Loading...
HomeMy WebLinkAboutAgenda CC 08.22.2005 WorkshopNotice of Meeting of the Governing Body of the City of Georgetown, Texas Monday, August 22, 2005 The Georgetown City Council will meet on Monday, August 22, 2005 at 04:00:00 PM at City Council Chambers, at the northeast corner of Seventh and Main Streets, Georgetown, Texas. If you need accommodations for a disability, please notify the city in advance. Policy Development/Review Workshop - Call to order at 04:00 PM A Public hearing on the proposed 2005/06 Property Tax Rate -- Micki Rundell, Director Finance & Administration Overview of the 2005/06 Georgetown Transportation Enhancement Corporation (GTEC) budget — Micki Rundell, Director Finance & Administration and Jim Briggs, Assistant City Manager for Utilitiy Operations Council Calendar Tuesday, August 23, 6:00 p.m. Regular Council Meeting Thursday, August 25, 4:00 p.m. Special Council Meeting for 2nd Public Hearing on Proposed Property Tax Rate Thursday, September 1, at 6:00 p.m. Special Council Meeting for Public Hearing on Proposed Annual Operating Plan and First Reading of Budget Ordinances; approval of GTEC Budget and related Transportation Improvement Plan; approval of Georgetown Village Public Improvement District #1 Budget; and First Reading of Georgetown Village Public Improvement District Ordinance Monday, September 12, 4:00 p.m. regular Council Workshop, at the Council Chamber, 101 E. 7th Street Tuesday, September 13, 6:00 p.m., Second Reading of Budget Ordinances at regular Council Meeting 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. D Sec.551.071: Consultation with Attorney Pending or Threatened Litigation Legal Advice Regarding Agenda Items and other Matters E Sec.551.086 Public Power Utility Competitive Matters Consideration and possible action to approve payment to Flowers Construction Company, L.P. for electric system maintenance and construction services rhe .' 1 u _r. __._ rte,. , 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 , 2005, 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/August 22, 2005 Page 1 of 1 Page Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, August 23, 2005 The Georgetown City Council will meet on Tuesday, August 23, 2005 at 06:00:00 PM at City Council Chambers, at the northeast corner of Seventh and Main Streets, Georgetown, Texas. If you need accommodations for a disability, please notify the city in advance. An agenda packet, containing detailed information on the items listed below, is distributed to the Mayor, Councilmembers, and the Georgetown Public Library no later than the Saturday preceding the council meeting. The library's copy is available for public review. Please Note: This City Council Meeting will be video taped live without editing and shown on the local cable channel. Executive Session Regular Session to convene and continue Executive Session, if necessary In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon's Texas Codes, Annotated, the items listed below will be discussed in closed session and are subject to action in the regular session that follows. A Sec.551.071: Consultation with Attorney Pending or Threatened Litigation Legal Advice Regarding Agenda Items and other Matters B Sec.551.086 Public Power Utility Competitive Matters Consideration and possible action to approve payment to Flowers Construction Company, L.P. for electric system maintenance and construction services Regular Session - To begin no earlier than 06:00 PM Council may, at any time, recess the Regular Session to convene an Executive Session at the request of the Mayor, a Councilmember, or the City Manager for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551.) C Call to Order D Pledge of Allegiance E Comments from the dais Welcome to Audience and Opening Comments — Mayor Gary Nelon Review of new procedure for addressing the City Council Announcement of vacancies for one position on the Civil Service Commission, an alternate position on the Zoning Board of Adjustment, and two alternate positions on the Building Standards Commission F Announcements and Comments from City Manager G Public Wishing to Address Council Ed Wohlrab regarding consideration of a change in the sewer billing procedure for offices. H Action from Executive Session Statutory Consent Agenda The Statutory Consent Agenda includes non -controversial and routine items that Council may act on with City Council Agenda/August 23, 2005 Page 1 of 4 Pages 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, August 8, and the regular Council Meeting on Tuesday, August 9, 2005 — Sandra D. Lee, City Secretary J Consideration and possible action to amend the lease with the Georgetown Heritage Society for Grace Heritage Center -- Tom Yantis, Assistant City Manager K Consideration and possible action to approve the declaration of surplus equipment and authorize staff to negotiate and execute a contract for auctioneering services — Terry Jones, Purchasing Director and Mick! Rundell, Director of Finance and Administration L Consideration and possible action authorizing the purchase of forty six (46) tactical vests from Bull Tactical Outfitters in the amount of $24,380.00 — Clay Shell, Assistant Fire Chief and Anthony Lincoln, Fire Chief Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: M Consideration and possible action to authorize the City to enter into the 2005-2006 City of Georgetown employee benefit contracts — Kevin Russell, Personnel Director and Paul Brandenburg, City Manager N Consideration and possible action to approve the recommendation of the Main Street Advisory Board to change the Main Street Bylaws — Shelly Hargrove, Tourism Director and Main Street Manager; and Randy Morrow, Director of Community Services 0 Announcement of Advertisement Award from TACVB Conference -- Carl Miller, Convention and Visitors Bureau Coordinator; Shelly Hargrove, Tourism Director and Main Street Manager; and Randy Morrow, Director of Community Services P Consideration and possible action authorizing the purchase of radio equipment from Motorola in the amount of $73,647.90 — Clay Shell, Assistant City Manager and Anthony Lincoln, Fire Chief Q Discussion and possible action regarding a proposed Amendment to the Unified Development Code UDC) pertaining to Marquee Signs -- Dave Hall, Director of Inspection Services and Tom Yantis, Assistant City Manager R Discussion and possible action to amend the contract with GRW Willis, Inc. to provide additional services related to the Airport Master Plan Update — Tom Yantis, Assistant City Manager SDiscussion and possible action to amend the development agreement with 400 Main St., LP to increase O / the project budget for public improvements and modify the reimbursement arrangement -- Tom Yantis, Assistant City Manager T Consideration and possible action on a Resubdivision of Katy Crossing, a Planned Unit Development, Section Two, Block C, Lot 10 to be known as The Townhomes at Katy Crossing located on Prairie Springs Lane with variances to the Subdivision Regulations — Melissa McCollum, AICP, Development Planner and Bobby Ray, AICP, Acting Director of Planning and Development U Consideration and possible action to set a Public Hearing date for public comment regarding proposed changes to the Utility Impact Fee for Water and Wastewater — Robert Kostka, Impact Fee Review Committee Chair and Jim Briggs, Assistant City Manager for Utility Operations V Items Forwarded from the Georgetown Utility Systems (GUS) Advisory Board 1. Consideration and possible action to award the annual bid for Autgniadc.Meter Reading Equipment to vgdauslWders in the estimated total amount of $97,394,64 - erry Jones urchasing Director and icki Run , Director of Finance and Administration 2. Consideration and possible action to award the annual bid for Electric Metering Materials to various bidders City Council Agenda/August 23, 2005 Page 2 of 4 Pages in the estimated total amount of $104,864.00erry Jone rchasing Director ndMicki Rundell Director of Finance and Administration 11 3. Consideration and possible action to award the annual bid for Water and ter Pipe and JJ Fittings to variou adders in the estimated total amount of $137,153.4Terry Jones, Purchasing Director and ki Rune , hector of Finance and Administration 4. Consideration and possible action to approve a contract amendment in an estimated amount of 50,000 between the City of Georgetown and Steger and Bizzell Engineering Incorporated for professional services relating to the Georgetown South and Georgetown East Substation projects Michael Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations _+J 'D to $ 5. Consideration and possible action to award the bid for an annual Street Rehabllitatlon-Concrete T contract to J&A Construction Company for $253,734.20 — Mark Miller, Transportation Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 6. Consideration and possible action to award the bid for an annual Street Rehabilitation -Asphalt . OcontracttoH. Deck Construction Co. for $333,067.50 — Mark Miller, Transportation Services Manager by U and Jim Briggs, Assistant City Manager for Utility Operations O 7. Consideration and possible action to approve the offsite utility construction cost sharing agreement between the City and San Gabriel Harvard, LP (Shadow Canyon) — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utilities 6. Consideration and possible action to amend the contract between the City of Georgetown and Operations Management International (OMI) to increase the repairs budget to make repairs to the Lake Georgetown Water Treatment Plant (LWTP) for a total of $100,000.00 — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utilities. W Item Forwarded from the Georgetown Transportation Enhancement Corporation (GTEC) Consideration and possible action to award the bid to Chasco Contracting for $186,338.68 and a project budget of $192,000.00 for the construction of Sudduth Drive connecting Northeast Inner Loop to Industrial Park Circle -- Mark Miller, Transportation Services Manager and Jim Briggs, Assistant City Manager for Utility Operations X Second Readings 1. Second Reading of an Ordinance Rezoning a 0.1148 acre portion of Lost Addition, Block 64 from RS, Residential Single Family district to C-2, Downtown Commercial district, located at 212 W. 10th Street Rebecca Rowe, Historic District Planner and Bobby Ray, AICP, Acting Director or Planning and Development 2. Second Reading of an Ordinance Rezoning from C1, Local Commercial District to C3, General Commercial District for 4.827 acres out of HEB / Georgetown #2 Subdivision, Block A, Lot 1, located on Wildwood Drive (formerly Old Shell Road) east of Williams Drive — Bobby Ray, AICP, Acting Director or Planning and Development Y Public Hearings/First Readings 1. Public Hearing to Consider a Rezoning of 31.31 acres in the Leroy B. Lord Survey, from AG, Agricultural District to RS, Residential Single-family district with a PUD, Planned Unit Development District, to be known as the Planned Unit Development of Georgetown Village, Section Six, located northwest of Shell Road within Georgetown Village — Bobby Ray, AICP, Acting Director or Planning and Development 2. First Reading of an Ordinance Rezoning 31.31 acres in the Leroy B. Lord Survey, from AG, Agricultural District to RS, Residential Single-family district with a PUD, Planned Unit Development District, to be known as the Planned Unit Development of Georgetown Village, Section Six, located northwest of Shell Road within Georgetown Village — Bobby Ray, AICP, Acting Director or Planning and Development 3. Public Hearing to Consider a Rezoning from RS, Residential Single -Family District to C1, Local Commercial or C3, General Commercial District for River Hills, Section One, Block E, Lot 14, located City Council Agenda/August 23, 2005 Page 3 of 4 Pages rpNnDMFIAL Council Meeting Date: August 22, 2005 EXECUTIVE SESSION AGENDA ITEM COVER SHEET CONFIDENTIAL a.2. Item No. cti 1 SUBJECT: Consideration and approval of payment to Flowers Construction Company, L.P. for electric system maintenance and construction services. ITEM SUMMARY: The City of Georgetown currently has a contract with Flowers Construction Company to provide electric system Construction and Maintenance services related to the Georgetown electrical distribution system, and improvements and expansion projects thereon. The current level of development within the city is increasing, and this trend is anticipated to continue into the future with new projects such as the Simon -Chelsea Round Rock Premium Outlet Mall, and our normal construction rate for other commercial and residential development. Therefore, staff requests approval of funding, not to exceed $600,000.00, for additional contract service to the City of Georgetown from Flowers Construction Company to continue the aforementioned electric system services through January 2006. SPECIAL CONSIDERATIONS: None, GUS BOARD RECOMMENDATION: GUS Board recommended approval to Council at its August 16, 2005 meeting. Approve 5-0. Smith and Brown absent. STAFF RECOMMENDATION: Staff recommends approval of the Flowers payments for Electric Construction and O&M Services. FINANCIAL IMPACT: Funds not to exceed the amount of $600,000.00 are to be paid from the Electric Capital Improvement Projects funds as work is completed. COMMENTS: None. ATTACHMENTS: CONFIDENTIALCurrentprojectlist ity Operations Project Accounting Number Electric Project List (construction planning) Last Updated: August 16, 2005 Project Designation Status 4AA Austin Ave / Rock St - Dtown URD Engineering 4AB Church St - Dtown URD Engineering 4AD Georgetown Sub Feeder GT10, T-1 In -Progress 4AG Inner Lp Feeder CB40 URD Tie Ln Planned Fall 2005 4AK Wolf Ranch - Offsite Complete 4AQ Simon Property Group Round Rock In -Progress 4AS Simon Georgetown (WR) - Onsite Complete 4BE GB70 Reconductor Austin Ave. Planned Fall 2005 4BF CB50 Reconductor FM 2243 Leander Rd. Planned Fall 2005 4BH Georgetown Country Club Complete 4BI Main (4th to 6th) Underground conversion In -Progress 4BJ Ash St (Univ to 5th) Rehab. Planned Fall 2005 4BK CR 151 / Austin Ave. Rehab Planned Fall 2005 4BL Forest (Univ to 20th) Rehab. Planned Fall 2005 4BM Main (Univ to 20th) Rehab. Planned Fall 2005 4BN Maple (Univ to 15th) Planned Fall 2005 4BO S. College (Univ to 15th) Planned Fall 2005 4BP Tasus Texas Corp. Complete 4BQ My First Gym Complete 4BR Pinnacle Streetlighting (Maple Ave) Planned Fall 2005 4BU City of Georgetown Animal Shelter Complete 4BV Village Lake Office Condominium Complete 4BY O'Reilly Auto Parts In -Progress 4BZ Sleep Study Center Complete 4CE World Gym Complete 4CF John Henry Enterprises Complete 4CH Inner Loop East Extension - CR 151 to IH 35 Planned Fall 2005 4CI Austin Ave and Morrow Signal Light Engineering 4CO 400 Main St In -Progress 4CS GT60 Feeder Exit and Rebuild Complete 4CT Sun City Neighborhood 33 Planned Fall 2005 4CU Lake Glown Trial / Rivery Park Hike & Bike Engineering 4CV Chase Bank (Wolf Ranch) Complete 4CW Austin Ave / Madison Oaks Streetlight Complete 4CZ Sun City NBH 24 B2 Complete 4DA Sun City NBH 25 Phase 2 Complete 4DB Sun City NBH 26 Complete 4DD Sun City NBH 18 Complete 4DF LWTP Additions Complete 4DH River Haven / FM 971 OH Relocation Complete 4DI Comfort Suites Hotel In -Progress 4DJ WR Offsite SH 29 Widening Complete 4DK Wilco Livestock Auction Building Complete 4DL 401 Grassland 400 Amp Service Complete 4DN 605 High Tech, Switchover TXU to GUS Complete 4DO Sun City NBH 27 Complete 4DP Wendy's Complete 4DQ Christ Lutheran Church Complete 4DS Chantal's Bistro (204 E. 8th) In -Progress 4DT Sun City NBH 20A In -Progress 4EF Wolf Ranch Crossing I Prelim Engineering 4EG Wolf Ranch Crossing II Prelim Engineering 4EH Celebration Church In -Progress 4EI West University Profession Center In -Progress 4EJ Chick-fil-a Complete 4EK Georgetown Hospital Helipad Engineering 4EM Sun City NBH 25 Phase 1 Complete Page 1 of 3 Pnnted: 8/17/2005 Project Accounting Number Electric Project List (construction planning) Last Updated: August 16, 2005 Project Designation Status 4EN Air Switch @ 920 N. Austin Complete 4EO Wolf Ranch Lift Station Complete 4EP 1711 McCoy Place complete 4EQ 1114 East Seventh Street complete 4EV Sun City NBH 14 complete 4EW Bealls Rivery Complete 4EX SU Central Plant Modifications Complete 4EY Williams / Rivery Ln Rebuild Complete 4EZ Wachovia Bank Complete 4FA Lansdale Automotive Engineering 4FC First United Methodist Engineering 4FD Habitat for Humanity @ 17th & Candee Engineering 4FN 9th Street County Fiber Complete 4FO SU Fine Arts Bldg Renovation Engineering 4FQ Bad Pole @ 823 South Austin complete 4FR Bad Pole @ 1805 Ash Street Planned Fall 2005 4FS Bad Pole @ 209 Church Complete 4FU Bad Pole @ 1211 NW Blvd Complete 417V Street Light @ 4305 W. Cordova complete 4FW Sun City NBH 19 In -Progress 4FX Sun City NBH 22 & 23 Complete 4FY Sun City NBH 28 Complete 4FZ Sun City NBH 29 Planned Fall 2005 4GA Bad Pole @ 1205 Laurel Street In -Progress 4GB 1102 South Austin Ave Complete 4GC Bad Pole @ 306 Shannon Lane In -Progress 4GD Bad Pole @ 2400 Leander Road In -Progress 4GE Bad Pole @ 201 MLK In -Progress 4GF New service @ 1114 East 7th Complete 4GG Riverside Dr. 12.5 to 25 KV Conversion In -Progress 4GH RV 10 Extension from Rivery to SH 29 In -Progress 4GQ SH 29 / IH35 Double Circuit Removal Complete 4GS New service @ 204 Holly Street Complete 4GU Bad Pole @ 707 East 7th In -Progress 4GV Wilco Appraisal District Office Engineering 4GW Hope Lumber Engineering 4GX Georgetown Church of Christ Complete 4GY Ken Jackson Office Building Engineering 4GZ University Park, Unit 2 Sec 1 Phase D Planned Fall 2005 4HA Svc Relocation @ 806 Mrytle Planned Fall 2005 4HB FM 2338 TxDOT Rd Widening Planned Fall 2005 4HC Georgetown HS Greenhouse Complete 4HD Pickett Elem. Security Lighting Complete 4HE River Ridge Subdivision URD In -Progress 4HF GL 60 Switchgear change out (Geo 44-G.2) Planned Fall 2005 4HG Parkview Dollar General Engineering 4HH Verizon Wireless Tower Engineering 4HJ Capacitor Additions Complete 4HK Bad Pole @ 18th & Main Complete 4HL 2338 Plaza Engineering 4HM Sun City Horticulture Club Complete 4HN Bad Poles @ 4100 Val Verde Complete 4HO 500 South Austin Avenue Engineering 4HP Reserve of Berry Creek, Section 2 Planned Fall 2005 4HQ Sun City Irrigation Station Engineering 4HS Georgetown Public Library Engineering 41A IH 35 Crossing (LCRA) Complete Page 2 of 3 Printed: 8/17/2005 Project Accounting Number Electric Project List (construction planning) Last Updated: August 16, 2005 Project Designation Status 41B Wilco Courthouse Restoration Engineering 41C Windridge Village Subdivision Planned Fall 2005 41D Street Light Layout - Austin Ave / Morrow (Signal light/Street Lig Engineering 41E Street Light Layout - Meadows of Gtown In -Progress 41G Gtown Air Traffic Control Tower Engineering 41K The Caring Place Completed 41N 501 South Austin Avenue Engineering 41B Wilco Courthouse Restoration Engineering 41C Windridge Village Subdivision Planned Fall 2005 41D Street Light Layout - Austin Ave / Morrow (Signal light/Street Lig Engineering 41E Street Light Layout - Meadows of Gtown In -Progress 41G Gtown Air Traffic Control Tower Engineering 41K The Caring Place Completed 41N 501 South Austin Avenue Engineering 410 Bad Pole @ 18th & Main - Continuation Complete 410 Hewlett Hummer Engineering 4IR Discount Tires Engineering 41S 84 Lumber Engineering 41T Sun City Blvd. Extenstion Engineering 41U Sun City NBH 21 Planned Fall 2005 41V 212 West 7th Street Engineering 41X Georgetown Village 6 Planned Fall 2005 4IY Katy Crossing Section 2c In -Progress 41Z Rabbit Hill Commercial Subdivision Engineering 4JA Ash St (15th - 18th) Completed 4JB Gtown Soccer Association Completed 4KA Pleasant Valley Subdivision Section 2 Engineering Page 3 of 3 Pnnled: 8/17/2005 Agenda Item Check List rr' MMM Financial Impact Agenda Item: Agenda Item Subject: Is this a Capital Improvement Project: Council Date: Flowers Construction Company Payment to Flowers for Construction and O&M Services 0 Yes 1_) No 08/22/2005 link to Agenda database => 40 Need Help? Was it budgeted? Yes C ! No Is it within the approved budgeted amount? Yes No If not, where is the money coming from? G/L Account Number 611 Budget Amount Going to Council $ 600,000.00 Is there something (budgeted) that won't get Yes 0 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's Yes • No budget? If so, please explain. Does this project have future revenue impact? Year: 2005 and beyond If so, how? Yes No Department: Georgetown Utility Systems New revenue from development Identify all on-going costs (i.e., insurance, N/A annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: N/A Cross -divisional impact: Yes • No If so, what division(s)? Prepared by: Mike Mayben Date: 08/12/2005 Agenda Item Checklist:: Approved on 0811512005 pprovers itle Assigned Notified Received Status Changed Status Jim Briggs Assistant City 08/12/2005 08/72/2005 08/15/2005 08/15!2005 Approved Jose Lara Manager 08/15/2005 08/15/2005 8/15/2005 08/15/2005 Approved Utility Financial Analyst Approval Cycle Settings Council Meeting Date: August 23, 2005 Item No. AGENDA ITEM COVER SHEET SUBTECT: Consideration and possible action to set a Public Hearing dae for public comment regarding proposed changes to the Utility Impact Fees for Water and Wastewater. ITEM SUMMARY: The Impact Fee Advisory Committee, appointed by Council, reviewed and accepted the report titled "2005 Update of Water and Wastewaterlmpact Fees for the City of Georgetown" in its August 16, 2005 meeting. The report updates the land use assumptions, creates a 10 -year Capital Improvement Plan, and presents the calculation and recommendation of new Maximum Fee Costs. The Committee approved the recommendations and calculations to set a new Maximum Fee Cost. The Committee is recommending that a public hearing be set for September 27, 2005 to allow City Council to receive public comment on the report and the actual Committee recommended impact fee amounts. Upon completion of the Public Hearing process City Council will be asked to take action adopting the actual new fees based on the Committee recommendatbns. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: NONE COMMENTS: NONE ATTACHMENTS: 2005 Impact Fee Report Submitted By: Robert Kostka, Chairman ZA brigg Impact Fee Advisory Committee Asst City Mana r for Utility Operations 2005 UPDATE OF WATER AND WASTEWATER IMPACT FEES FOR THE CITY OF GEORGETOWN Prepared `Dr City of Georgetown P.O. Box 409 Georgetown, Texas 78627-0409 Prepared by: Impact Fee Advisory Committee City of Georgetown and - HDR Engineering, Inc. 2211 S. IH -35, Suite 300 Austin, Texas 78746 WRI Camp, Dresser & McKee, Inc. 12357-A Riata Trace Parkway, Suite 210 Austin, Texas 78727 August 2005 2005 UPDATE OF WATER AND WASTEWATER IMPACT FEES FOR THE CITY OF GEORGETOWN Table of Contents Section 1.0 INTRODUCTION AND SUMMARY 2.0 UTILITY SERVICE AND FEE APPLICATION AREA 3.0 LAND USE ASSUMPTIONS 4.0 CURRENT AND PROJECTED UTILITY DEMAND AND SUPPLY 5.0 IDENTIFIED MAJOR CAPITAL IMPROVEMENT NEEDS AND COSTS 6.0 CONSIDERATION OF OTHER METHODS OF CAPITAL PAYMENT 7.0 ALTERNATIVE MAXIMUM IMPACT FEE CALCULATIONS 8.0 COMPARABLES 9.0 ADVISORY COMMITTEE ACTIONS AND RECOMMENDATIONS Paqe 1 3 2 A 01 12 14 15 16 2005 Update of Water and Wastewater Impact Fees 2005 UPDATE OF WATER AND WASTEWATER IMPACT FEES FOR THE CITY OF GEORGETOWN 1.0 INTRODUCTION AND SUMMARY The City of Georgetown is again going through the process of review and updating its impact fees and conducting the associated public coordination to keep the fees current with its expanding service area and to update its CIP with improved information. This report constitutes the City's Impact Fee Consultants maximum impact fee determination and the Impact Fee Advisory Committee's required reporting to the Georgetown City Council on the updating and public coordination process. Consistent with State law, the methodology that determines the maximum fee amounts considers for each fee component either: (1) consideration of a credit for other methods of payments for utility capital by a new customer, such as through utility rates or taxes, or alternatively (2) a reduction of maximum fee amount equal to 50 percent of the unit capital cost of providing new service. By maximum amounts, this means that the determined fee amounts were calculated as the highest that can be lawfully levied by the City, given the prospective capital improvements plan, the cost of existing and new utility capacity, and consideration of a credit to new customers for net capital contributions made through rate payments. The City Council can decide to enact fees less than the maximum amounts shown in this report. As detailed later in this report, the City's consultants and Advisory Committee have also addressed the overall water and wastewater maximum fees in component pieces. For instance, the overall water maximum fee is comprised of separate amounts for water supply, treatment, pumping, storage, and transmission. The overall wastewater maximum fee is similarly comprised of wastewater treatment, pumping, and interceptor components. This will facilitate the consideration of offsets or credits from the applicable fee if a developer builds and dedicates eligible facilities to the City or the City provides wholesale service to a neighboring utility and wishes to charge certain portions of the fee to be collected by the wholesale customer and then passed to the City. The maximum fee amounts do not include any capital costs for local (neighborhood) water distribution or wastewater collection systems as these facilities are, by City policy, provided by developers at their own expense, or if funded by the City, are typically to provide service to City of Georgetown, Texas 1 cm 2005 Update of Water and Wastewater Impact Fees existing development. In either case, these local facilities would not be applicable for an impact fee charge. Planning, service demand, and design factors assumptions used in the facility sizing and costing were developed by Camp, Dresser and McKee (CDM), consulting engineers to the City of Georgetown. Data on current utility demand, outstanding utility debt and prospective cash versus debt financing were obtained from or coordinated with the City of Georgetown staff. HDR combined these elements into the maximum impact fee calculations presented in this report. City of Georgetown, Texas 2 IM, Ow 2005 Update of Water and Wastewater Impact Fees 2.0 UTILITY SERVICE AND FEE APPLICATION AREA The City's future ETJ boundary and other nearby areas that may ultimately request city utility service were used as the primary basis for the larger future impact fee service area of the City shown in Figure 1. This fee application area boundary would constitute the area in which Georgetown may levy the impact fees, in -part or in -full, if City service is provided. This boundary does not, however, imply a legal obligation of the City of Georgetown to serve beyond its incorporated limits. If the City does not provide service, in full or in -part, then the impact fees would not apply. It is acknowledged that this proposed fee application boundary, in some areas, extends beyond the City's predicted future ETJ and also encroaches on the ETJs and service areas of neighboring utilities. This broader boundary is only intended to provide flexibility for the City, its neighboring utilities, and the development community in developing or negotiating future wholesale or retail arrangements for service these areas. 970 VPotential Impact Fee 1119eApplicationArea A 2243 972 SHIM 971 City of Georgetown sz9 Potential Impact Fee Application Area City of Georgetown, Texas 3 1 Ll cm 2005 Update of Water and Wastewater Impact Fees 3.0 LAND USE ASSUMPTIONS Table 1 provides an estimate of the current and future land use patterns of the potential service area. The overall acreage shown in Table 2 is reflective of the City's ETJ and its certificated water service area. As indicated, about 5,091 acres (approx. 3.6% of total service area) is currently in residential land uses served by the City sewer system. Another 8,816 residential acres (6.3%) is served by septic tanks. About 1,120 acres (0.8%) is currently in non-residential land uses. The remaining 124,817 acres (89.3%) is generally in open space or agricultural land uses. TABLE 1 CURRENT AND PROJECTED LAND USE GEORGETOWN UTILITY SYSTEMS Encompasses ETJ and Water CCN. Source: GUS and CDM, 2005, gallons per acre per day Reflects unit water use of: 1,460 residential 1,215 residential 1,445 non-residential 1,300 non-residential Over time as the City grows into its future ETJ and potential utility service area, developed land areas will both increase and become a higher percentage of overall land uses. Projected residential land use served by the City's sewer system is expected to increase to 8.2% of the total potential service land area. Non-residential land use is expected to comprise about 1.7% of total land area. Areas with septic tanks are anticipated to account for about 6.3% of the large service area, and open space and agricultural uses should account for about 83.8% of the remaining land area. Current 2005 utility service population is estimated at about 40,000 persons. A projected utility service population of about 80,000 persons is anticipated by the end of the 10 -year period in 2015, reflecting an anticipated 10 -year growth of 100°/x. In using this information to develop utility projections for the next ten years, further assumptions were made concerning a slightly -increasing household size (as the former Sun City Northern Lands build out as family-oriented developments) and slightly -decreasing residential development density (as the fringe lands of new development come in slightly less dense than the already -developed inner city). Georgetown, Texas 4 T m cm Current 2015 ITEM Acres Acni Utility Served Residential (existing) 5,091 3.6% 5,091 3.6% Residential(new) 0.0% 6,354 4.6% Non-residential 1,120 0.8% 2,433 1.7% Residential Septic Tank 8,816 6.3% 8,816 6.3% Public/Open Space/Ag 124,817 89.3% 117,151 83.8% Total Land Use Acreage 139,844 100.0% 139,644 100.0% Encompasses ETJ and Water CCN. Source: GUS and CDM, 2005, gallons per acre per day Reflects unit water use of: 1,460 residential 1,215 residential 1,445 non-residential 1,300 non-residential Over time as the City grows into its future ETJ and potential utility service area, developed land areas will both increase and become a higher percentage of overall land uses. Projected residential land use served by the City's sewer system is expected to increase to 8.2% of the total potential service land area. Non-residential land use is expected to comprise about 1.7% of total land area. Areas with septic tanks are anticipated to account for about 6.3% of the large service area, and open space and agricultural uses should account for about 83.8% of the remaining land area. Current 2005 utility service population is estimated at about 40,000 persons. A projected utility service population of about 80,000 persons is anticipated by the end of the 10 -year period in 2015, reflecting an anticipated 10 -year growth of 100°/x. In using this information to develop utility projections for the next ten years, further assumptions were made concerning a slightly -increasing household size (as the former Sun City Northern Lands build out as family-oriented developments) and slightly -decreasing residential development density (as the fringe lands of new development come in slightly less dense than the already -developed inner city). Georgetown, Texas 4 T m cm 2005 Update of Water and Wastewater Impact Fees 4.0 CURRENT AND PROJECTED UTILITY DEMAND AND SUPPLY Table 2 relates the number of water and wastewater utility connections by water meter size and what is termed a standard Service Unit (or SU) conversion factor for meters of varying sizes. A typical single family residential house in Georgetown is issued a 3/4" water meter, and this is considered to be one SU. The City's current impact fee ordinance also allows for small, affordable houses to be issued a3/4" meter, which is rated as two-thirds (or 0.67) of a SU. Based on American Water Works Association standards, the equivalent number of 3/4" meters can be determined for water meter of larger size. In this manner, meters of larger size (i.e. larger potential service demands) can be couched in terms the equivalent demand of a number of typical single family homes. For this reason, the SU concept is a useful tool for being able to apply a base fee amount to service requests of varying (meter) sizes. TABLE 2 SERVICE UNIT CONVERSION FACTORS GEORGETOWN UTILITY SYSTEMS WATER 5/8" 3/4" 1 •• 2" 3" 4" 6" 8" 10" Total Water WASTEWATER 5/8" 3/4" 1'• 1.5" 2" 3" 4" 6" 8" Service Units Number of Number of Sus) Meters sus Meter Size per Meter (a) in 2005 (bl in 2005 0.67 1.00 14,854 14,854 1.67 872 1,453 3.33 236 787 5.33 227 1,211 10.67 72 768 75`•i'' 16.67 24 400 33.33 5 167 53.33 76.67 16,290 19,639 0.67 1.00 13,385 13,385 1.67 564 940 3.33 140 467 5.33 145 773 10.67 32 341 16.67 21 350 33.33 4 133 53.33 Total Wastewater 14,291 16,390 a) Derived from AWWA C700 -C703 standards for continuous rated flow performance scaled to 3/4" meter. b) Source: City of Georgetown. Texas Im 2005 Update of Water and Wastewater Impact Fees Tables 3 and 4 summarize the City's current and projected water and wastewater service demands and existing supply (service) capability by facility. The number of existing SUs in Tables 3 and 4 are reflective of the City's actual level of water and wastewater service demand, whereas the meter inventory in Table 2 reflect the number of SUs embodied in each customer's ultimate meter capacity. Simply said, the customers are, on the average, using less than the maximum rated flow capacity of the meters. The projected growth of the utility system and service demand reflect an average of between 1,500 to 1,800 new SUs per year. Some improvements in water conservation efficiencies were also included. As indicated in Tables 3 and 4, the level of current and future utility demand varies by whether water and/or wastewater service is provided. For instance, some developments in the City use municipal water supplies and infrastructure, but not wastewater or vice -versa. Over time, the number of service connection for wastewater is expected to exceed that of water connections due to other water utility providers' certificated service areas limiting the growth of the City's future water service area. Current and future service demands are also compared with the existing service capacity of the utility systems. As can be seen, with the realized and anticipated rapid growth of the City and surrounding areas, service demand is expected to exceed the available capacity of most of the City's current facilities by the year 2015, such that infrastructure improvements are needed in most of the various facility components that provide utility service. of Georgetown, Texas 6 T M CM 2005 Update of Water and Wastewater Impact Fees TABLE 3 EST. WATER SERVICE DEMAND & AVAILABLE CAPACITY GEORGETOWN UTILITY SYSTEMS Facility Type 2005 2015 Supply 39.780 39.780 Existing 2005 Capacity (mgd) 23.166 23.166 Est. Service Demand 9.052 17.050 Excess (Deficiency) 14.115 6.116 Existing 2005 Capacity (SUs) • 43,677 43,677 Est. Service Demand 17,065 32,146 Excess (Deficiency) 26,611 11,531 Treatment 8.750 8.750 Existing 2005 Capacity (mgd) 23.270 23.270 Est. Service Demand 19.008 35.805 Excess (Deficiency) 4.262 12535) Existing 2005 Capacity (SUs) 20,892 20,892 Est. Service Demand 17,065 32,146 Excess (Deficiency) 3,826 11,254) Pumping gpd/SU for water supply 1,114 Existing 2005 Capacity (mgd) 39.780 39.780 Est. Service Demand 34.215 64.449 Excess (Deficiency) 5.565 24.669) Existing 2005 Capacity (SUs) • 19,841 19,841 Est. Service Demand 17,065 32,146 Excess (Deficiency) 2,776 12,304) Ground Storage Existing 2005 Capacity (mg) - 8.750 8.750 Est. Service Demand 5.887 11.090 Excess (Deficiency) 2.863 2.340) Existing 2005 Capacity (SUs)' 25,362 25,362 Est. Service Demand 17,065 32,145 Excess (Deficiency) 8,297 6,783) Elevated Storage Existing 2005 Capacity (mg) 3.650 3.650 Est. Service Demand 2.816 5.304 Excess (Deficiency) 0.834 1.654) Existing 2005 Capacity (SUs)' 22,121 22,121 Est. Service Demand 17.065 32,145 Excess (Deficiency) 5,056 10,024) Transmission Existing 2005 Capacity (mgd) 44.940 44.940 Est. Service Demand 34.215 64.449 Excess (Deficiency) 10.725 19.509) Existing 2005 Capacity (SUs)' 22,415 22,415 Est. Service Demand 17,065 32,146 Excess (Deficiency) 5,349 9,731) Assume SU conversion factor of : L;lty of Ueorgetown, Texas 530 gpd/SU for water supply 1,114 gpd/SU for treatment 2,005 gpm/SU for pumping 345 gals/SU for ground storage 165 gats/SU for elevated storage 2,005 gpd/SU for transmission fDR cm 2005 Update of Water and Wastewater Impact Fees TABLE 4 EST. WASTEWATER SERVICE DEMAND & AVAILABLE CAPACITY GEORGETOWN UTILITY SYSTEMS Facility Type 2005 2015 Treatment Existing 2005 Capacity (mgd) 5.740 5.740 Est. Service Demand 3.350 9.100 Excess (Deficiency) 2.390 (3.360) Existing 2005 Capacity (SUs) Est. Service Demand 23,429 13,673 23,429 32.500 Excess (Deficiency) 9,755 9,071) Pumping Excess (Deficiency) Existing 2005 Capacity (mgd) 11.080 11.080 Est. Service Demand" 6.53 `- _ 47.74A Excess (Deficiency) 8 Existing 2005 Capacity (SUs)' 15, 15,075 Excess (Deficiency) 6,187 (6,050) r? Interceptors . Existing 2005 Capacity (mgd) ;. 53.500 Excess (Deficiency) ,7: 43.450 26.200 Existing 2005 Capacity (SUs)' 72,789 72,789 Est. Service Demand 13,673 32,500 Excess (Deficiency) 59,116 40,289 Assume SU conversion factor of 245 280 gpd/SU for wastewater treatment 735 840 gpd/SU for wastewater pumping 735 840 gpd/SU for interceptors Assumes 65% 65% of existing ww service demand pumped of Georgetown, Texas 8 T m cm 2005 Update of Water and Wastewater Impact Fees 5.0 INDENTIFIED MAJOR CAPITAL IMPROVEMENT NEEDS AND COSTS With the pending completion of the Lake Stillhouse Hollow pipeline to Lake Georgetown, the City will effectively address its water supply needs for many years. Given the considerable growth facing the City in the next ten years, improvements are needed in all other components of water utility infrastructure, including water treatment, pumping, ground and elevated storage, and transmission pipelines. Georgetown will also need noticeable improvements to its wastewater systeijncluding three wastewater treatment plant expansions and the construction of a new treatmert:facility. Improvements are also identified for wastewater pumping (lift stations) and interceptor pipelines that would serve future growth. Specific projects that accomplish these service capacity goals are identified in Table 5, 6a, and 6b along with their cost, capacity, unit cost, and allocation of existing and projected demand to these facilities. A weighted unit cost of service ($ per SU) is then calculated by facility type, based on the proportionate share of use of existing versus new facility capacity by the growth anticipated over the next ten years. For water transmission mains, the modeled system capacity at current and 2015 conditions were used to calculate the unit costs. For wastewater pumping and interceptors, each project was separately examined as to whether it added to overall system capacity. Table 6b identifies the expected average costs for the new South Fork wastewater service area. Due to the noticeably higher costs of sewering this basin, the City wishes to have a special wastewater interceptor fee for this area.' Thus, capital costs for interceptors for the South Fork wastewater service area were separately calculated from the rest of the City interceptor system. The South Fork system feeds into the City's existing sewer interceptor network, so a small allowable was also included for use of the existing sewer system. City of Georgetown, Texas 9 EMCM TABLE 5 WATER CAPITAL IMPROVEMENTS PLAN INVENTORY AND COSTING 2005 Update of Water and Wastewater Impact Fees Conatmdion Fac011y Ca0mmy AlbcallPm Taus) Cest E7istin9 Growth Use In E7cess Ca9aey T.1 WATER SUPRY S 2,075,153 59.780 19."1 S 105 17.085 2,776 19,011 FUTUREFAGILITIES EXISTING FACILITIES mgU Lake PS - Phaset S 21136,661 LAA" SUPPLY S 642,958 10.125 19089 17 555 2.021 S 2,402,092 190119 Lake S0lhouae Hollow f 21,000,000 1301 24,567 Relabel Hi PS - Phase 1 130% 0850 321 13,068 SutlPMI EMMkt9 FBLW9e5 3 21,612.958 23.188 13,671 S a9fi 11055 15,0E 11.532 43.87? FUTUREFACRJVES LwMa PS- ft. t S 9116,032 1510 2.2" f Leander PS - ft. 2 S 713,155 5700 2"3 SMIOW FWra Fad198s f S 7.1:0),099 f 31 12.310 3.497 15601 TOTAL WATER SUPPLY S 21,129511 23.185 43.677 17,005 1 065 15080 11.532 1677 AVERAGE CAPITAL COST PER NEW SU- 300 AVERAL9E CAPITAL COST PER NEN SU - S 496 GROUNOSTORAGE WATER TREATMENT ASTINGFACILITIES m9 EXISTING FACILITIES 8790 GG Tereus S 2,131,763 0750 25362 EmtyN W1P5 S 20881011 23270 20892 Sala. E."Fa Eek, 17.065 3820 20,692 SutlMaI PaMllq FadWles S 201SBTAII 23270 20892 S 1,000 17 M5 3,825 MAU FU71ARE FACILITIES Lake GST1 S 2,173,639 2000 5,797 Leake Gap9H WTP - Phase 111 f U,160.060 Mean 9,876 S 1497 9876 And4bnal WalMTmalmere f 2400)00) 18.300 146" S 1640 1.378 San Gabriel GST SUOOW FNum FatlMka S 39763,060 27.300 21510 $ 1582 11,254 13255 24,610 TOTAL WATER TREATMENT f 59670,091 50.510 45401 17055 15,080 132511 45,401 337 M064 AVERAGE CAPITAL COST PER NEW SU - $ 1,435 TOTAL GR(IAU STORAGE S 11424.143 17,250 52 SW WATER PUMPING EXISTING FACILITIES 10)] SWa.NI Embl9 FaaYhes S 2,075,153 59.780 19."1 S 105 17.085 2,776 19,011 FUTUREFAGILITIES Lake PS - Phaset S 21136,661 9.610 1908 Lake PS-Phana2 S 2,402,092 20.540 10,245 Relabel Hi PS - Phase 1 753.525 0850 321 R... HA PS-Rlase2 S 19.591 DIM 321 LwMa PS- ft. t S 9116,032 1510 2.2" Leander PS - ft. 2 S 713,155 5700 2"3 SWIdM Fume Fae9Mes S 7.1:0),099 31.50) 15,601 $ 31 12.310 3.497 15601 TOTAL WATER PUMPING S 9.213212 71.400 35.642 17,005 15,080 3,197 33642 AVERAGE CAPITAL COST PER NEW SU- 300 GROUNOSTORAGEASTINGFACILITIES m9 GG Tereus S 2,131,763 0750 25362 17,065 5027 Sala. E."Fa Eek, S 2.131.753 0750 25,382 S 17,065 5,027 3271 25202 UNRE FACILITIES Lake GST1 S 2,173,639 2000 5,797 nandMGST1 S 1.19,093 2000 5791 lake GST2 3,149,601 2500 7,248 San Gabriel GST S 1,879695 2.000 5.797 Leander GST2 839,"0 TIM 2SN SUOaW FMure FwlNbs S 9,292,380 8500 27,M S 337 M064 17,482 27,536 TOTAL GR(IAU STORAGE S 11424.143 17,250 52 SW 17,065 15.0110 20.753 52699 AVERAGE CAPITAL C0ST PER NEW SU - S 233 ELEVATED STORAGE EIOSTINGFACILITIES me ES Tarts 3 2,273794 3650 22.121 17,005 5026 SUMMM EaBUG FaNRles 3 2,275794 3850 22.121 S 103 17005 5,620 30 22121 FU7UREFACIOTIES SONMast ES Tank S 1,811 SM 1.000 60)1 Eaabtl ES Tank i 1.359524 0.750 1515 Rental MA ES Tank S 2,0000)0 1250 7.578 Seery HA9he9 Rd ES Tank S 2.099,609 1600 5,061 Mayfield ES Tank f 1,574,902 0750 4515 SUM91al Fulum FaMlSles S 8.81.081 4.750 28266 S 307 10.014 16731 267118 TOTAL ELEVATED STORAGE S 11,116,455 SAN 50.909 17,085 15.080 18.751 N,N9 AVERAGE CAPITAL COST PER NEW SU a f 231 TRAN9MMSIOMEXISTINGFACILITIES m,n En51aM TralbmMalan f 3325/704 44 940 2215 17,055 5026 SUMMal Eb0aN FaMlllles S 33.2 .704 44 940 22115 S 1.1" 1T,065 5.025 325 2215 FUTVREFACIUTIES' M.11t-kes Hph Plessule Plane 18,801.936 Maps LUMs- CeMral Pmssm Plane S 4.19009 Malar Lees- West Presame Plane MM5 Malar tees - Sun co, S 8.329.848 Malmo L1nes - R20la1 HM Pmssum Plane S M.701 IAA. TmSmOspn S 5DKkM MOW FMUR FacNU" S 40.950.0)7 114.730 1.201 S N9 10081 22207 42261 TOTALTRANSMISSION S 71215.671 129670 64.876 17.85 15,00 32,531 1,876 AVENAGEC09TPERNEWDU 1,11 TER TOTAL 3 181,284.530 AVENGE CAPITAL COST PER NEW SU - $ 3A63 LeleE in Wabs Mean, Plan lU FM TGaLE 1. WGST EW ATER CIP INVENTORY RED COSTING 2005 Update of Water and Wastewater Impact Fees COHFUU n - Ce Alloul (SUS) CMI - --ONPPHh aIn E.. Capalry Tow TREATMENT f 5,150,5. 11 OR 15075 3 230 %Q,157 - 15015 FUTUREFACILITIES EXISTING FACNJTIES 72,799 F iG HSO S FiYugWVITPa S 2;12]911 570 234ID 133]] 970 SWoo, ewoo, Fwilb S 22127,9N 570 n{ S WI ISM 9,756 221.125 FUTUREFAC ITIES S 004000 ISNNIaFpYI^M Lbe Sphp Eiwpwal S 3MOOO 1.260 5113 BarvCleeF WWTP FXwmRn S 1.500,000 0.260 516 Pian 6anNIWWTP EawMbn f 8,100,060 1560 Sim Ckrmnon X3Y E:pabn f 1,500,000 0.102 H5 AIL AVFIUGE CAPITAL COST PER NEW SU -S Si! MIRRORSEXISTING 1AGLF7ES SwpY EaSprp FaoXMa f 5,150,5. 11 OR 15075 3 230 %Q,157 - 15015 FUTUREFACILITIES 4,341 72,799 F iG 6'ary Geek nV` il wnwml S 30ao0 0v2 315 COlanry c401nwPtVnl t 30.00 Gunalnnwl s 320.00 IYeingoll.apwl S 004000 ISNNIaFpYI^M 1'WOOQ ISNIGoof 1040.10Norv,a7lnmwmlepYulIMWI f 5540.10 OP IFM PahPNS*U f 50,00 0.115 5.953Noo (N—VIVI. RaY RMUlremavNepaM) f 300.000 S 1.369,775 WIGS M111R CEPTORS IX.11NG FAGLITIES RIENSU• S 115 Soot. Ead., Falkwo 1 1S RS2,TTS 53. a7-9 f WIF 13,573 5,275 4,341 72,799 FUTURE FACII?IES TOLL er.1.YNU.CI,Racn, IMF-FITORS Eery CUR,, S 3.915,14 25.30 5i S GuauS FN f 4R7197 i SdN 1. 1252 ] 1391 Gant s 50,111 ToylTiawgars _ 6, 1.151n 1!1.10 I,M2 S 115% 1,.105 OP IFM S 334555 Gam9FIM11 V*O S 1.369,775 NMpe Oau S 25,150 MiW Fwk S 3,016, na MO1n Fah FM 5 1.211 ,531 WPFak FM S 93"34 PIT wom S 80 .7 SanGa0lWt . S t37btA93 15 TOO SdMFW, S Tm VW. 1,357.491 W'MR. 3 I.Sm WMRaIgIFM2 3 54,221 Nec lMalceaon - S 50 a0 Sww*FWun Fa S 23827.577 1700 33334 S 44 11562 5130" mm TOTAL INTERCEET-mr' 3 <5,390.353 10.50.1 155735 3351 13,313 131321 Ip,2]3 130,735 AVEAAOECOSTpERNEWSU S AI WASTEWATER TOTµ5 10.110077 AVERAGE CAPRAL COST PER NEW SU - S 2AS1 TABLE So WASTEWATER CIE INVENTORY AND COSTING SOUTH FORK WASTEWATER SERVICE AREA City of Georgetown, Texas 11 1 R cm Coo ao.14.n CApxIN Cont ENaEy G'. J. FIT E -Capa4ry Tolal 'i' Fx11Iry Name Cmt TOLL er.1.YNU.CI,Racn, IMF-FITORS 5i S 2fi] SdN 1. 1252 ] 1391 ToylTiawgars _ 6, 1.151n 1!1.10 I,M2 S 115% 1,.105 357 1,.2 City of Georgetown, Texas 11 1 R cm 2005 Update of Water and Wastewater Impact Fees 6.0 CONSIDERATION OF OTHER METHODS OF CAPITAL PAYMENT For Utilities that charge an impact fee for new or expended service, the new customer generally pays for capital in two ways: 1. the up -front impact fee that gains the new customer an "equity buy -in" to the system, and 2. monthly utility rate payments, where a portion of rates payments are for debt service. The recent 77th Texas Legislature amended Chapter 395 of the Local Government Code to require that either: (1) consideration of a calculated credit for rate payments be reflected in the fee amount, or (2) a credit equal to 50 percent of the total projected cost of the capital improvements plan be given in calculating the maximum fee amount. Table 7 characterizes the present value of existing and prospective utility capital costs per SU that is projected to be supported by the utility rates and attributable to the new, customers. This analysis considers the full term of existing or future bonds and is calculated using the number of SUs that would be present in the year 2010 mid -way through the 10 -year planning period. The South Fork interceptor is expected to be developer -funded with reimbursements made to those participating developers periodically through collections of the special impact fee for the watershed's interceptor system. Thus, the City will incur no debt for this project, but residents hooking on to this line will pay for capital through their utility rates. Thus, a rate credit calculated for use of the City's interceptor system would be applicable to the South Fork interceptor impact fee calculation. texas FM 2005 Update of Water and Wastewater Impact Fees TABLE 7 EXISTING OR ANTICIPATED DEBT TO BE PAID THROUGH UTILITY RATES GEORGETOWN UTILITY SYSTEMS Net Present Value Mid -point of Debt Payments 2010 Debt Payments Facility Type In Rates Sus per SU WATER UTILITY Supply Existing Debt $ 3,259,659 24,606 $ 132.48 Series 2005-2015 24,606 Subtotal Water Supply 3,259,659 24,606 132.48 Treatment Existing Debt 415,665 24,606 16.89 Series 2005-2015 2,741 686 24,606 111A3 Subtotal Water Treatment 3,157,351 24,606 128.32 Pumping Existing Debt 121,622 24,606 4.94 Series 2005-2015 504,610 24,606 20.51 Subtotal Pumping 626,231 24,606 25.45 Ground Storage Existing Debt 38,007 24,606 1.54 Series 2005-2015 656.905 24,606 2670 Subtotal Water Storage 694,911 24,606 28.24 Elevated Storage Existing Debt 64.611 24,606 2.63 Series 2005-2015 625.254 24.606 25.41 Subtotal Water Storage 689,866 24,606 28.04 Transmission Existing Debt 2,005,804 24,606 81.52 Series 2005-2015 2,894,940 24,606 11765 Subtotal Transmission Lines 4,900,744 24 606 199 17 Total Water 541.70 WASTEWATER UTILITY Treatment Existing Debt 1,106,247 23,087 47.92 Series 2005-2015 1,236 284 23,087 53.55 Subtotal WWTP 2,342,530 23,087 101.47 Pumping Existing Debt 192,427 23,087 8.33 Series 2005-2015 468,072 23,087 20.27 Subtotal WWTP 660,500 23,087 28.61 Interceptors (not including South Fork System) Existing Debt 244,444 23,087 10.59 Series 2005-2015 1,533,431 23 087 66.42 Subtotal Interceptors 1.777,876 23,087 77.01 Total Wastewater 207.08 Total Water and Wastewater $ 748.78 City of Georgetown, Texas 13 hUR CM 2005 Update of Water and Wastewater Impact Fees 7.0 ALTERNATIVE MAXIMUM IMPACT FEE CALCULATIONS Table 8 summarizes the unit capital cost of providing new service, the two alternative credit calculations for new customers, and the maximum fee calculation for each of the rate credit options. Separately calculated maximum fees are shown for the South Fork Service Area and the remainder of the City. They differ only with respect to the wastewater interceptor fee amounts. TABLE 5 DERIVATION OF ALTERNATIVE MAXIMUM WATER AND WASTEWATER IMPACT FEE AMOUNTS GEORGETOWN UTILITY SYSTEMS Total Walw S Capkai Cost of Option A- S 1.931 OpUonB- S 1.935 $ 3.324 WASTEWATER (outsMa of South Fork SumloiI Arae) NewSaalm Rata Less 50%(l OUtiorMl Max. Fee Amounts Highest of ITEM 976 $ per SU Craek 5 874 Cost AElustmeM Option A- -Option B- Option AerIS WATER S 716 S 29 S 358 S 687 358 Supply 4% S 132 S 218 S 363 $ 248 Tnaonent 1.435 S 128 S 717 S 1305 $ 717 Pumpmg 300 25 S 150 $ 274 $ 150 CxourM Storage 253 S 28 S 126 S 225 f in Elevated Storage S 239 28 S 120 $ 211 $ 120 Tnnamiaelon 5 1.141 S 199 S 570 S 911 S 570 Total Walw S 3.8fifi 5 542 S 1.931 3.324 S 1.935 $ 3.324 WASTEWATER (outsMa of South Fork SumloiI Arae) Treaanent S 976 $ 101 S 488 5 874 S 488 PtxeM S 716 S 29 S 358 S 687 358 Intereeptpra S 391 $ 77 S 195 314 195 Allocated Impact Fee Study Coat S 5 5 S 5 S 5 ToW Wastewater S 2,058 S 749 S 1 041 1.581 S 1.016 S 1,861 WASTEWATER ISoush Posit SoW 1. Ma) Tnaanent f 976 S 101 S 468 874 f 488 Pumping S 716 S 29 S 358 S 687 S 358 Inl.Ptors S 1.558 S 11 S 779 f 1,547 f 779 Ailecatetl Impact Fee Stutly Cost f 5 5 3 S 5 f 5 Total Wastewater S 3.255 $ 869 S 1.625 f 3.114 S 1.838 S 3,114 TOTAL WATERIWASTEWATER Ouil of South Fork Servka Area 5.953 S 1,290 S 2,973 S 5205 S 2,11 S 5,205 South Fork Service Ana 7,121 S 1.431 f 3,558 S 6,438 S 3.585 f 6,438 of Georgetown, Texas 14 fm cm 2005 Update of Water and Wastewater Impact Fees 8.0 COMPARABLES For comparison purposes, the current impact fees of the cities of Round Rock and Austin are as follows for a new standard residential connection (1 SU): city Water Austin N.E. Preferred Development Zone 700 Western city 1,500 Pflugerville 2,491 Georgetown (current fees) 2,295 Buda 2,721 Cedar Park 2,250 Georgetown (recommended fees)* 2,493 Leander 2,850 San Marcos 2,466 Georgetown (maximum fees)* 3,324 Jonah SUD (water only) 4,125. Round Rock 4,296 Georgetown (South Fork recommended fees) 2,493 Chisholm Trail SUD (water only) 4,600 Georgetown (South Fork maximum fee) 3,324 Other than South Fork wastewater service area. Wastewater Total 400 1,100 1,200 2,700 1,362 3,853 1,869 4,164 1,514 4,234 2,000 4,250 1,881 4,374 1,550 4,400 2,185 4,651 1-,881 5,205 n.a. 1,306 5,602 3,114 5,607 n.a. 3,114 6,438 City of Georgetown, Texas 15 Im cm 2005 Update of Water and Wastewater Impact Fees 9.0 ADVISORY COMMITTEE ACTIONS AND RECOMMENDATIONS The following summarizes the Advisory Committee activities during the impact fee updating process: On 6/9/05, the Committee met to: Review Chapter 395 Impact Fee process and requirements. Identify conceptual fee service area Review methodology for maximum fee calculation On 8/3/05, the Committee met to: Review land use and CIP information Review unit cost calculations Review maximum fee calculation Receive draft report for review Discuss possible fee strategies On 8/10/05, the Committee met to: Review suggested changes to the draft report Consider City financial need information presented by City Staff Discuss various possible fee levels Make findings and recommendations Adopt the Advisory Committee Report to be forwarded to City Council On 8/16/05, the Committee met to: Review revisions to final draft report made during the prior meeting On 8/23/05, the Committee will: Present its report and recommendations to the City Council Request that a Public Hearing date be set to receive community input on the fee updating process. The Advisory Committee made the follow' g findings and recommendations: The land use assumptions and Capital Improvements Plans underlying the maximum fee calculations are consistent with State law and good engineering practices. A fair balance between utility rate and impact fee support of capital improvements would be achieved, in the Committee's opinion, with the water impact fee at 75% and wastewater impact fees at 100% of the maximum fee amount. Due to the speed and intensity of expected development and the higher capital costs to be incurred in providing wastewater service to the South Fork service area, a separate wastewater fee should be established for new or expanded wastewater service that will use the South Fork sewer facilities. The South Fork fee should be set at 100% of the maximum fee amount. For new or expanded wastewater service that does not use the South Fork facilities, the wastewater impact fee is recommended at the 100% of the maximum amount calculated for the remainder of the City. Consistent with the prior Impact Fee Committee's findings to phase in increases toward the maximum water fee over time, a moderate increase in the existing water fee from 50% to 75% of the maximum fee is recommended. City of Georgetown, IR fl 2005 Update of Water and Wastewater By a unanimous vote, the Advisory Committee forwards to the Georgetown City Council the following maximum fee calculations and fee recommendations: MAXIMUM FEE CALCULATIONS Citywide Fees (outside of South Fork Service Area) Water Impact Fee per SU $ 3,324 Wastewater Impact Fee per SU $1,881 Total Combined Fee per SU $ 5,205 South Fork Service Area Water Impact Fee per SU $ 3,324 Wastewater Impact Fee per SLI $3,114 Total Combined Fee per SU $ 6,438 ADVISORY COMMITTEE RECOMMENDED FEES Citywide Fees (outside of South Fork Service Area) Water Impact Fee per SU $ 2,493 ( 75% of maximum fee) Wastewater Impact Fee per SU 1,881 (100% of maximum fee) Total Combined Fee per SU $ 4,374 South Fork Service Area Water Impact Fee per SU Wastewater Impact Fee per SU Total Combined Fee per SU of ueorgetown, Texas 2,493 ( 75% of maximum fee) 3,114 (100% of maximum fee) 5,607 Fees 3 Council Meeting Date: August 23, 2005 Item No. AGENDA ITEM COVER SHEET SUBLECT Consideration of an award of the annual bid for water and wastewater pipe and fittings to various bidders in the estimated amount of $137,153.44. ITEM SUMMARY Bids were received for the purchase of water and wastewater pipe and fittings for a one-year period beginning September 1, 2005. The staff recommendation is to award this bid to the low bidder for each item, as designated by the star on the attached bid tabulation. For those items grouped into lots, we are recommending an award be made to the overall low bidder for each lot. These fittings are stocked in the City warehouse and are used primarily on the maintenance of the water distribution and wastewater collection systems. Quantities shown on the bid tabulation are estimates based on prior year usage and are not guaranteed amounts. Material will be ordered on as needed basis. SPECIAL CONSIDERATIONS This bid was approved by the GUS Board at the August 16, 2005 meeting. GUS BOARD RECOMMENDATION: GUS Board recommended approval at the August 16, 2005 meeting. Approved 5-0. Smith and Brown absent. STAFF RECOMMENDATIONS Staff recommends approval of the agreement. FINANCIAL IMPACT (cost of item, fund and division name, budgeted amt.) Estimated total for this bid is $137,153.44. Funds for this expenditure were budgeted in Water Maintenance of Utilities and Wastewater Maintenance accounts. COMMENTS (from City Attorney, staff, boards and commissions) None ATTACHMENTS (list individually) 1. Bid Tabulation Submitted By: Terry Jones, Support Services Director Jim Briggs, Assistant City Manager 7 200 4" SDR -35 PVC PIPE (GASKET JOINT) 8 200 6" 9 200 8" 10 100 10" SDR -35 (GASKET JOINT) 11 100 12" 12 100 15" 13 100 18" C900 PVC PIPE 14 500 WATER & WASTEWATER PIPE & FITTINGS 15 500 8" Class 200, DR14 16 200 12" Class 200 17 BID NO 25022 16' Class 234 18 100 18" Ductile Iron 19 100 24" Ductile Iron August 1, 2005 -July 31, 2006 100 30" Ductile Iron 34-5042 50 SDR -35 4" FEMALE ADAPT. CLEANOUT 34.5043 EST. SDR -35 6" FPT ADAPT WITH PLUG Unit Unit Unit Unit Unit ITEM # STOCK # QTY. DESCRIPTION ACT FERGUSON B20 NATIONAL TECHLINE 12 SDR 4" SPRING LOADED CLEANOUT CAP PVC PIPE- (20 FT. LENGTHS) 13.71 1.08 NO BIDNO 1 100 SCHED. 40 - S/W 1/2" NO BID 0.16 • NO BIOL NO BID NO BID 0.20 2 100 SCHED. 40- S/W 1 1/2" 1. 25101 0.44 • NO BID NOBID NO BID 0.933200SCHED. 40 - PLAIN END 4" NO BID 1.57 ' NO BID NO BID NO BID 1.93450SCHED. 80 - PLAIN END 1" 0.49 • NO BID NO BID NO BID 0.69 5 200 SCHED. 80- PLAIN END 2" 1.10 ' NO BID NO BID I Mn BID 1.26 SDR -9 CLASS 250 (100' ROLLS ONLY) Thick Wall) 6 34-5005 100 1. 0.25 0.30 1 NO BID 1 0.26 0.69 7 200 4" SDR -35 PVC PIPE (GASKET JOINT) 8 200 6" 9 200 8" 10 100 10" SDR -35 (GASKET JOINT) 11 100 12" 12 100 15" 13 100 18" C900 PVC PIPE 14 500 6" Class 200, DR14 15 500 8" Class 200, DR14 16 200 12" Class 200 17 100 16' Class 234 18 100 18" Ductile Iron 19 100 24" Ductile Iron 20 100 30" Ductile Iron 21 22 23 24 25 26 27 28 29 30 31 32 33 34 SDR -35 FITTINGS 34-5028 5 SDR -35 Y 4"X 4" SW 34-5031 5 SDR -35 1/8" BEND 4", SLIP X SLIP 345032 5 SDR -35 1/8" BEND 6', SLIP X SLIP 34-5040 15 SDR -35 1/16" BEND 4", SLIP X SLIP 345055 20 SDR -35 COUPLINGS (SXS) 4- 34-5056 5 SDR -35 CAP S/W 6" 345057 50 SDR -35 SEWER CAP HUB 4" 34-5042 50 SDR -35 4" FEMALE ADAPT. CLEANOUT 34.5043 15 SDR -35 6" FPT ADAPT WITH PLUG 345053 100 4" MIPT DWV PLUG 34.5044 5 SDR -35 6" FEMALE ADAPT. PLUG 34-5045 10 70 VALVE BOX, wA/d 34-5059 5 SDR SLIP RING 35-40 SIZE 4' GLUE FITTING 34-5060 12 SDR 4" SPRING LOADED CLEANOUT CAP 0.79 il i 0.98 1 NO BID 1 0.80 1 10.88 5.28 1.80 2.13 NO BID 1.74 1.88 3.17 1 1 3.82 1 NO BID 1 3.11 • 3.36 4.7al, 1 6.00 1 NO BID 1 4.88 1 1 5.28 4.79 ' 5.94 NO BID 1 4.85 5.28 8.22 10.21 NO BID 8.34 9.06 17.50 ' 21.95 NO BID 17.92 19.49 NO BID NO BID NO BID NO BID 29.19 32.65 ' NO BID NO BID 34.72 35.15 52.70 NO BID NO BID 56.27 53.24 NO BID NO BID NO BID 82.47 NO BID 2.47 NO BID NO BID 2.50 2.59 1.36 NO BID NO BID 1.38 1.38 5.34 NO BID NO BID 5.39 5.60 1.49 NO BID NO BID 1.51 1.56 0.92 NO BID NO BID 0.94 0.93 2.87 NO BID NO BID 2.90 3.01 0.78 NO BID NO BID 0.80 0.82 1.79 NO BID NO 810 1.80 1.87 13.89 NO BID NO BID 14.00 13.71 1.08 NO BIDNO BID 1.48 1.04 5.45 NO BID NO BID 5.50 4.92 11 17.50 25.00 NO BID 18.82 1 1NO BID 1. 25101BIDNOBID 1.73 NO BID 3.20 NO BID NO BID 3.24 NO BID 346 2 w screw in plug that goes on female adapter. Automatic release 35 25022w0eterspeafic5ationsSDR SLIP RING 35 - 40 SIZE 6' GLUE FITTING 7.37 ' NO BID NO BID 7.43 NOBID PACOSCHEDULE 80 FITTINGS STOCK EST. ITEM # # QTY. DESCRIPTION SCHEDULE 40 FITTINGS Unit Unit Unit Unit Unit UNIT ACT B20 FERGUSON NATIONAL TECHLINE 36 345295 6 4" SXSW COUPLING DWV EACH 37 345296 35 4" FEMALE CLEANOUT ADAPTER DWV EACH SCHEDULE 80 FITTINGS LOTA I NO BID NO BID TEE'S (TXTXT) 10.3938 D 5 11/2" EACH 39 34-5213 2 1" EACH 40 34-5214 2 11/4 EACH 41 34-5215 2 2" EACH NO BID NO BID NO BIDI TOTAL LOT A 2,679.15 LOT B COUPLINGS (TXT) 42 34-5138 2 1" EACH 43 34-5140 2 11/2" EACH 44 34-5141 2 2" EACH TOTAL LOT B LOT C COUPLINGS 45 34-5183 5 1/2" FEMALE SXS EACH 46 34-5185 15 1" FEMALE SXS EACH 47 34-5187 5 1 1/2" FEMALE SXS EACH 48 34-5188 300 2" COUPLINGS SXS EACH 49 34-5173 100 3" COUPLING, SXS EACH TOTAL LOT C LOT D FEMALE ADAPTER (SXT) 50 34-5176 5 1" EACH 51 34-5178 14 1 1/2" EACH 52 345179 350 2" EACH 53 34-5177 5 21/2' EACH 54 34-5174 500 3" EACH TOTAL LOT D NOBIDI I NO BID NO BID 5.98 10.39 NOBIDI D NO BID 4.65 8.09MBIDNO I NOBIDI NO BID 4.93 8.57 NOBIDI I NOBIDI NO BID 6.42 11.18 NO BID NO BID NO BID 61.90 107.63 NOBIDI I NO BID NOBIDI 1.803.13 1.83 NOBIDI I NOBIDI NO BIDI 4.951 1 8.62 NOBIDI I NOBIDI NO BID 1 5.201 1 9.04 NOBIDI I NOBIDI NO BIDI 23.90 41.58 NO DI INO BID NO BID 1.05 1.83 NO BID NO BID NO BID 1 1.461 1 2.54 NO BID1 I NO BID NO BID 2.40 4.18 NOBID NO BID NO BID 2.58 4.48 NO BID NO BID NO BIDI 7.28 12.67 NO BID NO BID NO BIDI 1,541.15 2,679.15 NO BID I NO BID NO BID 2.15 3.74 NO BID NO BIDI NO BIDI 4.291 1 7.44 NO BID NO BIDI NO BIDI 7.46 1 12.98 NO BID NO BID NO BID 11.78 20.49 NO BID NO BIDI NO BIDI 13.261 1 23.08 NO BID NO BIDI NO BIDI 9,370.71 16,308.31 Items listed in these categories will be awared by lots. 25022waterspecifications7/ 14/2005 PAGE 3 &DULE 80 FITTINGS EST. ITEM # STOCK # QTY. DESCRIPTION SCHEDULE 80 FITTINGS (CONT.) LOT E NO BIDI BUSHINGS & REDUCERS MALE ADAPTER 55 34-5150 10 1' MT X SLIP 56 34.5151 10 1 1/2" MT X SLIP 57 34-5152 60 2" MIPT X SLIP 58 34-5153 1 4" MT X SLIP NO BID NO BID MJ ACCESSORY KITS TOTAL LOT E LOT F 34-5742 1 4" came with stock #345740 45 -DEGREE ELL'S (SXS) 59 34-5200 6 1" 60 34-5744 1 4 4" 71 1 4" to fit PVC w/meg lug complete w/bolts, nut, gasket 45 -DEGREE ELL'S (TXT) 61 1 2 1 1/2" 72 1 6" to fit PVC w/meg lug complete w/bolts, nut, gasket TOTAL LOT F LOTG 1 6" to fit DI w/meg lug complete w/bolts, nut, gasket 90 -DEGREE ELL'S (SXS) 62 345196 5 114" 63 34-5197 2 11/2' 64 34-5198 5 2" TOTAL LOT G Unit Unit Unit Unit Unit UNIT ACT 820 FERGUSON NATIONAL TECHLINE EACH EACH EACH EACH EACH EACH EACH EACH EACH EACH LOTH NO BIDI BUSHINGS & REDUCERS 2.34 65 345181 2 1 1/2" X 1" MPT X FPT EACH 66 345143 2 2"X 1 1/4" MIPT X FIPT EACH 67 345144 2 2"X 1 1/2" MIPT X FIPT EACH NO BID NO BID TOTAL LOT H 22.22 NO BID NO BID MJ ACCESSORY KITS 416.98 68 34-5742 1 4" came with stock #345740 EACH 69 34-5743 1 6" come with stock #345741 EACH 70 34-5744 1 8" come with stock #345745 EACH 71 1 4" to fit PVC w/meg lug complete w/bolts, nut, gasket EACH Addendum 1 4" to fit DI w/meg lug complete w/bolts, nut, gasket EACH 72 1 6" to fit PVC w/meg lug complete w/bolts, nut, gasket EACH Addendum 1 6" to fit DI w/meg lug complete w/bolts, nut, gasket EACH 73 1 8' to fit PVC w/meg lug complete w/bolts, nut, gasket EACH Addendum 1 8" to fit DI w/meg lug complete w/bolts, nut, gasket EACH DUCTILE IRON NO BIDI NO BIDI NO BIDI 2.34 4.18 NO BIO NO BID1 NO B101 3.94 ' 6.85 NO SIDI I NO SIDI NO BID 5.69 • 9.90 NO BID NO BID NO BID 12.78 • 22.22 NO BID NO BID NO BID 416.98 726.52 29.15 NO BID 30.88 27.63 26.73 ' NO BIDI NO BID NO BID 2.51 • 4.36 40.00 NO BID NO BID NO BID 2.4821139.13 NO BID 36.50 32.64 36.75 NO BID NO BID NO BID 5.58 ' 7.71 NO BID NO BID NO BID 116.141-1 198.10 1 1 NO BID NO BID NO BID 1.60 2.79 NO BID I NO BIDI NO BID 1.72 2.98 NO BIDI I NO 1301 NO BIDI 2.071 1 3.61 NO BIDI I NO BIDI NO BID 21.791-1 37.96 NO BID NO BID NO BID 2.58 • 4.45 NO BID NO BID NO BIDI 3.751-1 6.53 NO SIDI I NO SIDI NO BIDI 3.751-16. 12.54 NO BID NO BID NO BID 20.12 35.02 7.201-1 NO BID 12.00 7.90 8.09 NO BID 15.00 10.16 10.52 10.56 ' NO BID 17.00 12.15 12.54 23.26 NO BID 24.62 22.03 21.31 20.40 NO BID 21.60 19.32 • 21.31 29.15 NO BID 30.88 27.63 26.73 ' 24.70 NO BID 26.20 23.42 • 26.73 40.00 NO BID 42.46 37.99 36.75 34.40 NO BID 36.50 32.64 36.75 DI TEE'S (MJ X MJ) WITH ACCESSORIES 74 34-5123 1 6"X 6" EACH 88.70 1 1 NO BID 126.00 84.00 1 1 61.89 75 1 8"x8"x6"MJ EACH 118.20 NO BID 168.00 112.00 68.99 Itee 22ste¢spett8tse ma p will be awarded by lots. PAGE 4 MPS AND SADDLES ITEM S VCK EST. QTY. DESCRIPTION UNIT FULL CIRCLE WIDE CLAMP MUST FIT PVC, DI & C900 LOTI NO BID 34.53 TAPPING SADDLES (100% STAINLESS 26.97 76 345224 20 2" X 8", Single Band, F1-263.7.5 EACH 77 34-5225 10 2- X 12", Single Band, F1-263-12.5 EACH 78 345221 5 8" X 12" Single Band, O.D. 8.99.9.39, F1-939-12.5 EACH 79 345228 2 8" X 12 1/2', Dbl. Band, OD 8.62-9.42 96 345605 5 8"X 2" IP EACH Ford F2-942-12.5 EACH 80 345222 2 4'x 7 1/2", Dbl. Band, OD 4.44-5.24 4 10"X 2" IP EACH 99 34-5608 Ford, F2-524-7.5 EACH 81 345226 1 4"x 12', Dbl. Band, OD 4.44-5.24 98.24 NO BID 170.00 Ford F2-524-12.5 EACH 82 345223 10 6" x 7 1/2", Dbl. Band, OD 6.62-7.42 324.61 NO BID 380.00 Ford, F2-742-7.5 EACH 83 34-5227 5 6" X 12 1/2', Dbl. Band, OD 6.62-7.42 362.58 1223.85 NO BID 582.00 Ford, F2-742-12.5 EACH 84 34-5232 1 10'x12" SS Repair Clamp 101 11.02-11.44 EACH 85 345233 1 12"x12" SS Repair Clamp 101 13.10-13.50 OD EACH 86 345234 1 16'x12" SS Repair Clamp 102 17.20-18.20 OD EACH 87 34-5235 1 18"x12' SS Repair Clamp 102 19.40-20.40 OD EACH 88 345236 1 20"x12"SS Repair Clamp 102 21.40.22.40 OD EACH 89 345237 1 24"X12"SS Repair Clamp, DI or C900 EACH 90 2 16"X 12.5 Dbl. Band, OD 17.15-17.90 EACH 91 2 18" x 12.5" Dbl. Band, OD 19.23-19.98 EACH 92 2 30" x12.5 Uouble Band, UI or t;90U EACH TOTALLOTI LOT J NO BID 34.53 TAPPING SADDLES (100% STAINLESS 26.97 43.95 ' NO BID STEEL W/EXCEPT. OF GASKET) ROCKWELL, 43.51 45.60 77.55 ' POWER SEAL OR APPROVED EQUAL ONLY' 93 34-5600 2 6"X VIP EACH 94 34-5601 15 6"X 2" IP EACH 95 34-5604 1 8'X VIP EACH 96 345605 5 8"X 2" IP EACH 97 34-5606 5 2' X VIP EACH 98 34-5607 4 10"X 2" IP EACH 99 34-5608 4 12"X 2" IP EACH NO BID 145.00 TOTAL LOT J Items listed in these categories will be awarded by lots. approved equal determined by City of Georgetown Water Department representative 25022waterspecificabons7/14/2005 Unit Unit Unit Unit Unit ACT 820 Ferguson NATIONAL TECHLINE 26.57 ' NO BID 34.53 24.52 26.97 43.95 ' NO BID 49.20 43.51 45.60 77.55 ' NO BID 101.14 74.85 82.85 100.54 NO BID 121.50 88.55 115.59 51.92 NO BID 62.80 45.37 59.22 81.07 ' NO BID 96.90 71.74 93.66 80,67 NO BID 72.75 52.81 69.16 89.27 NO BID 108.70 78.92 103.02 NO BID 145.00 88.38 98.24 NO BID 170.00 103.28 116.44 NO BID 335.00 287.94 324.61 NO BID 380.00 303.82 42.52 NO BID 390.50 321.63 362.58 1223.85 NO BID 582.00 549.79 609.18 NO BID 335.00 287.324.61 NO BID 360.00 303.82 342.51 NO BID NO BID 596.78 668.41 NO BID NO BID 6,593.95 1 1 7,284.26 NO BID NO BID 54.85 32.96 ' 47.68 NO BID NO BID 60.35 47.08 ' 80.04 NO BID NO BID 65.25 33.44 " 48.37 NO BID NO BID 69.65 48.69 ' 82.38 NO BID NO BID 47.55 38.93 ' 55.00 NO BID NO BID 85.00 51.18 ' 106.32 NO BID NO BID 98.45 54.06 " 107.26 NO BID NO BID 2,400.00 1,664.62 - 2,885.55 PAGE.5 -PING SADDLES, DRESSERS AND BRASS FITTINGS . EST. ITEM # STOCK # QTY. DESCRIPTION UNIT TAPPING SADDLE /SEWER LINES 100 34-5069 5 100% RUBBER TO FIT 6", 8", 10"& 12" PIPE ATTACHED BY 2 STAINLESS STEEL BANDS WITH 4" BASE EACH LOT L NO BID 20.60 DRESSERS, STEEL BODIED, BOLTED 15.10 LOT K 34-5751 2 EACF 101 345246 10 1' EACF 102 345247 5 11/4" EACF 103 345248 7 11/2" EACF 104 34-5249 50 2" O.D. 2.30 TO 2.63 EACF 105 34-5250 5 21/2" EACF 106 34-5252 5 8" for ductile pipe/C900, wrap around, standard length EACF 107 34-5253 2 10" for ductile pipe/C900, wrap around, standard length EACH 108 345254 2 12" for ductile pipe/C900, wrap around, standard length EACH 109 345256 1 16" for ductile pipe/C900, wrap around, standard length EACH 110 34-5257 1 18" for ductile pipe/C900,wrap around standard length EACH 111 345259 1 20" for ductile pipe/C900, wrap around standard length EACH 112 NO BID 1 24" for ductile pipe/C900, wrap around standard length EACH 113 345770 1 30" for ductile pipe/C900, wrap around standard length EACH 114 345260 2 6" O.D. 6.54 -7.65 12" sleeve length EACH 128 34-5773 5 TOTAL LOT K EACH BRASS LOT L NO BID 20.60 BRASS NIPPLES IT X T) 15.10 115 34-5751 2 1"X 6" EACF 116 34-5753 15 1 1/2"X 6" EACF 117 345754 60 2X6" EACF 118 345755 12 3/4" X 3" EACF 119 34-5768 20 1 112"X 3" EACF 120 345759 80 2" X 3" EACH 121 345761 2 1"X CLOSE EACH 122 345763 20 1 1/2"X CLOSE EACH 123 345764 16 2'X CLOSE EACH 124 345765 2 2 1/2"X 6' EACH 125 NO BID 5 2 1/7 X 3" EACH 1,557.00 NO BID NO BID TOTAL LOT L 550.00 LOT M NO BID 160.00 BRASS 45 -DEGREE ELL'S (T X T) 54.51 126 345770 2 1" EACH 127 345772 5 2" EACH 128 34-5773 5 11/2' EACH TOTAL LOT M Items listed in these categories will be awarded by lots. Unit Unit Unit Unit Unit • ACT B20 FERGUSON NATIONAL TECHLINE 1-[--- 23.85 1 NO BID 1 25.00 1 18.18 13.20 NO BID 20.60 13.49 ` 15.10 14.30 NO BID 22.00 14.09 ' 15.81 16.50 NO BID 25.60 16.85 ' 18.87 17.60 NO BID 31.00 17.79 ' 19.70 24.201 NO BID 47.00 23.00 ' 33.04 63.80 NO BID 95.00 46.74 ' 62.90 88.00 NO BID 138.00 56.90 ' 87.33 105.60 NO BID 163.00 64.17 ` 99.76 231.00 NO BID 330.00 200.22 ' 216.09 288.20 NO BID 478.00 211.02 ` 228.80 396.00 NO BID 575.00 223.10 ' 279.64 451.00 NO BID 950.00 382.02 ' 349.56 1,557.00 NO BID NO BID 419.26 ' 550.00 104.00 NO BID 160.00 109.58 54.51 5,157.40 NO BID I NO BID 1 3.458.42 ' 3934.13 3.43 NO BID NO BID 3.17 ' 4.01 6.16 NO BID NO BID 5.59 ' 7.07 7.75 NO BID NO BID 7.18 ' 9.08 1.25 NO BID NO BID 1.14 ' 1.45 3.13 NO BID NO BID 2.90 ' 3.67 4.01 NO BID NO BID 3.72 ' 4.70 1.08 NO BID NO BID 1.00 ' 0.85 2.11 NO BIDI NO BIDI 1.95 *1 2.48 3.21 NO BID NO BID 2.99 ' 3.77 15.56 NO BID NO BID 14.43 ' 18.25 M. NO BID 8.24 ' 1 1,133.90 NO BID NO BID 1,049.17 ` 1325.84 1.96 NO BID NO BID 1.83 ' 2.06 6.35 NO BID NO BID 5.93 ` 6.67 N ID ID 3.66 4.11 57.071 NO BID I NO 13101 51.611-158.02 r^l o -0R 0 r1I 11nR ITEM JOK EST. 0 QTY. LOT N 129 130 131 LOT O 132 133 134 135 DESCRIPTION BRASS 90 -DEGREE ELL (TXT) 34-5776 5 1" 345778 5 11/2" 345779 2 2" EACH 137 TOTAL LOT N 15 1 1/2" X 1" MPT X FPT threaded bushing BRASS TEE'S (TXTXT) 34.5785 7 1" 34-5788 2 1 1/2" 34-5787 150 2 34.5789 2 212" 2 TOTAL LOT P TOTAL LOT 0 UNIT EACH EACH EACH EACH EACH EACH EACH LOT P NO BID NO BID BRASS BUSHINGS 1.87 136 345791 20 1 12" X 3/4" MtPT X FIPT EACH 137 34-5792 15 1 1/2" X 1" MPT X FPT threaded bushing EACH 138 345793 250 2"X 1" MIPT X FIPT EACH 139 34-5795 15 2" X 1 1/2" MIPT X FIPT EACH 1300 METER ADAPTER, 3/4" X 1", FD A34 EACH 2 TOTAL LOT P TOTAL LOT S LOTO 345326 10 BRASS COUPLINGS (TXT) EACH 140 345796 25 1" EACH 141 345797 6 11/4" EACH 142 345798 5 112' EACH 143 34-5799 5 2" EACH Items listed in these categories will be awarded by lots. TOTAL LOT Q Unit t Unit Unit Unit ACT FERGUSON NATIONAL TECHLINE 2.03 NO BID NO BID 1.67 ' 1.87 3.83 NO BID NO BID 3.31 6.06 6.09 NO BIO NO BID 5.39 3.72 41.48 NO BID NO BID 35.68 ' 47.09 2.73 1 NO BID NO BIDI 2.361*1 2.66 5.16 NO BID NO BID 4.56 ' 5.13 8.35 NO BID NO BID 7.47 ' 8.39 16.20 NO BID NO BID 14.511-1 16.81 1,314.33 NO BID NO BIDI 1,175.16 *1 1.321.00 2.69 NO BID I NO BIDI 2.47 1 2.77 2.20 L NO BID I NO BID 2.02 2.26 3.93 NO BID I NO BIDI 3.597 4.03 3.25 NO BID NO BID 2.991 3.36 1,118.05 NO BID NO BIDI 1,022.5 1,147.2 1.54 1 NO BID I NO BID 1.41 ' 1.57 2.40 1 NOBID NO BID 2.19 ' 2.47 3.33 NO BID NO BID 2.99 3.36 5.36 NO BID NO BID 4.91 ' 5.52 96.35 NO BID NO BID 87.89 34-5653 LOT R BRASS DRESSERS, 3 -PART COMP (MUST BE FORD) 144 34.5255 75 1", Ford C44 -44-G EACH I NO BID I I NO BID 1 8.04 6.92 ' 7.67 TOTAL LOT R I NO BID I I NO BID 1 603.001 519.00 575.25 LOT S NO BID BRASS METER SPUDS (MUST BE FORD) 145 34-5511 2 3/4'X 3", C38-23.3 EACH 146 34-5508 1000 3/4'X 8 1/2", C38.2-3.8.5 EACH 147 345327 5 3/4"X 1 1/2", C38-23-1.5 EACH 148 34-5328 40 1" X 3", C38.44-2.62 EACH 149 345332 30 1" X 8 12", C38.44-8.5 EACH 150 34-5653 1300 METER ADAPTER, 3/4" X 1", FD A34 EACH 2 1 12" MT X 1 1/2" COMP, C84-66-6 TOTAL LOT S 156 LOT T NO BID 4.55 BRASS ADAPTERS (MUST BE FORD) NO BID 151 34-5307 10 3/4' MPT X COMP., C84-33-6 EACH 152 34-5308 20 1' MT X 1" COMP C84-44 EACH 153 34-5309 15 1" FT X 1" COMP, C14-446 EACH 154 34.5310 1 1 12" FPT X COMP, C14.66-6 EACH 155 345311 2 1 12" MT X 1 1/2" COMP, C84-66-6 EACH 156 345326 10 3/4" FEMALE ADAPT. X COMP, C14-33.6 EACH 157 345322 100 1"X 1" MIPT BY CTS GRIP JOINT 23.78 NO BID NO BID 1,540.35 FORD CATALOG L84 -44-G EACH 158 345622 2 2" MALE ADAPTER z COMP EACH TOTAL LOT T Items listed in these categories will be awarded by lots. NO BID NO BID 4.55 3.91 ' NO BID NO BID NO BID 9.65 8.31 ` NO BID NO BID NO BID 4.26 3.67 ' NO BID NO BID NO BID 5.75 4.97 • NO BID NO BID NO BID 13.05 11.25 ' NO BID NO BID NO BID 3.68 3.17 ' NO BID NO BID NO BID 15,079.40 12,993.47 NO BID NO BID NO BID 5.76 4.97 • 5.50 NO BID NO BID 6.83 5.89 ' 6.52 NO BID NO BID 8.25 7.09 • 7.85 NO BID NO BID 1.90'2 20.88 NO BID NO BID 17.25 14.74 ' 16.32 NO BID NO BID 6.10 5.22 5.78 NO BID NO BID 10.55 9.06 • 10.02 NOBID NO BID 25.00 21.48 23.78 NO BID NO BID 1,540.35 1,323.34 1 11,464.03 PAGE 7 &S ITEM STOCK EST. QTY. DESCRIPTION Unit Unit UNIT ACT B20 LOT U HOSE BIBS 159 34-5700 2 1/2" ROUGH BRASS, MALE THREAD EACH 160 34-5701 5 3/4" ROUGH BRASS, MALE THREAD EACH TOTAL LOT U Unit Unit FERGUSON NATIONAL Unit TECHLINE NO BID IN BID 3.50 3.47 1.24 NO BID NO BID 3.50 3.731 1 1.341- 24.501 25.591 1 9.181* 172 10 GATE VALVE, 1" HAMMOND 173 345316 20 BRASS GATE VALVE, 2" WHEEL TYPE 174 34-5313 40 BRASS VALVE ADAPTER, FORD MCDONALD 6122, OT67 Items listed in these categories will be awarded by lots. approved equal will be determined by City of Georgetown Water Dept. representative 25022waterspecifications7/14/2005 EACH 1 44.751 NO 810 45.001 33.52 NO BID EACH 1 7.301 NO BIDI 7.101 6.091-1 NO BID BRASS FITTINGS ALL TO BE BALL VALVE CONFIGURATION EXCEPT ANGLE STOPS) ALL CURB STOPS STRAIGHT OR ANGLE WILL HAVE LOCKING WINGS) ALL MUST BE BY COMPRESSION) ALL COMPRESSION CONNECTIONS MUST BE FORD OR APPROVED EQUIVALENT UNLESS OTHERWISE NOTED) 161 34-5300 120 1" ANGLE STOP (FORD KV43-444-W-G) COMP X METER NUT, FORD BRAND ONLY EACH NO BID NO SIDI 20.961 18.06 17.69 ' 162 345324 200 1" STRAIGHT CURB STOP (FORD B43 -444 -W -G ) COMP X METER NUT, FORD BRAND ONLY EACH I NO BIDI NO BID 39.231 33.791 133.37 163 345325 40 1" STRAIGHT CURB STOP (FORD B11 -444W) FPT X FPT, FORD BRAND ONLY EACH I NO BIDI NO BiDI 31.601 27.211 1 23.67 ' 164 34-5660 5 1" CORP COCK CCTHD W/BALL VALVE X COMP, FORD F1000, FORD BRAND ONLY EACHI NO BIDI NO BID 1 24.501 16.80 ' 20.07 165 34-5661 5 2" CORP COCK IPTHD W/BALL VALVE X COMP. WITHOUT HANDLE, FORD F1100 EACH NO BID NO BID 83.00 71.48 ' NO BID 166 345301 10 1" BALL VALVE COMP CTS X FIPT, FORD BRAND ONLY EACH I NO BIDI NO BID 1 34.351 30.301•1 NO BID 167 34-5302 50 1" CORP STOP MPT X COMP. EACH I NO BIDI NO BID 24,501 16.801-1 20.07 168 345318 2 1 1/4" SCRWD STRAIGHT CURB STOP WITHOUT HANDLE FORD B11 -555-W ) EACH NO BID NO BIDI 52.00 40-20T-F--35.73 169 345319 5 1 1/2" SCRWD STRAIGHT CURB STOP LEVER HANDLE WITHOUT HANDLE BRASS (FORD B11 -666-W) EACH NO BID NO BIDI 58.451 50.35 49.70 ' 170 345320 50 2" FXF BRASS BALL VALVE, JONES 1900 OR FORD 011-777-W EACH I NO BIDI NO BID 85.101 73.301 1 72.38 ' 171 345317 10 GATE VALVE, 3/4" HAMMOND 172 10 GATE VALVE, 1" HAMMOND 173 345316 20 BRASS GATE VALVE, 2" WHEEL TYPE 174 34-5313 40 BRASS VALVE ADAPTER, FORD MCDONALD 6122, OT67 Items listed in these categories will be awarded by lots. approved equal will be determined by City of Georgetown Water Dept. representative 25022waterspecifications7/14/2005 EACH 1 44.751 NO 810 45.001 33.52 NO BID EACH 1 7.301 NO BIDI 7.101 6.091-1 NO BID PAGE 8 - CK EST. St Unit Unit Unit ITEM # # QTY. DESCRIPTION UNIT ACT B20 FERGUSON NATIONAL WEDGE GATE VALVES W/ GLANDS & GASKETS WITH ACCESSORY KITS, WATEROUS 500 OR APPROVED EQUAL ONLY 175 345740 1 4" includes accessory kit (MJxMJ) EACH 176 34-5741 1 6" includes accessory kit (MJxMJ) EACH 177 34-5745 1 8" includes accessory kit (MJxMJ) EACH 178 6 1 10" Includes accessory kit (MJxMJ) EACH 179 FIRE HYDRANT BREAKABLE KIT, 1 12" Includes accessory kit (MJxMJ) EACH 180 198 1 6" Includes accessory kit - MJ x FLG EACH 6.65 11.22 FLEXIBLE COUPLINGS 199 181 345067 5 4" CLAY X 4" PVC (Rex Reel Adjustable) EACH 182 345070 6 6" CLAY X 6" PVC/Cl Repair Coupling EACH 183 345071 2 4" PVCICI X 4' PVC/CI Repair Coupling EACH 184 345072 10 6" CI/PVC X 6• CI/PVC (Rex Reel Adjustable) EACH 185 345068 1 6" CLAY X 4" CI/PVC Repair Coupling EACH 186 345080 4 8" Cl/PVC X 8• Cl/PVC COUP (Rex Reel Adjustable) EACH 187 34-5081 1 8" CLAY X 8" CI/PVC Repair Coupling EACH 188 1 10" CLAY X 10"CI/PVC Repair Coupling EACH LOT V RUBBER WATER METER WASHERS 0 34-5505 25 314" X tlt6" , 100/PKG EACH 190 345506 15 3/4" X 1/8", 100/PKG EACH 191 345507 25 1" X 1/8", 100/PKG EACH TOTAL LOT V FIRE HYDRANTS MUST BE AMERICAN DARLING, KENNEDY OR CLOW ONLY ALL FIRE HYDRANTS MUST BE FACTORY EACH EACH EACH EACH Unke TECHLINE NO BID AND PRIMED AND PAINTED SILVER 192 2 3 1/2' BURY 193 12 4' BURY, AMERICAN DARLING B84B, SILVER 194 8 FIRE HYDRANT METERS W/ 2" VALVE 195 6 HYDRANT BACKFLOW PREVENTER 196 5 FIRE HYDRANT BREAKABLE KIT, 197 746.48 HYDRANT B84, PART 84-29-45, AMERICAN DARLING 198 5 FIRE HYDRANT BREAKABLE KIT, 6.65 11.22 HYDRANT B26, PART 62-29-15, AMERICAN DARLING 199 5 FIRE HYDRANT BREAKABLE KIT 11.22 NO BID HYDRANT, KB1D, Part K-8149 KENNEDY 200 2 4' CLOW MEDALLION Hydrant 201 2 FIRE HYDRANT BREAKABLE KIT, 13.08 For 4' CLOW MEDALLION EACH EACH EACH EACH Unke TECHLINE 3.41 1 NO BID 245.00 239.79 241.02 7.28NO NO BID 317.00 309.01 307.91 ' M79O.00 NO BID 495.00 485.08 482.68 7.28 NO BID 768.00 746.64 746.48 7.93 NO BID 970.00 94339 6.65 11.22 NO BID 315.00 299.45 307.91 3.41 1 NO BID NO BID 2.39 2.86 7.28NO BID NO BID 5.15 6.11 3.41 NO BID NO BID 2.41 2.86 7.28 NO BID NO BID 5.15 6.11 7.93 NO BID NO BID 5.60 6.65 11.22 NO BID NO BID 7.92 9.41 11.22 NO BID NO BID 7.92 9.41 15.60 NO BID NO BID 10.73 13.08 13.501 10.001 1 2.50 7.00 NO BID 13.501 Ji 10.001 11.80 f 1 8.0011 NO BID 23.001 1 12.0011 3.75 11.00 NO BID 1,115.001 1 700.00 1 1 183.25 t 1 570.00 NO BID 999.001 1 NO BID 1 1 995.00 938.68 999.00 NO BID -FT NO BID 1,050.00 960.06 1,015.00 640.00 485.00 r 1 680 881 1 583.00 359.00 NO BID NO BIO 1 1 229.40 r I NO BID EACH 1 82.00 NO BID I I NO BID 1 1 106.45 1NO BID EACH 1 50 PVC CEMENT (PINTS ONLY) PINT 203 345722 90.00 NO BID I I NO BID 1 1 119.41 1NO BID EACHI 93.00 t I NO BID I I NO BID -T I NO BID I INO BID 2.50NO BID NO BID MISCELLANEOUS 4.11 202 34-5720 50 PVC CEMENT (PINTS ONLY) PINT 203 345722 50 PVC CLEANER (PINTS ONLY) PINT 204 345723 60 PVC PRIMER (PINTS ONLY) PINT 205 345724 250 PVC'HOT GLUE', RETRO SEAL HOT 203 OR EQUAL PINT 206 345719 35 PIPE COMPOUND, RECTOR SEAL PINT Items listed in these categories will be awarded by lots 2.50NO BID NO BID 4.25 4.11 45 NO BID NO BID 2.47 3.45 45J2. 50 NO BID 5.50 3.23 4. 2411 50 NO BID 5.50 3.99 NO BID I I 12.00 10.57 9.01 0 Page 9 - MISC. STOCK EST. Unit Unit Unit Unit Unit ITEM # # QTY. DESCRIPTION UNIT ACT B20 FERGUSON NATIONAL TECHLINE MISCELLANEOUS 207 100 ALLIANCE SERIES PLASTIC METER BOX W/LID 21 5/16"X15 13/16 FOR ITRON ERTS W/AMR LOCATOR ON SOLID PLASTIC LIDS, MODEL 1200 SBAMR 208 34-5800 1700 PLASTIC LID FOR 1200 ALLIANCE SERIES FOR ITRON ERTS W/AMR LOCATOR ON SOLID PLASTIC LIDS, MODEL 1200SBAMR.LID 209 34.5801 85 PLASTIC BOX FOR 1200 ALLIANCE SERIES MODEL 1200 210 30 DFW PLASTICS 12 3/8" ROUND LID FOR ITRON ERTS W/AMR LOCATOR SLOT ON SOLID PLASTIC LID, MODEL DFW-18 AMR -LID 211 30 DFW PLASTICS 16"X11" CEMENT BOX REPLACEMENT LID FOR ITRON ERTS W/AMR LOCATOR SLOT ON SOLID PLASTIC LIDS, MODEL DFW36SBSM-LID 212 25 ALLIANCE SERIES PLASTIC METER BOX W/UD 25 1/4 X 19 3/8" FOR ITRON ERTS W/AMR LOCATOR ON SOLID PLASTIC LIDS, MODEL 1500.SBAMR 213 10 PLASTIC LID FOR 1500 ALLIANCE SERIES FOR ITRON ERTS W/AMR LOCATOR ON SOLID PLASTIC LIDS, MODEL 1500.SBAMR.LID 214 15 DFW PLASTICS 20" ROUND LID FOR ITRON ERTS W/ AMR LOCATOR SLOT ON SOLID PLASTIC LIDS DFW-20-AMR-LID 215 10 PLASTIC BOX FOR 1500 ALLIANCE SERIES 216 100 MUSHROOM VALVE CAPS, 6" 217 20 JUMBO DOUBLE METER BOX, 1500 for dbl serv, w/lids covers for Itron ERTS 218 34-5900 30 HAND PUMP, BECKSON 136PF-6 Items listed in these categories will be awarded by lots. Any "No Bid" within a lot is considered a "No Bid" for the entire lot. Awarded Vendor NO BID Hughes Supply NO RESPONSE Master Meter World Pipe, Inc. EACH 1 13.101 NOBIDI 1 13.801 12.321 1 11.63 EACH 6.70 1 NO BID 1 1 7.50 1 5.971 1 5.90 EACH 8.10 1 NO BID 1 1 8.50 1 6.181 1 5.90 EACH 1 15.50 1 NO BID I I NO BID 1 14.93 14.09 EACH 1 17.90 1 NO BID I I NO BID 1 15.89 11 EACH 1 21.90 1 NO BID 1 1 25.00 1 20.51 1 1 19.36 1*1 EACH 1 25.95 1 NO BID 1 1 13.001 8.641 1 8.25 EACH EACH EACH EACH EACH 38.75 NO BID NO BID 30.36 28.65 12.90 NO BID 17.50 12.08 11.50 11.30 NO BID 12.50 10.00 11.24 21.90 NO BID 25.00 20.51 19.36 31.50 26.95 30.00 31.00 NO BID TOTAL ESTIMATED ANNUAL WATER/WASTEWATER PARTS $137,153.44 25022waterspecifications7/14/2005 Council Meeting Date: August 23, 2005 Item No. Pd.2-576& AGENDA ITEM COVER SHEET SUBJECT: Consideration and approval of a contract amendment between the City of Georgetown and Steger and Bizzell Engineering Incorporated for professional services relating to the Georgetown South and Georgetown East Substation projects. ITEM SUMMARY: Funding for construction of the Georgetown -South and Georgetown -East Electric Substations is budgeted in the 2005-2007 Electric CII'. These projects are being staged in succession so as to optimize construction and material prices. As part of the process to site these facilities, land surveying, development of water pollution abatement plans, storm water pollution prevention plans, and the development of civil engineering site construction plans will be needed for both of these substation sites. Engineering estimates for this scope of work is $50,000 SPECIAL CONSIDERATIONS: None. GUS BOARD RECOMMENDATION: GUS Board recommended approval to Council at its August 16, 2005 meeting. Approved 5- 0. Smith and Brown absent. STAFF RECOMMENDATION: Staff recommends approval of a contract amendmentbetween the City of Georgetown and Steger and Bizzell Engineering Incorporated for professional services relating to the Georgetown - South and Georgetown -East Substation projects. FINANCIAL IMPACT: Funding will be from the Electric Capital account 611-101-6619 COMMENTS: None. ATTACHMENTS: Proposed Scope of Work Submitted By: Services For Utility Steger & Bizzell Engineering, Inc. Consulting Engineers Surveyors 1978 South Austin Avenue Georgetown, Texas 78626 July 12, 2005 City of Georgetown P.O. Box 1458 Georgetown, Tx 78627 Attn.: Jim Briggs, P.E. Assistant City Manager Re: Proposed Substations Kelley Trust property Williamson County property - SE Inner Loop Dear Mr. Briggs, Telephone: (512) 9309412 Facsimile: (512) 9309416 We appreciate your consideration of Steger & Bizzell Engineering, Inc. for your civil engineering needs on these projects. It is my understanding that Steger & Bizzell Engineering, Inc. ("Engineer") wouldberesponsibleforthefollowingservices: 1. Engineer will assist with developmental meetings with the currentlandowners. 2. Engineer will provide land surveying services to the City of Georgetown for the acquisition of the two tracts of land. 3. Engineer will survey the limits of construction for both sites and prepare a drawing showing existing elevation contours. A permanent benchmark will be set on each site. We will survey and prepare a tree survey for both sites. The tree survey shall graphically identify all treesof12inchescaliperorgreater, protected trees and significant stands oftrees. 4. Engineer will prepare a Water Pollution Abatement Plan (WPAP) for submittal to the TCEQ for the Kelley Trust site and the East Substation site. 5. Engineer will prepare a Storm Water Pollution Prevention Plan for both sites. Member: NSPE TSPE TSPS ASCE Effective May 26, 2004 All Rates Per Hour) Engineer (Principal) Engineer (P.E.) Registered Surveyor Project Specialist Project Manager GIS Technician Senior Technician Engineer in Training (E.I.T.) Graduate Engineer Surveyor in Training (S.I.T.) Geologist CADD Technician/Draftsman Clerical Field Inspector 148.00 110.00 100.00 99.00 95.00 90.00 90.00 90.00 85.00 80.00 75.00 75.00 60.00 50.00 2 Man Survey Party $100.00 3 Man Survey Party $120.00 4 Man Survey Party $140.00 GPS Survey Party $150.00 NOTE: Expert Witness Fee is charged at 1.5 times hourly rate. Mileage (when appropriate) 36.5¢/mile 11 COPY COSTS Type Per Each Photo/Xerox 10 Blackline: 18 x 24 2.00 24 x 36 3.00 all other sizes 1.67 sq. ft. Mylar: 18 x 24 6.00 24 x 36 10.00 S. UimlProposalslaa RATE SCIIEDULEJUN 1004.DOC 6. Engineer will prepare construction plans for both sites. The construction plans will include, but may not be limited to the following sheets: a. Site Plan b. Erosion and Sedimentation Control Plan c. Grading and Drainage Plan d. Fencing Plan e. Landscaping Plan f. Miscellaneous Details 7. Engineer will prepare bid documents and perform bid evaluations. 8. Engineer will perform three construction site inspections on each site. Engineer will not be providing the following services: 1. Geotechnical engineering 2. Structural engineering Steger & Bizzell Engineering, Inc. will complete the preparation of the above referenced plans within 60 days of notice to proceed. Our fees are derived from our billable time spent preparing your project and are based on our published hourly rates in effect on the date that the work was performed. Our published hourly rates are subject to change without notice; however, we try to make every effort to inform Client of any change in our billing rates. For budgeting purposes only, I would estimate that Engineer's fees for the scope of services should be approximately $50,000. This estimate is not a guaranteed maximum and Engineer's fees may go above this amount due to unforeseen circumstances discovered during the project. If you should have any questions, please feel free to contact me. mc Enclosure: Rate Schedule Cc: File Agenda Item Check List N Financial Impact Agenda Item: Steger and Bizzell Engineering Services Agenda Item Subject: Contract Amendment for Steger and Bizzell Is this a Capital Improvement • Yes No Project: Council Date: 08/23/2005 link to Agenda database => Q Need Help? Was it budgeted? 0 Yes No Is it within the approved budgeted amount? Yes No If not, where is the money coming from? G/L Account Number 611 Budget Amount Going to Council $ 50,000.00 Is there something (budgeted) that won't get Yes 0 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: 2006 and beyond If so, how? Yes • No Yes No Department: Georgetown Utility Systems City owned substations, will not be subject to transformation charges with current transmission G Council Meeting Date: August 23, 2005 Item No.y" AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award the bid for an annual Street Rehabilitation -Concrete contract to J&A Construction Company for $253,734.20. ITEM SUMMARY: Bids were received to cover Concrete curbing, rip -rap and flat work on Scheduled and unscheduled street maintenance for (1) year. Concrete installation and repair will be done on an as needed basis. The bid price was for estimated amounts. The actual cost for concrete work will be determined by the amount of work completed using unit prices bid. This contract will promote a more timely response to concrete repair tickets when the in-house crews have a backlog. Curbs can be added to streets where point repairs are needed to prevent farther road deterioration. The contractor can be used in conjunction with in house projects to increase productivity. J&A construction has previously performed satisfactory work for the City of Georgetown. The latest example being the Curbs installed on the new Main Street Parking Lot. Therefore, staff requests a GUS Board recommendation to award the annual bid for the Street Rehabilitation -Asphalt contract to J&A Construction Company for an amount not to exceed $253,734.20. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funds for this contract service will come out of the Capital funds relating to Street repairs as needed. These may include Account Numbers 1345801-00 Unscheduled street maintenance 1345801 -RF Scheduled Road Failures 134580400 Overlay 134 -5801 -CR Curb repair/replacement GUS BOARD RECOMMENDATION GUS Board recommended approval at the August 16, 2005 meeting. Approved 5-0. Smith and Brown absent. STAFF RECOMMENDATIONS Staff recommends approval of the agreement. COMMENTS: None ATTACHMENTS: 1. Engineers Letter of recommendation 2. Bid tab Submitted By: Mark Miller Jim Transportation Services Manager Ass Utilities a Council Meeting Date: August 23, 2005 Item No.t AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award the bid for an annual Street Rehabilitation -Asphalt contract to H. Deck Construction Co. for $333,067.50. ITEM SUMMARY: Bids were received to cover asphalt patching and overlay work on scheduled and unscheduled street maintenance for (1) year on an as -needed basis. The bid price was for estimated amounts. The actual cost for asphalt work will be determined by the amount of work completed using unit prices bid. This contract will promote a more timely response to patch tickets when the in-house crews have a backlog of repair tickets. Overlays can be performed on roads that are too large to be done with in-house services or on roads requiring a better ride quality than the City equipment can provide. The contractor can be used in conjunction with inhouse projects to increase productivity. H. Deck has previously performed satisfactory work for the City of Georgetown and is presently working on the City s 2005 Street Overlays Project. Therefore, staff requests a GUS Board recommendation to award the bid for the Street Rehabilitation -Asphalt contract to H. Deck Construction Company for an amount not to exceed $333,067.50 SPECIAL CONSIDERATIONS: NONE GUS BOARD RECOMMENDATION: GUS Board recommended approval at the August 16, 2005 meeting. Approved 5-0. Smith and Brown absent. STAFF RECOMMENDATIONS Staff recommends approval of the agreement. FINANCIAL IMPACT: Funds for this contract service will come out of the Capital funds relating to Street repairs as needed. These may include Account Numbers 1345801-00 Unscheduled street maintenance 1345801-00 Scheduled Road Failures 134580400 Overlay 1345805-00 Seal coat COMMENTS: None ATTACHMENTS: 1. Engineers Letter of recommendation 2. Bid tab Submitted By: Mark Miller Jimggs Transportation Services Manager Assis qty IvQk for Utilities KAKASBERG, PATRICK & ASSOCIATES, L.L.P. CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773.6667 maa®kpaengineers.com RICK N. KASBERG. P.E. R. DAVID PATRICK, P.E. August 10, 2005 Mr. Mark Miller Manager of Transportation Systems City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown 2005 General Services - Asphalt Georgetown, Texas Dear Mr. Miller: Attached are the Bid Tabulation Sheets for the bids received at 2:00 PM on Thursday, August 4 2005 for the above referenced project. Three bids were received for the contract, with H. Deck Construction Company the low bidder. H. Deck Construction Company has completed numerous projects satisfactorily for the City of Georgetown. Many of these projects have involved work very similar to this contract. As you are aware, this contract is for general services to be authorized by the City of Georgetown on an as needed basis. We have reviewed the current workload and construction history of H. Deck Construction Company as well as contacted several references. As a result of our findings and the fact that they have satisfactorily completed a number of projects for the City of Georgetown, we recommend that a contract be awarded to H. Deck Construction Company for the budget amount that you desire. The unit prices bid for the contract will be used for establishing the cost of each individual work order for the City of Georgetown. If you have questions, please call. Sincerely, R. David Patrick, P.E. RDP/rdp 2005-123-30 BID TABULATION "A35-l23,Al CITY OF GEORGETOWN, TEXAS STREET REHABILITATION - ASPHALT August 4, 2005 2:00 PM ASPHALT WORK H. Deck Comlruclion Co. 1601 Oxford Blvd Round Rock, TX 78664 BIDDER A Rmnming Paving Company Lid 16409 Bntwn Lane Austin, TX 76728 Wheeler Coatings Asphalt, Inc. 3099 N. 1H 35 Round R. TX 78664 ItemNo. Fstimnted Unir Bid Dam D,,c,,ruvn Um't Price Everted Amount Unit Price Exten4d Amaou UnitPrice ExtendedAmouru I 12 Polallunation, Bonds and Insurance000.00 E 12,000.00 S 2,000.00 S 24,000.00 1.750.00 S 21,000.00 2 20 LF Install. Maintain and Remove Rork Berm 40.00 8110.00 50.00 1000.00 90.00 1.800.00 3 7 EA Install, Mainnain and Remove laic Protection 150.00 1 050.00 100.00 700.00 700.00 1.400.00 4 100% LS Barricades and Traffic Control Plan Irrarilementation 10,000.00 109000.00 10 000.00 10 000.00 10,000.00 10,000.00 5 100% LS Administer & Implerrcu Sto mwater Pollution Plan, ImIuding Submlulon to and Receiving Penni ie. Notice of Intent from TCE 2,000.00 2,000.00 2.000.00 2.000.00 2.000.00 2,000.00 6 1,170 LF Saw Cut Asphalt 1.00 1.170.00 3.00 3.510.00 2.21 2,632.50 7 345 SY Roadwa Sub de Rdubilirsdon According to Specifications 5.50 12,247.50 30.00 10 50.00 98.90 34,120.50 8 31,300 SY 2 -inch T 'D' HMAC Oveda 8.50 266,050.00 7.50 234,750.00 8.65 270.74S 00 9 65 EA lAdjumU Existing water Valves to Oradt 250.00 16 250.00 500.00 32,500.00 400.00 26.000.00 10 30 EA JAjdusa F=ing Manholes to Final Grade 1 350.00 10,500.00 1.500.00 45 000.00 1,300.0033,000M Le annengve Wit ettwum W 2 . 3.00 600.00 TOTAL BID AMOUNT ASPHALT WORK (Items I. 11) S 333,067.50 1 S367,81000 S 403,298.00 Did Bidder Acknowledge Addenda No. 17 YES YES I YES I Did Bidder mvide secuni . I hereby cenify that this is a correct and tme tabulation of all bids received. Kasberg, Patrick & Associues, LLP impact? Year: If so, howl Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Department: Cross -divisional impact: Yes 9 No If so, what division(s)? Prepared by: Mark Miller Date: 08/17/2005 Agenda Item Checklist. Approved on 08/17/2005 Approvers rritle ssigned Notified JRecelved IStatusChanned Status Jim Briggs Assistant City 08/17/2005 08/17/2005 08/17/2005 08/17/2005 Approved Jose Lara Manager 08/17/2005 08/17/2005 08/17/2005 08/17/2005 Approved Utility Financial Analyst Approval Cycle Settings Council Meeting Date: August 23, 2005 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve the offsite utility construction cost sharing agreement between the City and San Gabriel Harvard, LP. ITEM SUMMARY: San Gabriel Harvard, L.P. is the developer for Shadow Canyon, a 1,105 -unit subdivision consisting of 675 single family units and 430 multi family units, which received preliminary plat approval December 14, 2004. The developer will need to construct offsite wastewater improvements to provide service to the development. The Line Extension Policy (Section 13.09.030 of the UDC) requires that developers install water and wastewater lines that meet the current master plans for each utility. The policy also provides for potential cost participation by the City if the lines are larger than that which would be needed to serve the development alone oversized). The City and developer are negotiating terms of a cost participation agreement that would require that: 1) The City applies and the Developer accepts the new Wastewater Impact Fee (currently under review and scheduled for adoption during October, 2005) as the impact fee effective for all units in the development. 2) The Developer builds the oversized infrastructure. 3) The City will provide impact fee credit for infrastructure that is included in its new 10 -year CII' for all connections made in the development. 4) The City will provide an annual reimbursement to the developer from Wastewater Impact Fees collected from other connections to the offsite infrastructure over a ten year period. The total cost of off-site improvements is estimated to be $1,900,427.00 with the City reimbursing a maximum of $1,473,111.00 over a multi-year period. SPECIAL CONSIDERATIONS: Agreement will only be effective if new Impact Fees that include the offsite infrastructure are enacted. FINANCIAL IMPACT: Funds will come from the Wastewater Impact Fees. GUS BOARD RECOMMENDATION: GUS Board recommended approval at the June 9, 2005 meeting. Approved 6-1. Smith opposed. STAFF RECOMMENDATIONS Staff recommends approval of the agreement. COMMENTS: None ATTACHMENTS: Deal Points Contract Submitted By: Glenn W. Dishong Water Services Manage;/ Assistant City NIk4gAFor Utilities r SHADOW CANYON AGREEMENT DEAL POINTS Shadow Canyon will receive wastewater service from City of Georgetown Shadow Canyon will construct Offsite improvements (South San Gabriel Interceptor) o Single 21” line o From Wolf Ranch to western extent of development Shadow Canyon will be assessed the new impact fee adopted on Oct 1, 2005 Shadow Canyon will receive an impact fee credit for the construction of the Offsite Improvements o If new impact fee includes the cost of the improvements o For all connections in the development Shadow Canyon will receive cost reimbursement for the construction of the Offsite Improvements o If new impact fee includes the cost of the improvements o For all connections using the Offsite Improvement, outside the development for a 10 year period Shadow Canyon Cost Reimbursement Agreement Exhibit "B" Construction Estimate and Cost Reimbursement Calculation Project: Shadow Canyon Wastewater Description Unit Price Quantity Total Construction 21" SDR 26 Piping_ 120.001 12,100 1,452,000 Trench Safety 1.00 12,100 12,100 Standard Manhole 4,200.00 28 117,600 Extra Depth for Manholes 150.00 100 15,000 Sift Fence 2.00 12,100 24,200 Restoration 0.75 7,500 5,625 Contingency (10%) 162,653 Design Engineering & Environmental 73,250 Design Survey 24,000 Permitting 14,000 TOTAL ESTIMATE 1,900,428 Total Cost Estimate: 1,900,427 Flaw (g/day) Master Plan Pipe Size: 21 5,320,969 Pipe needed for Property: 12 1,196,435 Maximum Reimbursible Proportional Cost (estimate): 1,473,111 Remaining flow available: 4,124,534 Gallons per connection: 280 Peaking factor: 4.0 Total Service Units available: 3,683 Cost Reimbursement per Service Unit (estimate): 400 STATE OF TEXAS § OFFSITE UTILITY CONSTRUCTION COST REIMBURSEMENT COUNTY OF WILLIAMSON 4 AGREEMENT FOR SHADOW CANYON 1. The parties to this Offsite Utility Construction Cost Reimbursement Agreement for Shadow Canyon (the "Agreement") are the CITY OF GEORGETOWN, a Texas Home Rule Municipal Corporation (the "City"); and San Gabriel Harvard, L.P., an Arizona limited partnership ("Developer"). Recitals 2. WHEREAS, the Developer is the owner of the property consisting of approximately 306 acres (+/-) for which the City Council approved a Preliminary Plat for the project to be known as Shadow Canyon (the "Property") on December 14, 2004, a copy of which preliminary plat is attached hereto as Exhibit "A "; and 3. WHEREAS, the City's Unified Development Code ("Code") requires that the Developer extend wastewater lines that satisfy the current Wastewater Master Plan and the needs for the Property at Developer's expense; and 4. WHEREAS, Section 13.09.030(C )(1) of the Code also provides that: "The City may, at its sole discretion, participate with the sub -divider in the cost of oversized facilities based upon, but not limited to the following factors: (1) the approved utility budget for the current year, (2) the ability of the specific utility to fund any future costs, (3) the degree to which the project conforms to and accomplishes the utility 5 -year CIP priorities (4) the degree to which the project accomplishes the utility Master Plan, and (5) the impact to system operations;" and WHEREAS, Section 13.09.030(D) of the Code also states, "When the sub -divider constructs line extensions included in the ten-year Impact Fee CIP, the sub -divider may be eligible for an Impact Fee Credit on the fee assessment for each lot in the planned development. Impact Fee Credit shall be calculate based upon the number and size of service connections and the allocation of costs in the most recent Impact Fee Calculation;" and 6. WHEREAS, a 12" wastewater line is necessary to serve the Property, and the City's current Wastewater Master Plan requires the installation of a 21" wastewater gravity collection main from IH -35 to the Property and beyond (the "South San Gabriel Interceptor"); and WHEREAS, the portion of the South San Gabriel Interceptor from its inception at the Lift Station west of IH -35 to the westemmost edge of the property being developed as the Wolf Ranch shopping center is currently under construction pursuant to the terms of that certain Development Agreement between the City and Forestville Associates; and Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 1 of 13 8. WHEREAS, the City's current 10 -year Impact Fee CIP provides for the extension of the South San Gabriel Interceptor to the Property some time after 2010, but the City staff is currently in the process of updating the Impact Fee CIP and anticipates that the extension will be included in the new 10 -year Impact Fee CII' and Impact Fee amount that is expected to be presented to the City Council in time for possible adoption by October 1, 2005; and 9. WHEREAS, Developer has agreed to construct the extension of the 21" South San Gabriel Interceptor beginning at the westernmost edge of the Wolf Ranch shopping mall property and ending at the westernmost edge of the Property (such extension being hereinafter referred to as the "Offsite Wastewater Improvement") to service the needs of the development on the Property as well as the surrounding area and to finance the design and construction of such improvement in accordance with this Agreement; and 10. WHEREAS, in order to obtain approval for City wastewater utility service to the Property, Developer has requested the approval of wastewater utility service extensions necessary to connect the Property to existing City wastewater utility facilities with reimbursement for the wastewater lines included in the City's Impact Fee calculation; and 11. WHEREAS, if the City Council approves a New Wastewater Impact Fee as described in Paragraph 23 below, and after considering the factors set forth in Section 13.09 of the Code, the City Council finds and determines that it would be appropriate to reimburse Developer for utility line costs in accordance with the terms of this Agreement; and 12. WHEREAS, the City and Developer are entering into this Agreement to more particularly set forth the rights and obligations of the City and Developer with respect to the design, construction, and payment for the Offsite Wastewater Improvement; and 13. WHEREAS, this Agreement is necessary to protect the health, safety, and general welfare of the community and to limit the harmful effects of substandard subdivisions; to facilitate Developer's construction of the offsite wastewater facilities; and to protect the City from bearing any unnecessary expense of constructing or completing subdivision improvements; and 14. WHEREAS, this Agreement is authorized by and consistent with state law and the City's other ordinances, regulations, and other requirements governing development of subdivisions and provision of utility services to customers of Georgetown Utility Systems. NOW, THEREFORE, IN CONSIDERATION of the foregoing recitals and the mutual covenants, promises, and obligations by the parties set forth in this Agreement, the parties agree as follows: Design and Construction Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 2 of 13 15. Developer agrees to arrange for a professional engineer registered in the State of Texas to prepare design drawings and bid documents for the construction and installation of the Offsite Wastewater Improvement. Except as otherwise provided herein or agreed upon by the City and Developer, the Offsite Wastewater Improvement shall be designed in conformance with the City's design criteria, construction standards, and specifications for utility construction (including, without limitation, environmental protection requirements such as erosion controls and site restoration). The City shall be authorized to review and approve the design drawings (which approval shall not be unreasonably conditioned, withheld or delayed). 16. Developer shall diligently attempt to obtain all easements necessary for the construction of the Off-site Wastewater Improvement at Developer's expense, except that the City will make available, at no cost to Developer, the right to use any rights of way or easements held by the City. If Developer is unable to obtain all required off-site easements, the City shall attempt to acquire the easements, using its powers of eminent domain if necessary, at Developer's sole expense; provided specifically that such expenses shall include but not be limited to City staff time for oversight and project management; attorneys' fees; survey fees and expenses; appraisal fees and expenses; expert fees and expenses, and all other fees, costs and expenses associated with the acquisition. 17. Developer shall competitively bid the project in accordance with all applicable City procedures. Developer shall enter into a contract for the construction of the Offsite Wastewater Improvement in accordance with the terms and conditions of this Agreement and with the approved construction plans. Any and all change orders shall be jointly agreed to by the City and the Developer. 18. Developer shall exercise reasonable diligence to assure the substantial completion of the Offsite Wastewater Improvement and acceptance of the improvement(s) by the City occurs on or before October 1. 2008. 19. The City shall have the right to inspect the construction of the Offsite Wastewater Improvement, and, upon completion of the final stage of construction in accordance with all applicable City, state and federal standards, Developer may request that City finally accept the improvements. Fiscal Surety 20. Developer shall post fiscal security in the form of an irrevocable Letter of Credit in the amount of 110% of the estimated cost for design and construction of the Offsite Wastewater Improvement to secure the proper design and actual completion of the Offsite Wastewater Improvement in accordance with the terms of this Agreement. Developer agrees to post such fiscal security within ten (10) days of the Effective Date of this Agreement. Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 3 of 13 21. If the construction of the Offsite Wastewater Improvement proceeds in discrete phases as defined in the approved Plans and Specifications and the construction contract), the fiscal security may be reduced by an amount equal to the cost of the completed work for each defined phase of construction, at the written request of the Developer (such requests to be made no more frequently than once every three (3) months) and if Developer is not then in Default under this Agreement or the letter of credit or other obligations relating to the project. 22. If at any time during the course of the work on the Offsite Wastewater Improvement the cost estimate for the remaining work exceeds, or is expected to exceed, the amount of the Letter of Credit, the City shall so advise Developer in writing, and Developer shall remit, within thirty (30) days of the receipt of the notice, a new or replacement Letter of Credit for the required amount. Impact Fees 23. Impact Fees associated with development on the Property shall be those newly revised impact fees adopted by the City Council in 2005, except that the Wastewater Impact Fee shall be reduced by an Impact Fee Credit, currently estimated at $400 per service unit as shown in "Exhibit B". Construction Cost Reimbursement 24. The City and the Developer have estimated the actual design and construction costs for the Offsite Wastewater Improvement, (excluding items such as, but not limited to, financing, interest, fiscal security, accounting, project management, inspections, permits, and legal services) to be $1,900,427.00 as shown on "Exhibit B." The parties acknowledge that the actual costs may be greater or less than $1,900,427.00 and further agree that such cost underages or overages shall be addressed as provided for herein. 25. Developer will pay all costs associated with the design and construction of the Offsite Wastewater Improvement, subject to the reimbursement rights provided herein. The City's reimbursement obligations will extend only to the Proportional Cost associated with the capacity of the Offsite Wastewater Improvement not attributed to the Property and subject to the terms of this Agreement. For the purposes of this Agreement, the terns Proportional Cost" as used herein shall mean the product of the actual construction cost of the Offsite Wastewater Improvement and one minus the percentage obtained by dividing the maximum flow of a pipe sized for the Property by the maximum flow of Offsite Wastewater Improvement as shown in "Exhibit B." 26. Based upon the cost estimate shown in "Exhibit B," the Proportional Cost of the Offsite Wastewater Improvement, and the maximum amount subject to reimbursement under this agreement, is $1,473,111.00. In the event the costs of the Offsite Wastewater Improvement are greater or less than the estimated amounts shown on "Exhibit B," the City's reimbursement obligation to Developer will be the lesser of the actual proportional Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 4 of 13 cost of the Offsite Wastewater Improvement or the proportional cost of the Offsite Wastewater Improvement included in the wastewater Impact Fee(s). 27. The City shall not be obligated to reimburse any sums for "Contingency" shown on Exhibit B" unless and until the Developer submits a change order describing the need for the expenditure of such contingency funds, and the City's Utility System Engineering Department issues its written approval of the actual expenses shown on the change order. 28. If Developer allows work to commence on any change order before receiving City approval as required under this Paragraph , any costs incurred on that change order that are not approved by the City are not eligible for reimbursement. 29. Provided that the Developer has constructed the Offsite Wastewater Improvement and complied with the terms and conditions of this Agreement, and provided further that the City has accepted the Offsite Wastewater Improvement, then City shall pay to Developer on an annual basis, but in any event not later than January 30 of the following year, an amount based upon the Wastewater Impact Fees received by the City in that year that are specifically associated with the Offsite Wastewater Improvement from new wastewater connections served by the Offsite Wastewater Improvement off the Property. The payments to be made to Developer by the City shall be payable, if paid,'solely from annual Wastewater Impact Fees received by the City and specifically associated with the Off -Site Wastewater Improvement. The City's obligation to make payments to Developer for the Offsite Wastewater Improvement shall expire upon the earlier of (i) payment to Developer of $1,473,111.00 or the sum calculated pursuant to Paragraph 28 of this Agreement, whichever is less, and shall not include interest; or (ii) the date that is 10 years following the date of the first payment made pursuant to this Paragraph. Any payments yet to be paid after the end of the 10 year term described in this Paragraph shall be deemed unearned and the City shall have no further obligation to Developer for same. 30. Within thirty (30) days of final acceptance by the City of the Offsite Wastewater Improvement, Developer must submit a report to the City of the total costs of the project that includes the supporting information. 31. The obligations of the City under this Agreement to make payments in any fiscal year shall constitute a current expense for that fiscal year payable solely from the revenues of the Wastewater Capital Fund for that fiscal year. The obligation of the City to make payments does not constitute a general obligation or indebtedness of the City for which the City is obligated to levy or pledge any form of taxation. Default and Termination Offsite Utility Construction Cost Reimbursement Agreement I Shadow Canyon Page 5 of 13 32. Developer shall be in default under this Agreement upon the occurrence of one or more of the following events (an "Event of Default"): a. Developer fails to commence or complete design or construction of the Offsite Wastewater Improvement as provided herein; or b. Developer fails to post the required fiscal security or to increase the amount of fiscal security when requested to do so by the City under this Agreement; or C. Developer transfers or conveys the Property or a portion of the Property through foreclosure or an assignment or conveyance in lieu of foreclosure. 33. Anything in Paragraph 32 to the contrary notwithstanding, it shall be an Event of Default in the event Developer does not cure a failure described in Paragraph 32 above within fifteen (15) days of receipt of written notice thereof from the City. 34. At any time following the occurrence of an Event of Default and Developer's continued failure to cure the same, the City may provide one or more notices to Developer stating that the City intends to perform none, some or all of Developer's outstanding obligations under this Agreement for construction of the Offsite Wastewater Improvement. 35. If after notice and an opportunity to cure as provided for in Paragraph 33 of this Agreement, Developer does not commence work on the Offsite Wastewater Improvement, or commences but does not complete such work as required by the terms of this Agreement, the Developer shall be in default of this Agreement and the City shall have the right, but not the obligation, to draw on the fiscal security posted by the Developer and complete some, none, or all of the Offsite Wastewater Improvement. The City may draw on the Letter of Credit following an Event of Default to pay for the costs and expenses incurred by the City in the completion of Offsite Wastewater Improvement or to correct defects in the Offsite Wastewater Improvement. The City may perform such construction and repairs itself, or engage a third party to complete such construction and repairs on behalf of the City. 36. If the City elects to complete the Offsite Wastewater Improvement, Developer agrees to provide all plans, designs, easements, and other documents related to the design and construction of the Offsite Wastewater Improvement to the City within five (5) business days of the date that the City requests same. If the City elects to complete the Offsite Wastewater Improvement as allowed by this Agreement, the City will have no obligation to provide, and Developer shall not be entitled to receive, reimbursement for any costs or expenses incurred with regard to the Wastewater Utility Improvement. 37. If Developer does not commence or complete construction of the Wastewater Improvement as required by this Agreement, and if the City elects not to draw on the fiscal security in order to complete the Wastewater Improvement, the City will have the right, in its sole discretion, to terminate this Agreement Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 6 of 13 38. If the City elects to terminate this Agreement for reasons allowed by Paragraph 37 of this Agreement, or if this Agreement expires on its own terms before completion or acceptance of any portion of the Offsite Wastewater Improvement, the City will have no obligation to provide wastewater service to the Property and Developer shall not be entitled to reimbursement for any costs or expenses incurred with regard to the Wastewater Utility Improvement. 39. The measure of damages for breach of this Agreement by Developer is the reasonable cost of completing the Offsite Wastewater Improvement in conformance with the City's requirements, procedures, and specifications set forth herein, including without limitation, any and all associated administrative expenses, less the City's share of the costs as set out herein. For work on the Offsite Wastewater Improvement upon which construction has not begun, the estimated cost of the Offsite Wastewater Improvement shown in the bid documents will be prima facie evidence of the minimum cost of completion; however, that amount does not establish the maximum amount of Developer's liability. Ownership of Facilities 40. From and after the time of final completion and acceptance of the Offsite Wastewater Improvement by the City, the City shall own, operate and maintain the same. Developer agrees to execute and deliver to the City within 30 days after the time of final completion and acceptance of the Offsite Wastewater Improvement such bills of sale, assignments, or other instruments of transfer as may be deemed reasonably necessary by the City. Developer will also deliver all warranties secured for construction of the Offsite Wastewater Improvement. Upon execution and delivery of such instruments, Developer will have no further obligations or responsibility for the Offsite Wastewater Improvement. Within said thirty (30) day period, Developer shall also deliver to the City all bonds, warranties, guarantees, an other assurances of performance, record drawings, easements, project manuals, and all other documentation related to the Offsite Wastewater Improvement. 41. Developer agrees that the City will not accept any Offsite Wastewater Improvement burdened by any lien or any other encumbrance. Provision of Utility Service 42. The parties agree and acknowledge that from and after the time of final acceptance by the City of the Offsite Wastewater Improvement, the City, as owner of them, will operate and maintain said improvements and will provide wastewater utility service to customers within the Property subject to the conditions stated in this Agreement and according to the City's policies and ordinances, as amended from time to time. Nothing in this Agreement will be construed to limit, restrict, modify, or abrogate the City's governmental authority or ordinances respecting the operation and maintenance of its wastewater systems nor its duty to provide for the public health, safety, and welfare in the operation and maintenance of the same. Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 7 of 13 43. Upon final acceptance of the Offsite Wastewater Improvement by the City, the City agrees that Developer may after that apply for wastewater service following applicable City policies and ordinances, provided, however, that: a) This Agreement will not be construed to guarantee wastewater service to the Property; such service may be guaranteed only upon the City's approval of the Final Plat and the recording of same in the Final Plat records of Williamson County in accordance with the requirements of the Code; b) This Agreement in no way obligates the City to approve service extension requests not conforming to the requirements of the City's policies and ordinances nor otherwise binds the governmental powers of the City with respect to the approval or denial of the same; c) This Agreement does not exempt Developer, or its successors and assigns, from the requirements of any ordinance applicable to development within the acreage covered by the service extension requests; d) This Agreement does not guarantee approval of the final plat of Shadow Canyon or the approval of any other applications or permits related to the project; e) This Agreement will not be construed to create or confer upon Developer, or its successors and assigns, any ownership rights in or monopoly regarding capacity in the Offsite Wastewater Improvement, whether total or partial, after final acceptance of the project by the City; f) This Agreement will not be construed to create or confer upon Developer, or its successors or assigns, any manner of legal title to, equitable interest in or other claim of joint ownership with respect to property, whether real, personal or mixed comprising the Offsite Wastewater Improvement, after final acceptance of the project by the City; and g) This Agreement will not be construed to guarantee any particular level of service to the Property. General Provisions 44. Other Infrastructure Improvements. Developer agrees that it shall construct all other infrastructure improvements required for the project and/or the Property at its sole expense and in conformance with the Code and all other applicable City standards and requirements. 45. Remedies. The remedies available under this Agreement and the laws of Texas are cumulative in nature. Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 8 of 13 46. Third Party Rights. No person or entity who or which is not a party to this Agreement shall have any right of action under this Agreement, nor shall any such person or entity other than the City (including without limitation a trustee in bankruptcy) have any interest in or claim to the funds described in Paragraph 20 of this Agreement. 47. By submitting plans or specifications for the City for review, the DEVELOPER PARTIES (as that term is defined below) each agree to waive all claims, fully release, indemnify, defend and hold harmless the City, and all of its officials, officers, agents, consultants, employees, attorneys, and invitees in both their public and private capacities collectively, the "CITY PARTIES") from any and all liability, claims, lawsuits, demands or causes of action, including all expenses of litigation and/or settlement which may arise by injury to property or person occasioned by error, omission, intentional, or negligent act of the Developer, its officers, agents, engineers, consultants, employees or invitees collectively, the "DEVELOPER PARTIES") arising out of or in connection with submission of drainage plans, construction plans, or any other plans or specifications submitted to the City. The DEVELOPER PARTIES further agree that they each will, at their own cost and at their own expense, defend and protect the CITY PARTIES from any and all such claims, losses, damages, causes of action, suits, and liability of any kind, including all expenses of litigation, court costs and attorneys' fees for injury to or death of any person or for any damage to any property arising out of or in connection with the error, omission, intentional or negligent acts of any of the DEVELOPER PARTIES. Nothing in this provision shall waive the City's defenses or immunities under Section 101.001 et. seq. of the Texas City Practice & Remedies Code or any other applicable statutory or common law. Approval of the City Engineer or any other of the CITY PARTIES of any plans, designs or specifications submitted pursuant to the requirements of the Unified Development Code or any other provision of the City Code of Ordinances or technical manuals shall not constitute or be deemed to be a release of the responsibility and liability of any of the DEVELOPER PARTIES (as defined above) for the accuracy and competency of their designs or specifications. Such approval shall not be deemed to be an assumption of such responsibility or liability by the City for any defect in the design or specifications prepared by any of the DEVELOPER PARTIES. Approval by the City Engineer or any other of the CITY PARTIES signifies the City approval of only the general design concept of the improvements to be constructed or the drainage plan to be implemented. In this connection, the DEVELOPER PARTIES shall each indemnify and hold harmless the CITY PARTIES from any loss damage, liability or expense on account of damage to property and injuries, including death, to any and all persons which may arise out of any defect, deficiency or negligence of any of the DEVELOPER PARTIES designs and specifications to the extent prepared or caused to be prepared by any of the DEVELOPER PARTIES and incorporated into any improvements constructed in accordance therewith, or plans implemented thereby, and the DEVELOPER PARTIES shall defend at their own expense any suits or proceedings brought against any of the CITY PARTIES on account hereof, and to pay all expenses and satisfy all judgments Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 9 of 13 which may be incurred by or rendered against them, collectively or individually, personally or in their official capacity in connection herewith. 48. In addition to the foregoing Release and Indemnity, in further consideration for the City's agreement to reimburse Developer in accordance with the terms of this Agreement and other promises herein, the receipt and sufficiency of which is hereby acknowledged, Developer agrees to fully and completely release and forever discharge the City, its employees attorneys and officers, in both their individual and official capacities, and its successors, agents, representatives, servants, and any other related or affiliated persons, natural or corporate, in privity with them from any and all possible claims, demands, actions, causes of action, costs, expenses, obligations, liabilities, suits, and damages of every kind and character whatsoever, now existing or that may arise hereafter, whether known or unknown, at law or equity, however, whenever, and by whomever caused, whether solely, jointly, or otherwise, including, without limitation, any and all causes of action directly or indirectly arising out of, resulting from, or attributable to the Offsite Wastewater Improvement that the Developer is required to construct by the terms of the Code and this Agreement. 49. No Waiver. No waiver of any provision of this Agreement will be deemed or constitute a waiver of any other provision, nor will it be deemed or constitute a continuing waiver unless expressly provided for by a written amendment to this Agreement; nor will the waiver of any default under this Agreement be deemed a waiver of any subsequent defaults of the same type. The failure at any time to enforce this Agreement or covenant by the City, Developer, or their respective heirs, successors or assigns, whether any violations thereof are known or not, shall not constitute a waiver or estoppels of the right to do so. 50. Assignability. Except as otherwise provided herein, this Agreement is binding upon Developer, and the successors and assigns of Developer. Developer's obligations under this Agreement may not be assigned without the express written approval of the City, which shall not be unreasonably withheld or delayed. An assignment shall not be construed as releasing Developer from Developer's obligations under this Agreement, and Developer's obligations hereunder shall continue notwithstanding any assignment approved pursuant to this Paragraph, unless and until the City executes and delivers to Developer a written release of Developer from the obligations imposed by this Agreement. 51. Notice. Any notice required or permitted by this Agreement is effective when personally delivered in writing or three (3) days after notice is deposited with the U.S. Postal Service, postage prepaid, certified with return receipt requested, and addressed as follows: If to Developer: Harvard Investments, Inc. Mr. Christopher J. Cacheris 17700 North Pacesetter Way Scottsdale, Arizona 85255 Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 10 of 13 If to City: City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627 52. Change of Address for Notice. The parties may, from time to time, change their respective addresses listed above to any other location in the United States for the purpose of notice under this Agreement. A party's change of address shall be effective when notice of the change is provided to the other party in accordance with the provisions of Paragraph 32, above. 53. Severability. If any part, term, or provision of this Agreement is held by the courts to be illegal, invalid, or otherwise unenforceable, such illegality, invalidity, or unenforceability shall not affect the validity of any other party, term, or provision, and the rights of the parties will be construed as if the part, term, or provision was never part of this Agreement. 54. Personal Jurisdiction and Venue. Personal jurisdiction and venue for any civil action commenced by any party to this Agreement, whether arising out of or relating to the Agreement or the Security, will be deemed to be proper only if such action is commenced in District Court for Williamson County, Texas, or the United States District Court for the Wester District of Texas, Austin Division. 55. Captions Immaterial. The numbering, order, and captions or headings of the paragraphs of this Agreement are for convenience only and shall not be considered in construing this Agreement. 56. Entire Agreement. This Agreement contains the entire agreement between the parties and correctly sets forth the rights, duties, and obligations of each to the other as of the Effective Date. Any oral representations or modifications concerning this Agreement shall be of no force or effect excepting a subsequent written modification executed by both parties. 57. Binding Agreement. The execution and delivery of this Agreement and the performance of the transactions contemplated thereby have been duly authorized by all necessary corporate and governmental action of the City. This Agreement, when duly executed and delivered by each party, constitutes a legal, valid, and binding obligation of each party enforceable in accordance with the terms as of the Effective Date. 58. Recording. The parties agree that this Agreement may be recorded in the Real Property Records of Williamson County, Texas at the expense of Developer. 59. Further Assurances. The City and Developer agree to take such actions and execute and deliver such documents as may be reasonably necessary or appropriate to effect the provisions of this Agreement. Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 11 of 13 60. Term. Unless sooner terminated under the provisions of this Agreement, this Agreement shall expire of its own terms and without fiuther notice .upon the earlier of (i) payment to Developer of $1,473,111.00 or the sum calculated pursuant to Paragraph 28 of this Agreement, whichever is less, and shall not include interest; or (ii) the date that is 10 years following the date of the first payment made pursuant to the terms of Paragraph 29. 61. Effective Date. This Agreement will be effective on the later of either (i) the latest date accompanying the signature lines below; or (ii) the date that the City Council finally adopts impact fee schedules or other funding mechanisms necessary to reimburse Developer in accordance with the terms of this Agreement. EXECUTED by the parties on the dates indicated below: CITYOF GEORGETOWN, TEXAS CITY") By: Printed Name: Title: Approved as to Form: Patricia E. Carls, City Attorney Brown & Carls, LLP THE STATE OF TEXAS COUNTY OF WILLIAMSON SAN GABRIEL HARVARD, L.P. DEVELOPER-) By: Printed Name: This instrument was acknowledged before me on the day of , 2005, by Gary Nelon, Mayor, City of Georgetown, a Texas home rule municipal corporation, on behalf of said City. Notary Public in and for Offsite Utility Construction Cost Reimbursement Agreement / Shadow Canyon Page 12 of 13 the State of Texas THE STATE OF ARIZONA COUNTY OF MARICOPA This instrument was acknowledged before me on the day of , 2005, by Christopher J. Cacheris, Vice President, of Harvard Investments, Inc., the manager of Georgetown 308, L.L.C., the General Partner of San Gabriel Harvard L.P. Notary Public in and for the State of Arizona Offsite Utility Construction Cost Rennbursement Agreement / Shadow Canyon Page 13 of 13 Agenda Item Check List S Financial Impact Agenda Item: Shadow Canyon Cost Sharing Agreement Agenda Item Subject: Consideration and possible action to approve the offsite utility construction cost sharing agreement between the City and San Gabriel Harvard, LLC. Is this a Capital Improvement • Yes 1 No Project: Council Date: A Y42imos— VA-Vo5 link to Agenda database => 46 Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Yes • No Yes • No Future impact fees collected specifically for the construction of the South San Gabriel Interceptor. No impact to current budget. Yes • No Yes • No Yes i No Year: FY 06/07 to FY 15/16 Department: Georgetown Utility Systems If so, how? Impact Fee credit and reimbursment from impact fees collected for connections served by the improvment Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: If so, what division(s)? Yes No Finance and Administration Prepared by: Glenn Dishong Date: 06/30/2005 Agenda Item Checklist., ;i p oved o 07/06/2005 Approvers Title Assigned Notified Received Status Changed Status Jim Briggs Assistant City 06/30/2005 06/30/2005 07/05/2005 07/05/2005 Approved Laurie Brewer Manager 07/05/2005 07/05/2005 07/06/2005 07/06/2005 Approved Mick! Rundell Controller 07/06/2005 07/06/2005 07/06/2005 07/06/2005 Approved Director of Finance and Administration Approver Comments Approval Cycle Settings Council Meeting Date: August 23, 2005 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to amend the contract between the City of Georgetown and Operations Management International (OMI) to increase the repairs budget to make repairs to the Lake Georgetown Water Treatment Plant (LWTP) for an additional $100,000.00. ITEM SUMMARY: The contract between the City and OMI provides for the maintenance and repair of the City's water plants using a repair budget of $50,000 for the current fiscal year. OMI is authorized to make all repairs to the plants so long as the repairs will not cause the contract budget to be exceeded, and prior authorization is obtained for all repairs that are expected to exceed $2,000.00. Earlier this summer, OMI reported the need to repair the under drain of one filter in the original process structure of the LWTP. A second filter is showing signs of a similar problem. OMI has also requested the replacement of the recycle pumps with submersible type pumps due to fouling problems experienced with the original vertical turbines type pumps. These repairs should be done as soon as possible to maintain plant reliability during the upcoming peak demand period. The City and OMI have obtained the assistance of Camp, Dresser, and McKee, the engineer of the recent plant expansions, and Leopold, Inc., the manufacturer of the under drains, to evaluate the maintenance problems and recommend a repair of the filters and the pumps. OMI has recommended the use of CCA, Inc., the construction contractor that completed the most recent plant expansion to perform the work. CDM has evaluated the costs of the repair and believes them to be reasonable. The contract amendment increases the total dollar amount available for maintenance and repairs from 50,000.00 to $150,000.00 for the current fiscal year. This is an increase of $100,000.00. The actual repair cost will be paid by the City during the end of contract year reconciliation process. SPECIAL CONSIDERATIONS: NONE GUS BOARD RECOMMENDATION: GUS Board recommended approval at the August 16, 2005 meeting. Approved 5-0. Smith and Brown absent. STAFF RECOMMENDATIONS Staff recommends approval of the agreement. FINANCIAL IMPACT: Funds will come from the Water Operations Fund. COMMENTS: NONE ATTACHMENTS: OMI Contract Amendment CDM Letter Submitted By: Glenn W. DishongJ Jim B 'ggs, Water Services Manager/ Assistant Ci ger For Utilities 12357-A Biata Trace Parkway, Suite 210 Austin,Texas 78727 tel: 512346-1100 fax: 512 345-1483 August 4, 2005 Mr. Glenn Dishong Water Services Manager Georgetown Utility System City of Georgetown 300 Industrial Blvd. Georgetown, TX 78626 Subject: Lake Water Treatment Plant Filter Repair Dear Mr. Dishong: At the request of OMI, we have reviewed the cost proposal prepared by Cunningham Constructors and Associates for the filter work at the Lake Water Treatment Plant. Based on our review and comparing the proposed price to other similar work, we believe that the prices offered by Cunningham to repair the filters is a reasonable price for the work contemplated. S' erelt Allen D. Woelke, P.E. Vice President Camp Dresser & McKee Inc. cc: Greg Swoboda P1City of Georgetown\Lake VVTP Filter Iss 'ItL _GOishongynceproposel a- s,doc consulting -engineering -construction -operations AMENDMENT NUMBER TWO to AGREEMENT for MUNICIPAL WATER TREATMENT PLANT OPERATIONS, MAINTENANCE AND MANAGEMENT SERVICES for the CITY OF GEORGETOWN, TEXAS This "Amendment Number Two to Agreement for Municipal Water Treatment Plant Operations, Maintenance, and Management Services for the City of Georgetown" (the Second Amendment") is made to be effective on the day of 2005, between the City of Georgetown, Texas (hereinafter "City"), a Texas home rule municipality, the Operations Management International, Inc., (hereinafter "OMI"), a California corporation. City and OMI are collectively referred to herein as "the Parties." WHEREAS, City is the owner of a municipal water treatment system that presently consists of four water treatment plants and the associated appurtenances; and WHEREAS, City selected OMI to operate, manage, maintain and repair City's municipal water treatment system; and WHEREAS, the Parties entered into the "Agreement for Municipal Water Treatment Plant Operations, Maintenance and Management Services for the City of Georgetown, Texas", effective October 1, 2003, (hereinafter "Original Agreement"); and WHEREAS, the Parties entered into that certain "Amendment Number One to the Agreement for Municipal Water Treatment Plant Operations, Maintenance and Management Services for the City of Georgetown, Texas" effective on October 1, 2004 hereinafter the "First Amendment') in order to increase the scope of the Original Agreement to include the operation and maintenance of the intake structure and wells that provide raw water to the water treatment plants; and WHEREAS, the Original Agreement provides in Section 4.1.3 that the City shall pay to OMI annually a Repairs Budget for the benefit of the City's Facilities, which Repairs Budget shall not exceed $50,000; however, Section 4.1.3(d) also provides that if the Cost of Repairs is projected to exceed the Repairs Budget, the parties shall negotiate an amendment to provide for that exceedence; and WHEREAS, the City and OMI desire to amend the Original Agreement, as amended by the First Amendment, for the current Contract Year (as that term is defined in the Original Agreement) because the total maintenance expenses for the current Contract Year are expected to exceed the Repairs Budget due to major repairs at the Lake Georgetown Water Treatment Plant. NOW THEREFORE, in consideration of the mutual covenants and agreements set forth herein, the Parties agree as follows: GENERAL: 1.1 This Agreement is an Amendment of the Original Agreement, as amended by the First Amendment. Except as expressly modified herein, the terms of the Original Agreement, as amended by the First Amendment, shall remain in full force and effect. 1.2 Throughout this Second Amendment, the words and phrases contained in this Second Amendment shall have the same meanings as set forth in the Original Agreement, unless a different definition is set forth herein. 2. Article 4.1.3 (a) of the Original Agreement is hereby deleted in its entirety and replaced with the following: 4.1.3 Repairs Budget. The City shall pay to OMI annually a Repairs Budget for the benefit of the City's Facilities. The total amount OMI shall be required to pay for Repairs Costs shall not exceed the annual Repairs Budget. a. The Repairs Budget for the contract year ending September 30, 2005 shall be One Hundred Fifty Thousand Dollars and No Cents ($150,000.00), payable as follows: Fifty Thousand Dollars ($50,000.00) shall be paid in accordance with paragraph 4.2.3 of this Agreement; and One Hundred Thousand Dollars ($100,000), less any amount due to be refunded to the City in accordance with the reconciliation process described in paragraph 4.1.3(c), shall be paid by December 31, 2005. Both parties indicate their approval of this Second Amendment to the Original Agreement, as amended by the First Amendment, by the signatures of their duly authorized representatives below. Authorized signature: OPERATIONS MANAGEMENT INTERNATIONAL, INC. Name: Roger B. Quayle Authorized signature: CITY OF GEORGETOWN, TEXAS Name: Gary Nelon Title: Senior Vice President Attest: City of Georgetown Name: Sandra Lee Title: City Secretary Title: Mayor Date: Name: Patricia E. Carls, Brown & Carls, LLP Title: City Attorney STATE OF TEXAS ACKNOWLEDGMENT COUNTY OF WILLIAMSON This instrument was acknowledged before me on this the _ day of 2005, by Gary Nelon, a person known to me in his capacity as Mayor of the City of Georgetown, on behalf of the City of Georgetown. Notary Public in and for the State of Texas STATE OF COLORADO § ACKNOWLEDGMENT COUNTY OF ARAPAHOE § This instrument was acknowledged before me on this the _ day of 2005, by Roger B. Quayle, a person known to me in his capacity as Senior Vice President of Operations Management International, Inc. Notary Public in and for the State of Colorado 4 Agenda Item Check List rr Financial Impact Agenda Item: OMI Contract Amendment for LWTP Repairs Agenda Item Subject: Consideration and possible action to amend the contract between the City of Georgetown and Operations Management International (OMI) to increase the repairs budget to make repairs to the Lake Georgetown Water Treatment Plant (LWTP) for an additional 100,000.00. Is this a Capital Improvement Project: Council Date: Yes 0 No 08123/2005 link to Agenda database => Q Need Help? Was it budgeted? _. Yes 0 No Is it within the approved budgeted amount? Yes 0 No If not, where is the money coming from? Water Plant Operations Fund GIL Account Number 660-109-5302-00 Amount Going to Council $ 100,000.00 Is there something (budgeted) that won't get Yes 9 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's Yes • No budget? If so, please explain. Does this project have future revenue Yes 0 No impact? Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes 0 No If so, what division(s)? Prepared by: Glenn Dishong Date: 08/08/2005 Agenda Item Checklist:; Approved on 0811512005 Approvers Title Assigned Notified Received Status Changed Status Jim Briggs Assistant City 08/15/2005 08/15/2005 08/15/2005 08/15/2005 Approved Laurie Brewer Manager 08/15/2005 08/15/2005 08/15/2005 08/15/2005 Approved Micki Rundell Controller 08/15/2005 08/15/2005 08/15/2005 08/15/2005 Approved Director of Finance and Administration Approval Cycle Settings Council Meeting Date: August 23, 2005 Item No. W AGENDA ITEM COVER SHEET SUB ECT: Consideration and possible action to award bid for the construction of Sudduth Drive to Chasco Contracting for $186,338.68 and a project budget of $192,000.00. ITEM SUMMARY: Sudduth Drive will be a new roadway connecting Inner Loop to Industrial Park Circle. When the County completes the section of Inner Loop between Austin Avenue and County Road 151, the small two-way section of the North bound frontage road will become one-way. This roadway will provide additional access to the businesses in this industrial complex that would otherwise be forced to take the one-way frontage road north to the SH130 interchange. Bids were accepted on Tuesday, August 9, 2005, for the Sudduth Drive construction project. There were two bidders for this project with Chasco Contracting the low bidder. Chasco Contracting has done satisfactory work for Georgetown in the past, and Staff is recommending to award the bid for construction of Sudduth Drive to Chasco Contracting for 186,338.68 and set a project budget of $192,000.00. SPECIAL CONSIDERATIONS: None. GTEC BOARD RECOMMENDATION: GTEC Board recommended approval at the August 17, 2005 meeting. Approved 6-0. Sansing absent. STAFF RECOMMENDATIONS Staff recommends approval of the agreement. FINANCIAL IMPACT: Funds for construction will be from account 1!400-101-6020-00 in the amount of $192,000.00. COMMENTS: None. ATTACHMENTS: 1. Bid tabulation 2. Engineer's Letter of Recommendation Submitted By: Mark Miller, Transportation Services Assistant C Manager for Utilities Steger & Bizzell Engineering, Inc. Consulting Engineers Surveyors 1978 South Austin Avenue Georgetown, Texas 78626 Aueust 10, 2005 City of Georgetown 300 Industrial Ave. Georgetown, Texas 78626 Attn.: Tom Benz Georgetown Utility Systems Systems Engineering Manager Re: Road Project Sudduth Drive Contract Award Dear Mr. Benz: Telephone: (512) 930-9412 Faoeimile:(512) 930-9416 Bids for this project were received on August 9, 2005, opened and read aloud. The low bidder was Chasco Constructors with a bid of $186,338.68. I have reviewed all bids received and confirm Chasco Constructors is the low bidder. Chasco Constructors has the experience and manpower for this type of work. They have recently successfully completed other road projects in the area. I hereby recommend the contract be awarded to them. If you have any questions, please contact me. cc: Mark Miller Joel Weaver AC.Steg E. Member: NSPE TSPE TSPS ASCE TOTAL BID AMOUNT ' $ (4o/ 33 " (o 8 Il BID AMOUNT $ a figures) Si h T74o-)fa.noC r}7_L i jj %f- 00 l la. S and i Y.f% words) E 15 kf- Ceti . BIDDER agrees that all Work will be substantially complete and ready for final paymentbythedatesindicatedinParagraph15oftheAgreement. BIDDER accepts the provisionsoftheAgreementastoliquidateddamagesintheeventoffailuretocompletetheWorkontime. BIDDER must answer the following questions (refer to INSTRUCTIONS TO BIDDERSfordefinitions): A. Is the bidder that is making and submitting this bid a "RESIDENT BIDDER" or aNONRESIDENTBIDDER"? Answer: Resident Bidder B. If the bidder is a "NONRESIDENT BIDDER", does the State in which the Nonresident Bidder's principal place of business is located have a law requiring aNonresidentBidderofthatStatetobidacertainamountorpercentageunderthebidofaResidentBidderofthatStateinorderfortheNonresidentBidderofthatStatetobeawardedacontractonhisbidinsuchState? Answer: N/A C. If the answer to Question B above is "yes", then what amount or percentage must a • Texas Resident Bidder bid under the bid of a Resident Bidder of that State in ordertobeawardedacontractonsuchbidinsaidState? Answer: NSA The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of five percent of the Bidder's maximum basebidpriceandintheformofcertifiedcheckofaBidBond. Communications concerning this Bid shall be addressed to: i q,dic( 5c,1'troeo(jt,,i Zyy -0(000 9. The terms used in this Bid which are defined in the General Conditions of the ConstructionContractincludedaspartoftheContractDocumentshavethemeaningsassignedtothemintheGeneralConditions. SUBMITTED ON August 2005. 00.120 00120-8 HAM BID AMOUNT $_ Z a 2 3 1 5. y y words) 5. BIDDER agrees that all Work will be substantially complete and ready for final paymentbythedatesindicatedinparagraph15oftheAgreement. BIDDER accepts the provisionsoftheAgreementastoliquidateddamagesintheeventoffailuretocompletetheWorkontime. 6. BIDDER must answer the following questions (refer to INSTRUCTIONS TO BIDDERSfordefinitions): A. Is the bidder that is making and submitting this bid a "RESIDENT BIDDER" or aNONRESIDENTBIDDER"? Answer: T\ gp; B. If the bidder is a "NONRESIDENT BIDDER% does the State in which theNonresidentBidder's principal place of business is located have a law requirinNonresidentBidderofthatStatetobidacertainamountor percentagg a e under thebidofaResidentBidderofthatStateinorderfortheNonresidentBidderofthatStatetobeawardedacontractonhisbidinsuchState? Answer: C. If the answer to Question B above is "yes", then what amount or percentage must aTexasResidentBidderbidunderthebidofaResidentBidderofthatStateinordertobeawardedacontractonsuchbidinsaidState? Answer: The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of five percent of the Bidder's maximum basebidpriceandintheformofcertifiedcheckofaBidBond. Communications concerning this Bid shall be addressed to: A1- Jec A -e j?ljo. Tx M 6 y 9. The terms used in this Bid which are defined in the General Conditions of the ConstructionContractincludedaspartoftheContractDocumentshavethemeaningsassignedtothemintheGeneralConditions. SUBMITTED ON 2005 00.120 00120-8 Agenda Item Check List Financial Impact Agenda Item: Agenda Item Subject: Is this a Capital Improvement Project: Council Date: Sudduth Drive Construction bid award Consideration and possible action to award bid for the construction of Sudduth Drive to Chasco Contracting for $186,338.68.00 and a project budget of $192,000.00. Yes No 08/23/2005 link to Agenda database => 40 Need Help? Was it budgeted? to Yes ? No Is it within the approved budgeted amount? • Yes No If not, where is the money coming from? G/L Account Number 400-101-6020-00 Amount Going to Council $ 192,000.00 Is there something (budgeted) that won't get Yes • No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's Yes 0 No budget? If so, please explain. Does this project have future revenue Yes 0 No impact? Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes No If so, what division(s)? Prepared by: Mark Miller Date: 08/17/2005 Agenda Item Checklist., Approved on 0811712005 Approvers Tide ssigned Notified Received tatus Changed Status Jim Briggs Assistant City 08/17/2005 08/17/2005 8/17/2005 08/17/2005 Approved Jose Lara Manager 08/17/2005 08/17/2005 8/17/2005 08/17/2005 Approved Utility Financial Analyst Approval Cycle Settings