with final design. Steger & Bizzell Engineering Contract Innerloop NE Page 2 of 12 ARTICLE V -- BIDDING PHASE 5.01 Should CITY elect to perform the work or any portion thereof, ENGINEER shall assist CITY in advertising for and obtaining bids or negotiating proposals for the construction of the PROJECT. Upon request ENGINEER shall meet with CITY staff and CITY Council to make a presentation and recommendation with regard to the bids submitted for the construction of the PROJECT. 5.02 ENGINEER shall review the contractors' bids including subcontractors, suppliers, and other persons required for the completion of the agreement and if requested give his professional opinion of each. 5.03 ENGINEER shall review the bids submitted with CITY, assist in the preparation of the bid tabulation sheet, and make recommendations to CITY with regard to the contractors, bids or proposals submitted. 5.04 Where substitutions are requested by a contractor, ENGINEER shall review the substitution required and make recommendations for approval of disapproval of such substitutions. ARTICLE VI -- CONSTRUCTION PHASE 6.01 ENGINEER shall consult with CITY and act as its representative. 6.02 ENGINEER shall make visits to the site to observe as an experienced and qualified design professional, the progress and quality of the executed work of contractor and his subcontractors, and to determine if such work is proceeding in general accordance with the contract documents. 6.03 ENGINEER shall keep CITY informed of the progress of the work, shall endeavor to guard CITY against defects and deficiencies in such work, and may disapprove or reject work failing to conform with the agreement documents. 6.04 ENGINEER shall review and approve shop drawings and samples, the results of tests and inspections, and other data which each contractor is required to provide. 6.05 E NGI NEER shall determine the acceptability of substitute materials and equipment proposed by contractor, and receive and review maintenance and operating instruction manuals, schedules, guarantees, and certificates of inspection, which are to be assembled by contractor in accordance with the agreement documents. 6.06 ENGINEER shall issue all instructions of CITY to contractor as well as interpretations and clarifications of the agreement documents pertaining to the performance of the work. Steger & Bizzell Engineering Contract Innerloop NE Page 3 of 12 6.07 Based upon ENGINEER'S on-site observations and as an experienced and qualified design professional, and upon his review of applications of payment and the accompanying data and schedules, ENGINEER shall review the amounts owing to the contractor and recommend in writing payments to contractor in such amounts. The recommendation of payment by ENGINEER shall constitute a recommendation by ENGINEER to CITY based upon ENGINEER'S review of the progress of the work and that quality of such work is in accordance with the agreement documents as ENGINEER has observed. 6.08 Upon notification from contractor that the PROJECT is substantially complete, ENGINEER shall conduct an inspection of the site to determine if the PROJECT is substantially complete. ENGINEER shall prepare a checklist of items which shall be completed prior to final acceptance. 6.09 Upon notification by contractor that the items designated for completion have been completed, ENGINEER shall inspect the PROJECT to verify final completion. 6.10 ENGINEER shall not be responsible for the work of the contractor or any of his subcontractors, except this provision shall not alter the ENGINEER'S duties to CITY arising from the performance of ENGINEER'S obligations. 6.11 ENGINEER shall conduct at least one inspection during the warranty period and shall report to CITY as to the continued acceptability of the work. 6.12 ENGINEER shall not execute change orders on behalf of CITY or otherwise alter the financial scope of the PROJECT without the authorization of CITY. ARTICLE VII -- COMPENSATION 7.01 CITY agrees to pay ENGINEER for all professional services rendered under this agreement. ENGINEER shall be paid a fee not to exceed TWENTY -THOUSAND AND NO/100 DOLLARS ($20,000.00) based on the rates of compensation as evidenced in the attached "Exhibit B". On or before the 30th day of each month, the ENGINEER shall prepare and submit to the CITY for approval or modification, a statement showing as completely as practicable, the total value of the work done by the ENGINEER based on the ENGINEER'S estimate of the percentage of completion as approved by the CITY, up to and including the last day of the preceding month. CITY shall then pay ENGINEER on or before the 10th day of the following month the total amount of the statement as approved by CITY. ENGINEER shall submit requests for payment based on work performed. In no event shall CITY pay for services not yet performed. Total cost of consulting services shall not exceed TWENTY -THOUSAND AND NO/100 DOLLARS ($20,000.00). Steger & Bizzell Engineering Contract Innedoop NE Page 4 of 12 ARTICLE VIII — WARRANTY 8.01 ENGINEER warrants the information provided, as an experienced and qualified professional engineer, reflecting the current standard, procedures, and performances of the industry for this project. ENGINEER warrants the design preparation of drawings, the designation or selection of materials and equipment, the selection and supervision of personnel and the performance of other services pursuant to the agreement, pursuant to the highest standard of performance in the profession. ARTICLE IX -- INDEMNIFICATION ENGINEER whose work product is the subject of this contract for engineering services agrees to INDEMNIFY AND HOLD CITY, ITS ELECTED OFFICIALS, OFFICERS AND EMPLOYEES, HARMLESS against any and all claims, lawsuits, judgments, costs, liens, losses, expenses, fees (including attorney's fees and costs of defense), proceedings, actions, demands, causes of action, liability, and suits of any kind and nature, including but not limited to, personal injury (including death), property damage, or other harm for which recovery of damages is sought that may ARISE OUT OF OR BE OCCASIONED OR CAUSED BY ENGINEER'S NEGLIGENT ACT, ERROR, OR OMISSION OF ENGINEER, ANY AGENT, OFFICER, DIRECTOR, REPRESENTATIVE, EMPLOYEE, CONSULTANT, OR SUBCONSULTANT OF ENGINEER, AND THEIR RESPECTIVE OFFICERS, AGENTS, EMPLOYEES, DIRECTORS, AND REPRESENTATIVES while in the exercise of performance of the rights or duties under this Contract. The indemnity provided for in this paragraph shall not apply to any liability resulting from the negligence of CITY, its officers or employees, in instances where such negligence causes personal injury, death, or property damage. IN THE EVENT ENGINEER AND CITY ARE FOUND JOINTLY LIABLE BY A COURT OF COMPETENT JURISDICTION, LIABILITY SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS, WITHOUT, HOWEVER, WAIVING ANY GOVERNMENTAL IMMUNITY AVAILABLE TO THE CITY UNDER TEXAS LAW AND WITHOUT WAIVING ANY DEFENSES OF THE PARTIES UNDER TEXAS LAW. ENGINEER shall promptly advise the CITY, in writing, of any claim or demand against the CITY or ENGINEER known to ENGINEER related to or arising out of ENGINEER's activities under this contract. The provisions of this action are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual, or otherwise, to any other person or entity. Steger & Bizzell Engineering Contract Innedoop NE Page 5 of 12 ARTICLE X -- LIQUIDATED DAMAGES 10.01 It is hereby understood and mutually agreed by and between the ENGINEER and the CITY that the dates of commencement and completion of the Work required herein are essential conditions of this Agreement. 10.02 If ENGINEER should neglect, fail, or refuse to meet the deadlines set in this Agreement, or cause the City to fail to meet any of those deadlines, then the ENGINEER does hereby agree as part of the consideration for the awarding of this contract, that the CITY may withhold permanently from ENGINEER's total compensation the sum of Two Hundred Dollars ($200.00) for each and every calendar day that the ENGINEER shall be in default after the time stipulated for reaching the deadlines established in this Agreement, not as a penalty, but as liquidated damages for the breach of the Agreement. The deadlines will be automatically extended due to delays in completion of the work under this contract for any and all events that delay the completion of contract tasks and are beyond the control of ENGINEER. Some examples of such delays are: - incomplete acquisition of property and easements - weather-related delays - approval of reports and permits from governmental entities - requests, written or oral, from owner to delay the project for any reason - design changes from original design concept 10.03 It is expressly understood and agreed by and between the ENGINEER and CITY that the times for the completion of the Work described herein is a reasonable time for the completion of the same. 10.04 The amount of liquidated damages is fixed and agreed on by and between the ENGINEER and CITY because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the CITY would, in such an event, sustain, and the amount is agreed to be damages the CITY would sustain and shall be retained by the CITY from current periodic estimates for payment of from final payment. ARTICLE XI -- INSURANCE 11.01 ENGINEER shall procure and maintain at his sole cost and expense for the duration of the agreement insurance against claims for injuries to person or damages to property which may arise from or in connection with the performance of the work hereunder by ENGINEER, his agents, representatives, volunteers, employees or subcontractors. 11.02 The ENGINEER'S insurance coverage shall be primary insurance with respect to the CITY, its officials, employees and volunteers. Any insurance or self- insurance maintained by CITY, its officials, employees or volunteers, shall be considered in excess of the ENGINEER'S insurance and shall not contribute to it. Steger & Bizzell Engineering Contract Innerloop NE Page 6 of 12 11.03 The ENGINEER shall include all subcontractors as additional insured under his policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 11.04 Certificates of Insurance and endorsements shall be furnished to the CITY and approved by the CITY before work commences. All Certificates of Insurance shall meet the following requirements. All Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent, and shall contain provisions warranting the following: 1. The company is licensed and admitted to do business in the State of Texas. 2. The insurances set forth by the insurance company are underwritten on forms which have been approved by the Texas State Board of Insurance or ISO. 3. Sets forth all endorsements and insurance coverage according to requirements and instructions contained herein. 4. Shall specifically set forth the notice of cancellation, termination, or change in coverage provisions to the City of Georgetown. In addition, the Certificates of Insurance shall state any original endorsements affecting coverage required by this section. 11.05 The following standard insurance policies shall be required: 1. General Liability Policy 2. Automobile Liability Policy 3. Workers Compensation Policy 4. Professional Liability Policy 11.06 The following general requirements are applicable to all policies: A. General Liability, Automobile Liability, and Professional Liability insurance shall be written by a carrier with an A:VIII or better rating in accordance with the current Best Key Rating Guide. B. Only insurance carriers licensed and admitted to do business in the State of Texas will be accepted. C. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. A Steger & Bizzell Engineering Contract Innedoop NE Page 7 of 12 deductible is acceptable for Professional Liability and the deductible limits shall not exceed FIFTY THOUSAND AND NO/100 DOLLARS ($50,000.00). D. Claims Made Policies will not be accepted, except for Professional Liability Insurance. E. The CITY of Georgetown, its officials, employees, and volunteers, are to be added as "Additional Insured" to the General Liability and the Automobile Liability policies. The coverage shall contain no special limitations on the scope of protection afforded to the CITY, its officials, employees, or volunteers. F. A Waiver of Subrogation in favor of the CITY of Georgetown with respect to Worker's Compensation insurance must be included. G. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled, or reduced in coverage or in limits except a fter t hirty (30) d ays' p rior w ritten n otice b y c ertified mail, return receipt requested, has been given to the CITY of Georgetown. H. Upon request, certified copies of all insurance policies shall be furnished to the CITY of Georgetown. 11.07 The following Commercial General Liability will be required: A. Minimum combined Single Limit of $600,000.00 per occurrence for Bodily Injury and Property Damage. B. Coverage shall be at least as broad as Insurance Service's Office form number CG 00 01. C. No coverage shall be deleted from the standard policy without notification of individual exclusions being attached for review and acceptance. 11.08 The following Automobile Liability will be required: A. Minimum Combined Single Limit of $600,000.00 per occurrence for Bodily Injury and Property Damage. B. The Business Auto Policy must show Symbol 1 in the Covered Autos Portion of the liability section in Item 2 of the declarations page. Steger & Bizzell Engineering Contract Innerloop NE Page 8 of 12 11.09 The following Professional Liability will be required: A. Minimum of $1,000,000.00 per occurrence and $1,000,000.00 aggregate. B. Coverage must be maintained for two (2) years after the termination of this agreement. 11.10 The following Workers' Compensation will be required: A. Employers Liability limits of $100,000.00 for each accident is required. B. Texas Waiver of Our Right to Recover From Others Endorsements, W 42 03 04 shall be included in this policy. C. Texas must appear in Item 3A of the Workers' Compensation coverage or Item 3C must contain the following: all States except those listed in Items A and the States of NV, ND, OH, WA, WV, WY. ARTICLE XII -- NON -ASSIGNMENT CLAUSE 12.01 ENGINEER shall not assign, sublet or transfer any rights under or interest in this agreement without the written consent of the CITY, except to the extent that any assignment, subletting or transfer is mandated by law or the effect of this limitation may be restricted by law. Unless specifically stated to the contrary, in any written consent to an assignment, no agreement will release or discharge the assignor from any duty or responsibility under this agreement. Nothing contained in this paragraph shall prevent the ENGINEER from employing such independent associates and consultants as the ENGINEER may deem appropriate to assist in the performance of services hereunder. 12.02 Nothing under this agreement shall be construed to give any rights or benefits in this agreement to anyone other than the CITY and ENGINEER, and all duties and responsibilities undertaken pursuant to this agreement will be for the sole and exclusive benefit of the CITY and ENGINEER and not for the benefit of any other party. ARTICLE XIII -- MISCELLANEOUS CLAUSES 13.01 Termination for convenience. CITY may at any time terminate the PROJECT for convenience. At such time CITY shall notify ENGINEER who shall cease work immediately. ENGINEER shall be compensated for the services performed. 13.02 Governing Law. This agreement has been made under and shall be governed by the laws of the State of Texas. The parties agree that performance and all matters related thereto shall be in Williamson County, Texas. Steger & Bizzell Engineering Contract Innerloop NE Page 9 of 12 13.03 Notices. All notices, requests or other communications required or permitted by this agreement shall be in writing and shall be sent by (i) telecopy, with the original delivered by hand or overnight carrier, (ii) by overnight courier or hand delivery, or (iii) certified mail, postage prepaid, return receipt requested, and addressed to the parties at the following addresses: City of Georgetown P.O. Box 409 Georgetown, Texas 78627 Attn: City Manager City Attorney Fax: (512)930-3622 ENGINEER: Steger & Bizzell Engineering, Inc. 1978 South Austin Avenue Georgetown, Texas 78626 Attn: Perry Steger Phone: (512)930-9412 email: perry.steger@stegerbizzell.com Addresses and telecopy numbers for notices required under this agreement may be modified as needed by giving notice as required in this paragraph. 13.04 Independent Consultant/Engineer. The parties agree that ENGINEER shall be deemed to be an independent consultant/engineer and not an agent or employee of the CITY with respect to its acts or omissions hereunder. The parties agree that the services and activities performed under this agreement are not and shall not be construed as a joint venture between the parties. 13.05 Confidential Work. Any reports, information, project evaluation, project designs, data, or other documentation developed by ENGINEER hereunder given to or prepared by or assembled by the ENGINEER will not be made available to any individual or organization by the ENGINEER without prior written approval of the CITY. 13.06 Ownership of Documents. CITY shall have title and ownership of all documents, publications, brochures, reports, data, in any form or media, produced by the ENGINEER pursuant to this project. All such works shall be deemed works -for -hire. CITY shall have sole ownership of all copyright interest in any documents produced by ENGINEER pursuant to this agreement, to the extent that any such documents may be copyrighted. 13.07 No Oral Modification/Complete Agreement. This agreement and any exhibits thereto constitute the entire agreement between the CITY and ENGINEER and supersedes all prior written or oral understandings. This agreement may only be amended, supplemented, modified or cancelled by a duly executed written instrument. 13.08 Waiver. No waiver by either party hereto of any term or condition of this agreement shall be deemed or construed to be a waiver of any other term or condition or subsequent waiver of the same term or condition. Steger & Bizzell Engineering Contract Innedoop NE Page 10 of 12 13.09 Remedies. The rights and remedies of the CITY provided in this agreement shall not be exclusive and are in addition to any other rights and remedies provided by law and under this agreement including the right of specific performance and offset. Payment made to ENGINEER by the CITY shall not denote acceptance of the work. 13.10 Exhibits. All exhibits attached to this agreement are incorporated by reference and expressly made part of this agreement as if copied verbatim. 13.11 Severability. In case any one or more of the provisions contained in this agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or inability to enforce shall not affect any provision thereof, and this agreement shall be considered as if such invalid, illegal, or unenforceable provision had never been contained in this agreement. 13.12 Heirs, successors and assigns bound. The CITY and ENGINEER and their heirs, successors, executors, administrators, and assigns are hereby bound to the terms and conditions of this agreement. 13.13 Signatures warranted. The signatories to this agreement represent and warrant that they have the authority to execute this agreement on behalf of the CITY and , respectively. Executed this day of 12003. CITY OF GEORGETOWN ENGINEER By: By: Gary Nelon, Mayor Perry C. Steger, V.P. Attest: Attest: Sandra D. Lee, City Secretary Name: Corporate Secretary Approved as to form: Approved as to form: Patricia E. Carls, Brown & Carls, LLP Name: City Attorney Corporate Counsel Steger & Bizzell Engineering Contract Innerloop NE Page 11 of 12 STATE OF TEXAS CORPORATE ACKNOWLEDGMENT COUNTY OF WILLIAMSON This instrument was acknowledged before me on this day of , by Gary Nelon in his capacity as Mayor of the City of Georgetown, a Texas home -rule municipal corporation, on behalf of said corporation. Notary Public, State of Texas STATE OF TEXAS CORPORATE ACKNOWLEDGMENT COUNTY OF WILLIAMSON This instrument was acknowledged before me on this day of 2003, by Perry C. Steger, in his capacity as Vice President of Steger & Bizzell Engineering, Inc., a Texas corporation, on behalf said corporation. Notary Public, State of Texas Steger & Bizzell Engineering Contract Innerloop NE Page 12 of 12 -r Council Meeting Date: October 28, 2003 Item No. c e -� AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award a contract to H. Deck Construction Company for the installation of sidewalks identified as Phase One in the HDR Sidewalk Study, in the amount of $376,128.00 and a project budget of $464,800.00 ITEM SUMMARY: Bids were taken on Wednesday, October 15, 2003 for the Phase One Sidewalk improvements. The low bid of $376,128.00 was from H. Deck Construction Company. The project includes the construction of all sidewalks shown on Phase One with the exception of a portion on Buffalo Springs that was deleted because of driveway replacement costs and a portion of Parkway Drive that was deleted to make funds available to meet a Texas Parks and Wildlife Grant. $464,800.00 remains after Engineering was taken out of the original $500.000.00 budgeted for Phase One Sidewalks. A change order for approximately $70,000.00 will be necessary to complete the sidewalk/Trail installation on Spring Valley Road and North Cross drive that was agreed to be constructed as a fund match on a Texas Parks and Wildlife grant. After the low bid is subtracted from the budget $18,672.00 for contingencies. Staff along with Roming,Parker & Kasberg,L.L.P Engineers recommend the contract to be awarded to H.Deck Construction Company for the Bid amount of $376,128.00. Staff also recommends approval of a total project budget of 464,800.00 to cover the Parks Grant Match and Contingencies. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: Funds in the amount of $464,800.00 are to be paid from GTEC account number: 400-101-6000-P1 COMMENTS: None. ATTACHMENTS: 1. Award recommendation 2. Bid Tabulat' n obthz nt'et�vo &tk-' Submitted By Jim BAgg Mark Miller, Assistant City Manager Transportation for Utilities Services Manager ROMING, PARKER & KASBERG, L.L.P. CONSULTING ENGINEERS one South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail®rpkengineers.com WM. MACK PARKER, P.E. RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E. October 15, 2003 Mr. Joel Weaver CIP Coordinator City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown Sidewalk Improvements Phase I Georgetown, Texas Dear Mr. Weaver: W. CLAY ROMING, P.E. Partner Emeritus Attached are the Bid Tabulation Sheets for the bids received at 9:00 AM on Wednesday, October 15, 2003 for the above referenced project. There were eight (8) bids received for this project as shown on the attached tabulation sheets. After tabulation of the bids, we have concluded that H. Deck Construction Company is the low conforming bidder with a total bid of $ 376,128.00. Our construction estimate for this project was $ 400,000 and the City of Georgetown's budget was $ 500,000. We have reviewed the current workload and construction history of H. Deck Construction Company as well as checked the references and received a statement of availability and bonding capacity. H. Deck Construction Company has completed several projects for the City of Georgetown in the recent past. They have demonstrated the ability to complete a project within the contract timeframe while providing a quality product. As a result of our findings, we recommend that a contract be awarded to H. Deck Construction Company for the total bid in the amount of $376,128.00. If you have questions, please call. Sincerely, ,-0010r44 /G0— R. David Patrick, P.E. RDP/rdp 2002-120-40 CITY OF GEORGETOWN SIDF,WAI,R IMPROVEMENTS PHASE] September 16, 21103 9:00 am 300 Industrial Arenoe Georeetown, Teva 78626 BID1 T10N H. Dock Construction Co.I Chasco Contracting I Catcus Concrete 1601 Oxford Blvd. P.O. Bok 1057 1804 B Oak 11111 Ln. RrmM Rwk T.xac 7X664 Rm,M Rah Lxm 79"0 a... n., T.... 721aa )2-00-40 0-40 ' tyco Core Iuctlon Co. 12819 Dessau Road f Unit Bid Dma Descntion Unit Price ErteMed Amoum Unit Pri a Enended Atoust Unit Price Errended Amount Unit Eu ded Price AmountD 00% LS Mobilization, Bonds ant insurance f 20 000.00 S 20000. S 24,000.0 S 24,000. f 26,001).00 f 26.00000 S 71930.00f 71,93000 00% LS Pehstrian &Vehicular Tnlfc Coord Plan. Usilizin TnDOT $tandBrd Detils & TMUTCD 2000.00 2 000. 3 000.00 3 000. 500.00 50000 3 640.00 3 640,00 rEoitnm 00% LS Barricades & Traffic Caurol Plv I lementation 2 000.00 2,000.00 14 000.00 14 000. IS 000.00 15.000. W 11 900.00 11 900. 9 800 LF -inch Thick, 5 -fad Wide Concrete Sidewalk w/resaddin & rave eosin Disturbed Am 9.25 183,150.00 13.75 272 250. 17.10 338,58000 13.90 275,220. 60 LF -inch Thick, 4 -foot Wide Corcrem Sidewalk w/m-soddin & rave eoti Disturbed Am 7.40 444.00 11.00 660. 17.50 1,050.101 13.00 780.0040 LF w Currin Existin As t 3.00 120.0 4.00 160. 4.00 16000 111 424.00 50 LF wCmin Existin Concrete 5.00 250.00 3.50 275. 4.00 200.00 12.30 615.ODI a 70 SY Removingand Re Iacin ExistingAsphalt Drivewa 25.00 1,750.00 100.00 7000.00 30.00 2,100.00 35.60d31360.00 . 9 400 SY Removin and Replacing ExistingConcrete Drivewa 36.00 10 400. 75.00 30000. 65.00 26 000. 66.80. 10 2 EA Adjust ExistingAsphalt Drivewayto 2% SI 500.00 1,000.00 650.00 1.300. 1,350.00 2,700. 630.00.00 11 11 SY Remove Existin Gravel Drivewa & Replace with Concrete Driveway 29.00 319.00 50.00 550.00 45.00 495. 45.00. 12 20 SY Remove Exist Asphalt Drivewa and Replace with Concrete Drivewa 36.00 720.00 72.01) 1,440.00 55.00 1,IW.00 73.00. 13 2 EA 10-rde Precast Curb Imes 3,000.00 6,000.00 3.400.00 6.800.00 21501D.00 5,000.00 4,390.. 14 19 LF 24 -Inch Reinforced Concrete Pi 50.00 950.00 90.00 1,710.001 50.0D 950.00 56.60. IS IS LF Dual 30 -inch Reinforced Concrete Pi Extensions with SI End Treatment 100.00 1,500.00 430.00 6.450.001 125.0 1,875.00 280.00.00 16 60 CY Furnish Install and Compact Select Backfill 50.00 3,000.00 30.00 1.110D.001 30.00 1,800.00 22.00. 17 56 EA Furnish & Install 7 I HandicapR as Detailed on Sheets 2 & 5 or the Construction Plans 800.00 44,800.00 400.00 22.40D.001 450.00 25,200.00 560.000018 I EA Furnish & Install T 2 Hadlka R as Detailed on Sh ns 2 & 5 of 0e Cdutruction Plans 1,300.00 1 300. $00.00 500. 750.00 75000 650.00 19 1 EA Furnish & Install Tm 3 Handicap Ramp as Detailed on Sheet 3 & 5 of the Plans 650.001 650.00 575.00 575.ODI 1000.00 1,000. W 590.00 590.00 20 1 EA Furnish & Install Tf,w 5 Handicap as Detailed on Sheet 3 or the Plans 1,150. 1.150.00 1000.00 1.000.001 1,500.00 1,500.00 1,500.00 4500. 21 SS EA Furnish & Install Type 7 Handicap Ramps u Detailed on Sheen 3 & 5 of the Plans 700.00 38 500.00 325.00 17,873.001 450.00 24,750.00 470.00 25,830.00 22 1 EA Fumish & Install Type 21 Handicap Ramp as Detailed on Sheect 3 & 5 of the Plano 950.00 950.00 400.00 400.001 850.00 850.00 1.140.00 1,140. 23 30 LF Remone AM Replace Concrete Curb and Gutter 30.00 900. 35.00 1.050.0001 28.50 8.55.00 30.00 90D.00 21 1 30 1 LF Remove Existing Sidewalk 20.00 600.00 14.00 420.001 13.00 450.00 14.00 420.00 25 2 EA Remove Existing Handicap Ramp 350.00 700.00 170.00 340.ODI 200.00 400.00 280.00 560.00 26 2 EA Replace Sidewalk Step 230.01) 500.00 115.00 230,01DI 150.00 300.00 320.00 640.00 27 25 LF Furnish & Install Handrail as Detailed on Shat 12 or the Plant 60.00 1 500. 115.00 2.875.001 65.00 1.625.001 76.00 1.900.00 28 100% LS Remove Existing Shrubs 1 000.00 I OW. 860.00 960.001 1.000.00 1 000.E15 1,500.00 29 3 EA pennon Existin Tms 350.00 1050. 300.00 900. 500.00 ] SOD. 1,260. 30 1 EA Rctmvc and Dis or ExistingTree SN 350.00 330.00 115.00 115.00 350.00 350.00 630.01 31 100% IS Trim ExistingShrubs 500.00 500. 900.00 900. 1 000.00 1 ODD. 1,500. 32 12 EA Raise Existin Manholes 350.00 4 200. 400.00 4800. 350.00 4,200. 1800.00 33 25 EA Raise ExistingWater Valves 225.00 5.625 200.00t1.73001. . 100.00 2 500. 7,375. 34 3 EA Relocate Existing Mad Boxes 150.00 450. 170.00. 125.00 375. 162. 35 100% IS Furnish, Insall and Maintain told 1000.00 1 000. 575.00. 2 500.00 2 500. 730.01 36 100% LS Remove Existin Guard Fence 600.00 600. 230.00. 350.00 350. 940.011 37 100% IS Re rade Area Ad'acem to Pr Sidewalk 1,0011.01D 1000.. 22 000.00. 250,00 250,0 8 200. 38 3 EA Furnish & Install 5 -fad Curb Radius Unit 300.00 900.00 115.00. 350.00 1050. 75.00 225. 39 to CY Furnish Class'A- Concrete for Miscellaneous Construction 250.00 2500,00 230,00, 330,00 3,500, 7400 740 40 50 SY Furnish & Instal Miscellaneous Concrete Ri a 36.00 1 IOD.. W 35.00 3.00 1 500 IW 00 5 ODD 41 100% IS Video Taping Project Site Before the Stan of Construction on the Project 250.00 250.00 800.00. 3,500.00 3,500.00 1,600.00 1600, 42 100% IS Items R sled b the Owner not shown on the Cmsssrnctian Plant 20,000.00 20 00D.W 20.000.00. 20,OOO.no 20,000. 20,000.00 20,000, 43 50 CY Furnish, Install & Compact Cement Stbilixd Bax or Black Base at Intersection M Williams Drive and River Bend 100.00 5.000.00 100.00. 75.00 3.750.00 50.00 2,500. 44 50 SY Furnish & Install 2 -inch T C HMAC m Intersection of Williams; Drive and River Berl 15.00 750. 33. 00, 15.00 • 750.001 105.00 5.250. TOTAL BID BASE BID (Items I - 44) S 376J28.0101 L-!! 6 195. L.529,265.00 f 537,773.40 Page 1 of 2 BID TION 2.12040 Wei i hereby certify dist this is a correct and tin tabulation of all bids recenN. tO� R. David PaeP.E. Date Roming, Parker &Kosberg. LLP Page Z Of 2 L - CITY OF GEORGETOWN SIDEWALK IMPROVEMENTS PHASE 1 September 16, 2003 9:00 am 300 Industrial Aeeaoe Geor etowo Teva 78626 Royal Vista Corporation 350 C.R. 260 Liberty Hill Texas 78642 BIDDER INFORMATION Myers Construction, Inc. D. Shaffer Concrete Co., Inc. P.O. Box 1327 1436 Grand Ave. Parkway Wimberl Texas 78676 POu erville Texas 78660 Austin Filter Systems, Jim 13653 Rutledge Spur Austin Tex 78717 Bear Earmar No. 1 Unit Bid Data Descrition Unit ..aLcL. . Extended Amount Unit Price Extended Amount Unit Price Extended Amaum Unit Price Ertended Amount BASE BID 1 100% IS Mobilization, Bonds and Insurance $ 17 500.00 $ 17 S 20,01)11).00 8 20000. S 2/ OOD.00 S 2d 000. W 5 34 .00 S 34,300. 2 100% IS Pedestrian &Vehicular Traffic Control Plan UtilizingTxDOT Standard Details & TMUTCD 3,304. 3.304. 9,000r 9 00D. S 000.00 5,000. 5,000.00 500000 3 100% LS Barricades& Traffic Control PlanImplementation 14160.00 14160. 4,000.00 4,000. 20000.00 200DO. 2101)0.00 21000.00 4 19,80D IF 4 -inch Thick 5 -foot Wide Concrete Sidewalk w/re-saddin & rave cutin Disturbed Am 16.48 326 304.00 17.00 336.600. 15.00 297000. 20.00 396000.00 S 60 LF -inch Thick 4 -fad Wide Concrete Sidewalk w/re-sodding & revs etatin Disturbed Area 13.80 828.00 20,00 1,200.00 12.00 720. 16.30 990.10 6 40 LF Saw CuttingExistingAsphalt 11.80 472.00 LOD 40. 5.00 200.00 6.00 240.00 7 50 LF Saw CuttingExistingConcrete 14.16 708.00 3.00 150.00 10.00 500.00 8.00 400.00 8 70 SY Removi aha Re acin Existin Asphalt Drivewa 23.60 1.632.00 20.00 1.400. 35.00 2,450. 57.00 3.990. 9 400 SY Removi and Replacing ExistingCosa:rete Drisewa 70.80 28,320. 50.00 20 000. 55.00 2200000 76.00 30.400.00 10 2 EA Atli=Existin AsphaltDrivewa to2%SI 1180.00 2360. 1,100.00 2,200.00 200.00 400. 1000.00 2,000. 11 11 SY Remove Existin Gravel Drivewa & Replace with Concrete Drivewa 62.54 687.94 70.00 770.00 45.00 495.01) 74.00 SIC 12 20 SY Remove ExistingAsphalt Drivewa and Replace with Concrete Drrvewa 84.96 1 699.20 75.00 45.00 900. 80.00 1.600.00 13 2 EA 10-ftot Precast Curb INct 5,310.00 10,620. 4,500.00 _I500 9,000.00 41,0101 8,000. 3,O00. 6,000.00 14 19 LF 24 -inch Reinforced Concrete Pi 76.70 1457. 160.00 3 040. 60.00 11140. 63.00 1,197.00 IS IS LF Dual 30 -inch Reinforced Concrete Pi Exeroloro with SI End Treatment 200.00 3 ODD. 425.00 6,375. 200.00 3,00D. 162.00 2,430 16 60 CY Furnish, ImWI and Compact Select Backfill 159.30 9,558. 60.00 3,600. 40.00 2 400.00 32.00 1,92000 17 56 EA Furnish & Install T I HandicapR as Detailed on Sheets 2 & 5 of the Construction Plans 542.80 30,396.80 445.00 24 920.00 650,00 36 400. 800.00 ".800.00 18 1 EA Furnish & ]retail T 2 HandicapR as Detailed on Sheets 2 & 5 of the Construction Plain 542.80 542.80 560.01)V1.70000100.00 . 850.00 850. 1800.00 1,800.00 19 1 EA Furnish & Imiall T 3 Handica R n Detailed on Sheets 3 & 5 of the Plans 542.80 542.80 510.00. 850.00 850.00 1,800.00 1,800.00 20 1 EA Furnish & Immil T 5 HandicapR as Detailed on Shen 3 of the Plans 542.80 542.80 630.00. 1 000.00 1,000.00 3,700.0012550.OD 00 21 55 EA Furnish & Install T 7 HandicapR as Detailed on Sheets 3 & 5 of the Plans 542.80 29,954. 400.00, 650,00 35,750, 700.00 22 1 EA Furnish & Install T 21 HandicapRB u Detailed on Sheeets 3 & 5 of the Plans 542.80 542. 500.00.00 1000 .00 1000. 1,330700 23 30 IF Remove and R lace Concrete Curb and Gutter 17.70 531. 10.00.00 40.00 1,200. 18.00 24 30 LF Remove ExistingSidewalk 23.60 708.00 10.00.00 10.00 300.00 16.00 25 2 EA Remove ExistingHandicap472.00 944.00 140.00.00 100.00 200.00 260.0000 26 2 EA Replace Sidewalk St 334.00 708. 100.00.00 50.00 100.00 425.00 27 25 LF Furnish & Install Handrail in Detailed on Sheet 12 of the Plsro 118.00 2,950. 60,00.00 60.00 1 110.00 28 100% IS Remove ExistingShrubs 590.00 590.00 1,00000.00 200.00 200.00 830.00 29 3 EA Remove ExistingTrees 295.00 885. 280.00.00 100.00 300.00 850.000030 1 EA Remove and Dis of Existin Tm Stu 590.00 590. 930.00.00 10D.00 100,00 400.0000 31 100% LS Trim Existin Shrubs 295.00 295. 1,700.000.00 100.00 10D.001 330.00 330.00 32 12 EA Raise Existing Manholes 472.00 3.664.00 280.00 3.360.00 100.00 1.200.001 530.00M2D,000.00 .00 33 25 EA Raise ExistingWater Vat 177.00 4.4 280.00 7,000.00 50.00 1.250.001 230.00.00 34 3 EA Relocate ExistingMail Boxes 118700 354.00 86.00 258.00 50.00 150. 100.00. 35 100% LS Furnish, Install and Maintain INn -Il -Il 11800.00 1,800.00 290130, 2,000. 1,500.00 36 100% IS Renove ExistingGuard Fence 590700 590. 560.00 560.00 500.00 500. 1600.00.00 37 100% LS Re rade Area Adjacent to Sidewalk 1,416.00 141600 15 000.00 I5 000. 1000.00 20 500,00.00 38 3 EA Furnish & Install 5 -foot Curb Radius Unit 885.00 2,655.00 280.00 840.00 500.00 _I000 1500. 70100.00 39 10 CY Furnish Class 'A* Concrete for Miscellarcde Construction 59.00 590.00 560.00 5,600. 100.00 1000, 400,00. 40 50 SY Furnish & lmtdl Miscellaneous C9tcrete Ri 53.10 2,655. 48.00 2,400.00 73.00 3,750w 42.00. 41 100% IS Video Ta in Pm' t Si¢ &fare the Start of Commotion on Ort Pro' t 3,301.00 3 304. 750.00 750.00 1,500.00 1,500.00 575.00. 42 100% LS Items Re sled the Owner not shown on the Construction Plans 20000.00 20,000. 20,01)0.00 20 000.00 20 0 110 20,000.00 20,000.000043 50 CY Fumish, Install & Compact Certent Stabilised Base or Bleck Bae at Intersection of Williamt Drive and River Bend 191.70 9,735.00 300.00 15,000.00 20.00 1,000.00 300.0000 N 30 SY Fumtsh & Install 2 -inch T C HMAC at Intersection of W illiarm Drive and River &tad 17.70 885. 20.00 1,000.00 1,000.00 • 50,000. 17700 850. TOTAL BID BASE BID (Items I - NJ S 546,706.44 S 548,693.00 f 552 915 021 IS 690 316. Wei i hereby certify dist this is a correct and tin tabulation of all bids recenN. tO� R. David PaeP.E. Date Roming, Parker &Kosberg. LLP Page Z Of 2 L - Council Meeting Date: October 28, 2003 AGENDA ITEM COVER SHEET Item No./ SUBJECT: Consideration and possible action to enter into a contract with the Brazos River Authority (BRA) for a period starting October 31, 2003 through September 30, 2008 with the first year operating budget of $910,000.00. ITEM SUMMARY The City Council voted to award the contract for the operation of the City's wastewater plants to BRA in its August 12, 2003 meeting. The staff has negotiated the terms of the contract included in the BRA proposal. The term of the contract is 4 years and 335 days starting on October 31, 2003 and ending on September 30, 2008. The volumetric rate ($799.11 per MG) for operations and maintenance will remain fixed throughout the term of the contract, subject only to adjustment as a result in a change in scope. The City has requested an increase in the repair budget from $45,060.00 to $70,000.00 and a decrease in projected wastewater treatment from 1,033 MG to 1,025 MG. The price in future years is subject to treatment volume, scope change, and change in repair budget. The Staff recommends the Wastewater Plant Operations Budget for 2003- 2004 be set at $910,000.00. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funding will be from the Wastewater Fund 650-109-5302-00. STAFF RECOMMENDATION: Staff recommends the approval of the contract with BRA and the first year operating budget of $910,000.00. COMMENTS: NONE ATTACHMENTS: 1. BRA Wastewater Plant Operations Contract. .. t1A ,-/i� ed By:/"Jim Briggs Glenn W. DisPfong, (/// Assistant Wt Manager Water Services Ma for Utilities I AGREEMENT for MUNICIPAL WASTEWATER TREATMENT PLANT OPERATIONS, MAINTENANCE AND MANAGEMENT SERVICES for the CITY OF GEORGETOWN, TEXAS THIS AGREEMENT is made to be effective on the 31" day of October, 2003, between the City of Georgetown, Texas (hereinafter "City"), a Texas home rule municipality, the Brazos River Authority, (hereinafter "BRA"), a river authority of the State of Texas. City and BRA are collectively referred to herein as "the Parties." WHEREAS, City is the owner and operator of a municipal wastewater treatment system that presently consists of five wastewater treatment plants and the associated appurtenances; and WHEREAS, City desires to outsource the operations, management, maintenance and repair of its wastewater treatment facilities; and WHEREAS, after soliciting competitive proposals, the City has determined that it is in the public interest to award the contract for services related to the operation of the City's wastewater treatment facilities to BRA. NOW THEREFORE, in consideration of the mutual covenants and agreements set forth herein, the Parties agree as follows: 1. GENERAL 1.1 Throughout this Agreement, the words and phrases contained in Appendix A shall have the meaning set forth in Appendix A. 1.2 All grounds, Facilities, Equipment, and vehicles now owned by the City or acquired by City shall remain the property of City. 1.3 Wherever used, the terms "BRA" and "City" shall include the respective officers, agents, directors, elected or appointed officials, and employees. 1.4 The Project Manager for the City under this Agreement is the City's Manager of Page 1 of 21 Water Services. The Project Manager for BRA under this Agreement is Central Region Facilities Superintendent. Any changes in the Project Manager shall be provided to the other party in the manner required for notices under this Agreement. 2. BRA's DUTIES AND RESPONSIBILITIES: Throughout the term of this Agreement, BRA shall: 2.1 Operate and maintain the Facilities within their design capacity for 24 -hours per day, 7 -days per week in accordance with the terms and conditions specified in this Agreement and in Appendix B, and as required to be in full compliance with all Applicable Laws. BRA will provide appropriate staffing for the Facilities during normal business hours, and will have personnel available for call -outs at other times. BRA represents and warrants that it is familiar with all Applicable Laws, and that it will stay informed of any changes therein for the term of this Agreement and implement same consistent with the terms of this Agreement. 2.2 Alter the process and/or components of the Facilities if and as necessary to achieve the objectives of this Agreement; except that, no alteration shall be without City's written approval if such alteration shall cost in excess of Two Thousand Dollars ($2,000.00), or if any portion of the costs will be the financial responsibility of the City outside the Compensation provisions of this Agreement. In such event(s), the alterations shall not be undertaken by BRA until the City has given its written approval. Any and all alterations shall also be consistent with Applicable Laws. 2.3 Perform Maintenance on all Facilities and Equipment in accordance with the manufacturer's recommendations, industry standards, or as may be directed by the City. BRA shall provide the City a monthly report containing a description of all Maintenance performed. Upon the City's written request, BRA shall provide a spare parts inventory. 2.4 Provide timely Repairs for the Project and the Facilities or components thereof during the regular workday, unless otherwise directed by the City. In no event shall any Repairs remain undone by BRA for a period of thirty (30) days, unless the City has approved of such Repair schedule, or the City has failed to approve expenditures pursuant to Section 2.5. 2.5 Provide the City with a monthly report containing a brief description of Repairs made from the Repairs Budget, the associated Cost, and the total amount oft he Repairs Budget utilized to date. No Repair shall be without City's written approval if such Repair shall cost in excess of Two Thousand Dollars ($2,000.00), or if any portion of the Costs will be the financial responsibility of the City outside the Compensation provisions of this Agreement. Page 2 of 21 2.6 Pay for all Repairs on the Facilities, so long as the cost does not exceed the annual Repairs Budget agreed to as provided in Appendix F for each year of this Agreement. Any increases in the Repairs Budget shall be accomplished in accordance with Article 4.1.2 of this Agreement. 2.7 Maintain all Equipment purchased or owned by City consistent with manufacturer's recommended standards and assist the City in enforcing Equipment warranties and guarantees by providing information on routine maintenance performed on such Equipment. 2.8 Provide training and oversight for BRA personnel, agents and subcontractors (as appropriate for role and task to be performed) in areas of Project and Facility operation, maintenance, safety, supervisory skills, laboratory, and energy management. 2.9 Pay all Costs necessary for operations and maintenance consistent with Reasonable Standards, except for those which are otherwise the responsibility of the City pursuant to this Agreement. 2.10 In the event that an Abnormal Condition occurs, advise the City of the Abnormal Condition and planned course of action and shall use its best efforts to return the Facilities to legal limits. If subsequent action is required, the details of the response and the responsibilities of the parties shall be set forth in writing and submitted to the City for final review and approval. If subsequent action requires a Change in Scope of Service, the BRA shall prepare and submit the appropriate contract amendment to the City for final review and approval. Notwithstanding any other provision of this Agreement, BRA will use its best efforts to maximize the Facilities' performance, but shall not be responsible for associated effluent characteristics or damages, fines, penalties or claims resulting from an Abnormal Condition. 2.11 Provide a sufficient number of certified, qualified personnel, including management, administrative, operational, technical, laboratory and clerical, who meet relevant State of Texas requirements and certifications regarding m unicipal water treatment operations and maintenance and are capable and demonstrate experience necessary to operate and maintain the facilities. 2.12 Provide a personnel contact list as set forth in Appendix E for persons who will be utilized to perform all or part of the requirements of this Agreement. As the information on the contact list changes, BRA shall provide prompt updates to the City's Project Manager. 2.13 Provide all normally required personnel, tools, equipment, materials, and supplies necessary to perform the Project, and such Costs shall be bome by the appropriate Party as provided in this Agreement. Page 3 of 21 2.14 Prepare all documents and reports required by any Applicable Law related to the Facilities, including but not limited to NPDES and Discharge Monitoring Reports, and submit these to the appropriate agency. Any documents which must be signed by t he C ity s hall b e s ubmitted t o t he C ity i n a t imely fashion allowing the City sufficient time (at least three (3) business days) to review and comment on the report prior to the date that it must be mailed to any state, federal or local agency or other entity. At request of City, BRA shall provide historical treatment perfor- mance data to the extent possible. BRA shall assist the City in preparation of other special reports, including responses to regulatory agency requests or orders for information, permit amendments or renewals, audits, and other reasonable City requests. BRA shall maintain the records and reports pertaining to the Project on the site of the Dove Springs Wastewater Treatment Plant, or as otherwise specified by City, or in the manner required by any Applicable Laws. 2.15 Provide for the disposal of sludge to approved disposal sites. Should the disposal costs for sludge increase to an amount in excess of the amount indicated on Appendix F, City and BRA agree to meet and negotiate an increase in the Volumetric Fee for such sludge disposal services. City agrees that it is the Generator of all sludge, biosolids or other material produced at the Project. 2.16 Perform all sampling and laboratory analysis currently required by the Texas Commission on Environmental Quality (TCEQ) or the United States Environmental Protection Agency (or their successor agencies), or any other agency with jurisdiction over the Facilities. If additional laboratory testing and sampling is required by future regulatory changes and/or population growth and if such additional laboratory testing and sampling constitutes a Change in Scope of Services, the BRA shall prepare and submit a request for a Change in S cope o f Services to the City for final review and approval. All analytical methods used to demonstrate compliance shall be in accordance with methods approved by the appropriate regulatory agencies, as applicable. 2.17 Provide an inventory of all non -reusable materials and supplies related to the performance of BRA's obligations under this Agreement, which would be retained by City in the event that this Agreement is terminated, expires, or is not renewed. Upon termination or expiration of the Agreement, BRA will conduct a final inventory and provide the City with a report detailing total inventory on hand at the date of termination or expiration. BRA shall also provide a minimum chemical inventory necessary to operate the Facilities for seven (7) days of continuous operation, based on the prior Contract Year's average daily production. City shall compensate BRA for the value of any non -reusable materials and supplies retained by the City upon termination, expiration or non -renewal of this Agreement and for any chemical inventory in excess of the minimum requirement contained herein for up to a one month supply (30 days). 2.18 Provide for the Maintenance and Repairs of the City -owned Equipment listed in Page 4 of 21 Appendix C consistent with Reasonable Standards. 2.19 Provide twenty-four (24) hour per d ay a ccess t o P roject a nd t o t he F acilities for City's personnel as set forth in Appendix G. Visits may be made by any of City's other employees, so designated by Citys Representative, subject to a no less than a twenty-four (24) hour notice to the BRA Project Manager. If visitors request access to or a tour of the Facilities, BRA shall promptly inform the City and the City shall determine whether a City employee is to accompany the visitor. A BRA employee shall accompany all visitors. 2.20 Operate all Facilities such that no nuisance conditions as defined by the appropriate regulatory agency shall occur on-site or off-site, within the design parameters of the Facilities. BRA shall be responsible for grounds maintenance only within the Site Boundary of the Facilities. 2.21 Provide computerized maintenance, process control, and laboratory records management systems that are compatible with Microsoft Windows compatible computer operating systems. 2.22 Provide the City with proposed Capital Expenditures, furnishing a schedule of improvements and expenditures including the following for each project by February 1 of each calendar year for the term of this Agreement: a. Improvement needed b. Justification of improvements C. Cost of improvements d. Any projected increase/decrease in O&M created by the improvement e. Recommended schedule for construction of the improvement Any City -approved improvements will be included in the City's Capital Improvements Plan, which shall be prepared by the City in the normal course of its annual budget process. 2.23 Finance Capital Expenditures i f requested and authorized by the City, subject to mutually agreeable terms and conditions of repayment. 2.24 Comply with the policies of City regarding affirmative action provisions for minority hiring. 2.25 Request City concurrence on any replacement of BRA's Project Manager. City shall not unreasonably withhold concurrence. 2.26 Be solely responsible for handling and use of hazardous materials and informing employees of any such hazardous materials. BRA shall provide copies of all hazardous materials data sheets to the Georgetown Fire Department marked attention: Fire Marshall. Page 5 of 21 3. CITY'S DUTIES AND RESPONSIBILITIES: Throughout the term of this Agreement, the City shall: 3.1 Consider all Capital Expenditures proposed by BRA. 3.2 Maintain and pay for all existing easements, permits, and licenses that have been granted to City pertaining to the Facilities. 3.3 Pay all property, franchise, permit fees or other taxes associated with the Project. 3.4 Provide BRA the temporary use of any piece of City's heavy Equipment that is available so that BRA may discharge its obligations under this Agreement in the most cost-effective manner. 3.5 Provide all licenses for City-owned vehicles used in connection with the Project. 3.6 Provide for BRA's continuous and exclusive use, all Equipment described in Appendix C for the purpose of fulfilling its obligations under this Agreement. 3.7 Pay directly all electrical costs associated with the Project. 3.8 Pay directly for or conduct sludge transport from the Cimarron Hills and Berry Creek Plants to the San Gabriel or Dove Springs plant for normal sludge wasting operations, i ncluding, the cost o f"Pump and Haul" treatment for the Cimarron Hills Plant. 3.9 Provide copies of all warranties and manufacturer's recommended maintenance standards in City's possession to BRA upon execution of this Agreement. 3.10 Provide an inventory of all non-reusable materials, supplies, and chemicals related to the performance of BRA's obligations under this Agreement, which have been retained by the City upon the termination of the existing operating agreement for the Facilities in force at the time of the execution of this Agreement. 3.11 Provide a personnel contact list as set forth in Appendix E for persons who will be utilized to perform all or part of the requirements of this Agreement. As the information on the contact list changes, the City shall provide prompt updates to BRA's Project Manager. 3.12 Pursuant to Section 2.5 of this Agreement, consider Repair requests exceeding two thousand dollars ($2,000) within five working (5) days of submittal of the BRA's request to the City's Project Manager. Page 6 of 21 4. COMPENSATION AND PAYMENT 4.1 COMPENSATION - Compensation to the BRA will be in three (3) components: A Volumetric Fee, a Repairs Budget, and a Reconciliation Payment, as more fully set forth inthis Article 4 and in Appendix F. It is the intent of this Agreement that adjustments shall be made to the Volumetric Fee and the Repairs Budget prior to each Contract Year, but that no adjustment shall me made to the Volumetric Rate. 4.1.1 Volumetric Fee. City shall pay to BRA as compensation for services performed under this Agreement a Volumetric Fee equal to the Treatment Projection for that Contract Year multiplied by the Volumetric Rate as follows: a. Treatment Projection. L The Treatment Projection for the Contract Year shall be as set forth in Appendix F. ii. The Treatment Projection is the amount of wastewater that the parties project will be treated during the Contract Year, based on the amount treated the prior twelve (12) months and the amount that is expected to change due to customer changes and other factors. The Treatment Projection for each Contract Year shall be adjusted annually, four (4) months prior to the annual anniversary date of the effective date of this Agreement. The adjusted Treatment Projection shall be effective for the following Contract Year. b. Volumetric Rate. i. The Volumetric Rate for the Contract Year shall be Seven Hundred Ninety -Nine Dollars and Eleven Cents ($799.11) per One Million (1,000,000) gallons of treated volume of wastewater. ii. The Volumetric Rate shall be fixed throughout the term of this agreement. C. Volumetric Fee. i. The Volumetric Fee for the Contract Year shall be as set forth in Appendix F. Page 7 of 21 ii. The Volumetric Fee shall be the product derived by multiplying the Treatment Projection by the Volumetric Rate. The Volumetric Fee shall be effective for the Contract Year. iii. Within sixty (60) days after the end of each Contract Year, BRA shall determine the Actual Annual Treatment Volume during the Contract Year (the volume reported pursuant to Applicable Laws). The BRA shall calculate the Treatment Delta, as an indication of either flows in excess of the Treatment Projection for the Contract Year, or flows less than the Treatment Projection for the Contract Year. A Volumetric Fee Adjustment shall be calculated by multiplying the Treatment Delta by either the Excess Flow Adjustment (for flows in excess of the Treatment Projection for the Contract Year), or the Under Flow Adjustment (for flows less than the Treatment Projection for the Contract Year. Any payments shall be made in accordance with Section 4.2.4. 4.1.2 Repairs Budget. The City shall establish the amount of the Repairs Budget annually, based on the performance and repair history of each Facility, and on the projected Repair schedule for the next Contract Years. The City shall pay to BRA annually an amount equal to the Repairs Budget for the benefit of the City's Facilities. The total amount BRA shall be required to pay for Repairs Costs shall not exceed the annual Repairs Budget. a. The Repairs Budget for the Contract Year shall be as set forth in Appendix F. b. The Repairs Budget shall be adjusted annually, four (4) months prior to the annual anniversary of the effective date of this Agreement. If the parties cannot reach a resolution on an adjustment, the Repairs Budget shall be the same as the previous Contract Year. C. Within sixty (60) days of the end of each Contract Year, BRA shall provide a report documenting the Actual Repairs Expense to City and calculate a Repairs Budget Adjustment. If the Actual Repairs Expense exceeds the Repairs Budget, the BRA shall reimburse to City the Repairs Budget Adjustment, if the Actual Repairs Expense is less than the Repairs Budget, the City shall reimburse BRA. d. If during any Contract Year, the Cost of Repairs is projected by the BRA t o e xceed t he R epairs B udget, t he parties shall negotiate an Page 8 of 21 amendment to provide for that exceedance. 4.1.3 In the event that a Change in the Scope of Services during the Contract Year is desired by the City or required by a change in Applicable Laws, then the terms of this Agreement may be modified. 4.2 PAYMENT OF COMPENSATION 4.2.1 An equal monthly payment of the Projected Volumetric Fee for the current Contract Year shall be due and payable to BRA on the first of the month that services are to be provided. 4.2.2 An equal monthly payment of the Repairs Budget for the current Contract Year shall be due and payable to BRA on the first of the month that services are provided. 4.2.3 All other compensation to BRA is due and payable on receipt of B RA's invoice and payable within fifteen (15) days. 4.2.4 Within sixty (60) days of the end of each Contract Year, BRA shall calculate a Reconciliation Payment which shall be the sum of the Volumetric Fee Adjustment and the Repairs Budget Adjustment for the Contract Year as set forth in Appendix F for each Contract Year and submit this calculation to the City. Within thirty (30) days of the submittal of the Reconciliation Payment calculation, BRA shall reimburse the City or the City shall reimburse BRA, depending upon the nature of the Reconciliation Payment calculation. 4.2.5 City shall pay interest at an annual rate equal to Wells Fargo Bank, N.A.'s prime rate plus one and one half percent (1 %2%) (such interest not to exceed any limitation provided by law) on payments not paid and received within fifteen (15) calendar days, such interest being calculated from the due date of the payment. 4.3 PAYMENT CALCULATION The Cost and Payment Summary for each Contract Year, attached hereto as Appendix F, may be revised and amended prior to each Contract Year in accordance with the terms of this Agreement. 5. INDEMNITY, LIABILITY AND INSURANCE 5.1 BRA hereby agrees to and shall hold City harmless from any liability or damages Page 9 of 21 for property damage or bodily injury, including death, and from and against any and all demands, losses, damages, forfeitures, penalties, fines, costs, lawsuits, claims, liabilities, actions, causes of action of every kind whatsoever, and expenses, including attorneys' fees and expenses and costs of investigation, which may arise from BRA's breach of any provision of this Agreement, or from BRA's negligent operations or willful acts, to the proportion such breach or negligence or willful act contributed to the damages, injury or loss, whether such act be by BRA or by subcontractor of BRA. 5.2 BRA shall be liable for those fines or civil penalties with no maximum aggregate, which may be imposed by a regulatory agency for violations of the applicable legal requirements that are a result of BRA's negligent operation or a willful act. City may, but is not obligated to, assist BRA in contesting any such fines in administra- tive proceedings and/or in court prior to any payment by BRA. BRA shall pay the costs of contesting any such fines. 5.3 BRA's liability to City under this Agreement specifically excludes any and all indirect, special or consequential damages arising from the operation, maintenance, and m anagement o f P roject o r the F acilities, u nless c aused by the negligence or willful act of BRA. These damages are limited to the proportion that such negligence or willful act contributed to the loss. 5.4 Each party shall obtain and maintain insurance coverage of a type and in the amounts described in Appendix D. BRA affirms that the required insurance will be maintained in full force throughout the term of this Agreement and that the City will be identified as an additional insured, except as otherwise stated in Appendix D. Further, to the extent received by the City, the proceeds of insurance of BRA shall be applied to reduce, but shall not eliminate, any other obligations of BRA under this Agreement and BRA shall pay any and all deductibles or retentions under all insurance carried by BRA. BRA shall cause its insurance carrier(s) to execute and deliver to the City certificate(s) of insurance stating the limits and coverage required by the City. The cancellation either by the insured or the insurer of any portion of the insurance required to be carried by BRA by this Agreement, or the lapse or suspension of the required insurance for any reason shall be considered a material breach of this Agreement by BRA and the City may exercise its termination rights set forth in this Agreement, and any other right contained in this Agreement, and shall have the r ight t o p rohibit B RA from s ubsequently a ntering t he F acilities' grounds and/or Project. BRA shall cause its sub -contractors to procure insurance covering the liabilities noted above, as appropriate, and with insurance companies acceptable to the City. BRA will obtain such policies or certificates and deliver them to the City. If acceptable insurance is not acquired by BRA or its subcontractors, the City may, Page 10 of 21 at its discretion, acquire the required insurance coverage and charge the expense for such coverage to BRA, by reducing the Base Fee paid hereunder as set forth in Appendix D, or hold BRA fully responsible for insurance not provided. The required insurance, or self insurance of a sufficient magnitude to satisfy the requirements under this Agreement and Appendix D shall be maintained without a reduction in or narrowing of coverage during the course of the services. Both City and BRA shall maintain policies with a Certificate of Insurance prepared and executed by the insurance company or its authorized agent, and containing provisions setting forth all endorsement and insurance coverage according to the requirements contained herein. 5.5 The City will ensure that standard fire, property, and flood insurance policies are maintained, including extended coverage to the full insurable value of the Facilities and appurtenances thereto. In this regard, the City maintains various types of insurance to protect against loss to property and is required to notify the insurance agent of such claims. In the event of loss or damage, the cooperation of BRA may be required in resolving the claim. In this regard, BRA shall immediately notify the City of any occurrence or situation that might give rise to a claim due to accident, property damage or loss. 6. TERM AND TERMINATION: DEFAULT REMEDIES 6.1 The term of this Agreement shall commence on October 31, 2003 and continue until September 30, 2008. There shall be no automatic renewal of this Agreement. 6.2 TERMINATION a. This Agreement may be terminated as follows: 1. by the BRA or the City if (i) any federal, state or local agency should revoke the permit(s) required by Applicable Laws to operate the Facilities; or (ii) any administrative or judicial order should be promulgated or issued by any governmental agency having jurisdiction over the Facilities, and the effect of such order makes it illegal for the BRA to perform its obligations under this Agreement; or (iii) some other event occurs, outside the control of the BRA, which makes the continued operation of the Facilities by a qualified operator wholly impossible. The Parties agree to notify each other immediately upon receipt of notice of any action proposed by a federal, state or local agency to revoke any of the permits required by Applicable Laws to operate the Facilities which would make it impossible or illegal for the BRA to perform its obligations under Page 11 of 21 this Agreement. 2. by the BRA, upon giving not less than ninety (90) days written notice to the City, in the event the City does not include those Capital Expenditures in its Capital Improvements Plan that are necessary to remain in compliance with Applicable Laws as described in Section 2.22, or the City fails to duly observe, perform, or comply with any material covenant, agreement, condition, or provision of this Agreement, or if any representation or wan -ant made by the City herein proves to have been false or incorrect in any material respect when made and such failure, or breach of representation or warranty is not remedied within ninety (90) days after written notice specifying such default shall have been provided to the City by the BRA. 3. by the City, upon giving not less than ninety (90) days written notice to the BRA, in the event the BRA fails to duly observe, perform, or comply with any material covenant, agreement, condition, or provision of this Agreement; or, of any representation or warranty made by the BRA herein proves to have been false or incorrect in any material respect when made, and such failure, or breach of representation or warranty is not remedied within ninety (90) days after written notice specifying such default shall have been provided to the BRA by the City. b. Upon termination of this Agreement pursuant to subsection (a) of this Section, all obligations of all of the parties under this Agreement shall terminate and be of no further force and effect, except as otherwise provided in Section 6.4. 6.3 Upon notice of termination by City, BRA shall assist City in resuming operation of the Project. In addition, City shall pay to BRA the unpaid balance of any approved Capital Expenditure or outstanding repair. If additional Cost is incurred by BRA at request of City, City shall pay BRA such Cost in accordance with this Agreement. 6.4 The obligations of BRA under Section 5 of this Agreement shall survive termination or expiration of this Agreement. 7. LABOR DISPUTES 7.1 In the event activities by City's employee groups or unions cause a disruption in BRA's ability to perform at the Project, City, with BRA's assistance or BRA, at its own option, may seek appropriate injunctive court orders. During any such disntption, BRA shall operate the facilities on a best-efforts basis until any such Page 12 of 21 Q disruptions cease. MISCELLANEOUS 8.1. Forc�eare. If either party is rendered unable, wholly or in part, by Force Majeure to cant' out any of its obligations under this Agreement other than an obligation to pay or provide money, then such obligations of that party to the extent affected by such Force Majeure, shall be suspended during the continuance of any inability so caused. Such cause, as far as possible, shall be remedied with all reasonable diligence. The term "Force Majeure," as used herein, shall mean acts of God, strikes, lockouts, acts of the public enemy, orders of any governmental entity/military authority, acts, orders or delays thereof of any regulatory authorities with jurisdiction over the parties, insurrections, riots, natural disasters, arrests, civil disturbances, explosions, terrorism, or any other conditions which are not within the control of such party. 8.2. Severability. The provisions of this Agreement are severable, and if any part of this Agreement shall ever be held by any agency or court of competent jurisdiction to be void, invalid or unconstitutional for any reason, the remainder of this Agreement shall not be affected thereby. M go E Sl Modification. This Agreement shall be subject to change or modification only with the mutual written consent of the City and BRA. Addresses and Notices. Unless otherwise notified in writing by the other, the addresses of BRA and the City are and shall remain as follows: The City of Georgetown Attn: Cit Manager 113E.8 Street Georgetown, Texas 78726 Brazos River Authority Attn: Chief Executive Officer 4600 Cobbs Drive Waco, Texas 76714 Time of the Essence. Time is of the essence with respect to all matters covered by this Agreement. 8.6. Authority of Parties Executing Agreement. By their execution hereof, each of the undersigned parties represents and warrants to the Parties to this document that he or she has the authority to execute the document in the capacity shown on this document. 8.7. Status of BRA. It is agreed by the Parties that BRA will be regarded as an independent contractor on all matters pertaining to services provided under this Page 13 of 21 Agreement, and BRA shall not have the authority to assume, create or incur any liabilities or any obligation of any kind (express or implied) against or on behalf of City. 8.8. motions. The captions appearing at the first of each numbered section or paragraph in this Agreement are included solely for convenience and shall never be considered or given any effect in construing this Agreement. 8.9. Assignment. This Agreement may not be assigned by BRA to any other party without the express written consent of the City, which consent may be withheld at City's sole discretion. Any permitted assignee of BRA shall be obligated by contract with BRA and the City to honor BRA's obligations to the City under this Agreement. The City may, at its sole discretion, assign its rights under this Agreement to any successor in interest to the City. BRA may, at its sole discretion, terminate this Agreement upon assignment by the City. 8.10. Successor Rights and Responsibilities. In the event of any occurrence which renders BRA incapable of performing under this Agreement, any successor of BRA, whether the result of legal process, assignment, or otherwise, shall succeed to the rights and obligations of this Agreement. In the event of any occurrence which renders the City incapable of performing under this Agreement, any successor of the City, whether the result of legal process, assignment or otherwise, shall succeed to the rights and obligations to this Agreement. 8.11. Non -Waiver. Any waiver at any time by either Party to this Agreement of rights under this Agreement shall not constitute and shall not be deemed to be a waiver of any other rights held by either Party. 8.12. Scope of the Agreement. This is the entire Agreement between the Parties hereto. There are no other conditions, agreements or representations between the Parties except as expressed herein. This Agreement may not be amended except by written instrument executed by both Parties. 8.13. Dispute Resolution. Any dispute arising from or related to this Agreement shall be addressed through mediation, prior to the filing of any civil action. Only if such alternative dispute resolution efforts fail shall the Parties seek redress of complaints through civil suit. 8.14. Law. This Agreement shall be performable in Williamson County, Texas. The terms and conditions of this Agreement, and the rights and obligations thereunder shall be determined by the I aws o f t he S tate o f T exas. T he j urisdiction for a ny disputes related to this Agreement shall be Williamson County, Texas. Page 14 of 21 Both p arties indicate their approval of this Amendment to the Agreement by their signatures below, to be effective on the 31st day of October, 2003. Authorized signature: Authorized signature: BRAZOS RIVER CITY OF GEORGETOWN, TEXAS AUTHORITY Name: Phillip J. Ford Name: Gary Nelon Title: General Manager / CEO Title: Mayor Attest: City of Georgetown, Texas 78626 Name: Sandra Lee Title: City Secretary Name: Patricia E. Carls, Brown & Carls, LLP Title: City Attorney STATE OF TEXAS § § ACKNOWLEDGMENT COUNTY OF WILLIAMSON § This instrument was acknowledged before me on this the _ day of , 2003, by Gary Nelon, a person known to me in his capacity as Mayor of the City of Georgetown, on behalf of the City of Georgetown. Notary Public in and for the State of Texas STATE OF TEXAS § § ACKNOWLEDGMENT COUNTY OF McLENNAN § This instrument was acknowledged before me on this the _ day of 2003, by Phillip J. Ford, a person known to me in his capacity as General Manager / CEO of the Brazos River Authority. Notary Public in and for the State of Texas Page 15 of 21 LIST OF APPENDICES Appendix A Definitions Appendix B Location of Project and Facility Design Capacity Appendix C City -Owned Equipment Appendix D Insurance Coverage and Performance Bond Appendix E City and BRA Personnel Contact List Appendix F Cost & Payment Summary for Contract Year Appendix G City Personnel with 24 -Hour Access Page 16 of 21 Appendix A DEFINITIONS A.1 "Abnormal Conditions" means any condition where, through no fault of BRA, the influent does not contain adequate nutrients to support operation of the biological processes and/or contains abnormal, toxic, or other substances which cannot be removed or treated by the existing Facilities, or the flow or conditions exceed the design parameters of the Facilities, such that the effluent contains abnormal, toxic or other substances which violate the applicable legal limits. A.2 "Additional Services" means those services requested by City incidental to or not specifically identified or included in the Scope of this Agreement, but are related or similar in nature to the services contemplated under this Agreement, including but not limited to, services and/or cost for plant or facility upgrades, rate studies, short term construction and the impacts thereof, engineering studies, and other short term incidental projects. A.3 "Applicable Laws" means all statutes specifically related to wastewater treatment and the rules and regulations promulgated thereunder by the Texas Commission on Environmental Quality (TCEQ) and/or the United States Environmental Protection Agency (EPA) (or their successor agencies) related to the specific services to be provided under this Agreement, and those administrative or judicial orders or agreements applicable to the Facilities that are provided to BRA by the City. AA "Capital Expenditures" means any expenditures for (1) the purchase of new Equipment or Project or Facility components, or purchases of components to upgrade the Project or the Facilities that cost more than Two Thousand Dollars ($2,000.00); or (2) expenditures that are planned, non -routine and budgeted by City as part of its Capital Improvements Plan. A.5 "Change i n S cope o f S ervices" in ears t hose a vents o r s ervices w hich a ither change the basis of cost at no fault of BRA, or add additional scope to the services provided in this Agreement which are anticipated as long term events (greater than one year). Such events or services include but are not limited to services and/or costs currently the responsibility of Owner, regulatory requirements or Applicable Laws mandated after this Agreement was negotiated, construction and the impacts thereof, and changes in Project characteristics. A.6 "Contact Person" means the individual for each party who is responsible for the administration of this Agreement. A.7 "Contract Year" means each annual period from October 1 through September 30 for the duration of this Agreement, except that the first Contract Year shall be from October 31, 2003 to September 30, 2004. Page 17 of 21 A.8 "Costs" means reasonable and necessary Project expenditures required for the provision of services under this Agreement, which shall be borne by BRA as part of its compensation under this Agreement, as determined in accordance with generally accepted accounting principles on an accrual basis. The Costs under this Agreement are based on the Project characteristics described in Appendix B. A.9 "Equipment" means tools, machinery and other implements necessary to perform the tasks required by this Agreement. A.10 "Facilities" in ears those components o f the Project described on Appendix B, and any additions thereto made during the term of this Agreement. A.11 "Maintenance" means the cost of those routine and/or repetitive proactive activities required or recommended by the City, a manufacturer, or BRA to maximize the service life or operation of the Equipment, vehicles, and Facilities or components thereof. In addition, the term means the scheduled o r u nscheduled a ctivities p erformed o n a r egular b asis t o keep Equipment and Facilities operating safely and effectively and to minimize or overt unforeseen failures. A.12 "Project" means all grounds, Facilities and related Equipment and components, as well as the management, operations, and maintenance services of same to be performed by BRA under this Agreement. A.13 "Reasonable Standards" means activities conducted in accordance with sound engineering principles, manufacturer's recommended operating and maintenance criteria, Applicable Laws (including regulations promulgated by any governmental or regulatory authority or agency having jurisdiction). A.14 "Repairs" means those non-routine/non-repetitive activities required for operational continuity, safety, and performance generally due to failure of to avert a failure of the Equipment, Facilities, vehicles, or some component thereof. A.15 "Replacement" means work on the Project and/or Facility components that is required due to repeated performance failure(s), and that is needed because the City has determined that additional future Repair to such failed component(s) is either not cost effective for the City or will not maintain the reliability of the project or Facility system and its operations. A.16 "Site Boundary" means the controlled access secured area within a perimeter fence, plus a reasonable buffer, as may be mutually agreed upon by the City and BRA. Page 18 of 21 Appendix B LOCATION OF PROJECT AND FACILITY DESIGN CAPACITY BRA agrees to provide the Scope of Services for the Facilities with the design capacities listed below. The term "Facility" shall include all equipment and components within the Site Boundary except any component of the Irrigation Reuse System. FACILITIES CAPACITY NPDES TCEQ Permit Permit San Gabriel Wastewater Treatment Plant 2.50 MGD TX0022667 10489-002 1099 North College Georgetown, Texas 78626 Dove Springs Wastewater Treatment Plant 1.24 MGD TX0101281 10489-003 400 Rock Dove Lane Georgetown, Texas 78626 Berry Creek Wastewater Treatment Plant 0.10 MGD N/A 10489-006 30500 Berry Creek Drive Georgetown, Texas 78628 Pecan Branch Wastewater Treatment Plant 1.50 MGD TX0114006 10489-005 3502 FM 971 Georgetown, Texas 78628 Cimarron Hills Wastewater Treatment Plant 0.20 MGD N/A 10232-001 Birdstone Lane Georgetown, Texas 78628 Page 19 of 21 Appendix C* Vehicles and Equipment Owned by City 109-06 John Deere Skid Steer 2002 109-09 John Deere Tractor 1993 109-20 Bobcat 2003 * City owns other minor equipment not listed here. Page 20 of 21 Appendix D INSURANCE COVERAGE AND PERFORMANCE BOND D.1 BRA shall obtain and maintain, at its sole cost and expense, at all times during the term of this Agreement, insurance coverage with insurers licensed to do business in Texas and acceptable to the City under form of policies satisfactory to the City, naming the City as an additional insured. Such insurance shall include, at a minimum: D.1.1 Statutory worker's compensation for all of BRA's employees necessary to perform the services r equired b y t his A greement i n t he a mounts r equired b y t he S tate o f Texas, including Employer's Liability Insurance; and D.1.2 Comprehensive general liability insurance in an amount not less than $5,000,000 combined single limits for bodily injury and/or property damage; and D.1.3 Automobile liability Insurance for bodily injury and property damage, combined single limit in an amount not less than $2,000,000; and D.1.4 Pollution Liability Coverage, including coverage for environmental damages, remediation, property damages, and personal injury, with a combined single incident limit of not less than $2,000,000; and D.1.5 Insurance for criminal or fraudulent acts of employees in an amount not less than $2,000,000; however the City will not be an additional insured on this policy. D.2 BRA shall, on or before the date of this Agreement, post a performance bond in a form acceptable to the City and from a surety acceptable to the City in the amount of the full value of each year's estimated compensation under the Agreement. D.3 City shall maintain: D.3.1. Property damage insurance for all property including vehicles owned by City and operated by BRA under this Agreement. Any property including vehicles not properly or fully insured shall be the financial responsibility of City. D.3.2. Automobile liability insurance for all vehicles owned by City and operated by BRA under this Agreement. Page 21 of 21 Apv�odix E City and BRA Personnel Contact List CONTACT TITLE COMPANY TELEPHONE CELLPHONE PAGER EMAIL Jim Briggs Assistant City Manager - Utility Operations GUS 512-930-3889 512-818 0090 N/A hb eo etowntx.o Glenn Dishong Water Services Manager GUS 512-930-2574 512-784-6662 N/A dishon eo etownbr.o Lonnie Reed Wastewater/Reuse Supervisor GUS 512-930-2581 512-818-1272 N/A lareed eo .towno Ken Taylor Wastewater/Reuse Lead GUS 512-930.8147 512-818-2477 N/A ket eo etowntx.o On Call Operator Wastewater Dept On Call GUS WA 512-818-1612 512-896-6582 N/A Randy Massie Regional Manager OMI 512-930-2520 512-748-1779 N/A rmassie@omiinc.com Wintercom PecManager 512Marbeth -930-2520 512-748-1790 N/A omigeo@omiinc.com GUS Dispatch GUS Dispatch - 7A -11 P Mon - Fri GUS 512-930-3555 N/A N/A N/A Georgetown Police Dispatch Police Dispatch - 24/7 GUS 512-930-3510 N/A N/A N/A SCADA SCADA GUS 512-930-1609 N/A N/A N/A Berry Creek Lift AutoDialer GUS 512-819-0042 N/A N/A N/A Smith Branch Lift AutoDialer GUS 512.819-9133 N/A N/A N/A San Gabriel WWTP AutoDialer GUS 512-930-3591 N/A N/A N/A Dove Springs WWTP AutoDialer GUS 512-930-3538 N/A N/A N/A Curtis Smalley Regional Superintendent BRA 254-939-6471 512-560.8970 N/A asmalley@brazos.org Donald Malovets Regional Maintenance Superintendent BRA 254-662-1501 254-534-4973 N/AMtdickensbrazos.0 zos.o Bob Shumate Regional Operations Superintendent BRA 254-939-6471 254-716-4622 N/Azos.o KelseyFincher Regional Analytical Services Superintendent BRA 254-939-6471 254-534-4971 N/Aos.o Georgetown Maintenance on Call Georgetown Maintenance on Call BRA 512-930-2520 WA N/A Georgetown O for on Call Georgetown Operator on Call BRA 512-930-2520 N/A N/A Tom Dickens Georgetown Chief Operator BRA 512-930-2520 N/A N/Azos.oBCRWS Maintenance on Call BCRWS Maintenance onCall BRA 512-246-2969 512-563-0417 N/A BCRWS Operator on Call BCRWS Operator on Call BRA 512-246-2968 512-563-0419 N/A N/A Francisco Vicent BCRWS Chief Operator BRA 512-246-2968 512-563.0421 N/A tvicent@brazos.org SCRWTP Operator on Call SCRWTP Operator on Call BRA 512-563-4589 512-563.4589 N/A N/A Ted Kendig SCRWTP Chief Operator BRA 512-267-2434 512-563-0478 N/A tkendi brazos.o TBRSS Maintenance on Call TBRSS Maintenance on Call BRA 254-939.6471 254-534-5387 N/A N/A TBRSS O on Call TBRO rator on Call TBRSS Operator BRA 254_939_64 71 254-534-5386 N/A N/A Randy Lock TBRSS Chief Operator BRA 254-939-64711254-534-5384 WA nock brazos.o BRA Emergency Dispatch Emergency Calls - 24/7 I BRA 1888-571-29661888-571-2966 N/A N/A Appendix F Cost and Payment Summary for Contract Year Oct 31, 2003 - Sep 30, 2004 1 ITreatment Projection (MG) 1,025 2 JAverage Daily Treatment (MGD) 3.07 3 Sludge Disposal Cost Threshold $ 14.50 Cost Component $ per MG Cost 4 Volumetric Rate $ 799.11 Projected Volumetric Fee (FY 03-04) $ 819,087.75 Repairs Budget $ 70,000.00 Total Annual Fee FY 03-04 $ 889,087.75 6 Monthly Payment (Current Fiscal Year) $ 80,826.16 n of, ear\7o'�umetric'Fee Adju'� stment '- r '.� • "r` 4 7 Annual Treatment Volume (MG) 8 Treatment Delta (MG) 9 Excess Flow Adjustment (per MG) $ 365.85 10 Under Flow Adjustment (per MG) $ 214.83 11 Volumetric Fee Adjustment $ - �� ems. 12 Repairs Budget $ 70,000.00 13 Actual Repairs Expense 14 Repairs Budget Adjustment $ 15 Reconcilation Payment $ Appendix G City Personnel with 24-hour Access Name Paul Bra—n—denburg Title City Manager Company COG In —Bdggs Glenn Dishong Asst City Manager - Utilities Water Services Manager GUS GUS Lonnie Reed Wastewater/Reuse Su v GUS Gabriel Dominguez Water Supervisor GUS Ken Taylor Wastewater/Reuse Lead GUS Gary Bopp Water Lead GUS Andy Hammack Operations Specialist GUS Pete Ochoa O erations S ecialist GUS Theo Armendariz Technician GUS Bruce Miller Operator GUS Luis Reyes Apprentice GUS Daniel Hernandez Apprentice GUS JJerry Riggs Apprentice GUS Shane Hunn Apprentice GUS 6� Ii Council Meeting Date: October 28, 2003 AGENDA ITEM COVER SHEET Item No. SUBJECT: Consideration and possible action to approve continuation of the second phase of GSWW Edwards Aquifer Program testing and approve the annual budget of $180,000.00 ITEM SUDffdARY: Chapter 213 - Edwards Aquifer rules of the TAC requires communities to test their wastewater collection system mains, 6" and larger in diameter, to locate structural damage and defects that potentially pose a threat to the Edwards Aquifer, once every five years. Georgetown Utility Systems has contracted with Gutierrez, Smouse, Wilmut and Associates, Inc. (GSWW) to provide a multi- year program approach to perform sewage collection system testing and evaluation. GSWW completed the first phase of testing and the staff is pursuing rehabilitation of the defects that were identified. This item provides for the second year of testing. This phase of testing will result in the inspection of 110,000 feet of collection mains. The area to be tested will be the Dove Springs Wastewater Treatment Plant collection system in the southwestern portion of the city. The project budget is $180,000.00. GUS BOARD RECOMMENDATION: GUS Board recommended approval of this project at their October 21, 2003 meeting. Approved 6-0 (Evans Absent) STAFF RECOMMENDATION: Staff recommends approval of the second phase of this testing program and also recommends approval of the annual budget of $180,000.00 SPECIAL CONSIDERATIONS: None. FINANCIAL IMPACT: Funds for this project will come from the Wastewater Capital Fund Account Number: 651-101-6618-00. COMMENTS: None. ATTACHMENTS : Letter from GSWW with cost estimates /-\ . h By: Assistant City Manager for Utilities Water S Manager J el September 16, 2003 City of Georgetown Attn: Mr. Glenn Dishong P.O. Box 409 Georgetown, TX 78627-0409 Dear Glenn: GSWW, Inc. Civil/Environmental Engineers. Planners Dallas. Fort Worth. Midland. Austin Predecessor Firms: Gutierrez, Smouse, Wilmot & Assoc., Inc. Washington & Associates, Inc. We have completed Phase 1 of the Edwards Aquifer Recharge Zone Protection Program with a final report that details our findings in the field and provides recommendations for rehabilitation of the collection system. We are now ready to begin field investigations for Phase II. As you requested, I have provided a task breakdown of the proposed costs for Phase ll. We are looking forward to another successful project. Sincerely, GSWW, INC. David Koberlein, P.E. Associate/Project Manager DK/jm Enclosures 1016 Mopac Circle, Suite 201. Austin, Texas 78746 . 512.306.9266 . 512.306.9550 Fax . www.gsw-inc.com Table 2-8 Estimated Compensation City of Georgetown, Texas Edwards Aquifer Protection �% Page 13 Gutierrez, Smouse, Wilmut & Assoc., Inc. City of Georgetown, Texas Phase 2-8 Estimated Compensation Task Description Unit Unit Price Total 100 Preparatory Work and Mobilization LumpSum$6,030.00 $6,030.00 200 Review of Existin Information Lum Sum$2,500.00 $2,500.00 300 Public Awareness and Involvement Lum Sum$2,700.00 VQuantit $2,700.00 400 Installation, Maintenance, and Removal of Flow Monitors and Rain Gau es Each$70.00 $0.00 500 Flow Monitorin , Data Mana ement, and En ineerin Evaluation Each$1,500.00 $0.00 600 Smoke Testin LinearFoot $0.33 $36,300.00 700 Manhole and Sewer Line Visual Inspections Each 375 $70.00 $26,250.00 800 Dyed Water Flooding/Leak Quantification and Evaluation Each 10 $185.00 $1,850.00 900 Night Flow Isolation Each 20 $210.00 $4,200.00 1000 Preparatory Cleaning Total Linear Foot 11,000 $16,060.00 1000.1 6"-12" Diameter 8,800 $1.25 $11,000.00 1000.2 15"-24" Diameter 1,100 $1.80 $1,980.00 1000.3 30" and Larger Diameter 1,100 $2.80 $3,080.00 1100 CCN Internal Inspection Total Linear Foot 11,000 $15,675.00 1100.1 6"-12" Diameter 8,800 $1.25 $11,000.00 1100.2 15'-24" Diameter 1,100 $1.65 $1,815.00 1100.3 30" and Larger Diameter 1,100 $2.60 $2,860.00 1200 Air Testing Each 10 $250.00 $2,500.00 1300 Deflection Testing Each 10 $225.00 $2,250.00 1400 Project Administration, Management, Supervision, and QA/QC Each 1 $19,000.00 $19,000.00 1500 Data Evaluation, Analysis and Report Each 1 $16,000.00 $16,000.00 1700 Training Day 3 $1,200.00 $3,600.00 Total w7o Optional Task for each of the Phases 2-8 $154,915.00 1600 Establish X, Y, and Z Coordinates Each 375 $65.00 $24,375.00 Total w/ Optional Task for each of the Phases 2-8 $179,290.00 Note: The per linear foot" cost to perform this work without the flow monitoring and optional task is $1.39 per linear foot Note: The costs presented for Phases 2-8 are for budget and planning purposes only. Page 13 Gutierrez, Smouse, Wilmut & Assoc., Inc. Council Meeting Date: October 28, 2003 AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve chemicals from U.S. Filter/Davis Process Products, in an amount not to exceed $75,000.00. Item No. the purchase of Bioxide of Sarasota, Florida, ITEM SUMMARY: In May 1998, Camp, Dresser and McKee, Inc performed a wastewater odor control study. This study was performed as a result of Hydrogen Sulfide (H2S) odor complaints in certain areas of the City. The study evaluated different methods to mitigate the H2S problem with a recommendation being made to use Bioxide, a product patented by U.S. Filter. Since July 1999, the City has successfully used Bioxide to control odor problems. SPECIAL CONSIDERATIONS: U.S. Filter is a sole source provider of Bioxide. The U.S. Filter/Davis Process Products is the only location that bids will be received and processed for Bioxide. FINANCIAL IMPACT: Funds in the amount of $75,000.00 are currently available and will be paid from the Water Operations and Maintenance budget. GUS BOARD RECOMMENDATION: GUS Board recommended approval of the purchase of Bioxide at their October 21, 2003 Board meeting. Approved 6-0 (Evans Absent) STAFF RECOMMENDATION: Staff recommends purchase of Bioxide from US Filter/Davis Process in the amount of $75,000. ATTACHMENTS: Letter from U.S. Filter/Davis Process Products Submitted By: Jim Briggs, Glenn Dishong Assistant it Manager, Water Services Utility Operations Council Meeting Date: October 28, 2003 Item No. AGENDA ITEM COVER SHEET SUBJECT Consideration and possible action to award the annual bid for Water Meters and Accessories to National Waterworks. ITEM SUMMARY On September 15, 2003, sealed bids were received and opened for Water Meters and Accessories for the next twelve (12) month period. City staff responsible for reviewing the bid recommend that the bid be awarded to the only bidder responding, National Waterworks. The City specified only Precision water meters and other Itron-compatible accessories to maintain compatibility with the City's automatic meter reading system. Bids were solicited from several national vendors. However, National Waterworks is the vendor responsible for the Central Texas area, and the only vendor to respond. They have been the City's meter provider since the staff decided to use only Precision Meters. These meters and kits are used for new water service installation, meter replacement, and meter automation. SPECIAL CONSIDERATIONS N/A FINANCIAL IMPACT Items will be funded by the Water Operations Fund (approximately $103,000.00 from 660 -108 -5204 -MT) and the Water Capital Fund (approximately $150,000.00 from 661-101-6629-00). COMMENTS none ATTACHMENTS (list individually) Bid Tabulation Submitted By: *Ienn Dishong, Water Services Manager Jim Briggs, Assistant City Manager CITY OF GEORGETOWN Bid 23033 Water Meters and Accessories October 1 2003 - September 30, 2004 Watermeters & Accessories Item Stock # National Waterworks` Unit Price 1 345503 Precision Meters3/4' with AMR register for Reed switches & Itron ERTs $39.75 2 Precision Meters, 3/4' with AMR Encoder ICE register for Itron ERTs with Itron in-line connector $95.15 3 345502 Precision Meters 3/4" Remote Capable Registers for Reed switches & Itron ERTs $28.40 4 Precision Meters 3/4" Remote Capable Encoder ICEregister for Itron ERTs with Itron in-line connector $77.10 5 345504 Precision Meters, 1' with AMR register for Reed switches & Itron ERTs $96.20 6 Precision Meters1" with AMR Encoder ICE register for Itron ERTs with Itron in-line connector $143.80 7 345501 Precision Meters 1" Remote Capable Registers for Reed switches & Itron ERTs $40.80 8 Precision Meters 1" Remote Capable Encoder ICE register for Itron ERTs with in-line connector $77.10 9 345490 Precision Meters, 1 1/2" with AMR register for Reed switches & Itron ERTs $187.80 10 Precision Meters, 1 1/2" with AMR Encoder ICE register for Itron ERTs with in-line connector $231.30 11 Precision Meters 1 1/2" Remote Capable Registers for Reed switches & Itron ERTs $52.80 12 Precision Meters 1 1/2" Remote Capable Encoder ICEregister for Itron ERTs with in-line connector $77.10 13 345491 Precision 1 1/2" Meter Accessory Kit $23.50 14 345492 Precision Meters, 2" with AMR register for Reed switches & Itron ERTs $395.00 15 Precision Meters, 2' with AMR Encoder ICE register for Itron ERTs with Itron in-line connector $490.00 16 Precision Meters 2" Remote Capable Registers for Reed switches & Itron ERTs $52.80 17 Precision Meters 2" Remote Capable Encoder ICEregister for Itron ERTs with Itron in-line connector $77.10 18 1 345493 1 Precision 2" Meter Accessory Kit $25.40 19 Sensus Compound Meter, 3" with ECR $1,540.00 20 Sensus Compound Meter, 3' with Encoder ICE register for Itron ERTs with Itron in-line connector $1,540.00 21 Sensus Compound Meter 3" Remote Capable Encoder ICEregister for Itron ERTs with Itron in-line oonnectoi $100.25 22 Sensus Compound 3" Meter Accessory Kit $18.35 23 Sensus Compound Meter, 4' with ECR $2,570.00 24 Sensus Compound Meter, 4' with Encoder (ICE)register for Itron ERTs with Itron imine connector $2,570.00 25 Sensus Compound Meter 4" Remote Capable Encoder ICEregister for Itron ERTs with Itron in-line connecto $100.25 26 Sensus Compound 4" Meter Accessory Kit i $26.50 AMR to be furnished by the bidder No response: Water Works Sales Mid South Supply Wtr Meters 200310/16/2003 Of s Council Meeting Date: October 28, 2003 Item No. D �P AGENDA ITEM COVER SHEET SUBJECT= Consideration and possible action to amend the General Services Agreement between the City of Georgetown and Camp, Dresser, and McKee (CDM) for engineering services related to the design of the off-site wastewater improvements for the Wolf Ranch Project. ITEM SUMMARYs The off-site wastewater system improvements required for the Wolf Ranch project are comprised of 1) South Fork Lift Station, 2) Smith Branch Interceptor, and 3) South Fork Interceptor. Total costs for all the projects is $401,250.00. The South Fork Lift Station amendment provides for the design of a new South fork lift station that is capable of pumping wastewater from the new South San Gabriel service area. The total cost for engineering services is $147,400.00. The Smith Branch Interceptor improvements provide for a new force main running from the South Fork Lift Station, gravity main to Leander Road, gravity main and bore across IH 35, and upgraded interceptor from IH 35 to Austin Avenue. The total costs for engineering services is $184,100.00 The South Fork Interceptor improvements provide for a 21" gravity main running from the South Fork Lift Station to the western boundary of the Wolf Ranch property. This gravity main establishes the collection system for the South San Gabriel service area. The total costs for engineering services is $69,750.00. GUS BOARD RECOMMENDATION: GUS Board recommended approval for these improvements at their October 21, 2003 meeting. Approved 6-0 (Evans absent) STAFF RECOMMENDATION: Staff recommends approval for these improvements at a total cost of $401,250.00. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: Funds are available in the Wastewater Capital Fund (direct payment has been made to the fund from Simon Group) COMMENTS. None ATTACHMENTS: CDM Proposal for engineering services - South Fork Lift Station. CDM Proposal for engineering services - Smith Branch Interceptor. CMD Proposal for engineering services - South Fork Interceptor. Submitted By: Jim Briggs, Glenn W. Dishong Assistant City Manager Water Services Manager For Utilities CD1 12357-A Riata Trace Parkway, Suite 210 Austin,Texas 78727 tel: S12346-1100 fax: 512 345-1483 June 10, 2003 Mr. Glenn Dishong Water Services Manager Georgetown Utility Systems 1101 N. College Street Georgetown, TX 78626 Subject: Transmittal of Amendment to Agreement for Professional Services to Design the South Fork Wastewater Lift Station Improvements and to Design the Smith Branch/South Fork Wastewater Interceptor Improvements Dear Mr. Dishong: _ Transmitted with this letter are three partially executed copies of the Amendment to the Agreement between the City of Georgetown and Camp Dresser & McKee Inc. (CDM) for Professional Services to Design the South Fork Wastewater Lift Station Improvements; and three partially executed copies of the Amendment to Design the Smith Branch/South Fork Wastewater Interceptor Improvements. Please fully execute all agreements, and return one copy of each to us for our files. If you have any questions regarding this Amendment, please call me at (512) 346-1100. Sincerely, Allen D. Woelke, P.E. Vice President Camp Dresser & McKee Inc. W aQty of GeorgetowoW roentlmenls\06-10-03_D ~g SB -SEED[ consulting • engineering -construction -operations AMENDMENT TO THE AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES TO DESIGN THE SOUTH FORK WASTEWATER LIFT STATION IMPROVEMENTS The General Services Agreement between OWNER and ENGINEER last authorized on November 26, 1991, is hereby amended as follows: The scope and cost of the anticipated services are set forth it the attached Exhibit 1. The fee for the work in this Amendment is to be paid on a lump sum basis. Your signature below will constitute your acceptance of this Amendment. EXECUTED in duplicate original this _ day of , 2003 at Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Party of the First Part: CITY OF GEORGETOWN, TEXAS City Attorney Party of the Second Part: CAM DRESSER & M E IN . By: Allen D. Woelke, P.E. Vice President STATE OF TEXAS COUNTY OF TRAVIS Gary Nelon Mayor Attest: Sandra D. Lee City Secretary This instrument was acknowledged before me on this the � day ofj4jd,&.200by Mr. Allen D. Woelke in his capacity as Vice President of Camp Dresser & McKee Inc. Printed name: ; �:;�, Rens N tory Public, State of Texas Commission Expire 1*i N0 ryR°0o°"TQn' SEPTEMBER 13.20D A4272AMD_N98.dx EXHIBIT 1 SCOPE OF WORK Project Description: This project consists of the permitting and design of a lift station capable of pumping wastewater from the South San Gabriel service area to the Smith Branch Interceptor extension. The lift station will consist of a concrete wet well, submersible pumps, emergency generator and SCADA system. Project Need: The project is needed to provide wastewater service to the South San Gabriel service area including the Simon property. Preliminary Engineering Phase. This phase involves determination of project scope and economic and technical evaluation of feasible alternatives. Services during this phase include: 1) Reviewing available data and consulting with the OWNER to clarify and define the OWNER's requirements for the project. 2) Advising the OWNER as to the necessity of providing or obtaining from others additional data or services. These additional services may include photogrammetry, reconnaissance surveys, property surveys, topographic surveys, geotechnical investigations and consultations, compilation of hydrological data, traffic studies, materials engineering, assembly of zoning, deed, and other restrictive land use information, and environmental assessments and impact statements. The scope of work includes the following special services: a. Environmental investigation of the site. b. Archaeological investigation of the site c. Geotechnical analysis. d. Geologic assessment. e. Preparation of SCS and submittal to TNRCC including applicable fees. 3) Identifying and analyzing requirements of governmental authorities having jurisdiction to approve the design of the project, and participating in consultations with such authorities. 4) Providing analyses of the OWNER's needs, planning surveys, and comparative evaluations of prospective sites and solutions. 5) Consulting with the OWNER, reviewing preliminary reports, clarifying and defining the project requirements, reviewing available data, and discussing general scheduling. Conferences may also be required with approving and regulatory governmental agencies and affected utilities. 6) Advising the OWNER as to whether additional data or services are required, and assisting the OWNER in obtaining such data and services. A4272AMDN99.6oc 7) Preparing preliminary design documents consisting of final design criteria, preliminary drawings, outline of specifications, and written descriptions of the project. A maximum of five copies will be provided to the OWNER. 8) Preparing revised opinions of probable total project costs. 9) Preparing a Preliminary Engineering Report to be submitted to TCEQ in support of the SCS application. Final Design Phase. This phase of project development is undertaken only after the OWNER has approved the preliminary engineering phase material. The basic services for the final design phase includes: 1) Preparing construction drawings and specifications showing the character and extent of the project based on the accepted preliminary engineering documents. 2) Preparing and furnishing to the OWNER a revised opinion of probable total project costs based on the final drawings and specifications. 3) Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities. This is distinguished from and does not include detailed applications and supporting documents for government grant-in-aid or planning grants that would be furnished as additional services. 4) Preparing basic documents related to construction contracts for review and approval by the OWNER (and the OWNER's legal and other advisors). These may include contract agreement forms, general conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract -related documents. 5) Furnishing to the OWNER a maximum of five copies of drawings, specifications, and other contract documents. Bidding Phase. Services under this phase include: 1) Assisting the OWNER in advertising for and obtaining bids for each separate prime construction contract, maintaining a record of prospective bidders to whom bidding documents have been issued, attending pre-bid conferences, and receiving and processing deposits for bidding documents. 2) Issuing addenda as appropriate to interpret, clarify, or expand the bidding documents. 3) Assisting the OWNER in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. 4) When substitution prior to the award of contracts is allowed by the bidding documents, consultation with and advising the OWNER as to the acceptability of alternate materials and A4272AMD_N98.doc equipment proposed by the prospective constructors. 5) Attending the bid openings, preparing bid tabulation sheets, and providing assistance to the OWNER in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. Construction Phase. Services under this phase involve consulting with and advising the OWNER during construction and are limited to those services associated with performing as the OWNEWs representative. Such services comprise: 1) Preparing for and conducting a preconstruction conference and is--uing a Notice to Proceed on behalf of the OWNER. 2) Reviewing shop and erection drawings submitted by the constructors for compliance with design concepts. 3) Reviewing laboratory, shop, and mill test reports on materials and equipment. 4) Visiting the project site monthly as construction proceeds to observe and report on the progress and the quality of the executed work. 5) Issuing necessary interpretations and clarifications of contract documents, preparing change orders requiring special inspections and testing of the work, and making recommendations as to the acceptability of the work. 6) Preparing sketches required to resolve problems due to actual field conditions encountered 7) Determining amounts of progress payments due, based on degree of completion of the work, and recommending issuance of such payments by the OWNER. 8) Preparing record drawings from information submitted by the CONTRACTOR. 9) Making a final inspection and reporting on completion of the project, including recommendations concerning final payments to constructors and release of retained percentages. A4272AMD_N98.dm CITY OF GEORGETOWN PROFESSIONAL SERVICES TO DESIGN THE SOUTH FORK WASTEWATER LIFT STATION IMPROVEMENTS ENGINEERING FEE ESTIMATE • Preliminary Engineering Phase: $32,000.00 • Design Phase: $51,000.00 • Bid Phase: $ 7,500.00 • General Services During Construction Phase: $38,500.00 • Other Direct Costs, including: $ 3,500.00 Travel Telephone Copying/bluelines Postage/facsimile Computer time Total Basic Engineering Services $132,500.00 • Environmental $ 1,000.00 • Archaeological $ 2,000.00 • Geotechnical $ 3,000.00 • Construction Material Testing $ 3,000.00 • Geologic Assessment $ 400.00 • WPAP including Fee $ 5,500.00 Total Special Services $14,900.00 TOTAL $147,400.00 A4272AMD_N98.dm