Loading...
HomeMy WebLinkAboutAgenda CC 09.23.2003Laura Wilkins To: 09/18/2003 03:48 PM cc: Subject: OK - Here is what GUS is supposed to have Sandra Lee/City of Georgetown@City of Georgetown, Shirley Rinn/Management Services/City of Georgetown@City of Georgetown Barbara Lake/City of Georgetown@City of Georgetown, Teri Nalley/COU/City of Georgetown@City of Georgetown Agenda for Sept 22 and 23 9/22 EXECUTIVE SESSION - I have already sent captions on these - but if you need them - let me know The Flowers Contract renewal Electric Materials Bid Power Supply Options for 2004/2005 9/23 EXECUTIVE SESSION The Flowers Contract renewal Electric Materials Bid Power Supply Options for 2004/2005 They will take action on these from Executive Session - so they don't need to be listed on Regular Session also 9/23 REGULAR SESSION - Items Referred by the GUS BOARD - I have previously sent captions but they could have changed a little so - SEE CAPTIONS BELOW Shell Road Realignment and Water Line Manhole Rehabilitation Project 8th and Church and Golden Oaks WW Rehab Consideration and possible action to award the bid and approve the project budget for construction of Shell Road Realignment and Waterline Improvements to Chasco Contracting of Round Rock, Texas in the amount of $832,500.00 Mark Miller - Transportation Services Manager, Glenn Dishong - Water Services Manager, and Jim Briggs - Assistant City Manager for Utility Operations Review and possible action to award the bid for rehabilitation of manholes to F & L Concrete Services of League City, Texas and to establish a project budget of $140,000.00. Glenn Dishong - Water Services Manager, and Jim Briggs - Assistant City Manager for Utility Operations Review and possible action to award the bid for the Golden Oaks and the 8th and Church Street Wastewater projects to Royal Vista, Inc. and to establish a project budget of $200,000.00. Glenn Dishong - Water Services Manager, and Jim Briggs - Assistant City Manager for Utility Operations 9/23 REGULAR SESSION - Other Items OMI Contract for 2003/2004 SEE CAPTION BELOW OMI - Out -of -Scope Services through October 17, 2003 (this is an extension of this year's contract until they can nail down the BRA Contract for WW) SEE CAPTION BELOW Consideration and possible action to enter into a contract with Operations Management International, Inc. (OMI) to extend the current operating agreement for the City's Wastewater plants to October 17, 2003 with an estimated cost of $54,742.00. Consideration and possible action to enter into a contract with Operations Management International, Inc. (OMI) for a five-year period starting October 1, 2003 with the first year operating budget of $775,000.00. ,kg".44� Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, September 23, 2003 The Georgetown City Council will meet on Tuesday, September 23, 2003 at 06:00:00 PM at the San Gabriel Breakroom at the Georgetown Municipal Complex, 300 Industrial Avenue, 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 OtricerJack Lacey, Matt Painter, Brian Grubbs, Cause No. 03-113-0368 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 Official 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 -01 4J N, In the United States District Court for the Western District of Texas, Austin Division. - Potential Litigation/Settlement Offers - Legal Advice Regarding Agenda Items and other Matters B Section 551.086 Economic Development -Discussion regarding request from Gavumik Builders for Assistance with The River Place Development C Sec.551.086 competitive matters - City Council will go into Executive Session under Chapter 551 of the Texas Government Code to discuss matters or take action on a "competitive matter" of the Energy Services Department as provided for under Section 551.086 - Consideration and possible action to award the annual bid for 2003-2004 to various vendors for the Electric System Materials — Marsha Iwers, Purchasing Agent, Michael W. Mayben, Energy Services Manager, and Jim Briggs, Assistant City Manager for Utility Operations - Consideration and possible action to renew the contact with Flowers Construction Comapny, L.P., for electric system maintenance and construction services — Michael W. Mayben, Energy Services Manager and Jim Briggs. Assistant City Manager for Utility Operations - Staff update related to Wholesale Power Supply options for the year 2004-2005 -- Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 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). Call to Order Pledge of Allegiance City Council Agenda/September 23, 2003 Page 1 of 4 Pages c 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 Economic Development Commission G Announcements and Comments from City Manager H Citizens Wishing to Address Council - Dr. Jo Ann Ford, 109 Crepe Myrtle Way, regarding the Mission of Mercy to be held November 7, 8 and 9 - Susan Firth, representing the Downtown Georgetown Association and Williamson County Art Guild regarding the Art Walk to be held on the Downtown Square on October 4 and 5 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. I Consideration and possible action to approve the minutes of the Council Workshop on Monday, September 8, and the Regular Council Meeting on Tuesday, September 9, 2003 — Sandra Lee, City Secretary J Consideration and possible action to approve a contract with Lucas Wilson for Municipal Court Prosecution — Patricia E. Carls, City Attorney k Consideration and possible action to reschedule the second Council Meeting in December to Tuesday, December 16, 2003 -- Paul Brandenburg, City Manager L Consideration and possible action to approve the social service funding agreement between the City of Georgetown and The Georgetown Project -- Paul E. Brandeburg, City Manager M Consideration and possible action to authorize the City Manager to execute a contract with Matthew and Company for the purpose of video taping City Council Meetings in an amount not to exceed $15,000, which is the amount currently funded in the FY 2003-04 budget -- Paul Brandenburg, City Manager N Consideration and possible action regarding contract renewal for Software Maintenance Agreement with Queues Enforth Development, Inc. (Q.E.D.) for $27,535 effective 10/1/2003, one-year annual renewal — Dennis Schoenborn, Director of Information Technology O Consideration and possible action to authorize the purchase of network servers, software, and data communications hardware and supplies from Networking Technologies Resource Center through the State of Texas catalogue -- Dennis Schoenborn, Director of Information Technology P Consideration and possible action regarding annual contract renewal for Invision Maintenance Agreement with Incode, Inc. — Micki Rundell, Director of Finance and Administration and Dennis Schoenborn, Director of Information Technology Q Consideration and possible action regarding the purchase of Cisco Wireless Network Backup System from Verizon Communications utilizing funds received from CWICS (County Wide Integrated Communication System) in the amount of approximately $40,000. — Dennis Schoenborn, Director of Information Technology and Micki Rundell, Director of Finance and Administration Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: R Status update of the Churchill Farms property tax issue by the County Tax Assessor Collector's Office -- City Council Agenda/September 23, 2003 Page 2 of 4 Pages 0S Micki Rundell, Director of Finance & Administration S Consideration of and possible action on a Public Review Final Plat of 15.62 acres in the Joseph Fish Survey, to be known as Georgetown Village, Section Eight, located along Shell Road with a variance requested from the Subdivision Regulations — Carla Benton, Development Planner and Amelia Sondgeroth, Director for Planning and Development Services T Consideration and possible action on a Reinstatement of a Public Review Final Plat of 57.14 acres in the Joseph Puls fer Survey, to be known as River Chase II, located at the end of River Chase Blvd., with reinstatement of the variance to the Subdivision Regulations -- Carla Benton, Development Planner and Amelia Sondgeroth, Director for Planning and Development Services U Consideration and possible action on a Preliminary Plat of 104.611 acres in the Clement Stubblefield Survey to be known as Wolf Ranch Subdivision, located at State Highway 29 West and IH35 — Cada Benton, Development Planner and Amelia Sondgeroth, Director for Planning and Development Services V Second Readinas 1. Second Reading of an Ordinance amending Section 2.109.030 of the Code of Ordinances, entitled "Purpose" to revise the duties of the Georgetown Utility Systems Advisory Board — Councilmember Doug Smith 2. Second Reading of an Ordinance Rezoning 20.3 acres known as the Rivery, Phase 1, Block A, Lot 1 from OF, Office district and C-3, General Commercial district to PUD, Planned Unit Development, located west of Hacia Los Lobos Boulevard — Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development Services 3. Second Reading of an Ordinance Rezoning Part of Lots 3 and 4 of Block 10 of the Glasscock Addition from RS, Residential Single Family to C-2, Downtown Commercial, or more restrictive district, located at 712 Myrtle Street -- Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development Services 4. Second Reading of an Ordinance of a Century Plan Amendment to change from Intensity Level 3 to Intensity Level 4 for Glasscock Addition, Block 10, part of Lots 3 and 4 being 0.25 acres, to be known as First Presbyterian Church, located at 712 Myrtle Street— David Munk, Development Engineer and Amelia Sondgeroth, Director of Planning and Development Services W Public Hearinas / First Readinas 1. Public Hearing for a Rezoning of .2634 acres out of Block 69 of the Lost Addition from RS, Residential Single-family District to OF, Office District, located at 216 West University Avenue -- Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development Services 2. First Reading of an Ordinance Rezoning .2634 acres out of Block 69 of the Lost Addition from RS, Residential Single-family District to OF, Office District, located at 216 West University Avenue -- Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development Services Public Hearinas /Annexations 1. Second Public Hearing on 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 2. Second Public Hearing on an ordinance providing for the annexation into the City for 0.484 acres, more or less, in the Clement Stubblefield Survey, located .49 miles southwest corner of the Intersection of 11-135 and State Highway 29 and setting hearing dates — Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development Services 3. Second Public Hearing on an ordinance providing for the for the annexation into the City for 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 City Council Agenda/September 23, 2003 Page 3 of 4 Pages Amelia Sondgeroth, Director of Planning and Development Services 4. Second Public Hearing on an ordinance providing for the annexation into the City for 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 5. Second Public Hearing on an ordinance providing for the annexation into the City for 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 Y Discussion and possible action to adopt the recommendations of the City of Georgetown Facility Plan — Tom Yantis, Assistant City Manager of Operations Discussion and possible action to authorize staff to negotiate a contract with GRW Willis, Inc. for completion of an update to the Georgetown Municipal Airport Master Plan -- Tom Yantis, Assistant City Manager of Operations AA Discussion and possible action regarding a request from the Downtown Georgetown Association to waive the special event fees with regard to the Art Walk which is to be held on October 4-5, 2003 -- Shannon J. Baldridge, Tourism Director and Main Street Manager and Paul Brandenburg, City Manager BB Review and possible action to award the bid for the Golden Oaks and the 8th and Church Street Wastewater Projects to Royal Vista, Inc. and to establish a project budget of $200,000.00 -- Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations CC Review and possible action to award the bid for rehabilitation of manholes to F & L Concrete Services of League City, Texas, and to establish a project budget of $140,000.00 — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manger for Utility Operations DD Consideration and possible action to enter into a contract with Operations Management International, Inc. (OMI) for the operation of the City's water plants for a five-year period starting October 1, 2003, with the first year operating budget of $775,000.00 -- Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations EE Consideration and possible action to enter into a contract with Operations Management International, Inc. (OMI) to extend the current operating agreement for the City's wastewater plants for October 2003 with an estimated cost of $90,706.00 -- Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations FF Consideration and possible action to award the bid and approve the project budget for construction of Shell Road Realignment and Waterline Improvements to Chasco Contracting of Round Rock in the amount of $832,500.00 -- Mark Miller, Transportation Services Manager and Jim Briggs, Assistant City Manager for Utility Operations Certificate 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/September 23, 2003 Page 4 of 4 Pages r] Council Meeting Date: September 16, 2003 Item No. AGENDA ITEM COVER SHEET SUBJECT: Review and possible action to award the bid for the Golden Oaks and the 8th and Church Street Wastewater projects to Royal Vista, Inc. and to establish a project budget of $200,000.00. ITEM SUMMARY: The Golden Oaks portion of this project is for the purpose of taking the Golden Oaks Lift Station out of service and diverting flow by gravity to the Pecan Branch Interceptor. The 8th and Church Street portion of this project will include installation of a new wastewater main down Church Street between 7th and 8th Streets. The main will replace an aging, defective clay line that is not functioning at capacity for the downtown area. Bids were received from eight contractors on this project at 9:00 a.m., September 16, 2003. Royal Vista, Inc. was selected because the low bidder, Tecom UST Systems, was unable to meet the necessary qualifications for the project. Staff recommends establishing a project budget of $200,000.00. GUS BOARD RECOMMENDATION: ,= Board recommends to Council award of the bid to Royal Vista At their meeting of September 16, 2003. Approved 6-0 (Brown absent) STAFF RECOMMENDATION: Staff recommends award of the bid from Royal Vista, Inc. and to establish a project budget in the amount of $200,000.00 FINANCIAL IMPACT: Project is to be funded out of wastewater capital accounts 651-101-6613-00 and 651-101-6620-00. COMMENTS: None. ATTACHMENTS: RPK award recommendation letter and bid tab tted by: Jim ri Glenn Dishong, A s ty Manager Water Services Manager For Utiliti A Council Meeting Date: September 16, 2003 Item No. CC - AGENDA ITEM COVER SHEET SUBJECT: Review and possible action to award the bid for rehabilitation of manholes to F & L Concrete Services of League City, Texas and to establish a project budget of $140,000.00. ITEM SUMMARY: The manhole rehabilitation project is necessary to repair manholes located in the Airport Road area that have deteriorated to the point of failure. These manholes are located on the Sun City interceptor. Additional manhole work is required as a result of the State mandated Edward's Aquifer Testing program. The repairs will reestablish structural integrity and eliminate ground water inflow and wastewater exfiltration. Staff recommends establishing a project budget of $140,000.00. GUS BOARD RECOMMENDATION: Board recommends to Council the award of the bid from F&L Concrete Services a their September 16, 2003 meeting. Approved 6-0 (Brown absent) STAFF RECOMMENDATION: Staff recommends award of the bid from F&L Concrete Services and to establish a project budget of $140,000.00 FINANCIAL IMPACT: Project is to be funded out of the Wastewater Capital Fund and the Wastewater Maintenance Fund. 650 -110 -5204 -MH and 651-101-6618- 00. COMMENTS: None. ATTACHMENTS: Bid tabulation. tted by: Utilities Manager Glenn Dishong, U Water Services Manager BID TABULATION 2003 Manhole Rehabilitation Project BIDDER INFORMATION F & L Concrete Services P.O. Box 636 League City, TX 77574 CLS Service and Supply, Inc. 726 South Sherman Street Richardson, TX 75081 Item No. Estimated Quantity I Unit Bid Data Description Unit Price Unit Price S.1 61 I VF Interior Manhole Coating - Brick or Concrete, 48" Dia. Condition 1 - Epox Linin Material - 100 its $7,015.00 $9,272.00 S.2 276 VF Intenor an o e oating - nck or 0 crete, 48" Dia. Condition 2 - Epoxy Lining Material - 125mils $33,120.00 $47,472.00 S.3 376 VF Interior Manhole Coating - Brick or Concrete, 48" Dia. Condition 3 - Calcium Aluminate Coatin Material - 1 inch + epoxy Lining Material - 125 mils $79,712.00 $77,080.00 S.4 100 VF Interior Manhole Coating - Brick or Concrete, 48" Dia. Condition 3 - Calcium Aluminate Coating IMaterfal - additional 1/2 inch. $2,500.00 $3,200.00 S.5 20 1 EA lRecontour Manhole Bench/Invert (complete) $3,000.00 $2,000.00 S.5 5 EA Rebuild Mnahole Bench complete $3,000.00 $1,250.00 TOTAL BASE BID AMOUNT $128,347.00 $140,274.00 FA Council Meeting Date: September 23, 2003 Item No. 1'� –\)_ AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to enter into a contract with Operations Management International, Inc. (OMI) for a five-year period starting October 1, 2003 with the first year operating budget of $775,000.00. ITEM SUMMARY: The City Council voted to award the contract for the operation of the City's water plants to OMI in its August 12, 2003 meeting. The staff has negotiated the terms of the contract included in the OMI proposal. The term of the contract is 5 years starting on October 1, 2003 and ending on September 30, 2008. The base price for operations and maintenance for fiscal year 2003/2004 offered by OMI in its proposal has remained the same. The City has requested an increased in the repairs budget from $33,300.00 to $50,000.00 and an increase in projected water treatment from 3,019 MG to 3,150 MG with some contingency for additional water production. The price in future years is subject to pre -established price indexes, scope change, and increase in repairs budget. The Staff recommends the Water Plant Operations Budget for 2003-2004 be set at $775,000.00. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funding for this contract will be from the Water Fund 660 -109 -5302 - 1 STAFF RECOMMENDATION: Staff recommends the approval of the contract with OMI and the first year operating budget of $775,000.00. GUS BOARD RECOMMENDATION: NONE COMMENTS: NONE ATTACHMENTS: 1. OMI Water P1 t Submitted By:i Bri eA?rista Uti Operation Contract. t ty Manager --- — ... t_1 Water Services Manager DRAFT 9.19.2003 AGREEMENT for MUNICIPAL WATER TREATMENT PLANT OPERATIONS, MAINTENANCE AND MANAGEMENT SERVICES for the CITY OF GEORGETOWN, TEXAS THIS AGREEMENT is made on this day of 2003 between the City of Georgetown, Texas (hereinafter "City"), a Texas home rule municipality, and Operations Management International, Inc., (hereinafter "OMI"), a Corporation. City and OMI are collectively referred to herein as "the Parties." WHEREAS, City is the owner and operator of a municipal water supply system that presently consists of four water treatment plants and the associated appurtenances; and WHEREAS, City desires to outsource the operations, management, maintenance and repair of its water 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 water treatment facilities to OMI. 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 "OMI" 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 Water Services. The Project Manager for OMI under this Agreement is Maribeth Wintercom. Any changes in the Project Manager shall be provided to the other XAMy Dacum ts\Projau\Gps RFP\OMI Contract\OMI Contract for Watcr Plant Ops 9.19.2003 - GLENN EDrr - dean.doc - I - o9/19/o3DRAFF Page 1 of 24 DRAFT 9.19.2003 party in the manner required for notices under this Agreement, and consistent with Section 2.23 of this Agreement. 2. OMI's DUTIES AND RESPONSIBIL=S: Throughout the term of this Agreement, OMI shall: 2.1 Perform the Project scope (as that defined in Appendix B) for 24 -hours per day, 7 -days per week in accordance with the terms and conditions specified in this Agreement and in Appendix C, and as required to be in full compliance with all Applicable Laws. OMI 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 OMI 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 recommendation at intervals consistent with the manufacturer's recommendations and as may be directed by the City. OMI shall provide the City with a monthly report containing a description of all Maintenance performed and 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 OMI for a period of thirty (30) days, unless the City has been informed of and has approved of such delay. 2.5 Provide the City with a monthly report containing a detailed description of all Repairs made, associated cost, and the total Repairs B udget u tilized to date. In addition, OMI shall notify City when eighty (80%) percent of the Repairs Budget has been spent or encumbered. 2.6 OMI shall 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 plus any amounts in excess of the Repairs Budget that were pre - approved by the City in writing. XAMy Documents\Prcjects\Aps RFP\OMI Cmtmct\OMI Contract for Water Plant Ops 9.19.2003 - GLENN EDIT- clan.doe - 2 - 09/19103DRAFf Page 2 of 24 DRAFT 9.19.2003 2.7 OMI and City shall reconcile the Repairs Budget as part of the final monthly payment in the agreement year with remaining funds reducing the final monthly payment and any approved expense in excess of the Repairs budget increasing the final monthly payment as provided in Appendix G. 2.8 Maintain all manufacturer warranties on all Equipment purchased or owned by City and assist City in enforcing Equipment warranties and guarantees. 2.9 Provide training for OMI personnel and agents in areas of Project and Facility operation, maintenance, safety, supervisory skills, laboratory, and energy management. OMI shall ensure that its employees, agents, sub -contractors, and those acting under its management and supervision shall comply with all Applicable Laws. 2.10 Pay all Costs necessary for Project and Facility operations and maintenance, except for those described in Section 3 of this Agreement to be paid directly by the City. 2.11 At the request of the City, ONE shall provide detailed description and accounting of all Costs expended in a form and manner acceptable to the City's internal Finance Director and independent auditors. 2.12 In the event that an Abnormal Condition occurs, OMI shall immediately notify the City and request a meeting to discuss a response to such Abnormal Condition. When a course of action in response to the Abnormal Condition is decided upon, 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. 2.13 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 municipal water treatment operations and maintenance and are capable and demonstrate experience necessary to operate and maintain the facilities. 2.14 OMI shall provide a personnel contact list on the anniversary date of this Agreement that includes the full name, home address, office phone, home phone, cell phone, e-mail addresses, fax number, and any other contact information for all employees, subcontractors, consultants, or others who will be utilized to perform all or part of the requirements of this Agreement, including on-call personnel, for the upcoming twelve (12) month period. As the information on the contact list changes, OMI shall provide prompt updates to the office of the Water Services Manager. The initial ONE personnel contact list is attached hereto as Appendix 2.15 ONE shall provide all personnel, tools, Equipment, materials, and supplies XAMy DocumentsTrojects\ops RFPtOMI Contr=60MI Contract fm Water Plant Ops 9.191003 - GLENN EDI' - clan.doc - 3 - 09/19/03DRAFr Page 3 of 24 DRAFT 9.19.2003 necessary to perform the Project and required to comply with the performance standards and Applicable Laws referenced in this Agreement.. Notwithstanding the items owned and provided by City as listed on Appendices D, OMI shall be responsible for providing Equipment necessary to perform the services and activities required by this Agreement. 2.16 Prepare all documents and reports required by any Applicable Law related to the Facilities, including but not limited to Monthly Operating Reports, and submit these to the City in a timely fashion allowing the City 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. Upon review and approval the City shall submit the report to the appropriate regulatory agency. At request of City, OMI shall provide historical treatment performance data. OMI shall also provide other special reports requested by City, including regulatory agency orders for information, permit renewals, audits, and other reasonable City requests. OMI shall maintain the records and reports pertaining to the Project on the site of the Lake Georgetown W ater T reatment P lant, o r a s o therwise s pecified by City, or in the manner required by any Applicable Laws. 2.17 Provide for the disposal of sludge to the existing disposal sites. Should the disposal costs for sludge increase to an amount in excess of $14.50 per ton, or availability of a disposal site change resulting in an increase in disposal fees in excess of $14.50 per ton, City and OMI agree to meet and negotiate an increase in the Volumetric Fee for such sludge disposal services based on the actual cost increases only (with no mark up). City agrees that it is the Generator of all sludge, biosolids or other material produced at the Project that may be classified as solid or municipal wastes. 2.18 Perform all laboratory sampling and 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, City and OMI agree to meet and negotiate an increase in the Base Fee for such testing and analytical and reporting services based on the actual cost increases only (with no mark up). 2.19 Provide an annual inventory of all non -reusable materials and supplies related to the performance of OMI's obligations under this Agreement, which would be returned to the City in the event that this Agreement is terminated, expires, or is not renewed. This annual inventory shall be performed in accordance with the procedures provided to OMI by the City's independent auditor. Further, the City's auditor may, as the City determines necessary, verify the inventory counts provided by OMI in the annual inventory. OMI shall submit a final report to the City XAMy Documrnts\Projxts\Ops RFP\OMI Contract\OMI Contract for Wata Plant Ops 9.19.2003 - GLENN EDIT - clean.doc - 4 - 09/19/03DRAFF Page 4 of 24 DRAFT 9.19.2003 detailing same, including pricing, calculating the extended prices, and totaling the inventory counts on or before September 30 of each year this Agreement is in effect. Upon termination or expiration of the Agreement, OMI will conduct a final inventory and provide the City with a report detailing total inventory on hand at the date of termination or expiration. 2.20 Provide for the Maintenance and Repair of the existing City owned Equipment listed in Appendix D. 2.21 Provide twenty-four (24) hour per day access to Project and to the Facilities for City's personnel. Visits may be made at any time by any of City's employees so designated by City's Representative. Keys for Project shall be provided to City by OMI. If visitors request access to or a tour of the Facilities, OMI shall promptly inform the City and the City shall determine whether OMI is to accompany the visitor, or whether a City employee is to accompany the visitor. 2.22 Operate all Facilities such that no nuisance conditions shall occur on-site or off-site. 2.23 Provide computerized maintenance, process control, and laboratory management systems that are compatible with the City's computer systems. 2.24 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. Proposed schedule for construction of the improvement OMI will not be relieved of its responsibility to perform if the improvements are not implemented. City -approved improvements will be included in the City's Capital Improvements Plan. 2.25 Finance Capital Expenditures i f requested and authorized by the City, subject to mutually agreeable terms and conditions of repayment. 2.26 Comply with the policies of City regarding affirmative action provisions for minority hiring. 2.27 Request C ity c oncurrence o n a ny r eplacement o f 0 MPs P roject M anager. City shall not unreasonably withhold concurrence. XAMy Docummts\ProjatsWps RFP\OMI ContracMMI Contract for Water Plant Ops 9.19.2003 - GLENN EDIT - clean.doc - 5 - 09/19/03DRAFr Page 5 of 24 DRAFT 9.19.2003 2.28 Perform Additional Services as directed by City. Such services will be invoiced to City at OMTs actual cost plus fifteen percent (15%). The City may also, in its sole discretion, seek competitive bids or proposals for such Additional Services. 3. C1TY's DITTIES AND RESPONSIBILITIES: Throughout the term of this Agreement, the City shall: 3.1 Consider all Capital Expenditures proposed by OMI. 3.2 Maintain all existing easements, permits, and licenses that have been granted to City pertaining to the Facilities. 3.3 Pay all property, fianchise, permit fees or other taxes associated with the Project. 3.4 Provide OMI the temporary use of any piece of City's heavy Equipment that is available so that OMI may discharge its obligations under this Agreement in the most cost-effective manner. Provide all licenses and inspections for City -owned vehicles used in connection with the Project. Provide for OMPs use all vehicles and Equipment described in Appendix D. 3.7 Pay directly all electrical costs associated with the Project. 4. COMPENSATION AND PAYMENT 4.1 City shall pay to ONE as compensation for services performed under this Agreement a Base Fee in equal monthly installments as provided in Appendix G. The monthly fee shall be payable on the fifteenth (15th) of the month following the month that services are provided. 4.2 Changes in the Base Fee shall be negotiated annually, four (4) months prior to the anniversary of the effective date of this Agreement by using the process outlined in Appendix F to amend Appendix G. 4.3 City shall pay to OMI a Volumetric Fee in equal monthly installments as provided in Appendix G based upon an estimate of the number of gallons of finished water to be produced during the Contract Year multiplied by a Volumetric Rate. The monthly fee shall be payable on the fifteenth (15th) of the month following the month that services are provided. 4.4 The Volumetric Rate and the number of gallons of finished water to be produced shall be negotiated annually, four (4) months prior to the anniversary of the effective date of this Agreement by using the process outlined in Appendix F to amend Appendix G. XAMy Documents\Pmjats\Ops RFP\OMI ContractNOMI Contract for Water Plant Ops 9.19.2003 - GLENN EDrr - clean.doc - 6 - 09/19/03DRAFP Page 6 of 24 DRAFT 9.19.2003 4.5 Request by City for services outside the scope of services described in Appendix B shall be invoiced to City at OMI's cost plus fifteen percent (15%). 4.6 In the event that a change in the scope of services described in Appendix B during the contract year is desired by the City or required by a change in regulation, then the City and O NH w ill n egotiate a c hange t o t he B ase F ee o r V olumetric fee a s appropriate. 4.7 City shall pay OMI the Repairs Budget as outlined in Appendix G during the first monthly billing. 5. INDEMNITY, LIABILITY AND INSURANCE 5.1 OMI hereby agrees to and shall hold City harmless from any liability or damages for property d amage or bodily injury, including death, which may arise from OMPs negligent operations under this Agreement, to the proportion such negligence contributed to the damages, injury or loss, whether such negligent operation be by OMI or by subcontractor of ONE 5.2 OMI 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 OWs negligent operation. City may, but is not obligated to, assist OMI in contesting any such fines in administrative proceedings and/or in court prior to any payment by ONE OMI shall pay the costs of contesting any such fines. 5.3 OMPs liability to City under this Agreement specifically excludes any and all indirect, special or consequential damages arising from the operation, maintenance, and management o f Project o r the Facilities, unless c aused by the negligence of OMI. Damages limited to the proportion that such negligence contributed to the loss. 5.4 Each party shall obtain and maintain insurance coverage of a type and in the amounts described in Appendix E. OMI affirms that the required insurance will be maintained in full force throughout the term(s) of this Agreement and that the City will be identified as an additional insured, except as otherwise stated in Appendix E. Further, to the extent received by the City, the proceeds of insurance of OMI shall be applied to reduce, but shall not eliminate, any other obligations of OMI under this Agreement and OMI shall pay any and all deductibles or retentions under all insurance carried by ONE OMI 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. XAMy DocumentslPrgectsWps RFP\GMI Cm=t\OMI Contact for Water Plant Ops 9.19.2003 - GLENN EDrr - clean.doc - 7 - 09/19/03DRAFr Page 7 of 24 DRAFT 9.19.2003 The cancellation either by the insured or the insurer of any portion of the insurance required to be carried by OMI 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 OMI 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 right to prohibit ONE from subsequently entering the Facilities' grounds and/or Project. In the alternative, if acceptable insurance is not acquired by OMI, the City may, at its discretion, acquire the required insurance coverage and charge the expense for such coverage to OMI, by reducing the Base Fee paid hereunder as set forth in Appendix F. OMI hereby waives any and every claim which arises or may arise in its favor against the City for any an all loss of or damage to any of its property, which loss or damage is covered by property or casualty insurance policies, to the extent that such loss or damage is recoverable under said insurance policies regardless of whether due to the negligence or intentional misconduct of the City or otherwise. Said waivers shall be in addition to, and not in limitation or derogation of, any other waiver or release contained in the Agreement with respect to any loss of or damage t o p roperty o f t he p arties h ereto. I nasmuch a s t he above waivers will preclude the assignment of any aforesaid claim by way of subrogation (or otherwise) to an insurance company (or any other person), OMI hereby agrees immediately to give to each insurance company which has issued to it policies of property or casualty insurance written notice of the terms of said waivers, and to have said insurance policies properly endorsed, if necessary, to prevent the invalidation of said insurance coverage by reason of said waivers. OMI shall cause its list of City approved sub -contractors to procure insurance covering the liabilities noted above, under policies in form, and amounts the same as OMI and with insurance companies acceptable to the City. OMI will obtain such policies or certificates and deliver them to the City. If acceptable insurance is not acquired by OMI or its subcontractors, the City may, at its discretion, acquire the required insurance coverage and charge the expense for such coverage to OMI, by reducing the Base Fee paid hereunder as set forth in Appendix F, or hold OMI 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 E, shall be maintained without a reduction in or narrowing of coverage during the course of the services and for at least one (1) year following the termination of this Agreement. The required insurance or self insurance shall be so maintained at OMI's expense. The required insurance or self insurance shall provide coverage for the acts and omissions of OMI, its agents, employees, contractors and sub -contractors. OMI shall prevent any gap in coverage during the course of the services related to this XAMy DocumentsTrojects\Ops RFP\OMI ContrwAOMI Contract for Water Plant Ops 9.19.2003 - GLENN EDrr - clean.doc - 8 - 09/19/03DRAFT Page 8 of 24 DRAFT 9.19.2003 Project and for one (1) year thereafter by either extending the present policy to cover the time period before a new policy is obtained or purchasing a new policy which relates back to cover the appropriate time period. 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 OMI may be required in resolving the claim. In this regard, OMI shall immediately notify the City of any occurrence or situation that might give rise to a claim due to accident, property damage or loss. . 5.6 Each party recognizes that OMI is an independent contractor and all employees at the facilities are employees of ONE 5.7 OMI shall perform its services in accordance with all Applicable Laws. 5.8 A. OMI shall indemnify, defend and hold harmless the City, including its officers, agents and representatives, from and against any and all lawsuits, claims, liabilities, actions, causes of action of every kind whatsoever, demands, losses, damages, forfeitures, penalties, fines, costs and expenses, including, but not limited to, reasonable legal fees and expenses and costs of investigation, by whomever asserted, including, but not limited to, any governmental agency or branch or any third party to the extent the same arise from: (i) a breach by ONE of any term or provision of this Agreement; (ii) any negligent or willful acts or omissions of OMI or of its employees, agents or subcontractors in the performance of the services related to the Project and/or covered by this Agreement; or (iii) the failure of OMI or its employees, agents or subcontractors to comply with any Applicable Law. The indemnities contained in this paragraph shall survive the termination of this Agreement. B. OMI shall indemnify, defend and hold harmless the City, including its officers, agents and representatives, from and against any and all lawsuits, claims, liabilities, actions, causes of action of every kind whatsoever, demands, losses, damages, forfeitures, penalties, fines, costs and expenses, including, but not limited to, reasonable legal fees and expenses and costs of investigation, arising from any injury or death of an employee of OMI, contractor or sub -contractor employed or retained by OMI, or employee of contractor employed or retained by OMI; however, this paragraph shall not apply to the City to the extent that such injury or death resulted in whole from the gross negligence or willful misconduct of the City. The indemnities contained in this paragraph shall survive the termination of this Agreement. XAMy DmumartsTrojects\Ops RFP\OMI Contract\OMI Contract for Water Plant ops 9.19.2003 -GLENN EDrr - cleanAoc - 9 - 09/19/03DRAFT Page 9 of 24 DRAFT 9.19.2003 C. OMI shall be liable without regard to any dollar limit for those fines or civil penalties which may be imposed by any regulatory agency for any violations related to the Facilities and/or the Project that are a result of failure to comply with any Applicable Laws for reasons resulting from OMI's negligence or misconduct, or the negligence or misconduct of OMI's officers, employees, agents, subcontractors, or other persons. City will assist OMI to contest any such fines in administrative proceedings and/or in court prior to any payment by OMI. OMI shall pay all costs or contesting any such fines, including attorneys and consultants' fees incurred by OMI and/or the City. 5.9 OMI is solely responsible for handling and use of hazardous materials and informing employees of any such hazardous materials. OMI shall provide copies of all hazardous materials data sheets to the Georgetown Fire Department marked attention: Fire Marshall. 6. TERM AND TERMINATION; DEFAULT REMEDIES 6.1 The term of this Agreement shall be five (5) years commencing on October 1, 2003 and continuing until September 30, 2008. There shall be no automatic renewal of this Agreement. However, the Agreement may be renewed on the mutual written agreement of the Parties for different or additional terms. If the Parties desire to discuss possible renewal of this Agreement, they shall arrange to meet to commence discussions on or before February 1 of the final year of the Agreement. So long as the City has outstanding any obligations with respect to the Project, the interest on which is exempt from federal income taxation, any such renewal shall be on terms that satisfy Revenue Procedure 93-19 and any additional modification or additions thereto which may be in effect at the time such renewal is executed. 6.2 Either party may terminate this Agreement for a material breach of the Agreement by the other party after giving written notice of breach and allowing the other party thirty (30) days to correct the breach. In addition, the City may terminate this Agreement if, in its sole discretion, it determines that the level of performance by ONE under this Agreement is not satisfactory. Neither party shall terminate this Agreement without giving the other party thirty (30) days written notice of the alleged breach and of intent to terminate after failure of the other party to correct the breach within thirty (30) days. 6.3 Upon notice of termination by City, OMI shall assist City in resuming operation of the Project. In addition, City shall pay to OMI the unpaid balance of any approved Capital Expenditure. If additional Cost is incurred by ONE at request of City, City shall pay ONE such Cost in accordance with Section 2.23 of this Agreement. X:\My Docur a tsTrojectstOps RFP\OMI CmtracttOMI Contract for Water Plant Ops 9.19.2003 -GLENN EDrr - cleariAm - 10 - 09/l9/03DRAFr Page 10 of 24 DRAFT 9.19.2003 LABOR DISPUTES 7.1 In the event activities by City's employee groups or unions cause a disruption in OMPs ability to perform at the Project, City, with OMPs assistance or OMI, at its own option, may seek appropriate injunctive court orders. During any such disruption, OMI shall operate the facilities on a best-efforts basis until any such disruptions cease. 8. MISCELLANEOUS 8.1. Force Majeure. 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. Abnormal Conditions. Notwithstanding any other provision of this Agreement, OMI will use its best efforts to maximize the Facilities' performance, but shall not be responsible for associated water characteristics or damages, fines, penalties or claims resulting therefrom. OMI shall 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 after influent returns to acceptable limits. 8.3. 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. 8.4. Modification. This Agreement shall be subject to change or modification only with the mutual written consent of the City and OMI. 8.5. Addresses and Notices. Unless otherwise notified in writing by the other, the addresses of ONE and the City are and shall remain as follows: XAMy Dmwnents\Pmj=U\Ops RFP\OMI ConttacdOMI Canract fm Water Plant Ops 9.19.2003 -GLENN EDrr - ckan.doc - 11 - 09/19/03DRAFr Page I I of 24 DRAFT 9.19.2003 The City of Georgetown OM1, Inc. Attn: City Manager 6060 S. Willow Drive, Suite 2000 113 E. 8 Street Greenwood Village, Colorado 80111 Georgetown, Texas 78726 8.6. Time of the Essence. Time is of the essence with respect to all matters covered by this Agreement. 8.7. 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. 8.8. Status of OMI. It is agreed by the Parties that OMI will be regarded as an independent contractor on all matters pertaining to services provided under this Agreement, and OMI 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. 8.9. CCa tions. 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. 8.10. Assignment. This Agreement may not be assigned by OMI 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 OMI shall be obligated by contract with OMI and the City to honor OMI'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. 8.11. Successor Rights and Responsibilities. In the event of any occurrence which renders OMI incapable of performing under this Agreement, any successor of OMI, whether the result of legal process, assignment, or otherwise, shall succeed to the rights and obligations of this Agreement. In the a vent o f a ny o ccurrence w hich r enders t he 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. 8.12. 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. 8.13. Scone of the Agreement. This is the entire Agreement between the Parties hereto. XAMy Docurnents\Projects`Ops RFP\OMI Contn MMI Contract for Water Plant Ops 9.19.2003 -GLENN EDIT - clean.doc - 12 - 09/19/03DRAFr Page 12 of 24 DRAFT' 9.19.2003 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. 8.14. 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. 8.15. 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 1 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. X:%My Documrnts\Prcjects`Aps RFP\OMI Cmbwt\OMI Contract for Water Plant Ops 9.19.2003 -GLENN EDr - clean.doc -13 - 09/19/03DRAF r Page 13 of 24 DRAFT 9.19.2003 Both parties indicate their approval of this Amendment to the Agreement by their signatures below, as of the date shown above. Authorized signature: OPERATIONS MANAGEMENT INTERNATIONAL, INC. Name: Edward F. Forbes Title: Executive Vice -President/ Project Delivery Date: Attest: City of Georgetown, Texas 78626 Name: Sandra Lee Title: City Secretary STATE OF TEXAS COUNTY OF WILLIAMSON Authorized signature: CITY OF GEORGETOWN, TEXAS Name: Gary Nelon Title: Mayor Name: Patricia E. Carls, Brown & Carls, LLP Title: City Attorney § ACKNOWLEDGMENT 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 6itof Georgetown, on behalf of the City of Georgetown. Notary Public in and for the State of Texas STATE OF COLORADO § § ACKNOWLEDGMENT COUNTY OF ARAPAHOE § This instrument was acknowledged before me on this the _ day of 2003, by , a person known to me in his capacity as of Operations Management International, Inc.. Notary Public in and for the State of Colorado XAMy DocmrcntsTrajectsWps RFP\OMI ContractloMI Contract for Water Plant Ops 9.19.2003 -GLENN EDrr - ctm.doc - 14- 09/19/03DRAF F Page 14 of 24 DRAFT 9.19.2003 Appendix A DEFINITIONS "Applicable Laws" means each and every federal, State, and local law, statute, rule, regulation, ordinance, permit, administrative order, judicial order, or settlement agreement that pertains to the services required to be performed by OMI under this Agreement related to the Project and the Facilities, including but not limited to those pertaining to water treatment, contaminant monitoring, and reporting and those in the Texas Water Code, the Texas Health & Safety Code, the Safe Drinking Water Act, and the Occupational Safety and Health Act. "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 OMI under this Agreement. "Facilities" means those components of the Project described on Appendix B, and any additions thereto made during the term of this Agreement. "Equipment" means tools, machinery, and other Equipment necessary to perform the tasks required by this Agreement. "Contact Person" means the individual for each party who is responsible for the administration of this Agreement. "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. "Costs" means reasonable and necessary Project expenditures required for the provision of services under this Agreement, which shall be borne by OMI as part of its compensation under this Agreement, as determined in accordance with generally accepted accounting principles on an accrual basis including, but not limited to, the following: • Salaries • Budgeted Overtime • Maintenance Supplies • Equipment Rental • Vehicle Expense • Uniform Expense • Safety Supplies • Testing • Consulting fees • Tools • Chemicals • Benefits • Postage • Laboratory Supplies • Laboratory Equipment • Fuel • Insurance • Sub -contracting fees to XAMy Documents\Projects\Ops RFP\OMI Contract\OMl Contract for Water Plant Ops 9.19.2003 - GLENN EDrr - clean.doc - 15 - 09/19/03DRAFr Page 15 of 24 DRAFT 9.19.2003 • Training • Employee Bonuses perform contract services • Operating Supplies • Labor • Telephone and Fax The Costs under this Agreement are based on the Project characteristics described in Appendix B and Appendix C. "Maintenance" m eans t he c ost o f t hose r outine a nd/or r epetitive p roactive a ctivities r equired o r recommended by the City, a manufacturer, or OMI to maximize the service life or operation of the Equipment, vehicles, and Facilities or components thereof. In addition, the term means the scheduled or unscheduled activities performed on a regular basis to keep Equipment and Facilities operating safely and effectively and to minimize or overt unforeseen failures. "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. "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. "Repairs Budget" means the amount, if any, of the cost of those materials and supplies used by OMI to make Repairs or Replacement as described in Appendix A of this Agreement. "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. "Abnormal Conditions" Notwithstanding any other provision of this Agreement, any condition where if through no fault of OMI, the Facilities' loading exceed Facilities' design parameters or should influent contain abnormal, toxic, or other substances which cannot be removed or treated by existing Facilities, or should the flow or conditions exceed the design parameters of the Facilities, or should product water contain abnormal, toxic or other substances which violate the applicable legal limits. XAMy Docum ts\Projmts\Gps RFP\OMI Contract\OMI Contract for Wets Plant Ops 9.19.2003 -GLENN EDIT - cle .dm - 16 - 09/19/03DRAFr Page 16 of 24 DRAFT 9.19.2003 Appendix B PROJECT SCOPE The Project shall consist of the management, operations, maintenance, repair and inspection of the following Facilities, as well as related Equipment and components, as specified in this Agreement. Such operations, Maintenance, Repairs, Replacements, shall include, but are not limited to: (1) all activities that are necessary for uninterrupted operation of the Facilities or related Equipment; and (2) those activities required to fully comply with all Applicable Laws. Facility shall generally include all equipment and components within the site boundary except the wells or intake structures that provide raw water to the treatment facility and any component that is encountered after the plant clearwell (i.e. high service pumps, etc.) Facilities: San Gabriel Park Water Treatment Plant 1105 Wink Walden Drive Georgetown, Texas 78626 Lake Georgetown Water Treatment Plant 330 Cedar Breaks Road Georgetown, Texas 78628 Berry Creek Water Treatment Plant 30500 Berry Creek Drive Georgetown, Texas 78628 Southside Water Treatment Plant 2706 South Austin Ave. Georgetown, Texas 78628 X.*Wy Docuvents\ProjectstOps RMOMI ContlacPAMI Contract for Water Plant Ops 9.19.2003 -GLENN EDIT - clan.doc -17 - 09/19/03DRAFr Page 17 of 24 DRAFT 9.19.2003 Appendix C RAW WATER QUALITY AND FINISHED WATER REQUIREMENTS C.1 The Facilities shall be operated and maintained in accordance with all Applicable Laws, and the treated water shall meet the standards contained in any and all Applicable Laws. All analytical methods used to demonstrate compliance shall be in accordance with methods approved by the City and State Agencies, as applicable. In the event that a parameter does not have a method approved by State Agencies, methods approved by EPA as of the date hereof, as contained in the Disinfectants and Disinfection Byproducts Rule (as promulgated in the Federal Register on December 16, 1998), shall be used. C.2 OMI shall operate the Facilities to provide for an average demand for water of 8.63 MGD and a peak daily demand of 20 MGD, at the commencement of this Agreement. OMI acknowledges that the City has the right to demand up to 27 MGD on any day and OMI shall undertake, as and when needed, the necessary arrangements to assure that sufficient personnel are available to satisfy additional demand overtime. C.3 OMI shall be responsible for meeting the water treatment performance standards established in this Appendix C and any Applicable Laws, but shall not be responsible for force majuere events outside the control of OMI, which include but are not limited to those event described in Section 8.1 of the Agreement, and Toxic materials contained in the raw water supply; raw water supply insufficient to meet demand; or demand for water in excess of the design capacity of the Facilities. XAMy Documrnts\Prgats\Ops RMOMI CmtracltOMI Contract fm Water Plant Ops 9.19.2003 - GLENN EDrr - clm.doc - I B - 09/19/03DRAFr Page 18 of 24 Appendix D Vehicles and Equipment Owned by City 109-10 Ford F-150 109-13 Cushman Mower 109-17 Chevy C20 109-18 Chevy C20 109-19 Ford F-250 DRAFT 9.19.2003 1998 1990 1994 1994 1997 XAMy Documrnts\Projmts\Ops RFP\OMI Conttact\OMI Contract for Water Plant Ops 9.19.2003 -GLENN EDrr - clean.doc - 19 - 09/19/03DRAFF Page 19 of 24 DRAFT 9.19.2003 Appendix E INSURANCE COVERAGE AND PERFORMANCE BOND E.1 OMI 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: I.I. Statutory worker's compensation for all of OMI'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 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 1.3. Automobile Liability Insurance for bodily injury and property damage, combined single limit in an amount not less than $2,000,000; and 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 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. E.2. OMI 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. E.3 Except for the insurance policy required by paragraph E .1.5, above (relating to fraudulent or criminal acts of employees) the City of Georgetown, its officials, employees and volunteers are to be added as additional insureds" to the insurance policies required under this Agreement. The coverage shall contain no special limitations on the scope of protection afforded to City, for officials, employees or volunteers. EA City shall maintain: 4.1. Property damage insurance for all property including vehicles owned by City and operated by OMI under this Agreement. Any property including vehicles not properly or fully insured shall be the financial responsibility of City. XAMy DocurnentsTrojectsl0ps RFP\OMI Contract\OMI Contract for Water Plant Ops 9.19.2003 - GLENN FAIT - clean.doc .20. 09/19/03DRAFf Page 20 of 24 DRAFT 9.19.2003 4.2. Automobile liability insurance for all vehicles owned by City and operated by OMI under this Agreement. E.5 Both City and OMI shall maintain policies which meet the following general requirements: 5.1.2.4. 5.2.4 Gallon Price Adjustment Formula. 5.3. Certificate of Insurance shall be prepared and executed by the insurance company or its authorized agent, and contain provisions and warranting the following: Where b. The insurance set forth by the insurance company are underwritten on forms which have been provided by the Texas State Board of Insurance. C. Sets forth all endorsement and insurance coverage according to the requirements and instructions contained herein. F.1.4 Requests by Owner that are Incidental Services shall be invoiced to Owner at OMI's Cost plus twenty percent (20%). XA My DocurnentsTrojects\Ops RFP\OMI Contract\OMI Contract for Water Plant Ops 9.19.2003 - GLENN EDIT - clean.doc - 21 - 09/19/03DRAVr Page 21 of 24 DRAFT 9.19.2003 Appendix F COMPENSATION, PAYMENT AND FEE ADJUSTMENT FORMULAS F.1 Base Fee Adjustment Method F.1.1 City and ONE agree that good faith negotiations resulting in mutual agreement is the preferred methodology to be used to determine changes in the Base Fee. F.1.2 In the event that City and OMI fail to agree, the Base Fee may be determined by the application of the Base Fee Adjustment Formula shown below in Article F.1.1.3. F.1.3 Base Fee Adjustment Formula BF = BF,[ 1 +._(C- Co)/ Co) + _E] Where BF. = Base Fee specified in Article F.1.1.1 BF = Adjusted Base Fee Co = Consumer Price Index C'CPI') for All Urban Consumers (TEXAS, Base year 1982) as published by U.S. Department of Labor, Bureau of Labor Statistics in the CPI Detailed Report for the month fifteen (15) months prior to the beginning of the period for which an adjusted base fee is being calculated C = CPI for All Urban Consumers ('TEXAS, Base year 1982) as published by U.S. Department of Labor, Bureau of Labor Statistics in the CPI Detailed Report for the month four (4) months prior to the beginning of the period for which an adjusted base fee is being calculated E = Average Employment Cost Index (ECI) for Civilian Workers, Compensation, 12 -month percent change, not seasonally adjusted, as published by the U.S. D epartment of Labor Detailed Report for the quarter prior to the quarter that is four (4) months prior to the beginning of the period XAMy Docummts\Proj=ts\Ops RF%OMI Comract\OMI Contract for Water Plant Ops 9.19.2003 -GLENN EDIT - clean.doe - 22 - 09/19/03DRAF]r Page 22 of 24 DRAFT 9.19.2003 for which an adjusted base fee is being calculated F.1.2 Volumetric Fee. F.1.2.2 OMI shall provide City with an invoice of gallons treated, and the Actual Volumetric Fee (determined by multiplying the Gallon Price by the actual number of gallons to be treated). City shall pay OMI the amount that the Actual Volumetric Fee exceeds the Estimated Volumetric Fee. OMI will rebate to City the amount that the Estimated Volumetric Fee exceeds the Actual Volumetric Fee. F.1.2.3 Changes in the Gallon Price shall be negotiated annually, three (3) months prior t o t he a nniversary o f t he a ffective d ate h ereof. C ity a nd O MI a gree that good faith negotiations resulting in mutual agreement is the preferred methodology to be used to determine changes in the Gallon Price. In the event that City and OMI fail to agree, the Gallon Price may be determined by the application of the Gallon Price Adjustment Formula shown below in Article F.1.2.4. F.1.2.4 Gallon Price Adjustment Formula. GP = GP.[ 1 + ._(C- Cc)/ Co)] VIU GPo = Gallon Price specified in Article F.1.2.1 GP = Adjusted Base Fee Co = Consumer Price Index ("CPr) for All Urban Consumers Base year 1982) as published by U.S. Department of Labor, Bureau of Labor Statistics in the CPI Detailed Report for the month fifteen (15) months prior to the beginning of the period for which an adjusted base fee is being calculated C = CPI for All Urban Consumers (LOCATION, Base year 1982) as published by U.S. Department of Labor, Bureau of Labor Statistics in the CPl Detailed Report for the month three (3) months prior to the beginning of the period for which an adjusted base fee is being calculated XAMy Documents\Projects\Ops RMOMI Conoact\OM1 Contract for Water Plant Ops 9.19.2003 - GLENN EDIT - clean.doc - 23 - 09/19/03DRAFT Page 23 of 24 DRAFT 9.19.2003 F.1.2.5 Changes in the number of gallons to be treated, shall be negotiated annually, three (3) months prior to the anniversary of the effective date hereof. If the parties cannot agree on an estimated number of gallons to be treated, the number shall be determined by multiplying the number of gallons treated in the current year by a factor of F.1.3 Repairs Budget F.1.3.1 The total amount OMI shall be required to pay for Repairs Cost shall not exceed the annual Repairs Budget of $ during the first year of this Agreement. OMI shall provide City with a detailed invoice of Repairs cost over the annual Repairs Budget, and City shall pay OMI for all Repairs Cost in excess of such limit. OMI will rebate to City the entire amount that actual Repairs Cost are less than the annual Repairs Budget in any year of this Agreement. F.1.3.2 The Repairs Budget shall be negotiated each year, four (4) months prior to anniversary of the effective date hereof in accordance with Appendix F.1.2 above; should City and OMI fail to agree, the Repairs Budget will be determined by the prior year; actual direct Repairs . FIA A Requests by City that are Incidental Services shall be invoiced to City at OMI's Cost plus fifteen percent (15%). F.1.5 In the event that a change in the scope of services provided by OMI occurs, City and OMI will negotiate a commensurate adjustment in Base Bee. XAMy Doeum ts\Pmjmts\Ops RMOM1 Co twAOM1 Contract for Water Plant Ops 9.19.2003 -GLENN EDU - cleen.doc - 24 - 09/19/03DRAFF Page 24 of 24 Appendix G Cost and Payment Worksheet Contract Year Oct 2003 - Sep 2004 a" Y„ culation� c a.-: Production Projection (MG) 3,150 ost Component Cost Type $ per MG Sub Total Base Fee Fixed $ 594,919.00 Volumetric Fee Variable $ 38.41 $ 120,991.50 O&M Fee FY 03-04 $ 715,910.50 Repairs Budget $ 50,000.00 Total Base Fee FY 03-04 765,910.50 duction Adjus Actual Annual Production MG Production Delta MG Production Adjustment (2) $ Budget Adjustment ° Repairs Budget `m$ 50,000.00' Actual Repairs Expense Repairs Budget Adjustment (2) Monthly Cost (October) (1) $ 109,659.21 Monthly Cost (November - August) $ 59,659.21 Monthly Cost (September) (3) $ 59,659.21 Notes: 1 October payment includes payment of full Repairs Budget 2 End of Year adjustments will be based upon the Production Cost Adjustments (per MG listed above. 3 September Payment will change based upon Production Cost and Repairs Budget Adjustments at end -of -year. Council Meeting Date: September 23, 2003 AGENDA ITEM COVER SHEET Item No. L SUBJECT: Consideration and possible action to enter into a contract with Operations Management International, Inc. (OMI) to extend the current operating agreement for the City's Wastewater plants for October, 2003 with an estimated cost of $90,706.00. ITEM SUMMARY: The City Council voted to award the contract for the operation of the City's wastewater plants to the Brazos River Authority in its August 12, 2003 meeting. The staff has not concluded its negotiation of the terms of the contract included in the BRA proposal. OMI had offered to operate the wastewater plants beyond the term of their original contract if the City needed more time to finalize negotiations with the BRA. This is a day to day contract for up to 30 days. At the exact cost per day of the current 2002-2003 contract price. This contract can be terminated once the Brazos River Authority contract is executed. OMI has agreed to operate the wastewater plants for $2,926.00 per day with all corrective maintenance during the time of extension to be paid separately. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funding for this contract will be from the Wastewater Fund 650-109- 5302-00. STAFF RECOMMENDATION: Staff recommends the approval of the out of scope contract with OMI with an estimated cost of $90,706.00. COMMENTS: NONE ATTACHMENTS: 1. Letter and attached agreement. X �, r m Ut ty Manager Water Services Me GOfgLQE September 16, 2003 Mr. Don Evans Operations Management International, Inc. P.O. Box 6607 Englewood Colorado 80155-6667 Re: Extending the Term of the "Agreement for Operations, Maintenance and Management Services for the City of Georgetown" (the "Agreement"), as amended. Dear Mr. Evans As you know, the above -referenced Agreement is scheduled to expire on September 30, 2003. The City previously notified OMI by. letter d ated D ecember 18, 2002 that it did not desire to renew the Agreement for another five (5) year period. On August 12, 2003, the Georgetown City Council voted to award the contract for the operations of its water treatment plants to OMI and to award the operations of its wastewater operations to the Brazos River Authority. However, the City Council has not yet approved those new contracts, and therefore desires to extend the term of the Agreement for wastewater service until a contract is fully executed by the parties. In consideration of OMI's consent to extend the term of the Agreement, the City agrees to pay OMI the rate of $2,926.00 per day for operations, maintenance and management of its wastewater plants. The term for wastewater services would be extended until the new wastewater services contract is fully executed. Thank you for your favorable consideration of this important matter. If you have any questions or need additional information, please do not hesitate to call Glenn Dishong at (512) 930-2574. Very truly yours, Jim Briggs Assistant City Manager for Utility Operations City of Georgetown, Texas cc: Jim Briggs, Assistant City Manager for Utility Operations Glenn Dishong, Water Operations Trish Carls, Brown & Carls, LLP GEORGETOWN UTILITY SYSTEMS • 300 INDUSTRIAL AVENUE • GEORGETGWN, TEXAS 78626 • 512/930.3556 ' FAX: 512/930-3559 OMI STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is by and between Operations Management International, Inc. (OMI) and OWNER identified below. OWNER and OMI are the sole PARTIES to this AGREEMENT. OMI's Office Address: 9193 South Jamaica Street, Suite 400, Englewood, Colorado 80112 OWNER: City of Georgetown, Texas OWNER's Office Address: 609 Main Street, Georgetown, Texas 76626 PROJECT Name: Georgetown Project PROJECT Location: Georgetown, Texas OWNER Project Number: GEORG 600 621 OWNER requests and authorizes OMI to perform the following services: OMI shall, within the design capacity and capability of the Owner's facilities, manage, operate and maintain the facilities described in Appendix B so that the effluent discharged from the facilities meet the requirements specified in Appendix C to this Agreement. The scope of services is defined in detail in Appendix D. • Compensation by OWNER to OMI will be on the basis of: 1.Owner shall pay to OMI as compensation for services performed under this Agreement a fee of Two thousand nine hundred twenty-six dollars ($2,926) per day. 2. OMI shall invoice Owner following the expiration of the term of this agreement. Payment is due and payable within fifteen (15) days. 3. All other compensation to OMI is due on receipt of OMI's invoice and payable within fifteen (15) days. 4. Owner shall pay interest at an annual rate equal to Wells Fargo Bank N.A.'s prime rate plus one and one half percent (1- 1/2%) (said amount of 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. 5. Owner will directly pay for all electricity costs at the Project. 1. All terms and conditions other than the Payment and Compensation terms and conditions of the Agreement for Operations, Maintenance and Management Services between OMI and the Client, dated September 21, 1998, as further amended shall apply to this Agreement. 2. The term of this Agreement shall be day to day for up to thirty (30) days commencing on October 1, 2003. 3. Owner shall pay all costs for Repairs and for Capital Expenditures. Services covered by this AGREEMENT will be performed in accordance with the Provisions included herewith and any attachments referenced above. This AGREEMENT supersedes all prior agreements and understandings and may only be changed by written amendment executed by both PARTIES. Signatures below constitute execution of this AGREEMENT. Approved for CLIENT (Print and sign name) Approved for OMI (Print and sign name) By I By Title Title Date Date ATmendix A DEFINITIONS A.1 The "Project" means all equipment, vehicles, grounds and facilities described in Appendix B and where appropriate, the management, operations and maintenance of such. A.2 "Capital Expenditures" means any expenditures for (1) the purchase of new equipment or facility items that cost more than Two Thousand Dollars ($2,000.00); or (2) major repairs which significantly extend equipment or facility service life and cost more than Two Thousand Dollars ($2,000.00); or (3) expen- ditures that are planned, nonroutine and budgeted by Owner. A.3 "Cost" means the total of all costs determined on an accrual basis in accordance with generally accepted accounting principles including but not limited to direct labor, labor overhead, chemicals, materials, supplies, utilities, equipment, maintenance, repair, and outside services. AA "Maintenance" means the cost of those routine and/or repetitive activities required or recommended by the equipment or facility manufacturer or OMI to maximize the service life of the equipment, sewer, vehicles, and facility. A.5 "Repairs" means the cost of those nonroutine/nonrepetitive activities required for operational continuity, safety, and performance generally due to failure or to avert a failure of the equipment, sewer, vehicle, or facility or some component thereof. A.6 "Biologically Toxic Substances" means any substance or combination of substances contained in the plant influent in sufficiently high concentrations so as to interfere with the biological processes necessary for the removal of the organic and chemical constituents of the wastewater required to meet the discharge requirements of Owners NPDES permit. Biologically toxic substances include but are not limited to heavy metals, phenols, cyanides, pesticides, and herbicides. A.7 "Adequate Nutrients" means plant influent nitrogen, phosphorus and iron contents proportional to BODS in the ratio of five (5) parts nitrogen, one (1) part phosphorus, and one h alf (0.5) p art iron for a ach one hundred (100) parts BODS. Appendix B LOCATION OF PROJECT OMI agrees to provide the services necessary for the management, operation and maintenance of the following all equipment, vehicles, grounds and facilities now existing within the present property boundaries of or being used to operate Owner's Treatment Plant, located at: San Gabriel Wastewater Treatment Plant 1099 North College Georgetown, Texas 78626 Dove Springs Wastewater Treatment Plant 400 Rock Dove Lane Georgetown, Texas 78626 Berry Creek Wastewater Treatment Plant 30500 Berry Creek Drive Georgetown, Texas 78628 Pecan Branch Wastewater Treatment Plant 4.2 Miles NE of the intersection of I-35 and FM 971 Williamson County, Texas Cimarron Hills Wastewater Treatment Plant 5.8 miles west of the intersection of IH -35 and 1.05 miles north of Hwy 29 Williamson County, Texas Appendix C C.1 OMI will operate Project so that effluent will meet the requirement of TPDES permits No.: Facility TPDES Permit Number San Gabriel W WTP 10489-002 Pecan Branch W WTP 10489-005 Doves Springs WWTP 10489-003 Cimmaron Hills WWTP 14232-001 Berry Creek W WTP 10489-006 OMI shall be responsible for meeting the effluent quality requirements of Owners TPDES permits unless one or more of the following occurs; (1) the Project influent does not contain Adequate Nutrients to support operation o f P roject b iological p rocesses and/or c ontains B iologically T oxic S ubstances w hich cannot be removed by the existing process and facilities; (2) dischargers into Owners sewer system violate any or all regulations as stated in the Water and Sewer Ordinance 92-31 and, (3) the flow, influent BODS, and/or suspended solids exceeds the process design parameters. C.2 In the event any one of the Project influent characteristics, suspended solids, BODS, or flow, exceeds the design parameters, OMI shall return the plant effluent to the characteristics required by the TPDES permit in a ccordanee w ith t he f ollowing s chedule a fter P roject i nfluent c haracteristics r etum t o w ithin d esign parameters. Characteristics Exceeding Recovery Period Design Parameters By Maximum 10% or Less 5 days Above l0a/o Less than 20% 10 days 20°/a and Above 30 days Not withstanding the above schedule if the failure to meet effluent quality limitations is caused by the presence of Biologically Toxic Substances or the lack of adequate in nutrients in the influent, then OMI will have a thirty (30) day recovery period after the influent is free from said substances or contains adequate nutrients. C.3 OMI shall not be responsible for fines or legal action as a result of discharge violations within the period that influent exceeds design parameters, does not contain adequate nutrients, contains biologically toxic substances, and the subsequent recovery period. C.4 The Costs for services under this Agreement are based upon average wastewater flows and loadings. The average flow and loadings are based on the twelve (12) month average prior to the date services are provided under this Agreement. A variance above five percent (5%) of the above listed values will result in an operational adjustment and Change in the Scope of Services. AMendix D SCOPE OF SERVICES FOR WASTEWATER TREATMENT PLANTS D.1 For the San Gabriel, Dove Springs, Berry Creek and Pecan Branch Wastewater Treatment Plants, OMI shall: D.1.1 Within the design capacity and capability of the Project, manage, operate, and maintain the Project so that effluent discharged from the Project meets the requirements specified in Appendix C. OMI may alter the process and/or facilities to achieve the objectives of this Agreement; provided, however, that no alteration shall be without Owner's written approval if alteration shall cost in excess of Two Thousand Dollars ($2,000.00). D.1.2 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 wastewater treatment operations and maintenance and are capable and demonstrate experience necessary to operate and maintain the facilities. D.1.3 Prepare all TPDES permit reports currently required by the existing permits listed in Appendix C, and directly related to services provided by OMI in this agreement and submit these to Owner for transmittal to appropriate agencies. At request of Owner, provide historical treatment performance data. Provide other special reports requested by Owner, including regulatory agency orders for information, permit renewals, audits, and other reasonable Owner requests. D.1.4 Provide for the disposal of screenings, grit, and sludge to the existing disposal sites. Should the above disposal fees, currently $12.61 per ton, or availability of a disposal site change, Owner and OMI agree to adjust the base fee for services accordingly. D.1.5 Perform all laboratory testing and sampling presently required by the TPDES permits. Additional laboratory testing and sampling that may be required by future regulatory changes and/or population growth will constitute a change in scope of services and require re- negotiation of price. D.1.6 Operate all facilities such that odor and noise shall be effectively controlled, within the design capacity and capability of the plant, and that no disruption of adjacent residences shall result. D.2 For the Cimarron Hills Wastewater Treatment Plant, OMI shall perform limited operational services as follows: D.2.1 Provide one (1) certified wastewater operator Monday through Sunday not to exceed fourteen (14) hours per week. D.2.2 Provide a daily inspection of the Cimarron Hills lift station and coordinate vacuum service to remove wastewater as needed. D.3.3 Operate plant equipment weekly and coordinate maintenance associated with equipment warranty. Materials and services associated with warranty maintenance will be paid by Owner. 0 City Council Meeting Date: September 23, 2003 AGENDA ITEM COVER SHEET Item No. F 15 SUBJECT: Consideration and possible action to award the bid and approve the project budget for construction of Shell Road Realignment and Waterline Improvements to Chasco Contracting of Round Rock, Texas in the amount of $832,500.00 ITEM SUMMARY: This project is to construct the relocation of Shell Road and the needed waterline improvements. This project realigns Shell Road with Cedar Breaks Road at Williams Drive. Engineering for the Road relocation and waterline improvements were approved by Council on December 10, 2002 and January 28, 2003. At the December loth Council meeting an interlocal agreement was approved between Williamson County and the City of Georgetown regarding the realignment. According to the agreement, funds in the amount of $832,500.00 would be transferred to the City of Georgetown upon execution of a construction contract. Reimbursement of these funds to Williamson County would be paid back through the existing Shell Road Public Improvement District (PID). A Resolution was passed by Council July 10, 2001 to authorize establishment of the PID. Sealed bids were received and opened Tuesday, September 2, 2003 for the above referenced project. Project costs encumbered against the (PID) include: Traffic signal $80,000.00 Road Realignment Engineering $102,000.00 Construction $605,226.50 Water Line Engineering $16,000.00 ,Remaining funds on PID Total to be applied toward contingency and incidentals $29,273.50 Total PID Participation: $832,500.00 The engineering firm responsible for reviewing the bids, Roming, Parker, and Kasberg, L.L.P. has recommended award to Chasco Contracting in the amount of $803,331.50. Therefore, staff recommends approval of the award to Chasco Contracting in the amount of $803,331.50 and to approve an additional 58 contingency project budget amount of $843,498.08. SPECIAL CONSIDERATIONS: Any remaining funds after cost of construction of roadway will be applied toward water line improvement costs. FINANCIAL IMPACT: $605,226.50 for road improvements to be funded out of account number 110-101-6918- 00 and $198,105.00 for water line -improvements to be funded out of water capital account 661-101-6628-00. GUS BOARD RECOMMENDATION: GUS Board recommended to Council for approval on September 16, 2003. Approved 5-1 (Brown absent; Young opposed) STAFF RECOMMENDATION: Staff recommends approval of award of contract to Chasco Constructing for the construction of the Realignment of Shell Road and Waterline Improvement Project. COMMENTS: None. ATTACHMENTS: 1. Roming, Parker & Kasberg recommendation of award letter and bid tabulation. 2. Exhibit "A" of Shell Road Public Improvement District Assessment/Service Plan - Ordinance 2001-51. 3. Williamson County Interlocal agreement with City of Georgetown, December 18, 2002. Submitted by: Jim Briggs, Mark Miller, Assistant City Manager Transportation Services Manager For Utilities ROMING, PARKER & KASBERG, L.L.P. CONSULTING ENGINEERS One South Main Temple. Texu 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. September 10, 2003 Mr. Joel Weaver CIP Coordinator City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown Shell Road Relocation and Waterline Improvements Georgetown, Texas Dear Mr. Weaver: W. CLAY ROMING, P.E. Partner Emeritus Attached are the Bid Tabulation Sheets for the bids received at 2:00 PM on Tuesday, September 2, 2003 for the above referenced project. There were twelve bids received for this project as shown on the attached tabulation sheets. After tabulation of the bids, we have concluded that Chasco Contracting is the low bidder with a bid of $803,331.50. The Engineer's Estimate for this project was $875,000.00. The breakdown of the project costs by type of work is as follows: Bid Amount Budget Amount Streets and Drainage: $605,226.50 $742,313.59 Water: $198,105.00 $255,000.00 We have reviewed the submitted bids, and as a result of our findings and the fact that Chasco Contracting has successfully worked on projects, both past and present, for the City of Georgetown, we recommend that a contract be awarded to Chasco Contracting in the amount of $803,331.50. If you have questions, please call. Sincerely, 00e g" R. David Patrick, P.E. RDP/rdp 2002-135-40 ULATION 21X12 -135-4U SHELL ROAD RELOCATION AND WATER IMPROVEMENTS BIDDER INFORAIATION ,w.w qw-usul 450.23 400IODI 4111.- 460.00 460. Page 1 of 6 SephmUer 2, 2003 2:00 Pm Chasco Contracting RGM Construclors, L.P. CC Carlton IMusldcs, Lid 1. C. h.. hwm c°immnion Co, Texas 70626 300 Industrial Avenue Georgetown,Lea 2801 Kiphen Rd 15603 N. 11135 6207 Bee Caves Road P. Box 1216 Round Rock, TX 711 PRugerville, TX 78660 Suite 320 Mde r, TX 78646 96 Vern Etlirrnled UN! Bid DaaAustin TX 78746 Nu. uounly Desch ion UN! Erlended UNI Enended Unit Extended Unit Eaended I 24 STA Prc talion of RI I-of-Wa Ircludin Rdmval of Existin Barbed Wire Penta Anwum PriceAmoI r Amomu p c moms 2 IO1% LS Mwilizatim, Bads stet Insmancc 940.00 S 22 560. f 2,100.00 f 30400. S 775.00 f 18600, f 3 201.0(1 00 S 76-824 3 1011% LS Pre tin & Submiuin NOI Iw TCE & mm 1 in w/all Slormwater Dischar Rea, 79 000.00 39 000. 35 000.00 33 000. M 300.00 44 300. 20 147.00 . 20 147. 4 100% I.S a Barricades ad Tragic Cmtrol Plan Im letrcnlatim 330.00 350.00 6000.00 6000. 1200.00 1200.00 2 938.00 2 958.00 S 100% LS Trerch Safet Plan 17 000.00 - 13 000. 6 100.00 6 200. 9 000 W 9 pOD W 1798 17 888. 001 6 2,7 LP Trerch Safq Plan lm lememalion 1000.00 1 000. 600.00 600 500,00 5010,01 900.010 900.00 7 230 SP Trerch Safd Plan Im lementati M Manhole 0.60 1 662. L00 2 770. 1.00 2 770.00 1.OD 2 TKI 8 100% LS Vidm Ta In Pro'ect sire heforc smrl ofcomirnctim gas 2.30 329. 2.50 575. 2.00 460.00 1.00 270. 9 7300 CY m the ro t. Unclassified Excavation (Roadway)7.10 610.00 �. .� 450 4511 � 23(1 W 230 1,401 CY Com ted Fill Roadwa SI 830. 3.00 21 900. 8.90 64 970. 9.99 72 927. 11 11 1,6101 SY Runove & Dis se ExistingPatton of Skit Road (ran Verde Vista to Pr Tk-In 1.71 7 4810.00 3.51 IS 400. 5.00 22 000,00 3.75 23 700, 12 110 LP Saw cullingPavemem at Williams Dc Verde Vista & Sequoia Spur 3.30 S 6W. 1311 2900. 8.30 17 280.00 1.10 1700. 14 8000 SY 14' CrUSINrushed l Limestarc Base ).50 385. 3.30 303. 4.50 495. 3.B0 418.00 14 7800 SY 6' Crushed L2mesmrc Base 7.33 58 800.00 7.00 56 001. 9.00 72 00000 7.50 60 010.00 13 SY One Course Percuation Surface Tremment 3.50 27 300. 3.50 27 300. 1.00 31 200. ).70 28 B6O. I6 IS 300 5, SY 6' Crushed Limeaorc Base Fkxbau 1.30 11,630.00 L60 14360. 1.23 II 375.00 1.20 20,920. 17 I7 000 SY 4' IIMAC T 'D' Pavetnent w! rime &tack cogs 7.50 34 2w.00 ).50 54 250, 4.00 62 00000 3.70 37 350.00 IB 70 IN A&liiioul HMAC D- Pavemem w! rime & lack coat 8.70 107 900.00 8.50 I IO 300. 8.40 109 200. 7.70 100100. 19 140 LF Gfool Wide Concrete Valk Gwter I 73.00 3 250. 70.00 q 000, 47.00 3 40.010 2 8010. 20 125 LP 10.foa Wide Concrete Val Gullet 18.00 2,520. 20.00 2 B00. 19.25 2,695. 30.00 4200. 22 6 500 LP IB-irch Concrete Ribbon Curb 29 .00 3 625. 40.00 S 000. 37.00 4 62 5. 10.00 5.000. 22 1200 LP 6lrch Co Curb and 3.00 323(10.00 5.50 35 . 130 30 5.30. 34 4 3.10 37 1 50 23 2 BA 1 20 -(tat Concrete Radius UNIS ta H 7.25 10,875.(0 9.00 13 300. 8.01) 12 .0 OOO. 3.75 8 625 010 24 2 8A 25 -Ica Concrete Radius Units 430.00 860.00 830.00 1701. 790,00 1 580. 780.01 1 360.00 25 2 EA Co 33 -fool rcrtic Radius Units 610.00 1 220ff. 1300.00 2600.00 1 190.00 2.3 80.00 1 100.00 2214.00 26 93 LF IB-irch' Reinforced Concrete PI 11011.00 2 200. 2 100.00 1200. '..'00 4 OBO. 10110 1000.M 27 LP Trl le 4' x x 6' Reinforced Concrete Box ILOD 4,083. 43.00 4 273. 38.00 3 610. .an IBM A 3 . 29 1 1 EA ri le ea wall with l Corcrcle Headwall with Flared Wings for Tri le 4' x 6' RCIts r Triple 490.00 79 200. 370.00 43 600. 876.00 70 OBO. 600.00 48 000.00 29 1 EA Corcrcle Headwall with Piared W1285 ab Ercr Dissi nets for Tri le 4' x 6' RCBs 1800.00 20100.00 11900. 6,001.00 6100. 3800.010 3800. 6 100.00 6 100.00 b 2 BA Concrete Headwall with Flared Win far 18-1rch Diamekr RCP's 350.11 2,0100.00 7000.00 7000. 6 375.00 6 375. 6700.00 6700. 31 2 EA Concrete Headwall with Flared Win and Energy Dissi aters for 18 -inch RCP's 460.00 7010. 2100.00 4210. t 951.00 3900. 2300.00 1600. 60D.Oo 32 451 SP Ruck Ri a Avera cline diameter of I2 -laches 920. 2,200.00 4900. 2060.00 4 120 2 500.00 5 33 250 SP Rack Rl ra Aven store amoveter of 8 -Inches ].00 1330.00 3.00 1 350.00 3.OD 1 350. 330 1 573.00 31 73 LP Metal Beam Guar) Pence 6.00 1300 . 3.70 925. 3.30 875. 2. 70 675.00 35 BBO LP Double 4-irch Width Solid Yellow Slri In J8.00 2 851. 38.00 29 36.00 2 700. 18.00 1 330. 36 351 LP Sin k 41 -loch Width Dashed White Si In 2.75 2068.00 2.30 2 024. 2.50 2200. 2.20 1 9M. 37 370 LP Sin k 4 -inch Width Solid White SnipingI.NI I.40 490. 1.40 490. 1.50 325. 1.35 4R. 78 2 700 LF 4-irch Width Yellow Gorc Strl in 684. 1.13 655. 1.10 627. LIO 627.00 39 IIO LP 4-irch Width While Gore Strf in 0.70 1,890. 0.70 1990. 0.65 1 755. 0.65 1 753.0(1 40 101% IS White Pavement Markings Arrows & Text accordin 10 Si m & Std I Plan 0.70 77.00 0.70 77. 1.00 110 0.65 71.50 41 108 LP 24-irch Width Whik St Bars 1600.00 1600. 1600.00 1600.01 1 493.00 1 497. 1 992.04 1 492.00 42 1 PA Furnish ab Install T III Barricade 1.30 486. 4.70 437. 4.00 432. 3.96 427.68 43 100% IS Adjusting ExistingTraffic Si Is at Williams Drive 173.00 175. 160.00 160. 200.00 200. 1511.00 151.6 44 100% IS Finnish and Iwall All Traffic Si na a SH In and Si Plan 1200.00 1200.00 3000.00 3 060. 3 000.00 3 0100. 1 000.00 1 000.00 43 2 EA Raise E' ladeAccordingto rm a Wats Valves m Pltui Cade 3 600.00 3,66W . 3600.00 3600. 3450.00 3,450. 3000.00 3 000. 46 77 LP Imtall 2' - 8' 8' 6' Concrete Mow Strip 310.00 620. 300.00 600. 300.00 Epp. 285.00 570.01 17 2770 LP i t 16 -Inch Diameter Ductile Iron waterline it 9.00 693. )1.00 2,387. 30.00 2 310. 31.00 2 387. 48 2 EA 16-Irch Diameter 90° Ductile Iron Bend 13.00 124 650.00 48.00 132 960.00 JJ.OD 91410, 50.23 139.192 49 1 EA 141rch Diameter 45° Dnc01e Iron BcwJ 360.00 720.01 900,00 1 800.00 300.00 1 000. 473.00 951. ,w.w qw-usul 450.23 400IODI 4111.- 460.00 460. Page 1 of 6 SHELL ROAD RELOCATION AND WATER IMPROVEMENTS September 2, 2003 2:10 pm 300 Industrial AYmue Geocgetuwn, Thar 79626 1111A I'ION 11. Deck Cmutrucllon Rogers Gw,. b, Co Y. Lsl PT Woods Conslruclioc 1611 Oxford Blvd. P. O. Drawer 1136 1966 S. Austin Ave. Round Rock, TX 78669 Georgetown, TX 78627-1136 Georgetown, TX 78626 2002-135-40 12112 RM 2769 Austin, TX 78726 Page 2 of 6 Blf ---IIATION SIIEI L ROAD REI OCATION 702-13540 Page 3 of 6 ' AND WATER IMPROVEMENTS September 2, 2003 2:00 pm 300 Industrial Avenue Georgetown, Texas 78626 M. B. Bender Co., hs. P. O. Box 90 Kingsland. TX 78639 BIDDER 1NORMATfON Capital Excavation All Slate Servku Ltd. 3901 S. Lamar 13201 PM 812 Auslin, TX 78704 Del Valle, TX 78617 Austin Engineering Co., 1rc. P. O. Box 342349 Austin, TX 78734-2349 hem No. Estimmed 7umuir Utit Bid Oma 1/nit Extended Urdt Evaded Unit Extended Unit Erinnded Description PriceAn c A Pric 1 24 STA Prc ration of Ri t-of-Wa Includin Removal of Existin Bathed Wire Fences 750.00 $ 18,000. $ 1,000.00 S 24 000. f I.M.00 $ mourn 24 000. S 2 100% IS Mobilintlon Bobs and Insurance 60000.00 60000.00 90000.00 901X10, 10000.00 10000.00 800.00 S 20000.00 19 200. 00 3 100. IS Pre in & Submklh! NOI to TCE & cum I in w/all Slormwaler Dischar R 2 Ban 00 2 ODD. 200 00 200 300000 20000. 00 4 100% IS Barricades and Traffic Control Plan Im kmetuatiun 12 000.00 12 000. 10 000.00 51100 )50000 3 SOD .001 S 100% is Trench Safety Plan 10000. IS 678.45 IS 678.15 I2 100.00 12 100, 001 6 2,770 LP Trench Salciv Plan hu kmematlon Pi 2000.00 2000. 900.0 900. 1300.00 1300. 900.00 900, 001 7 230 SP Trcrch SafetyPlan Implementation Mandmle 2.00 3340. 1.00 2770. 2.00 3540.00 1.95 5.124.301 8 100% IS VWro Ta in Pro'== slit before start ofconsi nction on Ilte o I. 10.00 1000.00 2300. 1.00 2711. 3.00 690. 1.21 287.30 9 7W- CY Unclassified Excavation ondwa 1000.4 1000.00 1000. 430.00 150. 23,00 23.00 10 4,400 CY Compacted Fill Rondwa 3.30 12.50 91 250. 9.30 69 350.00 9.00 61700, 11 1,600 SY Remove & Dis Existin Portion of Shell Road from Verde Vista to Proposed Tk-lo 4.93 3.00 21 780. 10.00 44 000. 7.00 30 800.00 2.50 11 000.00 12 110 LP Saw Cronin Pavement at Williams Dr. Verde Vista & unix S 5.00 4800. 4.00 6,400,001 8.00 12 800. 16.00 25 600. 0011 13 8000 SY 14' Crushed Limestone Base 550. 10.00 1 100. 3.00 350. 6.00j 0.00 14 7,50D SY 6' Cnuhcd Limestone Baer 11.]0 00 400 ()a 7.70 61 600. 11.50 92 000. 19.35. IS 9,100 SY One Course Penetration Surface Treatment 6.3(1 50'an 00 4.30 35.100.01)l 3.50 27 31X1. 8.600. 16 15 SY 6• Cradled Limestone Base Piexbau 1.40 12 740. 1.75 IS 923.00 1.80 I6 780. 1.50. 17 ,500 I] 000 SY 4• IIMAC T •D• Pavement w/ ime & Luk coo 3.85 8.33 90 675. 1.30 69 750. 7.30 54 250. 9.60.00 18 70 TN idd111owlt HMAC T 'D• Pavement wl rime & tack neon 80.00 108,550. 5 600. B.SO 110 500. 11.30 t19 300. 9.75. 19 140 LP 6 -find Wide Corcreic Valle Gutter 40.00 5,600.4 61.00 4.550.001 -2.940.001 115.00 8,050.001 95.00. 20 125 LP 10 -fret Witte Concrete Valle Gutter 60.00 7300. 21.00 30.00 3.750.001 18.00 2.520.001 23.05. 21 6500 LP IB -Inch Corcrne Ribbon Curb 6.50 42 250. 4.75 30 973. 30.00 6250. 43.82.30 22 1300 LF 6 -inch Concrete Curb and Gutter 7.00 10 500. 6.50 9,730.001 3.00 9.00 32 500. 13 500. 7.75.00 23 2 EA 20 -fad Concrete Radius Unlit 900.00 1 800. 600.00 1.200.001 800.00 1600. 10.40 930.00 15 ,600,001 1 900.00 24 2 EA 25 -fax Concrete Radius Units 1.200.00 2.400.0111 1.000.00 2,000.24 1 000.00 2000. 1500.00 7 410.00 25 2 EA )3 -fad Concrete Radio Units 2 000.00 4 000. 2,100.00 41.200.001 1.250.001 2.501001 2.400.001 4.800,001 26 93 LF Minch Dlameler Reinforced Concrete Pi 79.00 3.7M03.001 38.00 3 610. gam 8 075. 68.00 6.460001 27 80 LP Tri le 4' x 6' Reinforced Concrete Box Culverts 400.00 32.000. 560.00 44 800. 965.00 69 200. 770.00 61 600.00 28 1 EA Concrete Headwall with Flared Wines for Triple 4' x 6' RCBs 8300.00 8 300. 6 700.0 6 700. 1500.00 q 300. 6 930.00 29 1 EA Concrete llndwall with Flared Wins and Ener Dina ers for Tri le 4' x 6' RCBt 9 500.00 9.50D.21 8000.00 8 000. S 1X10.00 6 9311. 001 30 2 EA arcrene 1lcadwall with Flared Win for 18 -inch Diameter RCP's 1500, 3,0000 600.00 1200. 1000.00 5.000.01)l 2,000. 7.615.001 2.350.001 7,613. 001 31 2 EA Concrete Ilendwail with Flared Wings and Energy Dissipaters for IB-Irteh RCPT 2 000.00 4,000. 700.00 1400. 1200.00 2,400.00 2600.00 4.700.00 72 450 SP Rock Ri ra Avert store diameter of 12 -inches 10.00 4500. 3.0 1350. 5.00 2 250.00 S 200.00 3) 250 SP Rock Rl ra Avera hone diannetu of 8-irchu 7.00 1730. 3.30 873. 6.00 1300. 3.00 4.00 2 230. 24 1000, 001 34 73 LF Metal Beam Guard Fence 15.00 1125.00 33.73 2 -.6B1 -25T ----4-4-94T- .. 7 367. 30.00 3.750M1 35 880 LP Double 4 -Inch Width Solid Yellow Striping 2.65 2 332. 2.21 1 980. 2.7111 2,446.401 2.82 2.481.6011 36 350 LP Smith: 4 Inch Width Dashed Whine Striping 1.60 560. 1.33 472. 1.69 391. 37 570 LP Sink 4 -Inch Width Sold White Striping 1.60 912. 1.10 627. 1.71 398.50 38 2 700 LP 4 -inch Width Yellow Gue Striping &801 2.160.01)l 0.63 1.755.001 1.38 0.82 786.601 2.214.001 1.40 798. 001 39 110 LF 4 Inch Width White Gore Striping 0.80 88. 0.63 71. 0.82 90. 0.82 2,114!91 40 100% LS While Pavement Markings Arrows & Text accordingto SI ase & Slri ler Plan 1 600.00 1 600.00 1 300.0 1 500. 1 8T2 28 1,972.281 0.78 1.783.00 85.80 1 783 00 41 108 LP 24 -Inch Width While Stop Bars 3.00 540.00J 4.00 432.24 4.97 536.761 5.05 345.4 01 42 1 EA Purnish and Insult Type 111 Battles& 300.00 500.01011 162.00 162.001 198.14 188.141 200.00 200. 01)1 43 100% IS Adiuslinit Existing Traffic Signals at Williams Drive 3000.00 )000. 2000.00 2000. 1500.00 I 11 930.00 11 930. 44 100% LS Purnish and Install All Traffic St According to S I In and Signage Plan 5,0D0. 3000. 3.500.00 3 500. 4127 4,327.25 4,400.00A2000. 45 2 EA Raise Existin Waley Valves m a Grade 300.00 600. 334.00 709. 330.0 700. 330.00 46 71 LP Imtall 2' - 8' x 6' Concrete Mow Sri w St 20.00 1_540 17.00 1309. 8.00 616. 75.00 47 2 770 LP 16 -inch Diameter Ductile Iron Waterline 48.63 134,M.30 12.00 MMA 18.011 U2 960. 53.00 48 2 EA 16 -inch Diameter 00° Ductile Iron Bend 400.00 800.00 460.00 920. 1058.61 2 117.22 1000.00 49 I EA 16Irch ❑iantner 45° Ductile Iron Bend 400.00 400.00 400.00 400.00 968.75 %8.75 1,000.001 Page 3 of 6 SHELL ROAD RELOCATION AND WATER IMPROVEMENTS Seplember 2, 2003 2:00 pnv 3001nd,nd lal Avenue Geogci..ro,'I'exas 78626 Bln TAROLATION c.naseo contracting RGM Consirmlor6, L.P. CC Callon Industries, Lid 2801 KiPI¢n Rd 15603 N. 11135 6207 Ree Caves Road Rmnd Rock, TX 78W POugervilie, TX 78660 1 Suite 320 Unur M02-135AO J. C. Evrm Camiww Co. bn. P. O. Box 1216 Leander. TX 78M6 Did Bidder AcAimwledge Addenda No. 17 -- Did Bidder AckmwleJgc Addenda No. 27 YES YES YES YES_ Did Bidder AckmwlWge Addenda No. 37 YES YES YES YES DiJ Bidder Provide Securil 7 YES YES YES YES YES YES YES YES Page 4 of 6 SHELL ROAD RELOCATION AND WATER IMPROVEMENTS September 2, 2803 2:00 pns 300 lndusrrlal Avenue Georgetown, Texas 78626 u.0 Kcomuucuon Rogm CoosrwiWo Company. LW 1601 Oxford Blvd. P. O. Drawer 1136 Round Rock, TX 78660 1 Georgetown, TX 78627-1136 Extended 1966 S. Austin Ave. Georgetown, TX 78626 IfW-135-40 12112 RM 2769 Austin, TX 78726 r Acknowledge Adde da No. I7 YES YES YES r Acknowledge Addenda No. 27 r YES YES YES r Acknowledge Addenda No. 27 YESYES r Provide Security? YES YES Y£.S YES _7 Page 5 of 6 SHELL ROAD RELOCATION AND WATER IMPROVEMENTS Sepemher 2, 2003 LOU put 300 Industrial Avenue Oewggown, Teuo 78626 llem DIV—"'"I.AlnuN N. B. Bcnkr Co., low. P O. Box 00 KingslaW, TX 78639 3981 S. I.anur Austin, TX 78704 111 State Services Lw. 13201 PM 812 Del Valk, TX 78617 1102133.10 rslin Engineering Co., Lr P. O. Boa 342349 Austin, TX 78734-2349 No. I (hwuuv n... ....,.,. I •••�•-•••• .. I UMI Ecleded I (lnil I Euerded I I7N/ 1 Euoukd i 11,41--I Eflbded Dw Bider Acknowledge AdduWa No 17 YES YES YES YES Did Bokser Acknuwlcdgc AAdcWa No. 27 Y6'S YeS YES Ow Bider AcknowlNgc AdknWa No. 3'1 YES YES Did Bidder Provide S¢urit 'I Y85 YES YES YES YES YES 1 hereby certify that this a�wrmi a��id//true, tabula lm orall bids mceivnl. 'k. p E. ate 0 R. naval Pnrkk. P.e. Date Rurnio8, Pada 41 Embers, LIT Page 6 of 6 EXHIBIT "A" SHELL ROAD PUBLIC IMPROVEMENT DISTRICT ASSESSMENT/SERVICE PLAN Chapter 372 of the Local Government Code of the State of Texas, (mown as the "Public Improvement District Assessment Act" (the "Act"), authorizes and defines the formation of a Public Improvement District within the State of Texas. By action taken by the City Council on July 10, 2001, the City of Georgetown (the "City") passed Resolution No. 071001-P authorizing the establishment of the Shell Road Public Improvement District (the "District"). In compliance with requirements outlined in various sections of the Ac; the Assessment/Service Plan for the District is set forth herein. Section 1. Irrmrovements and Services to be Provided to the District. After analyzing the improvements authorized by the Act, the City, acting through the District, determined that the design, construction and acquisition of the improvements (the "Improvements") comprising the Shell Road Realignment (as hereinafter defined), to -wit the engineering, traffic signalization (including the traffic signalization at the Shell Road Realignment(Williams Drive intersection), utility installation and/or relocation, and the design and construction of the realignment of Shell Road from its intersection with Williams Drive to the southern boundary of Georgetown Village and a connection from this realignment to Sequoia Spur Drive (collectively, the "Shell Road Realignment"), are allowed by the Act should be provided within the District and will be of special benefit to the properties within the District. Section 2. Assessment Plan. After analyzing the assessment methods allowed by the Act, the City has determined that the following method, which is based on the benefit of the Improvements to each property owner within the District, is fair and equitable and represents the most reasonable means of allocating the cost of such Improvements. The total PID assessment for all property in the District shall equal the total cost of the Improvements (the "PID Assessment"); provided, however, in no event shall the PID Assessment exceed $832,500.00. The portion of the PID Assessment levied on each tract within the District shall be a pre- determined, fixed amount representing such tract's pro -rata share of the total PID Assessment (each, an "Individual Assessment"). Each tract's pro -rata share shall be calculated by multiplying'the PID Assessment by a fraction, the numerator of which shall be the number of linear feet of Shell Road Realignment (including the linear footage of the connection from the realigned Shell Road to Sequoia Spur Drive) adjacent to or contained within such tract, and the denominator of which shall be the total linear footage of the Shell Road Realignment (including the linear footage of the connection from the re -aligned Shell Road to Sequoia Spur Drive). The Individual Assessment on each tract shall be due at the time the such tract is platted, at the time of the sale of the tract, or within seven (7) years after the Shell Road Realignment (including the installation of the Williams Drive traffic light and the construction of the Sequoia Spur connection) is completed and open to the public (the "Completion Date"), whichever occurs earlier, provided, however, in no event shall any Individual Assessment be due and owing until the Completion Date. Section 3. Assessment Roll. The District consists of those properties and property owners described in Schedule "I" attached hereto. ORD. a2oo�-s/ Exl) b: t '`Ate lomat I of 3 INTERLOCAL AGREEMENT THIS INTERLOCAL AGREEMENT (this "Agreement') is made and entered into effective this Ze��day of December, 2002, by and between WII-LIAMSON COUNTY (the "County") and the CITY OF GEORGETOWN, TEXAS (the "City"), political subdivisions of the State of Texas. WITNESSETH: WHEREAS, V.T.C.A., Government Code, Chapter 791, the Texas Interlocal Cooperation Act, provides that any one or more public agencies may contract with each other for the performance of governmental functions and for the joint use of facilities or services for the promotion and protection of the health and welfare of the inhabitants of this State and the mutual benefit of the parties; and WHEREAS. Shell Road and the proposed Shell Road re -alignment are an integai section of the Inner Loop and thus serve a county and a city purpose; and WHEREAS, on or about the 19'' day of June, 2001, the patties entered into an Interlocal Agreement, as adopted by the City in Resolution No. 42eo4201-3-3 (the "Original Interlocal Agreement"); and WHEREAS, because of changed circumstances, the parties wish to replace the Original Interlocal Agreement with this Agreement; NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the undersigned patties agree as follows: I. TERMS AND CONDITIONS 1. The City hereby agrees to perform all necessary and appropriate engineering, traffic signalization (including traffic signalization at the Shell Re-alignment/Wi Ili ams Drive intersection [the "Williams Drive Traffic Signal"]), design and construction of the re -alignment of Shell Road at its intersection with Williams Drive to the southern boundary of Georgetown Village and a connection from this re -alignment to Sequoia Spur Drive (collectively, the "Shell Re -alignment"), as shown on Exhibit "A" attached hereto and incorporated herein. 2. The Shell Re -alignment shall include two-lane roads constructed to city standards, commenced within six (6) months after the amendment of the Original PID (as hereinafter defined) pursuant to Section 4.a below, and completed within thirty-six (36) months after the amendment of the Original PID. 3. As consideration for the expeditious construction of the Shell Re -alignment by the Citv, the County agrees to remit to the City the sum of EIGHT HUNDRED THIRTY-TWO THOUSAND FIVE HUNDRED AND N0/100 DOLLARS ($832,500.00), within fifteen (15) days after the award by the City of a contract to construct the Shell Re -alignment. 4. As further consideration for the expeditious construction by the City of the Shell Re -alignment•. a. The Developers (as hereinafter defined) will submit a request to the City to amend the Public Improvement District created on the l lm day of September, 2001 (the "Original PID"), as soon as possible after the approval by the City of the Amended Development Agreement(s) (as hereinafter defined). The Original PID, as amended pursuant to the terms hereof, is sometimes referred to herein as the "Amended PID". As used herein, the term "Developers" means the developers of the property within the Original PID. b. The City and the Developers will pursue the amendment of the Existing Development Agreements (as hereinafter defined) to ensure that such Existing Development Agreements contain the following terms and such other terms, conditions and provisions as are reasonably necessary to reflect the construction by the City, rather than the County, of the Shell Re -alignment: (i) The PID assessment on each tract shall be a pre -determined, fixed amount representing such tract's pro -rata share of the total PID assessment. Each tract's pro -rata share shall be calculated by multiplying the total PID assessment by a fraction, the numerator of which shall be the number of linear feet of Shell Re -alignment (including the linear footage of the connection from the re -aligned Shell Road to Sequoia Spur Drive) adjacent to or contained within such tract, and the denominator of which shall be the total linear footage of the Shell Re -alignment (including the linear footage of the connection from the re -aligned Shell Road to Sequoia Spur Drive). Unless otherwise provided in the Existing Development Agreements, the PID assessment on each tract shall be due at the time the property is platted, at the time of the sale of the property, or seven (7) years after the Shell Re -alignment is completed and open to the public, whichever occurs earlier. Notwithstanding the foregoing, the PID assessment on the tract currently owned by HEB Grocery Company, LP ("HEB") or an affiliated entity shall not be due and owing until the Shell Re -alignment, including the installation of the Williams Drive Traffic Signal and the construction of the Sequoia Spur connection, is completed and open to the public. As used herein, the term "Existing Development Agreements" shall mean those agreements entered into or amended by the City and the Developers in conjunction with the creation of the Original PID. (ii) The PID assessments shall accrue interest at the rate of 7% compounded annually, commencing when the Shell Re -alignment is completed and open to the public. (iii) The Developers shall execute a Possession and Use Agreement at the time of the signing of the amendments to the Existing Development Agreements, and agree to dedicate all necessary right-of-way for Shell Re -alignment within sixty (60) days after the signing of such amendments; provided, however, the parties hereto acknowledge that all such necessary right-of-way may already have been dedicated pursuant to the terms of the Original Interlocal Agreement, the Original PID and/or the Existing Development Agreements. The Possession and Use Agreement and the dedication instruments, if any, shall contain a reversionary clause that requires the property dedicated to revert to the grantor if the Shell Re -alignment is not substantially completed within thirty-six (36) months after the execution of the Amended PID. (iv) The parties agree that City shall have no liability whatsoever regarding the administration of the Amended PID or the collection of revenues on behalf of the Amended PID. Assessment liens shall be assigned to the County after assessments are levied on the property that is the subject of the Amended PID. (v) The total assessments for the Amended PID shall not exceed $832,500.00 (the "Cap"), which Cap shall include the HEB Credit (as hereinafter defined). By way of example only, if the HEB Credit is equal to $100,000.00, then the remaining assessments permitted to be made hereunder shall• not exceed $732,500.00). (vi) In consideration of the construction and installation by HEB of the Williams Drive Traffic Signal, the parties agree that HEB shall receive a credit in the amount of $80,000.00 (the "HEB Credit") against NEB's pro rata share of the total PID assessment. II. MISCELLANEOUS 1. The parties agree that in the event any provision of this Agreement is held by a court of competent jurisdiction to be in contradiction of any laws of the State or the United States, the parties will immediately rectify the offending portions of this Agreement. The remainder of the Agreement shall be in full force and effect. 2. This Agreement constitutes the entire agreement between the parties hereto, and supersedes all of their oral and written negotiations, agreements and understandings of every kind with respect to the subject matter hereof, including the Original Interlocal Agreement. The parties understand, agree and declare that no promise, warranty, statement or representation of any kind whatsoever, which is not expressly stated in this Agreement, has been made by any party hereto or its officers, employees or other agents to induce execution of this Agreement. This Agreement shall be performable in Williamson Countv. Texas. COUNTY: t C JI DOERF ounry Judge Williamson County, Texas CITY: ARY� O ,Mayor A City of Georgetown, Texas SANDRA LEE, City Secretary E. - NANCY FUSTER, County Clerk ,GETOWN vfl1ACE (EAULKNM / CAMPBELL TRACT 7 CAMPBELL TRACT 4 CAMPBELL TRACT 2 CAMPBELL TRACT 3 �L HES 'ernvse 7L.MC LJ INCLUDED IN PID ® NOT INCLUDED IN PID GEORGETOWN, TEXAS TO RO'W' EXHIBIT A PROPOSED SHELL ROAD THE INTERLOCAL AGREEMENT DoucetaAnomter.Im 1N r4r�1�LL�A 4gIIN� ��: Yp fYY tirfO.M Page 2 of 2 DEC 4 '02 18:08 512 930 3622 PRGE.006