Loading...
HomeMy WebLinkAboutAgenda CC 08.12.2003• rl Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, August 12, 2003 The Georgetown City Council will meet on Tuesday, August 12, 2003 at 06:00:00 PM at the San Gabriel Break Room of 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 couUA 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 - Tr•omas =�arez. J:of Gaorgetown. Texas. City of Georgetown Police Department. Georgetown Po�ice Sat. CZ C Devtat Gecrgetown �.i¢e Dfficer: aca Dacey. 'Salt Painter, span Grubbs. Cause No. 03-113-C368 ,n the 3681h judic!a! Dlsr.�c; oua of Wiliiamso :ounr,. Texas - Matthew Palma, and Brian Grubbs, Plalmlys v. David Morgan, individually and in Ins 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 -014.114. In the United States District Court for the Western District of Texas, Austin Division. - Potential Litigadon/Settlement Offers - John Simmons, d.b.a. Georgetown Aviation Facilities Complaint to FAA - Legal Advice Regarding Agenda Items and other Matters B Sec.551.072 deliberation on real property - Purchase, exchange, lease, or sale of real property - Discussion and possible action regarding the purchase of approximately 6 acres of land for park purposes - Discussion and possible action regarding lease agreement with Sabio Engineering. Inc. 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). C Call to Order D Pledge of Allegiance E Comments from the dais regarding the following items: - Welcome to Audience and Opening Comments -- Mayor Gary Nelon F Announcements and Comments from City Manager City Council Agenda/August 12, 2003 Page 1 of 3 Pages Council Meeting Date: August 12, 2003 AGENDA ITEM COVER SHEET Item No. T SUBJECT: Consideration and possible action to approve a contract amendment between the City of Georgetown and Camp, Dresser, and McKee, Inc. (CDM) for professional services relating to the design of the Berry Creek Lift Station Improvements. ITEM SUbR ARY: The expansion of the Berry Creek Wastewater Treatment Plant provided for the design related to expansion of the existing Berry Creek Lift Station. However, a new development to be served by the Berry Creek Wastewater Treatment Plant, The Villages of Berry Creek, will require the installation of a separate lift station by the developer if the existing Berry Creek lift station is upgraded. The installation of a new, more accessible lift station will eliminate the need for a lift station upgrade of the existing equipment and will also eliminate a separate developer -installed lift station. The combination of both lift stations will provide for on-going operational and maintenance savings as well as allowing the decommissioning of the existing lift station, which is not accessible by some of the City's maintenance equipment. This item allows for the engineering and design of the new lift station. Total cost for engineering services is not to exceed $48,500.00. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funds to be paid from the Wastewater Capital Fund in the amount of $48,500.00. STAFF RECOMMENDATION: Staff recommends the approval of a contract amendment between the City of Georgetown and Camp, Dresser, and McKee, Inc. (CDM) for professional services relating to the design of the Berry Creek Lift Station Improvements. GUS BOARD RECOMMENDATION: None - Cost is below the threshold for GUS review. COMMENTS: NONE ATTACHMENTS: 1. CDM Propos professional services for the Berry Creek Lift Station I A nts. Brig stan C ty Manager Utiliti Water Services Me CAdnlk�= DM 12357-A Biata Trace Parkway, Suite 210 Austinjexas 78727 tel: 512346-1100 fax: 512345-1483 June 10, 2003 Mr. Glenn Dishong Water Services Manager Georgetown Utility Systems 1101 N. College Street Georgetown, TX 78626 Subject: Transmittal of Amendment to Agreement for Professional Services to Design the Berry Creek Wastewater Lift Station Improvements Dear Mr. Dishong: Transmitted with this letter are three partially executed copies of the Amendment to the Agreement between the City of Georgetown and Camp Dresser & McKee Inc. (CDM) for Professional Services to Design the Berry Creek Wastewater Lift Station Improvements. Please fully execute all three agreements, and return one copy to us for our files. If you have any questions regarding this Amendment, please call me at (512) 346-1100. Sincerely, Allen D. oelke, P.E. Vice President Camp Dresser & McKee Inc. W tC y or C xi geLo %inentlmentssA8-10-03_D1sn ng SC-doc consulting engineering construction operations CITY OF GEORGETOWN PROFESSIONAL SERVICES TO DESIGN THE BERRY CREEK WASTEWATER LIFT STATION IMPROVEMENTS ENGINEERING FEE ESTIMATE • Structural Engineering: $ 7,500.00 • Civil Engineering: $ 3,600.00 • Additional Mechanical/Electrical Engineering: $ 6,400.00 • Bid Phase: $ 4,500.00 • Additional General Services During Construction Phase: $ 6,000.00 • Other Direct Costs, including: $ 1,500.00 Travel Telephone Copying/bluelines Postage/facsimile Computer time Total Basic Engineering Services $29,500.00 • Surveying $10,500.00 • Geotechnical $ 3,000.00 • WPAP including Fee $ 5,500.00 Total Special Services $19,000.00 TOTAL $48,500.00 A4272AMD N96.dm Council Meeting Date: August 12, 2003 AGENDA ITEM COVER SHEET I" 0, ado -ops Item No. SUBJECT: Council consideration and possible action to approve payment to LCRA for engineering services related to the upgrade of GUS facilities within the LCRA owned Substations. ITEM SUMMARY: Georgetown Utility Systems Electric Department is completing the three year process started in the 2000/2001 Capital Improvement Projects Plan, of replacing the GUS owned substation breakers originally installed in the LCRA Substations in the 1960'x. Replacement of these substation breakers is necessary due to unavailability of spare parts for this equipment. The LCRA assists Georgetown Utility Systems with maintenance of this equipment and has informed Energy Services that as replacement parts are required it has become difficult to find suppliers for this vintage of equipment and that some parts have actually been fabricated in the LCRA shop. The engineering services of LCRA will be used to ensure that the upgrades of equipment owned by GUS will continue to be compatible with LCRA owned equipment and that the operation of either utilities equipment will not affect the other negatively. SPECIAL CONSIDERATIONS: NONE 14 C0 U-4#01000303.;'Wr Funds in the amount of electric capital improvement 0 are to counts. be paid from the COMMENTS: NONE G //—/0 '/O/ &&F/0 -0 K13k.35� ATTACHMENTS: G//- ID/ G/Ti/ r` gral 1. Engineering Scope of services from LCRA for engineering in San Gabriel, Glasscock and Chief Brady Substations $34,685. c Submitted By: Jim Briggs, Michael W. Mayben Assistant City Manager Energy Services Manager For Utilities A ENERGY• Wei R - COM UN"SERWES July 18, 2003 Mr. Michael Mayben Energy Services Manager City of Georgetown Utility Systems P.O. Box 409 Georgetown, TX 78627-0409 Dear Michael, Enclosed please find two copies of each engineering contract for the Gabriel, Chief Brady, and Glasscock substation. These contracts cover the design costs on all the remaining work for changing out the low side breakers and converting the City owned hardware to 25kV and 1,200 Amps. If you feel that all is in order, please execute all six contracts and return one of each to me. I have also included a copy of the project plan for your review. This is a new process that the Project Management Office has started and I would appreciate your input. Thanks for your assistance with this project. As always, if you have any questions please feel free to call. Sincerely, .10 W. Hee r. MP P.O. BOX 220 • AUSTIN, TEXAS • 78767-0220 • (512) 473-3200 • 1-800-776-5272 • WWW.LCRA.ORG TRANSMISSION Cn� SERVICES CONTRACT ENERGY • WATER • COMMUNITY SERWES CUSTOMER: City of Georgetown P.O. Box 409 Goergetown, TX 78627-0409 DATE SUBMITTED: July 18, 2003 ;COPE OF SERVICES: JOB NUMBER: 302723 The Lower Colorado River Authority will provide The City of Georgetown Utility Systems with the following engineering services at the Chief Brady substation: 1. Perform an engineering review on the City owned portion of the substation to determine any necessary changes 2. Design breaker panels(CB-20, CB40, CB -50) Construction services are not part of this contract. SCHEDULE: Substation R&C engineering will be completed within ten weeks of notification that the breakers and relays have been ordered or execution of contract. Which ever is later. I C - - -,RACT PRICE; Firm Price: 58,900 Customer and the Lower Colorado River Authority agree that the work described above shall be performed in accordance with the terms and conditions on the front and reverse sides of this form. City of Georgetown Lower Colorado River Authority Y: By: rbtt: Print: Lynn . eenan Jr. de: Tide: Project Manager ate; Date: July 18, 2003 I OFFICE USE ONLY Accounting: TENCO/621001/LNA/400301/1004681 Approved By: Completion Date: P.O. BOX 220 • AUSTIN, TEXAS • 78767-0220 • )512) 473-3200 • 1-800-776-5272 • WWW.LCRA.ORG TERMS & CONDITIONS This Contract is subject to the following terms & conditions: The LCRA shall invoice Customer monthly and the Customer shall promptly pay the LCRA within 30 days of invoice date. 2. The LCRA shall indemnify and hold Customer harmless from any and all claims, causes of action, judgments, losses, damages and cost resulting from the injury or death of any person and for damage to any property that occurs during the LCRA's on-site performance of the Work to the extent that the injury, death or damage is caused by the negligence of the LCRA employees. To the extent allowable by law, Customer shall similarly indemnify the LCRA with respect to negligence of Customer's employees and/or contractor(s). 3. Changes in the Scope of Services may be made only by a written change order signed by representatives of Customer and the LCRA. Verbal change orders shall not be given, except in case of an emergency endangering people or property. 4. The term of this Contract shall be the duration of the work or in case of ongoing services, until the Contract is terminated. The Contract may be terminated at any time by either party upon written notice to the other party. 5. If this contract involves engineering, LCRA shall perform all engineering work under the supervision of a registered professional engineer and in accordance with industry standards. All material specified shall meet or exceed the minimum requirements of the LCRA and RUS specifications. The LCRA shall not be responsible for equipment malfunctions due to system disturbances, lightning or other abnormal causes TRANSMISSION � SERVICES CONTRACT Lcbi; ENEMOY• WATER• COM UNIW SERVKES CUSTOMER: City of Georgetown P.O. Box 409 Goergetown, TX 78627-0409 DATE SUBMITTED: July 18, 2003 iCOPE OF SERVICES: JOB NUMBER: 302727 The Lower Colorado River Authority will provide The City of Georgetown Utility Systems with the following engineering services at the Glasscock substation: 1. Perform an engineering review on the City owned portion of the substation to determine any necessary changes and develop CDD 2. Design breaker panels(GL-60, GL -70) 3. Design cable runs between breakers and control house if needed. Construction services are not part of this contract. SCHEDULE: Substation electrical engineering will be completed within 10 weeks of the executed contract. Substation R&C engineering will be completed within ten weeks of notification that the breakers and relays have been ordered. C----RACT PRICE: Firm Price: $13,835 Customer and the Lower Colorado River Authority agree that the work described above shall be performed in accordance with the terms and conditions on the front and reverse sides of this form. City of Georgetown Lower Colorado River Authority .y By: tint; Print: L4 -w- H nan Jr. ide: Title: Project Manager late: Date: July 18, 2003 )FFICE USE ONLY Accounting: TENCO/621001/LNA/400301/1004674 Approved By: Completion Date: P.O. BOX 220 • AUSTIN, TEXAS • 78767-0220 • )512) A73-3200 • 1-800-776-5272 • WWW.tCRA.ORG TERMS & CONDITIONS This Contract is subject to the following terms & conditions: The LCRA shall invoice Customer monthly and the Customer shall promptly pay the LCRA within 30 days of invoice date. 2. The LCRA shall indemnify and hold Customer harmless from any and all claims, causes of action, judgments, losses, damages and cost resulting from the injury or death of any person and for damage to any property that occurs during the LCRA's on-site performance of the Work to the extent that the injury, death or damage is caused by the negligence of the LCRA employees. To the extent allowable by law, Customer shall similarly indemnify the LCRA with respect to negligence of Customer's employees and/or contractor(s). 3. Changes in the Scope of Services may be made only by a written change order signed by representatives of Customer and the LCRA. Verbal change orders shall not be given, except in case of an emergency endangering people or property. 4. The term of this Contract shall be the duration of the work or in case of ongoing services, until the Contract is terminated. The Contract may be terminated at any time by either party upon written notice to the other party. 5. If this contract involves engineering, LCRA shall perform all engineering work under the supervision of a registered professional engineer and in accordance with industry standards. All material specified shall meet or exceed the minimum requirements of the LCRA and RUS specifications. The LCRA shall not be responsible for equipment malfunctions due to system disturbances, lightning or other abnormal causes. L AdM �.A EWE-WATK-CC UN"SERVKES iCOPE OF SERVICES: TRANSMISSION CUSTOMER: City of Georgetown SERVICES CONTRACT P.O. Box 409 Goergetown, TX 78627-0409 DATE SUBMITTED: July 18, 2003 JOB NUMBER: 302718 The Lower Colorado River Authority will provide The City of Georgetown Utility Systems with the following engineering services at the Gabriel substation: 1. Design changes to convert low side A frame to 25 W 2. Design distribution modifications to de -energize the A frame Construction services are not part of this contract. SCHEDULE: All atgineering will be completed within 10 weeks of the executed contract. C PRACT PRICE: Firm Price: $11,950 Customer and the Lower Colorado River Authority agree that the work described above shall be performed in accordance with the terms and conditions on the front and reverse sides of this form. City of Georgetown hue: I OFFICE USE ONLY Accounting: TENCO/621001/LNA/400301/1004678 Lower Colorado River Authority By: Print: LynAV eenan Jr. Title: Project Manager Date: July 18, 2003 Approved By: Completion Date: P.O. BOX 220 • AUSTIN, TEXAS • 78767-0220 • 15121 473-3200 • 1-800-7765272 • WWW.LCRA.ORG TERMS & CONDITIONS This Contract is subject to the following terms & conditions: The LCRA shall invoice Customer monthly and the Customer shall promptly pay the LCRA within 30 days of invoice date. 2. The LCRA shall indemnify and hold Customer hamiless from any and all claims, causes of action, judgments, losses, damages and cost resulting from the injury or death of any person and for damage to any property that occurs during the LCRA's on-site performance of the Work to the extent that the injury, death or damage is caused by the negligence of the LCRA employees. To the extent allowable by law, Customer shall similarly indemnify the LCRA with respect to negligence of Customer's employees and/or contractor(s). 3. Changes in the Scope of Services may be made only by a written change order signed by representatives of Customer and the LORA. Verbal change orders shall not be given, except in case of an emergency endangering people or property. 4. The term of this Contract shall be the duration of the work or in case of ongoing services, until the Contract is terminated. The Contract may be terminated at any time by either party upon written notice to the other party. 5. If this contract involves engineering, LCRA shall perform all engineering work under the supervision of a registered professional engineer and in accordance with industry standards. All material specified shall meet or exceed the minimum requirements of the LCRA and RUS specifications. The LCRA shall not be responsible for equipment malfunctions due to system disturbances, lightning or other abnormal causes. Project Plan For Georgetown Distribution Prepared by: Name Lynn Heenan Title Project Manager Date 06/79/03 Table of Contents 1. Introduction 1.1 Recommendation 1.2 Need for project 2. Project Scope 2.1 Description 2.2 Objective 3. Work Package (SOW) Breakdown 3.1 Project Control 3.2 Project Planning and Conceptual Design 3.3 CCN 3.4 Property Rights Acquisition 3.5 Engineering and Design 3.6 Material Procurement 3.7 Construction 3.8 Project Closeout 4. Project Team and Stakeholders 4.1 Project Team 4.2 Customers and other stakeholders 5. Project Resources, Activities and Milestone Schedule 5.1 Project Resources 5.2 Project Activities and Milestone Schedule 6. Project Budget 7 Risk Management 7.1 Assumptions 7.2 Current Risks, Constraints and Mitigation Plans 8 Management Process 8.1 Scope Management Plan 8.2 Schedule Management Plan 8.3 Cost Management Plan 8.4 Communications Management Plan 8.5 Staffing Management Plan 8.6 Quality Management Plan 8.7 Procurement Management Plan 8.8 Risk Response Plan 8.9 Close-out Process I Introduction This project is an addendum to the 2004 2008 Transmission System Improvement Plan Ida (TSIP). The City of Georgetown has requested that LCRA upgrade the low side of the substations feeding the City to 25 kV and 1,200 Amps. This will require work at the Chief Brady, Georgetown, Gabriel, and Glasscock substations. Although LCRA will perform all of the work, the costs will be divided between LCRA and the City. 1,200 Amp Upgrade: A number of the City's existing low side circuit breakers are under- rated and cannot support additional load in an emergency condition when backing up neighboring feeders or substations. In addition, the existing circuit breakers and relays are old and require more than normal maintenance to keep them operable. The City of Georgetown would also like to take advantage of the features available in the new microprocessor based SEL relays such as fault event recording, metering, and real-time communications. The City of Georgetown has already purchased most of the circuit breakers and relays that are planned for replacement. 25 kV Upgrade: The five substations serving the City of Georgetown supply the distribution system at both 12.5 -kV and 25 -kV. Based upon Summer 2002 loading conditions, approximately 60 percent of the total city load is supplied at 12.5 -kV while 40 percent is supplied at 24.9 -kV. The City of Georgetown is actively converting their system from 12.5 -kV to 25 -kV to improve distribution voltage levels. This voltage upgrade is necessary as the area becomes more densely populated resulting from load growth in the range of eight percent annually. 1.1 Recommendation Upgrade distribution feeder bays as necessary to support the City of Georgetown low voltage circuit breaker upgrade projects at the Georgetown, Gabriel, Chief Brady, and Glasscock substations. 1.2 Need for Project The five substations serving the City of Georgetown supply the distribution system at both 12.5 -kV and 25 -kV. Based upon Summer 2002 loading conditions, approximately 60 percent of the total city load is supplied at 12.5 -kV while 40 percent is supplied at 24.9 -kV. The City of Georgetown is actively converting their system from 12.5 -kV to 25 -kV to improve distribution voltage levels. This voltage upgrade is necessary as the area becomes more densely populated resulting from load growth in the range of eight percent annually. The City of Georgetown distribution plans call for their system to be entirely converted to 25 -kV by the year 2010. A number of the existing circuit breakers are under -rated and cannot support the additional load in an emergency condition when backing up neighboring feeders or substations. In addition, the existing circuit breakers and relays are old and require more than normal maintenance to keep them operable. The City of Georgetown would also like to take advantage of the features available in the new microprocessor based SEL relays such as fault event recording, metering, and real-time communications. The City of Georgetown has already purchased the circuit breakers and relays that are planned for replacement. Project Scope Glasscock Substation: LCRA Portion: 1. None COG Portion: 1. Replace two breakers and breaker panels(GL-60, GL -70) 2. InstalVreplace cables between breakers and control house if needed • Reuse existing breaker foundations 'Note: Breaker cables are in conduit and not a direct bury Chief Brady Substation: LCRA Portion: 1. Feeder Bays #2,#4, #5 • Change 27 HSS to 25kV, 1200A • Change tie VAB, #CB -55, to 25kV, 2000A • Change insulators and conductor 2. Change fuse cutout, F-2, to 25kV 3. Add mobile for construction COG Portion: 1. Replace three breakers and breaker panels(CB-20, CB -40, CB -50) 2. InstalVreplace conduit and new cable between breakers and control house Reuse existing breaker foundations Gabriel Substation: LCRA Portion: 1. Change insulators on operating and transfer buses 2. Change fuse cutout, F-6, to 25kV 3. Totalizing Bay #8 • Change 9 HSS to 25kV, 2000A • Change insulators and conductor 4. Feeder Bays #1, #2, #3, #4 Change conductor 5. Add mobile for construction 6. Replace ???? breaker foundations COG Portion: 1. Replace four breakers and breaker panels(GB-30, GB -40, GB -70 and GB -90) 2. Feeder Bays #7 and #9 • Change 18 HSS to 25kV, 1200A • Change insulators and conductor Georgetown Substation: LCRA Portion: 1. Change insulators on operating and transfer buses 2. Change fuse cutouts, F-2 and F-3, to 25kV 3. Totalizing Bay #1 and #7 • Change 18 HSS to 25kV, 2000A (12 H-1 and 6 H-2) • Change insulators and conductor 4. Tie Bays #4 and #10 • Change 12 HSS to 25kV, 1200A • Change VAB w/ interrupter, GT -65, to 25kV, 2000A • Change insulators to 25kV 5. Feeder Bay #2 • Change 9 HSS to 25kV, 1200A • Change VAB, GT -45, to 25kV, 2000A • Lower VAB switch stand 6" for additional insulator height • Change insulators and conductor 6. Feeder Bay #3, #5, #6, #8, #9 • Change 45 HSS to 251kV, 1200A • Change insulators and conductor 7. Add mobile for construction 8. Replace six breaker foundations COG Portion: 1. Replace six breakers and breaker panels(GT-10, GT -20, GT -30, GT -40, GT -50, and GT - 60) 2.2 Objective The overall objective of this project is to complete the scope of work within the time and budget allowed. Due to the complexity of this project, this will need to be a coordinated effort between design, construction and operations (SOCC). Communication flow and scope understanding is essential to completing this project on time and in budget. 3 Work Package (SOW) Breakdown 3.1 Project Control/ Project Management 3.2 Project Planning and Conceptual Design A. System Planning B. Design Engineering CDD C. Project Environmental Assessment 3.3 CCN — Not Required on this project. The land is wholly owned by the LCRA, including land for expansion. 3.4 Property Rights Acquisition/ Real Estate A. N/A 3.5 Engineering and Design A. Substation Electrical Engineering B. Relay and Control Engineering 3.6 Material Procurement A. Long lead substation materials B. Substation materials C. Panel Fabrication D. Structural Materials E. Relay and Control Materials F. Acceptance testing 3.7 Construction A. Soil Sampling B. SW PPP and Inspections C. Sub Construction — Electrical D. Sub Construction —Control E. System Control —Panel configuration and checkout F. System Control — RTU and SCADA configuration and checkout G. Substation Services H. Diagnostics and Acceptance Testing 3.8 Project Closeout A. Engineering As-Builts B. Project Unitization and Capitalization 4. Project Team and Stakeholders 4.1 Project Team Team Member Department Responsibility Lynn Heenan Pro'ect Management Project manager John Havlick Electrical Engineer Electrical Engineering Demetrius Wade R&C Engineering R&C En ineerin Alan Ferris Construction Construction superintendent Gary Derouen Electrical Materials Stores Steve Hart PanelShop Fabricate City's feeder panels Jeff Fald R&C Materials Stores Tony Ladewig Structural Materials Stores Bruce Rushing Maintenance Mobile schedule Mickey Lee Customer Engineering Distribution Engineering 4.2 Customer and other Stakeholders Team Member Title Phone Number Michael Ma en Energy Services Manager, City of Georgetown 930-2577 Walter Koo mann Wireless Information System, City of Georgetown 930-3555 John Thomas Line Superintendent, City of Georgetown 930-3555 5. Project Resources, Activities and Milestone Schedule 5.1 Project Resources All engineering and substation construction work will be performed by LCRA employees. All material procurement is to be coordinated through Stores and Purchasing. Some minor distribution line re-route will be needed to de -energize the distribution A -frames. This work will first be offered to the City and paid for through our inter -local agreement. If they are unavailable, then Red Simpson will be contracted. 5.2 Project Activities and Milestone Schedule ` ACTIVITY PLAN START PLAN FINISH CIP Engineering 2 -Jun -03 1 -Aug -03 Engineering, Electrical (CIP) 2 -Jun -03 1 -Aug -03 Engineering, R&C (CIP) 2 -Jun -03 1 -Aug -03 Engineering, Distribution (CIP) 2 -Jun -03 1 -Aug -03 COG Engineering, Performed by LCRA 7 -Jul -03 29 -Aug -03 Obtain engineering contract from COG 7 -Jul -03 11 -Jul -03 Engineering, Electrical (COG) 14 -Jul -03 .29 -Aug -03 Engineering, R&C (COG) 14 -Jul -03 29 -Aug -03 Construction, Hot Work, Outside Contractor 4 -Aug -03 8 -Aug -03 Distribution ties at Georgetown Sub 4 -Aug -03 8 -Aug -03 Distribution ties and switched at Gabriel 4 -Aug -03 8 -Aug -03 Construction, LCRA for COG, Gabriel 1 -Sep -03 8 -Oct -03 Develop and obtain const contract from COG 1 -Sep -03 26 -Sep -03 Install mobile at Gabriel, T1 29 -Sep -03 30 -Sep -03 Rebuild COG's low side A frame 1 -Oct -03 8 -Oct -03 Construction, LCRA CIP, Gabriel 9 -Oct -03 17 -Oct -03 Move mobile to T2 9 -Oct -03 9 -Oct -03 Rebuild LCRA's low side A frame 10 -Oct -03 17 -Oct -03 Construction, LCRA, Georgetown 20 -Oct -03 12 -Nov -03 Rebuild low side A frames 20 -Oct -03 12 -Nov -03 Construction, LCRA, Chief Brady 13 -Aug -03 19 -Nov -03 Install new conduit and cable 13 -Aug -03 19 -Aug -03 Rebuild low side A frames 13 -Nov -03 19 -Nov -03 Project Budget The total LCRA funding requirement for this project has been estimated by LCRA engineering to be $613,000. Management Funding is required once expenditures exceed $100,000. Board approval is required for any additional funds not allocated in the TSIP. Engineering SOWS should be submitted before July 15, 2003. Construction and materials SOWS should be submitted before October 1, 2003. The project budget is traceable through a standard budget log, which includes the distributed budget, the management reserve, the undistributed budget and the contract changes. The uniform methodology of budgeted cost for work scheduled, budgeted cost for work performed, and actual cost for work performed variances are used to verify the project's budgeting system and scheduling system. Performance efficiency is calculated as a percentage under the cost performance index (CPI) and the schedule performance index (SPI). 7. Risk Management Plan All team members should identify potential risks and mitigation strategies as soon as possible. At that point the risks will be evaluated, quantified and addressed as required. 7.1 Assumptions We are assuming that the CDD covers all of the required work for a complete project. If additional work is required, it will be addressed per the scope management plan. 7.2 Current Risks, Constraints and Mitigation Plans The primary risk and constraint of this project is maintaining the schedule for the mobile transformer for the first three weeks of October. With the limited number of mobile available for use, any emergency elsewhere on LCRA's system, requiring a mobile, could adversely effect the schedule of this project. 8. Management Process Statements of Work will be used to manage the costs and will be used to create LCRA's schedule. Project reports will be available for management and the project team on a monthly basis. The monthly report will give status of the schedule and of the budget. 8.1 Scope Management Plan All scope changes occurring after the completing of the CDD will be reviewed by the project team and, if approved, incorporated in the budget and schedule accordingly. Note that post CDD changes will jeopardize the project completion date. 8.2 Schedule Management Plan Completing and energizing this project is essential to the overall stability of the system in the service region. Strict schedule tracking will be done on a monthly basis, or as needed. If a scheduled deliverable is going to miss a delivery date, it must be brought to the project managers attention as soon as it is realized. Corrective action will be taken at this time. Scheduled milestones must be met for overall project success. 8.3 Cost Management Plan Cost budgets will be updated and evaluated on a monthly basis to ensure actual costs do not exceed funded amounts. Budget to actual cost will be measured and evaluated using the Earned Value Method and reported by the Cost Performance and Schedule Performance indexes. Management funding is required for over $100,000 of initial spending. Management funding will be requested for design and engineering, material procurement and construction, once these costs have been established, or as needed. Board funding will be required if overall cost exceeds total project budget. 8.4 Communication Management Plan Internal communications will be handled in the standard, either by email, fax or verbal. Formal reports and plans, changes to budget and schedule, ALL communication with outside contractors and vendors shall be in writing. Project Reporting — Project reports will be done monthly. These will update the team on schedule status, budget status, action items and current issues. 8.5 Staffing Management Plan All staff is internal LCRA employees. If outside staffing is required, PM and work package manager will evaluate. 8.6 Duality Management Plan LCRA's quality assurance plan shall be incorporated in this project. The design team to perform scheduled inspections of all construction activities. All checkout to be scheduled and documented. 8.7 Procurement Management Plan If design, engineering or consulting services will be required, they will be addressed with current LTA's. Construction services will be addressed through the contract services department, if required. Clear scope definition and clarification will be required from the project team to eliminate scope discrepancies, cost overruns and schedule delays. All material purchasing will be handled through the purchasing department and stores. All procurement should be routed through the project manager for cost and schedule verification. 8.8 Risk Response Plan Current mitigation strategies are in place to address known risks at this time. 8.9 Close out Process Refer to PMP 005 for formal closeout procedures. 4 touncil Meeting Date: August 12, 2003 Item No. AGENDA ITEM COVER SHEET SUBJECT Consideration of an award of the annual bid for flexible base material to First Choice Transportation in the estimated amount of $55,944.00, and for manufactured sand and rock to Capitol Aggregates in the estimated amount of $45,300.00. ITEM SUMMARY Bids were received to provide the City with standard flex base, washed manufactured sand and 3/8° rock to be used in the construction and maintenance of the City streets, and water and electric distribution systems. The base is used for repairing street cuts and new construction, and the sand and rock is used for bedding pipe before burying. The staff recommendation is to award this bid to the two low bidders responding, First Choice Transportation of Belton for flexible base and to Capitol Aggregates of Georgetown for manufactured sand and rock. The unit prices bid include delivery and stock piling of the material at our facility. Materials will be ordered by the using departments on as needed basis. SPECIAL CONSIDERATIONS bid. Georgetown vendors were given a three percent local preference in the evaluation of this FINANCIAL IMPACT (cost of item, fund and division name, budgeted amt.) Total estimated amount of this bid is $55,944.00 to First Choice Transportation and $22,650.00 to Capitol Aggregates. Funds for this expenditure were budgeted in maintenance of streets and in water and electric maintenance. COMMENTS (from City Attorney, staff, boards and commissions) none ATTACHMENTS (list individually) 1. Bid Tabulation auuMmuea oy: Terry Jones, Support Services Director Mark Miller, Transportation Manager Glenn Deshong, Water Services Manager Jim Briggs, Assistant City Manager FLEXIBLE BASE MATERIAL, ASTM SAND & 3/8" ROCK July 1, 2003 - June 30, 2004 BID NO. 23022 Ur DESCRIPTION Lot Standard Flex Base to meet specifications for Texas Highway Dept. No. 247, Type A, Grade 1 Tor Delivery of Flex Base - Grade 1 Ton Subtotal Grade 1 Standard Flex Base to meet specifications for Texas Highway Dept. No. 247, Type A, Grade 2 Ton Delivery of Flex Base - Grade 2 Ton Subtotal Grade 2 Total Lot 1 Grade 1 & 2 Lot Washed Manufactured Sand TCS #270 specifications Ton Delivery of Sand Ton Total Lot 2 Lot 3 3/8" Rock, Type F. TCS Material #265 specifications Ton Delivery of Rock Ton Total Lot 3 It ANNUAL EST.QTY Cepltol A99re9ates Centex ate ala DSD r c Flrat Cholca Transo. Georgetown Transport. Inc Pope TX Crushec aterlals sone 6 000 No Bld 4.50 5.00 4.10 3.90 4.10 4.10 6,000 No Bid No Bid 5.08 57,480.00 3.75 52,500.00 1.84 35,640.00 1.99 35,340.00 1.95 5.50 36,300.00 57,600.00 3,800 No Bid 4.25 5.00 3.80 3.90 4.10 3.80 3,600 No Bid Bid 5.08 33,588.00 3.75 , . 1.84 20,304.00 1.99 21,204.00 1.95 5.20 21.780.00 32,400.00No No Bid 91,068.00 84,000.00 55,944.00 ` 56,544.00 58,080.00 90,000.00 3,000 5.75 No Bid 7.08 6.90 6.70 6.90 6.90 3,000 1.80 No Bid 3.75 1.74 1.99 1.95 8.50 22,650.00 No Bid _ 32,490.00 25,920.00 26,070.00 26,550.00 46,200.00 3,000 5.75 No Bid 7.08 6.90 6.70 8.90 6.90 3,000 1 1.80 22 Asn nn No Bid ni, pia 3.75 1.74 1.99 195 . 8.50 "-""I zo,uiu.uu 26,550.00 46,200.00 Total Estimated Annual Cost $101,244.00 No response Austin Bridge and Road Austin Crushed Stone Odeen Hibbs Trucking Co. 6/25/2003FIexBaseSand23022 City Council Meeting Date: August 12, 2003 Item No. AGENDA ITEM COVER SHEET Consideration and possible action to award the contract and enter into contract negotiations Dr the operation of the City's water and wastewater plants 'or the next five (5) years with a budget f approximately $2,000,000.00 for fiscal year 2003/2004. ITEM SUMMARY: For the last several months, City staff have been evaluating operations and maintenance contracts from three firms: Severn -Trent (S&T), Brazos River Authority (BRA), and Operations and Maintenance International (OMI), for the possible contract operations of Georgetown's water and wastewater treatment plants. As a part of this process, requests for proposals were issued and proposals were received from each of the three firms mentioned. Two other firms, interested in submitting proposals failed to submit proposals. Staff has conducted evaluations of the three Proposals received and has completed background checks on each of the firms, in order to determine the most appropriate firm to be selected to provide operations and maintenance of our water and wastewater plants. Staff evaluations included: technical expertise, financial costs (or economic analysis), as well as management and oversight skills to handle this particular contract. As a part of the evaluation process, an interview with each one of the firms was conducted before the Georgetown Utility System (GUS) Advisory Board, on May 20, 2003. The GUS Board was informed that at that Particular time, a tentative recommendation by staff would have been the authorization for negotiating a contract for water operations with OMI and negotiating a contract for wastewater operations with BRA, pending the outcome of the interview process. GUS Board, hearing the presentation by the three firms, voted and submitted recommendation to Council for BRA to take both contracts water and wastewater). Staff has completed the evaluation of the RFP's and have included an evaluation of the presentations made on May 20, to the GUS Board. Upon conclusion of the evaluations, staff continues to recommend that a contract be negotiated with the BRA for operation of the City's wastewater plants, and a separate contract be negotiated with OMI for operation of the City's water plants. The staff recommendation is based on the qualifications of the competing firms and the staff evaluation of the most competent firm for handling each one of these areas. Subsequently, this is also the most cost-effective option for operating our facilities for the ixt five years. Attached to this item you will find the economic analysis as well as the rating Istem used in order to rate each firm in several of the areas (weighted by percentage). Therefore, City Council has received recommendation by the GUS Board to negotiate and complete kntracts with the BRA for water and wastewater operations, as well as a recommendation from staff kat a contract be negotiated with OMI for water operations and that a contract be negotiated with BRA for wastewater operations. In closing, anyone of these three firms is certainly capable of operating the water and/or wastewater treatment facilities. Nevertheless a recommendation must always be made as far as the most advantageous opportunity for the City in this case. Whether the staff recommendation is taken or the GUS Board recommendation is accepted by Council, staff will work diligently and completely carry out the wishes of the Council regarding this issue. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funds to be paid from the water and wastewater contracts accounts GUS BOARD RECOMMENDATION: GUS Board recommended that water and wastewater contracts be awarded to the BRA. Approved 6-1 (Bland opposed) STAFF RECOMMSENDATION: Staff recommends that a contract for operations of the City's water treatment plants be negotiated with OMI and that a contract for operations of the City's wastewater treatment plants be negotiated with BRA. COMMENTS: NONE AITACKMENTS: Economic ana ity for Water Services Manager F- Plant Operations Proposals Year 1 Year 2 Year 3 Year 4 Year 5 Total Severn Trent Services Water & Wastewater $1,986,931 $2,029,869 $2,073,566 $2,127,906 $2,183,479 $10,401,751 Water only $1,229,381 $1,255,367 $1,281,825 $1,314,870 $1,348,679 $6,430,122 Wastewater only $994,591 $1,016,283 $1,038,360 $1,065,818 $1,093,902 $5,208,954 WW with Wade Crossing $1,014,121 $1,036,203 $1,058,677 $1,086,644 $1,115,247 $5,310,892 Brazos River Authority Water & Wastewater $1,821,267 $1,954,928 $2,059,891 $2,174,974 $2,282,948 $10,294,008 Water only $953,651 $1,010,787 $1,075,221 $1,146,301 $1,208,010 $5,393,969 Water (excluding LWTP) $448,812 $467,059 $485,007 $503,756 $523,245 $2,427,879 Water (LWTP) $504,838 $543,729 $590,213 $642,545 $684,765 $2,966,090 Wastewater only $867,617 $944,140 $984,671 $1,028,673 $1,074,939 $4,900,039 OMI. Inc. Water & Wastewater No inflation or growth $1,860,430 $1,865,955 $1,871,480 $1,877,005 $1,882,530 $9,357,400 Inflation & growth (city) $1,860,430 $1,955,962 $2,030,654 $2,123,819 $2,218,384 $10,189,249 Inflation & growth (historical) $1,860,430 $1,938,187 $2,016,536 $2,102,147 $2,188,873 $10,106,173 Water only No inflation or growth $749,207 $751,286 $753,365 $755,443 $757,522 $3,766,823 Inflation & growth (city) $749,207 $788,555 $825,101 $866,504 $908,584 $4,137,951 Inflation & growth (historical) $749,207 $780,761 $812,605 $847,323 $882,466 $4,072,362 Wastewater only No inflation or growth $1,226,929 $1,230,469 $1,234,008 $1,237,547 $1,241,087 $6,170,040 Inflation & growth (city) $1,226,929 $1,287,196 $1,329,103 $1,385,137 $1,441,881 $6,670,246 Inflation & growth (historical) $1,226,929 $1,276,914 $1,327,242 $1,382,281 $1,437,991 $6,651,357 Lowest values Water & Wastewater $1,821,267 $1,954,928 $2,030,654 $2,123,819 $2,183,479 $10,189,249 Water only $749,207 $788,555 $825,101 $866,504 $908,584 $4,137,951 Wastewater only $867,617 $944,140 $984,671 $1,028,673 $1,074,939 $4,900,039 Lowest water + lowest ww $1,616,824 $1,732,695 $1,809,772 $1,895,177 $1,983,523 $9,037,990 l7 Water and Wastewater Compliance 1 Yr 5 Yr Staff Operating Corporate Financial Community Total Record Pricing Pricing Experience Plan Experience Quals Involvement Scoring Severn Trent Services 3 3 3 2 5 3 1.5 1 2 2.425 Brazos River Authority 1.5 1 2 2 5 1 _'; 3 3 2 2,15 Operations Management 1.5 2 1 5 1.5 2 2 1-425 Water Only Compliance 1 Yr 5 Yr Staff Operating Corporate Financial Community Total Record Pricing Pricing Experience Plan Experience Quals Involvement Scoring Severn Trent Services 3 3 3 2 3 1 5 1 2 2-325 Brazos River Authority_ Operations Management 2 2 2 -I I 1 3 15 3 2 2 2 2-15 1225 Wastewater Only Compliance 1 Yr, "S Yr Staff Operating Corporate Financial Community Total Record Pricing Pricing Experience Pian ,_ Experience_ Qualls_;. Involvement Scoring Severn Trent Services 3 2 2 3 3 1.5 1 2 2.325 Brazos River Authority 1 1 1 2 1 3 3 2 1.75 Operations Management 2 3 3 1 2 1.5 2 2 1.925 Area Wei ht Compliance Record 15% 1 Year Pricing 5% 5 Year Pricing 15% _ Staff Experience 20% Operating Plan 15% Corporate Experience 15% Financial Qualifications 10% lCommunity Involvement 5% r Council Meeting Date: August 12, 2003 Item No. Y AGENDA ITEM COVER SHEET SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS SUPPORTING THE ESTABLISHMENT OF A CERTIFICATE OF CONVENIENCE AND NECESSITY (CCN) FOR WASTEWATER SERVICE BY THE CITY OF LIBERTY HILL, THE BRAZOS RIVER AUTHORITY, AND THE LOWER COLORADO RIVER AUTHORITY; ALSO KNOWN AS "THE ALLIANCE". ITEM SUMMARY: The City of Liberty Hill, the Brazos River Authority, and the Lower Colorado River Authority will be filing a request with the Texas Commission on Environmental Quality to establish a Certificate of Convenience and Necessity (CCN) for retail wastewater service. The proposed area of service is located to the west of the City's westernmost boundary of future service. Also, the establishment of this particular CCN area is consistent with the City's future plans and also supports the Williamson County Regional Wastewater Study that is currently underway. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: NONE STAFF RECOMMENDATION: Staff recommends the approval of the Council Resolution. GUS BOARD RECOMMENDATION: The Liberty Hill Wastewater CCN was discussed with the Board in its July 22, 2003 meeting. The GUS Board recommended that staff prepare a Council resolution in support of Liberty Hill's Wastewater Discharge Permit and CCN for approval. (Motion by Evans, second by Brown, Approved 7-0) COMMENTS: NONE ATTACHMENTS: 1. Council Re$ io . 1 tted By:dim Drigg$/ G1'Enn W. Disho istant C'ty Manager Water Services for Utiliti s r I r,. iB COLORAM RIVER ALRHORITY BRAZOS RIVER AUTHORITY LAKE. AUSTIN BOULEVARD 46M COBBS DRIVE AUSfIN.TX. WACO. TX. 76714 �i� 0i 80nm &a OBERTY HILL E WASTEWATER C.C.N. Shut I of I 8 O \ l � W \ T A r - � f � of . �� � -,` •�� � r s I r,. iB COLORAM RIVER ALRHORITY BRAZOS RIVER AUTHORITY LAKE. AUSTIN BOULEVARD 46M COBBS DRIVE AUSfIN.TX. WACO. TX. 76714 �i� 0i 80nm &a OBERTY HILL E WASTEWATER C.C.N. Shut I of I