Loading...
HomeMy WebLinkAboutAgenda CC 05.23.2006Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, May 23, 2006 The Georgetown City Council will meet on Tuesday, May 23, 2006 at 06:00:00 PM at the City Council Chambers, 101 E. 7th Street, 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 - Advice from attorney about pending or contemplated litigation and other matters on which the attorney has a duty to advise the City Council, Including agenda items B Sec.551.086: Competitive Matters - Presentation and possible action to approve the 2006.2007 Electric Capital Improvement Projects Plan — Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations - Consideration and possible action to approve the extension of the contract between McCord Engineering and Georgetown Utility Systems, to provide engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion, and system mapping. Mike Mayben, Energy Services Manager, Jim Briggs, ACM Utility Operations Sec 551.072 - Deliberations about Real Property - Consideration and possible action concerning the acquisition of 5.107 acres from Bobby Ray Guthrie, Trustee, for future City electric department operations and warehouse. — Jim Briggs, Assistant City Manager for utility Operations 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.) D Call to Order E Pledge of Allegiance F Comments from the dais - Welcome to Audience and Opening Comments — Mayor Gary Nelon - Review of procedure for addressing the City Council - Announcement of vacancies on Library and Parks Boards G Presentation of trophies to Red Poppy Coloring Contest Winners and recap of the Red Poppy Festival — Cad Miller. CVB Coordinator and Shelly Hargrove, Tourism Director H Announcements and Comments from City Manager City Council Agenda/May 23, 2006 Page 1 of 4 Pages Public Wishing to Address Council Keith Peshak regarding: "Aerominium precipitation. Action from Executive Session Statutory Consent Agenda The Statutory Consent Agenda includes non -controversial and routine items that Council may act on with one single vote. A councilmember may pull any item from the Consent Agenda in order that the council discuss and act upon it individually as part of the Regular Agenda. Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: K Consideration of appointment of a canvassing team of counciimembers to canvass the results of the May 13, 2006 General Election — Mayor Gary Nelon L Consideration and possible action to approve a resolution canvassing the votes for the May 13, 2006 General Election, declaring the results to be official — Shirley J. Rinn, Deputy City Secretary and Patricia E. Cads, City Attorney M Presentation of appreciation to outgoing District 5 Counchmember, John Kirby -- Mayor Nelon N Comments from outgoing District 5 Councilmember, John Kirby — Mayor Gary Nelon O Swearing in of Councilmembers Patty Eason of District 1 and Pat Berryman of District 5 —Shirley J. Rinn, Deputy City Secretary P Comments from incoming District 1 Councilmember, Incumbent, Patty Eason and District 5 Councilmember, Pat • Berryman — Mayor Gary Nelon Q Consideration of election from the dais of a Mayor Pro Tem — Mayor Gary Nelon R Swearing In of Mayor Pro Tem—Shirley J. Rinn, Deputy City Secretary S Consideration of appointment of a councilmember to replace Councilmember Kirby on the Board of the Georgetown Transportation Enhancement Corporation (GTEC) -- Mayor Gary Nelon T Consideration and possible action to approve a contract amendment between the City of Georgetown and Chiang, Patel & Yerby (CPV) for professional services related to the engineering for Park Central Rehabilitation In the amount of $75,000.00 —Thomas R. Benz, PE Systems Engineering Manager, Jim Briggs, ACM Utility Operations U Consideration and possible action for the approval of architectural design services for the renovation of the Williamson County Appraisal District Building to PBS&J Architecture in an amount not to exceed 5173,390.00 --Terry Jones, Support Services Construction Manager and Tom Yantis, Assistant City Manager. V A Resolution expressing official intent to reimburse costs for architectural and engineering services for the design of the Data Center (old Williamson County Appraisal District Building), not to exceed $63,000 with proceeds from bonds that will be issued at a later time— Laurie Brewer, Assistant Director of Finance and Administration and Micki Rundell, Director of Finance and Administration W Consideration and possible action to authorize the Mayor to execute an Amendment to the Microfusion Land Lease at 302 Wright Brothers Drive, extending the Mandatory Construction Deadline to September 30, 2006—Travis McLain, Airport Manager and Tom Yantis, Assistant City Manager X Items forwarded from the Georgetown Utility Systems (GUS) Advisory Board 1. Consideration and possible action to approve a contract amendment between the City of Georgetown and Kasberg, Patrick & Associates, LP for professional services related to the engineering for the 2006 Street Rehabilitation Projects for $115,000.00. Thomas R. Benz, PE, Systems Engineering Manager, Jim Briggs, ACM Utility Operations. 2. Consideration and possible action to award a contract to H. Deck Construction Co. of Round Rock, Texas, for . the Water Main Repair & Water Service & Valve replacement for an amount not to exceed $200,000.00. Glenn Dishong, Water Services Manager, Jim Briggs, ACM Utility Operations City Council Agenda/May 23, 2006 Page 2 of 4 Pages Consideration and le action to d a contract to l Contractors, Inc. Belton, Texas, the North 3. Austin Ave. Water line Improvements and l nd to et a project budget of $$217,000. 0 Glenn Disho gr, Water Services Manager, Jim Briggs, ACM Utility Operations 4. Consideration and possible action to approve the renewal of the contract between the City of Georgetown and National Tree Expert Company, Inc. to provide electric system right-of-way clearing services. Michael W. Mayben, Energy Services Manager, Jim Briggs, ACM Utility Operations. 5. Consideration and possible action for approval for award of bid for Pad -Mounted Automatic Transfer Switchgear to Texas Electric Cooperative of Georgetown, Texas, in the amount of 586,450.00 per unit. Michael W. Mayben, Energy Services Manager, Jim Briggs ACM Utility Operations 6. Consideration and possible action for approval for award a contract to Dacon Ltd., of Deer Park, Texas, for the construction of the East & South Substations in the amount of $7,997,990.00, and approve a project contingency construction expense budget of $8,40,00.00. Michael W. Mayben, Energy Services Manager, Jim Briggs, ACM Utility Operations Y Items forwarded from the Georgetown Transportation Advisory Board (GTAB) 1. Consideration and possible action on the top five (5) roadway projects the City of Georgetown would like Williamson County to consider in partnering for completion.—Thomas R. Benz, P.E., Engineering Services Manager, Jim Briggs, ACM for Utility Operations. Z Discussion and possible Acton pertaining to the Future Land Use and Zoning of Martin Luther King Jr. Street (MLK Street) from 8th Street to 3rd Street—Bobby Ray, AICP, Director of Planning and Development Services AA Consideration and possible action on a Preliminary Plat of Georgetown Healthcare System Subdivision, being 13.148 acres in the Clement Stubblefield Survey, located at 200 Scenic Drive and a waiver to Table 6.03.020 of the Unified Development Code. Carla J. Benton, Planner II, and Bobby Ray, AICP, Director of Planning and Development Services. BB Consideration and possible action to establish a committee to consult with the City Manager about a mechanism to support certain youth and children's programs In the City of Georgetown, including guidelines for and levels of funding with the City Manager to report back to the City Council at the first meeting in June — Farley Snell, Councilmember, District 6 cc Consideration and possible action to approve a development agreement between the City and McIntosh Holdings, LLC for a downtown development project located at 1102 South Austin Ave.—Tom Yantis, Assistant City Manager DO Consideration and possible action to approve a development agreement between the City and Somerset Hills, Ltd regarding the development of approximately 1202.68 acres to be known as Cowan Springs.—Tom Yantis, Assistant City Manager EE Public Hearings / First Readings 1. Public Hearing on the voluntary annexation into the City for 650.22 acres, more or less, in the Frederick Foy Survey and Daniel Moore Survey, located south of the future Ronald Reagan Boulevard and west of Sun City Boulevard, for Sun City Northern Land — Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner 2. First Reading of an Ordinance on a Comprehensive Plan Amendment to modify the Century Plan Overall Transportation Plan for the area along the Inner Loop between FMA 460 and SHA 30 and for the area north and south of FM -2243 at Garey Park — Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner 3. First Reading of an Ordinance on a Comprehensive Plan Amendment to modify the Century Plan Intensity Level element from Level 3 to Level 4 for 2.232 acres in the David Wright Survey, also to be known as Catfish Parlor Georgetown, located at 4159 Williams Drive — Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner 4. Public Hearing and First Reading of an Ordinance Rezoning Approximately 2.232 Acres in the David Wright Survey from AG, Agriculture to C-3, General Commercial for the property located at 4159 Williams Drive — Bobby Ray, AICP, Director of Planning and Development Services 5. Public Hearing and First Reading of an Ordinance Rezoning Crestview Addition, Unit 1, Block 2, Lot 2, from RS, Residential Single Family District to OF, Office District within the Williams Drive Special Area Plan Overlay District, located at 1604 Williams Drive -- Bobby Ray, AICP, Director of Planning and Development Services City Council Agenda/May 23, 2006 Page 3 of 4 Pages 6. Public Hearing and First Reading of an Ordlnanc Rezoning the Rapist of Lot 1, Block A, Horizon Commercial Park from IN, Industrial to C-3, General Commercial for the property located at 600 High Tech Drive — Bobby Ray, AICP, Director of Planning and Development Services 7. Public Hearing on the voluntary annexation into the City for 370.893 acres, more or less, In the David Wright Survey, Williams Roberts Survey and John Berry Survey, east of Airport Road and south and west of Berry Creek, for Buie Ranch — Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner 8. Public Hearing on the voluntary annexation into the City for 0.415 acres of Right of Way, more or less, in the Joseph P. Pulslfer Survey and Clement Stubblefield Survey, for CR 265 Right of Way — Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner 9. Public Hearing on the voluntary annexation Into the City for 5.772 acres of Right of Way, more or less, in the Joseph P. Pulsifer Survey, for Wolf Ranch Parkway Right of Way — Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner FF Second Readings 1. Second Reading of an ordinance amending the 2005/06 Annual Operating Plan Element (Budget) for various mid -year adjustments relating to grants, projects, and capital improvements — Mick! Rundell, Director of Finance and Administration 2. Second Reading of an ordinance amending Chapter 10.16 of the Code of Ordinances regarding parking to establish a "residential parking zone" on portions of E. 7th Street, E. 8th Street, Olive Street, and Smith Creek Road; and directing the City Manager to erect appropriate signs indicating such zones — Tom Yantis, Assistant City Manager 3. Second reading of an ordinance adopting the Garay Park Master Plan as an element of the Parks. Recreation and Open Space Master Plan — Randy Morrow, Director of Community Services Certificate of Posting I, Sandra Lee, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the day of , 2006, 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/May 23, 2006 Page 4 of 4 Pages Council Meeting Date: May 22, 2005 AGENDA ITEM COVER SHEET EXECUTIVE SESSION CONMENTM p -five- Item No. SUBJECT: Consideration and possible action for extension of the contract between McCord Engineering, and Georgetown Utility Systems, to provide engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping. ITEM SUMMARY: The City of Georgetown currently has a contract with Ma to provide engineering services related to the planning, design, and=teview of system improvements and expansion projects and plans. The City has requested that—McCord Engineering continue to provide these engineering services.. These services also include planning review in conjunction with our subdivision process for local development projects and work associated with the Georgetown South and EasiSubstations. Therefore, staff requests approval of fundiag, not faexceed $675,000.00, between the City of Georgetown and McCord Engineering for continuation of these electric -engineering services. SPECIAL CONSIDERATIONS: Gus Electric has seen aFiuge increase in our commercial customer load beginning in 2005. We expect this level -to eontinue into the next budget year in addition to the increase in residential construction that has been on going. FINANCIAL IMPACT: Funds not to exceed $675,000.00 will be paid from the Electric Capital Projects budget as appropriate. GUS BOARD RECOMMENDATION: GUS Board recommended approval at the May 16, 2006 meeting. Approval -6-0 Mike Cunningham absent. STAFF RECOMMENDATION: Staff recommends extension of the Professional Services contract between McCord Engineering and Georgetown -Utility Systems. COMMiNTS : ATTACHMENTS: Electric project sheet for 2005/2006 Agenda Item Checklist Submitted By: ` Mike Mayl� , Energy Services Manager for Utilities CITY OF GEORGETOWN CURRENT ENGINEERING PROJECT Project Received MEI Job Code Project Title Gtown Project J c b 12-20-01 Geo -46-0.1 Old School City Homes 4AM-04000 D 07-30-04 GEO-44-S.3 Shell Rd. Overhead Line Maintenance 4CD-04015 M 09-13-04 GEO-49 Waterstone Development Northwest Property of Sun Ci 4CL-04000 D 11-16-04 GEO-42-W.6 Wolf Ranch Crossing I 4EF-04020 D 11-16-04 GEO-42-W.7 Wolf Ranch Crossing II 4EG-04020 D 01-14-05 GEO-46-1-1.1 Habitat for Humanity 17th and Candee St. 4FD-04015 D 01-14-05 GEO-43-L.2 Lansdale Automotive 4FA-04015 D 01-24-05 GEO.44-M.3 Main Sl. 9th to University URD Conversion 4AF-04010 C 01-24-05 GEO-48-C.2 CB20 Reconductor Terra Vista Shopping Center 4AI-04025 C 04-15-05 GEO-44-F.2 FM -2338 TX DOT Road Widening 4HB-04015 M 04-22-05 GEO-43-V.2 Verizon Wireless Tower 516 Leander Rd 4HH-04010 D 06-13-05 GEO-50.1 &51.1 TXU Inner Connect Agreement Georgetown South and East Sub 4HR-04000 C 06-17-05 GEO-51 Georgetown East Substation General Work 411-04000 C 06-13-05 GEO-51.2 Georgetown East Substation Distribution 4HT-04000 C 06-13-05 GEO-51.3 Georgetown East Substation Transformation 4HU-04000 C 06-13-05 GEO-51.4 Georgetown East Substation Transmission 4HV-04000 C 06-17-05 GEO-50 Georgetown South Substation General Work 411-1-04000 C 06-13-05 GEO-50.4 Georgetown South Substation Distribution 4HW-04000 C 06-13-05 GEO-50.3 Georgetown South Substation Transformation 4HX-04000 C 06-13-05 GEO-50.2 Georgetown South Substation Transmission 4HY-04000 C 06-17-05 GEO-44-R.9 RV40 IH35 Highway Crossing to GT -10 Concrete Poles 41F-04015 M 05-20.05 GEC -435.12 500 South Austin Ave. 4HO-04010 D 07-15-05 GEO-43-D.5 Discount Tires 41R-04010 D 07-15-05 GEO-18.14Y Sun City Texas, Sun City Blvd. Extension 41T-04010 D 07-15.05 GEO-43-W.16 212 W. 7th Street 41V-04010 D 07-01-05 GEO-43-A.7 501 South Austin Ave 41N-040101 D 07-15-05 GEO-46-D.1 Dedicated Investment Subdivision 41W-04015 D 08-12-05 GEO-45-P.1 Pleasant Valley Section Two 4KA-04025 D 08-12-05 GEO-42-R.2 Rabbit Hill Commercial Subdivision 41Z-04020 D 08-29-05 GEO.42-S.8 Scott & White Regional Hospital 4KC-04020 D 09-15-05 GEO-46-M.1 Mariposa Apartment Homes at River Bend 4KI-04010 D 09-15-05 GEO-46-C.3 Cypress Creek Apartment Homes at River Bend 4KH-04010 D 09-26-05 GEO-42-B.4 Barshop & Oles Development Chander Road 4KL-04020 D 10-17-05 GEO-43-D.6 206 W 1 Oth Street and 212 W 10th Street 4KT-04015 D 10-17-05 GEO-43-E.1 Extracto Bank 4KU-04010 D 10-17-05 GEO-43-K.2 Krystal Restaurant 4KS-04010 D 11-03-05 GEO-43-W.17 Wolf Lakes 4LM-04010 D 11-03-05 GEO-48-1.3 Inner Loop Between FM 971 and CR 151 4LC-04025 C 11-03-05 GEO-44-W.3 Wolf Ranch Parkway North of CR 265 4LD-04015 C 11-03-05 GEO-42-W.8 2500 Northwest Inner Loop FT Woods Office 4LE-04025 D 11-03-05 GEO42-C.7 Chisholm Trail SUD HWY 29 & DB Wood 4LF-04025 D 11-03-05 GEO43-C.6 Church On The Rock 4LG-04015 D 11-03-05 GEO-18.3-V.1 Sun City Texas Village Center Additions 4LH-04010 D 11-03-05 GEO43-1-1.5 Hibernia Bank Williams Dr. 4LK-04015 D 12-13-05 GEO46-E.1 Estrella Estates 4MA-04010 D 12-19-05 GEO48-G.2 GS20/GS30 Feeder Extensions CIP2006-GEOSouth-Cl&T2 4MC-04025 C 12-19-05 GEO-44-G.19 GB90 - 25kV Conversion Austin Ave, Stadium to Old Airport 4MB-04015 C 12-19-05 GEO-18.2-G.1 GL60 & GL70 Feeder Extensions, Water Tower to Sun City Blvd 4MD-04000 C D = Developer's project C= CIP projects M = Maintenance projects CITY OF GEORGETOWN CURRENT ENGINEERING PROJECT Project Received MEI Job Code Project Title Gtown Project J o b 01-19-06 GEO-42-W.9 Williamson County Regional Animal Shelter 4MN-04020 D 12-13-05 GEO-43-G.8 City of Georgetown Community Center 4LX-04010 D 02-06-06 GEO-43-V.3 Verizon T -Mobil Tower 621 CR 265 4MS-04015 D 08-20-04 GEO-46-L.1 Lake Georgetown Trial and Rivery Park Hike and Bike Lighting 4CU-04010 D 03-01-06 GEO-18.2-N.5 Sun City Texas Neighborhood 41 4MY04010 D 03-01-06 GEO-18.2-N.6 Sun City Texas Neighborhood 42 4MZ-04010 D 03-01-06 GEO.18.2-N.7 Sun City Texas Neighborhood 44 4NA-04010 D 03-01-06 GEO 18.2-N.9 Sun City Texas Neighborhood 45 4NE-04010 D 03-01-06 GEO-18.2-N.8 Sun City Texas Nei hborhood 46 4NB-04010 D 02-06-06 GEO42-S.9 Scott & White Off Site Underground CB20 Feeder 4MQ-0402 D 03-01-06 GEO-43-W.18 Wesleyan Retirement Village Williams Dr. 4NC-04010 D 03-22-06 GEO-42-C.6A Celebration Church Phase 2 4NJ-04025 D 03-22-06 GEO-42-C.8 Chili's Round Rock Mall 4NI-04020 D 03-27-06 GEO-48-G.3 GB70 Overhead Line Extension SH130 From CR152 to IH35 4NK-04025 C 02-06-06 GEO-43-G.9 Georgetown Fire Station No,1 4MT-04010 D 0407-06 GEO-46-S.2 San Gabriel Senior Village 4NQ-04010 D 04-07-06 GEO-42-1-1.6 Medical Center at Horizon Commercial Park 4NP-04020 D 05.01-06 GEO42-L.1 Leander Rd. & IH 35 TXDOT Signal Relocation 4NY-04025 D 04-07-06 GEO-43-B.6 Bush's Chicken 3411 Williams Dr. 4NR-04015 D D = Developer's project C= CIP projects M = Maintenance projects CITY OF GEORGETOWN COMPLETED ENGINEERING PROJECTS (SEPTEMBER 1, 2005 TO MAY 1,2006) Project Received MEI Job Code Project Title Gtown Project J o b Final Engineering Complete 04-07-04 Geo -37-P.2 IThe Pinnacle Subdivision Street lighting ( Maple Ave) 4BR-04020 D 09-19-05 08-23-05 GEO-48-C.3 CB40 OH Tie Line to Georgetown East Substation 4KC-04025 M 09-19-05 04-04-05 GEO-43-14 Ken Jackson Office Building 4GY-04010 D 0326-05 05-25-05 GEO-18.1-IX Sun City Blvd Irrigation Station 4HO-04010 D 0326-05 04-04-05 GEO-43-W.li Williamson County Appraisal District Office 4GV-04010 D 0328-05 06-13-05 GEO-43-W.1 5 Williamson County Courthouse Restoration 41B-04010 D 0328-05 07-17-02 GEO-42-S.4 Round Rock Premium Outlet Mall (Underground) 4AQ-04020 D 10-11-05 11-19-04 GE0-43-G.3 Georgetown Hospital Heli ad 4EK-04010 D 10-12-05 06-17-05 GEO-43-G.7 Air Traffic Control Tower Georgetown Airport 41G-04015 D 10.18-05 06-13-05 GEO-43-G.6 Georgetown Public Libra 4HS-04010 D 10-27-05 07-17-02 GEO-42-S.4 Round Rock Premium Outlet Mall (Underground) - Revision #1 4AQ-04020 D 11-07-05 04-22-05 GEO-43-P.5 Parkveiw Dollar General 4HG-04010 D 11-07-05 07-15-05 GE0-12-E.2 84 Lumber 41S-04025 D 11-07-05 02-06-03 GE0-43-P.3 2338 Plaza - Phase 2 Bid. A&B 4HL-04010 D 11-07-05 01-24-05 GEO-48-G.1 GT40 to CB40 Tie Line Inner Loop, Maple to FM 1460 4AG-04020 C 11-14-05 0404-05 GE043-H.4 Ho a Lumber & Supply 4GW-0401 D 11-14-05 031505 GEO-43-C.5 City Lights Theater 4KJ-04010 D 11-22-05 10-21-05 GEO-18.2-8.1 Sun City Texas Berry Creek Underground Feeder Crossing 4KZ-04010 D 12-05-05 11-03-05 GEC -42-1-1.5 Hibernia Bank Wolf Ranch 4LL-04010 D 12-05-05 08-08-03 GEO.45G.3 Georgetown Village 8 4BA-0401 01 D 12-12-05 01-1405 GEO.42-F.2 First United Methodist Church 4FC-04010 D 12-12-05 040405 GEO-45U.6 University Park Unit 2 Section 1 Phase D 4GZ-04020 D 12-12-05 07-15-05 GEO-18.1- IZ Sun City Texas Neighborhood 21 41U-04010 D 12-12-05 12-01-05 GE046-R.1 R ans Cove - Revision #1 4LO-04010 D 12-13-05 0312-06 GEO-18.2-N.1 Sun City Texas Neighborhood 30 4KF-04010 D 12-28-05 07-17-02 GE042-S.4 Round Rock Premium Outlet Mall Overhead 4AQ-04020 D 01-10-06 11-03.05 GEO-08-1.4 Inner Loop Between CR 151 and IH 35 4LB-04025 C 02-1406 11-03-05 GEO43-D.7 Day Light Donuts 4601 Williams Dr. 4LJ-04015 D 02-1406 12-13-05 GEO-42-P.2 Panda Express - Wolf Ranch 41Z-04020 D 02-22-06 12-13-05 GE042-V.1 Village Inn Restaurant - Wolf Ranch 4LY-04020 D 02-22-06 12-22-05 GEO-21.6B Trenching Contract GEO-05ED-2 Extension No.1 40404000 C 03-01-06 12-22-05 GEO-21.58 Labor Contract No.GEO-05-ED-1 ExtensionNo.1 4CO-04000 C 03-01-06 07-17-02 GE0-42-S.4 Round Rock Premium Outlet Mall (Underground) - Revision #2 4AQ-04020 D 03-07-06 0505-04 Geo -43-R.4 River Place 4BS-04010 D 03-07-06 07-15-05 GEO-42-1-1.4 Hewlett Hummer Dealership 41Q-04025 D 03-0306 10-17-05 GEO-18.2-N.2 Sun City Texas Neighborhood 38 4KW-04010 D 03-08-06 11-03-05 GEO-18.2-N.4 Sun City Texas Neighborhood 31 4LI-04010 D 03-08.06 10-17 - .2-N.3 Sun City Texas Neighborhood 32 4KV-04010 D 03-20-06 07-17.02 GEO-42-S.4 lRound Rock Premium Outlet Mall Streedi hfs 4AQ-04020 D 1 03.20-06 02-06-06 GE042-S.8 IScott & White Hospital 4KD-04020 D 1 03-21-06 D = Developer's project C = CIP projects M = Maintenance projects Agenda Item Check List Financial Impact Agenda Item: Extension of the contract between McCord Engineering, and Georgetown Utility Systems Agenda Item Subject: Engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping. Is this a Capital Improvement 0 Yes O No Project: Council Date: 05/22/2006 link to Agenda database => Q Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? GIL Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: 2006 and beyond 0Yes 0No 0 Yes 0 No 611-101 $ 675,000.00 O Yes • No 0 Yes O No Engineering related to electric load growth • Yes O No Department: Georgetown Utility Systems If so, how? Electric system revenue Identify all on-going costs (i.e., i isurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: • Yes O No If so, what division(s)? Finance and Administration Prepared by: Mike Mayben Date: 05/15/2006 Agenda Item Checklist: Approved on 05/16/2006 pprovers ritie signed INotified Peceived Istatus Changed Istatus Jim Briggs Assistant City 05/15,2006 05/15/2006 5/16/2006 05/16/2006 Approved Jose Lara Manager 05/16/2006 05/16/2006 5/16/2006 05/16/2006 Approved Utility Financial Analyst Approval Cycle Settings Council meeting date: May 22, 2006 Item No.:. EXECUTIVE SESSION AGENDA ITEM COVER SHEET CONFIDENTIAL SUBJECT: Consideration and possible action concerning the acquisition of 5.107 acres from Bobby Ray Guthrie, Trustee, for future City electric department operations and warehouse. ITEM SUMMARY: On May 8, Council was briefed by staff on the prospective purchase of the above property for use as a GUS Electric Department warehouse and operations facility. Since then, Kokel- Oberrender-Wood Appraisal, Ltd ("Kokel") has been completed its appraisal report indicating a value of $395,000.00 or $1.75 per square foot. Enclosed are pertinent excerpts from the report to provide you with a brief a summary of the nature and value of the property, as determined by Kokel. The landowner recently indicated that he is asking $500,000.00 for the property. FINANCIAL IMPACT: The 2005/2006 Electric CIP budget for the purchase of property for the facility is $600,000.00. ATTACHMENTS: Excerpts from May 9, 2006 Kokel-Oberrender-Wood Appraisal Report Submitted By: Terri Glasby Calhoun, Paralegal Jit-Briggs,s i t City Manager for li Operations CONFIDENTIAL Council meeting date: May 22, 2006 Item EXECUTIVE SESSION AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action concerning the acquisition of 5.107 acres from Bobby Ray Guthrie, Trustee, for future City electric department operations and warehouse. ITEM SUMMARY: On May 8, Council was briefed by staff on the prospective purchase of the above property for use as a GUS Electric Department warehouse and operations facility. Since then, Kokel- Oberrender-Wood Appraisal, Ltd ("Kokel") has been completed its appraisal report indicating a value of $395,000.00 or $1.75 per square foot. Enclosed are pertinent excerpts from the report to provide you with a brief a summary of the nature and value of the property, as determined by Kokel. The landowner recently indicated that he is asking $500,000.00 for the property. FINANCIAL IMPACT: The 2005/2006 Electric CIP budget for the purchase of property for the facility is $600,000.00. ATTACHMENTS: Excerpts from May 9, 2006 Kokel-Oberrender-Wood Appraisal Report Submitted By: Terri Glasby Calhoun, Paralegal 4kn-Ekiggs,*Si t City Manager foOperations COMPLETE APPRAISAL PREPARED AS A SUMMARY REPORT OF 5.1704 ACRES OUT OF THE CLEMENT STUBBLEFIELD SURVEY, A-558, IN WILLIAMSON COUNTY, TEXAS LOCATED ALONG THE NORTH SIDE OF FM 1460, THE EAST SIDE OF INDUSTRIAL AVENUE AND THE SOUTH SIDE OF 21ST STREET IN THE SOUTHEASTERN PORTION OF GEORGETOWN IN WILLIAMSON COUNTY, TEXAS OWNER OF RECORD: BOBBY RAY GUTHRIE m LARRY D. KOKEL, ARA, MAI MICHAEL D. MAYS EFFECTIVE DATE - MAY 1. 2006 DATE OF THE REPORT - MAY 9, 2006 KOKEL-OBERRENDER-WOOD APPRAISAL LTD. 404 West 91h Street, Suite 201 Georgetown, Texas 78626 (512) 863-6428 (Georgetown Phone No.) (512) 930-3499 (Austin Metro Phone No.) SUMMARY OF SALIENT FACTS AND CONCLUSIONS Purpose of the Appraisal: Develop an Opinion of Market Value Effective Date of Appraisal: May 1, 2006 Date of the Site Visit: May 1, 2006 Date of the Report: May 9, 2006 Property Rights Appraised: Fee Simple Interest Type of Report: Complete Appraisal prepared as a Summary Report Legal Description: 5.1704 acres out of the Clement Stubblefield Survey, A- 558, Williamson County, Texas. Location: The subject property is located along the north side of FM 1460, the east side of Industrial Avenue and the south side of 215` Street, in the southeastern portion of Georgetown, Williamson County, Texas. Owner of Record: Bobby Ray Guthrie Land Area: 5.1704 acres Improvements: The subject property consists of vacant land void of any building improvements. Highest and Best Use: Future commercial or industrial development with an emphasis on civic, office and industrial uses. Value Indications: Cost Approach: Not Applicable Income Approach: Not Applicable Sales Comparison Approach: $395,000 Estimated Market Value: $395,000 Special Assumption: This appraisal is based on the assumption that the flood plain on the subject property is as presented by FEMA maps in the report. Appraisers: Larry D. Kokel, ARA, MAI Michael D. Mays REPORT DATE T The date of this report is May 9, 2006. REAL ESTATE TAXES The subject property is assessed by the Williamson County Appraisal District. The 2005 and 2006 assessed values and the 2005 real estate taxes are presented as follows. KII119'f.7TDk W -M Property ID Number Land Area Land Value - Mkt. Value Improv. Value Taxable Value R407441 5.1704 ac. $ 315,287 $ 0 $ 315,287 2005 TaxP.S Taxing Jurisdiction 2005 Taxes Williamson County $ 1,469.73 Georgetown I.S.D. $ 5,533.29 Williamson County Road/FM $ 105.62 City of Georgetown $ 1,091.71 Total $ 8,200.35 SUBJECT HISTORY The subject has been under the same ownership since 2000 as summarized in the deed referenced below. Date: August 30, 2000 Grantor: Georgetown Railroad Company Grantee: Bobby Ray Guthrie Recording: Document No. 2000058887, Williamson County Deed Records. Size: 5.1704 acres Comments: Special Warranty Deed with Vendor's Lien. Consideration is reported to have been $136,500, or $26,400/acre. Current: The subject is not currently being actively marketed for sale, nor are the appraisers aware of any contracts or options impacting the property. E! re�ne, p � • a16TH ST. •.,�..,.a. e'' ¢ �9 6 cl 19TH STREET'"` �""� �° , — �'' •\ 1 gC�V�f' 20TH • STREET '-21'(N 9 1 Raanee _ y 1 •o .-'' 9 L. Tof, Gi Sub'ect _.t. !FTl,1 NNY A 21st ST. R407441 BOBBY RAY G ftRIE 2000M887 5.1704 AC R449864 GEORGETOWN RAILROAD COMPANY 5031369 (27.77 AC) 25.35 AC 9�g R03FSM354 DOUGLASR11RCE 516147"` 17.81 AC 1.0 AC 20 Np MERIDIAN IIEMII�IILCA%. JR pL zmm ar 3 a 4787 `•,oma �>a a CWANH FM Ruaenr ,1836 yyx u- fl0�' R372339 WMSQN CO R I APPRA7Sfi�DIST. JACKSON B 5901603 DOC 2004062541 2.4838 AC 5.83 AC -P' !FTl,1 NNY A 21st ST. R407441 BOBBY RAY G ftRIE 2000M887 5.1704 AC R449864 GEORGETOWN RAILROAD COMPANY 5031369 (27.77 AC) 25.35 AC 9�g R03FSM354 DOUGLASR11RCE 516147"` 17.81 AC 1.0 AC 20 Np MERIDIAN IIEMII�IILCA%. JR pL zmm ar 3 a 4787 `•,oma �>a a CWANH FM Ruaenr /�//�_���/oo l �' Feet 1 1-3 f JI *^ r ��C1 Mt `��� R iLL4 `K v: s.; IF .' _`} N �Q r • t' Y ty� • , Y Sf 3 • ', Y' �a3 ^„•' s�r+lF.!.e...w ,y.,4.„ �,a c'i^i' +:» G ii1.Oi" al3`. rn.e-f�.'T...., . �� `K f ��`: '" v2Y,^r'-({K`Jr p �z �s�mu.� Ati� .•- � 0 $"WW - FM1460 tc '� ✓ 8„* - •� gran�n �,• � ..�, Split,, lee - 50 50 500 750 1,000 � y SUBJECT DESCRIPTION Location: The subject property is located along the north side of FM 1460, the east side of Industrial Avenue and the south side of 2151 Street, in the southeastern portion of Georgetown, Williamson County, Texas. Legal Description: 5.1704 acres out of the Clement Stubblefield Survey, A-558, Williamson County, Texas. Size: 5.1704 acres. Frontage/Access: The subject has 484.90 feet of road frontage along the north side of FM 1460 which is a four -lane asphalt paved state roadway with a center turn lane. In addition, the property has 236.77 feet along the east side of Industrial Avenue and 706.27 feet along the south side of 215' Street. Industrial Avenue and 215` Street are both two-lane asphalt paved city streets. Topography: The subject has a level to gently sloping topography. Please refer to the Topography Map provided prior to the Subject Description. Flood Plain: Based on data obtained from the FEMA National Flood Insurance Program Q3 Flood Data, Disc 3 for Texas, the subject property contains approximately 4 acres, or 77% of its total land area, within the 100 -year flood plain. Please refer to the Flood Plain Map presented prior to the Subject Description. Utilities: The City of Georgetown has a 12 -inch water line located along Industrial Avenue and along 215` Street near the property's western and northern boundaries. There are no City of Georgetown wastewater lines which service the subject with the nearest line being an 8 -inch pipe located along the north side of FM 1460 approximately 350 feet west of the subject near the northwest corner of FM 1460 and Industrial Avenue. Zoning: The subject is zoned "IN," Industrial by the City of Georgetown Edwards Aquifer Recharge Zone: It is noted that the subject property is situated within the boundaries of the Edwards Aquifer Recharge Zone and would be subject to the Texas Commission on Environmental Quality (TCEQ) regulations regarding water filtration over the recharge zone. 17 Easements: According to the Title Commitment by Stewart TitIE Guaranty Company provided by the City of Georgetown, the subject is encumbered by an easement dated June 30, 1936 to Texas Power & Light Company located near the property's northern boundary. In addition, the title commitment mentioned a water valve and line located near the subject's northern boundary. Improvements: The subject is vacant land void of building improvements. Surrounding Land Uses: The subject is situated in an area with a mixture of industrial and commercial uses. The Williamson County Appraisal District is currently constructing a new office building on the site situated across Industrial Avenue west of the subject. There are industrial uses noted to the north across 21s` Street from the property. South of the subject across FM 1460 is a City of Georgetown office building. Georgetown Railroad right-of-way and vacant land border the subject's eastern boundary. Environmental Concerns: During the site visit, the appraisers attempted to note any signs of environmental contamination. No obvious signs of environmental contamination were noted during the site visit. The reader of this report should note that these appraisers are not qualified to conduct environmental audits. Therefore, the users of this appraisal are advised to conduct an environmental audit to ascertain the environmental status of the subject property. This appraisal is based on the assumption that the subject is free of environmental contamination which could affect value. im SUMMARY OF SALES AND ADJUSTMENTS No. Subject 1 2 3 4 5 6 KOW� Bartschmid W-04-046 W-05-249 W-05-167 W-04-244 W-05-250 W-05-251 Date Current 8/6/2004 9/12/2005 10/31/2005 3/8/2004 9/15/2005 9,15/2005 Location NS FM 1460, NS FM 1460, SS Madison SEC FM 1460 SWC High WS Leander SWC Leander N/A Williamson SS 21" St., SS 21'' St., Oaks Ave., E & High Tech Tech Dr. & St., ES St. & Hart St. ES Industrial WS Industrial of S. Austin Dr. Tower Dr. Railroad St., Gabriel Senior Gabriel Senior Ave. Ave. Ave. Company, LLC LLC S of Hart St. 25 rantor Guthrie Alu-cut Starr Sterpa Sterpa Rodriguez Bartschmid International, Inc. Grantee N/A Williamson Hardy Raider RNK Group, DDC San DDC San County Management Enterprises, L.P. Gabriel Senior Gabriel Senior Appraisal Company, LLC LLC Village, Ltd. Village, Ltd. District ize (acres) 5.1704 5.83 18.905 1.91 1.27 3.0193 1.53 MFrontage/Acre 276.18 267.07 92.41 303.66 374.02 119.07 391.81 Improvements None None None None None None of Value None Flood Plain 77% 0% 0% 0% 0% 0% 0% IZoning IN C-3 IN, C-1, MF IN IN IN C-1 Water Georgetown Georgetown Georgetown Georgetown Georgetown Georgetown Georgetown [Wastewater Georgetown Georgetown Georgetown Georgetown Georgetown Georgetown Georgetown MService Area I Price $ 380,932 $ 794,010 $ 125,000 $ 69,152 $ 358,934 $ 161,200 /SF $ 1.50 $ 0.96 $ 1.50 $ 1.25 $ 2.73 $ 2.42 MFinancing 0 $ 0 $ 0 $ 0 $ 0 $ 0 Improvements $ 0 $ 0 $ 0 $ 0 $ 0 $ 0 Market Cond. $ 0.33 $ 0.07 $ 0.09 $ 0.35 $ 0.20 $ 0.17 Adj. Price $ 1.83 $ 1.03 $ 1.59 $ 1.60 $ 2.93 $ 2.59 M Size 0 $ 0.21 ($ 0.08) ($ 0.08) $ 0 ($ 0.13) 20% -5% -5% -5% Location $ 0 $ 0.10 $ 0 $ 0.16 ($ 0.73) ($ 0.65) 10% 10% -25% -25% Shape/Access $ 0 $ 0.15 $ 0.16 $ 0.16 $ 0.29 $ 0.26 15% 10% 10% 10% 10% yUtilities $ 0 $ 0 $ 0 $ 0 $ 0 $ 0 Flood Plain ($ 0.27) ($ 0.15) ($ 0.24) ($ 0.24) ($ 0.44) ($ 0.39) -15% -15% -15% -15% -15% -15% InAnntari Vnlno (t 1 FR G 1 ZA C 9 A4 2 9 an 0 n nc c n co 25 Disc ussion of Sales The following discussion provides an explanation of the adjustments applied to each of the sales presented for comparison to the subject. Financing - The financing terms under which a property sells can influence the sales price of the property. Sellers who are willing to provide financing terms favorable to the buyer often demand and receive a premium price for their property as compared to the price which would have been possible with a cash sale. Each of the sales used for comparison sold with cash to the seller or under terms equivalent to cash and do not require any adjustments for favorable financing. Improvements- Each of the sales presented sold as vacant land without any improvements which contributed to their sales price. No adjustments are concluded to any of the sales for improvements. Market Conditions - The sales used for comparison to the subject sold between March 2004 and October 2005. Neighborhood real estate values have generally been increasing at a rate of approximately one percent per month. Each of the sales has been adjusted upward to reflect the differences in market conditions between the date of sale and the effective date. Size - The size of a property can influence value. The impact of size on price is not a well- defined linear relationship but instead tends to function in steps with properties in a general size range being equally influenced by size. The subject property contains 5.1704 acres of vacant land. The sales used for comparison to the subject range in size from 18.905 acres (Sale No. 2) to 1.27 acres (Sale No. 4). Sale Nos. 1 and 5 are considered to be similar to the subject's size with no adjustment concluded. Sale No. 2 is considerably larger than the subject and requires upward adjustment for its larger size relative to the subject. Sale Nos. 3, 4 and 6 require downward adjustment for their smaller size as compared to the subject. Location - The subject is located in the southeast portion of Georgetown along the north side of FM 1460, the south side of 21 s` Street and the east side of Industrial Avenue. Sale Nos. 1 and 3 are each located in southern Georgetown with FM 1460 exposure similar to the subject with no adjustments concluded to these two sales for location. Sale No. 2 is situated southwest of the subject along the south side of Madison Oaks Avenue. Sale No. 4 is located southeast of the subject at the southwest corner of High Tech Drive and Tower Drive. Both of these sales are more indicative of destination locations and do not offer the FM 1460 exposure and traffic flows present at the subject site. Upward adjustments of ten percent are applied to Sale Nos. 2 and 4 for their inferior location relative to the subject. Sale Nos. 5 and 6 are located northwest of the subject along the west side of Leander Street. The location of these two sales is considered superior to the subject's location with both sales requiring a downward adjustment of twenty-five percent. Shape/Access - The subject has a mostly rectangular shape with road frontage on three of its sides. Sale No. 1 is situated across Industrial Avenue west of the subject and 26 represents a tract with a similar shape and road frontage on three sides. No adjustment is concluded to Sale No. 1 for shape/access. Sale No. 2 is a mostly rectangular tract with road frontage along its northern boundary. This sale requires upward adjustment for its inferior access as compared to the subject. Sale Nos. 3, 4 and 6 are rectangular shaped tracts with road frontage on two sides and require upward adjustment for their inferior access relative to the subject. Sale No. 5 is recognized as an irregularly shaped tract with road frontage on its western and eastern sides. An upward adjustment of ten percent is applied to this sale for its inferior shape/access relative to the subject. Utilities -As mentioned previously, the subject has City of Georgetown water lines available to service the property located along the subject's northern and western boundaries. There is a wastewater line located west of the subject across Industrial Avenue which would require a minimal amount of extension to service the subject. Each of the sales presented has water and wastewater service available from the City of Georgetown with no adjustments concluded to Sale Nos. 1-6 for utilities. Flood Plain - As noted in the Subject Description, approximately 77% of the subject's total land area is within the 100 -year flood plain which introduces some additional engineering and site preparation costs for the development of the subject site. Sale Nos. 1-6 do not contain any land area within the identified 100 -year flood plain, and therefore, require downward adjustment of fifteen percent for their lack of flood plain relative to the subject. Correlation ° The sales presented for comparison to the subject indicate a range in value from $1.34/SF (Sale No. 2) to $2.05/SF (Sale No. 5) with an average value indication of $1.61/SF. Sale No. 1 is located closest to the subject being situated across Industrial Avenue from the subject. Sale Nos. 2, 3, 5 and 6 represent the most recent sales presented. Sale No. 2 is recognized as the largest sale used in the analysis and represents the low end of the value spectrum while Sale Nos. 1 and 5 are most comparable to the subject's size and rest toward the upper end of the range. The subject is noted as having some drainage issues as it relates to the 100 -year flood plain. As stated in the Highest and Best Use Analysis, development of the subject would be restricted to a 50% impervious coverage requirement. A detailed engineering review related to the subject's flood plain would be required to determine how much of the subject's land area would be recoverable given the impervious coverage requirements on the subject site. After taking all of these factors into consideration and based on the sales presented above, it is the opinion of these appraisers that the market value of the subject property as of May 1, 2006 is $1.75/SF or: 43,560 SF/Acre x 5.1704 acres x $1.75/SF= $394,140 Rounded To: $395,000 27 RECONCILIATION AND FINAL ESTIMATE OF VALUE The three approaches to value indicate the following values: Cost Approach Not Applicable Income Approach Not Applicable Sales Comparison Approach $395,000 As previously discussed, the Cost Approach to value is not applicable in estimating the current market value of the subject as the property contains no building improvements. The Income Approach was not used to provide an estimate of value as buyers and sellers of land in the subject neighborhood do not typically consider the income potential of a vacant tract when making a purchase decision but instead purchase the property either for sale to a user who will develop improvements on the tract or for future resale, hoping to capture appreciation in land values over time. Therefore, the Income Approach is not considered to be applicable to the estimation of the current value of the subject property. Land sales in the City of Georgetown were used for comparison to the subject to estimate the market value of the subject property via the Sales Comparison Approach. The value indicated by the Sales Comparison Approach is concluded. Based on the sales and analysis presented, the estimated market value of the subject property as of May 1, 2006 is: THREE HUNDRED NINETY-FIVE THOUSAND DOLLARS ($395,000) 28 Council meeting date: May 23, 2006 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve a contract with Chiang, Patel and Yerby, Inc. for engineering and other professional services related to Rehabilitation of Park Central Blvd. for $75,000.00. ITEM SUMMARY: On March 8, 2006 the Georgetown Transportation Enhancement Corporation (GTEC) approved a Performance Agreement related to the improvement of Park Central Blvd. The Performance Agreement was approved by City Council on April 25, 2006. The Performance Agreement calls for GTEC to begin work on the rehabilitation of Park Central Blvd. upon receipt of all capital contributions from the Business Enterprises. The Performance Agreement is being routed to the parties for signature and the capital contributions are expected to be received shortly. A request for qualifications was sent to two firms, which the City of Georgetown has an agreement with to perform, engineering services in order to select the most qualified firm for the rehabilitation of Park Central Blvd. A selection committee consisting of three qualified staff members from Georgetown Utility Systems and Development Services evaluated the request for qualifications from Kasber& Patrick and Associates and Chiang, Patel & Yerby and rated each qualification statement on the following five criteria; approach to the project, experience and approach with rehabilitation projects, experience and approach with handling the public during rehabilitation projects, experience and approach with pavement design in expansive clays (concrete and asphalt), and project manager and team experience with street rehabilitation projects. All proposals were thoroughly reviewed and scored and Chiang, Patel and Yerby received the highest average score. SPECIAL CONSIDERATIONS: A notice of proceed will not be given until a check is received from the property owners along Park Central Blvd. FINANCIAL IMPACT: Funds will come from the Georgetown Transportation Enhancement Corporation Economic Development Fund 400-101-6033-00. STAFF RECOMMENDATION• Staff recommends Chiang, Patel, & Yerby, Inc. for engineering services on the Rehabilitation of Park Central Blvd. COMMENTS: None. ATTACHMENTS: from Chiang, Patel, & Submitted By: Thomas R. Benz, RE,(Jim Systems Engineering anager ssi for Utilities Operations AMENDMENT DATED MAY 17, 2006 TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND CHIANG, PATEL & YERBY, INC. FOR PROFESSIONAL SERVICES FOR THE PARK CENTRAL BLVD. REHABILITATION/ RECONSTRUCTION PROJECT The General Services Agreement between the CITY OF GEORGETOWN, TEXAS, a Texas home rule municipal corporation, in the City's capacity as authorized agent for the GEORGETOWN TRANSPORTATION ENHANCEMENT CORPORATION, a corporation created by the City Council of the City of Georgetown, Texas having its principal business address at 113 8th Street, Georgetown, Texas 78626 pursuant to Section 4B of the Development Corporation Act of 1979, as amended (Article 5190.6 Vernon's Tex. Rev. Civ. Stat. Ann.) (the "Act"), pursuant to the "Project Agreement between the City of Georgetown, Texas and the Georgetown Transportation Enhancement Corporation (hereinafter referred to as "OWNER"), and Chiang, Patel & Yerby, Inc. (Engineer), last authorized on is herby amended as follows: The scope and cost of the anticipated services are set forth in the attached Exhibits A -B. The charges for the work in Amendment dated May 23, 2006 are to be paid on a lump sum basis unless additional work due to change in scope is authorized. Your signatures below will constitute your acceptance of Amendment dated May 23, 2006. Executed in duplicate original this day of _ Texas, where this contract is performable and enforceable. Approved as to form: Patricia E. Carls City Attorney Party of the Second Part: CHIANG, PATEL & YERBY, INC. By: J.J. Roohms, P.E., Vice President STATE OF TEXAS COUNTY OF WILLIAMSON This instrument as acknowledged before me on this the Notary Republic 2006 at Georgetown, Party of the First Part: CITY OF GEORGETOWN, TEXAS As Authorized Agent for the GEORGETOWN TRANSPORTATION ENHANCEMENT CORPORATION Gary Nelon Mayor Attest: Sandra D. Lee City Secretary day of 2006. Printed Name: Commission Expires: EXHIBIT A SCOPE OF SERVICES FOR Park Central Boulevard Georgetown, TEXAS The scope of work for engineering services involves field surveying; geotechnical investigation; pavement design; engineering design; preparation of plans and specifications; computing of construction quantities; and preparation of an opinion of probable cost for the rehabilitation/ reconstruction of Park Central Boulevard from Westinghouse Road to Commerce Boulevard. All design work shall be in accordance with the City of Georgetown, Texas standard requirements. Wherever necessary, the standard drawings and specifications of Williamson County and/or Texas Department of Transportation (TxDOT) will be utilized for consistency with other projects in the immediate vicinity. The project construction will replace approximately 1400 linear feet of 30' concrete pavement with a similar section. The 30' section will not include curb and gutter except where matching the planned enclosed storm sewer system at Westinghouse Road, if applicable. The storm runoff will be directed toward existing drainage ditches through surface grading. Utility relocation is not required, based on existing information. The engineering work for this project will be divided into a number of tasks as outlined below. It is the intent of Exhibit A (Scope of Services), in coordination with Exhibit B (Services to be provided by the Owner), to define the complete scope of work. Any of the items listed below that are specifically excluded from this scope of work and/or any items not listed below that are desired by the Owner to be included in the scope of work may be added at any time via a duly executed Supplemental Agreement defining the scope of those items and the related adjustment to the agreed upon fee. The Engineer will establish a roadway geometry model and perform earthwork and paving quantity calculations with the Bentley Microstation enhancement known as GEOPAK. The CADD and GEOPAK criteria files, which comprise the geometry model, shall be provided to the City at the completion of the project. For the purpose of these Exhibits (A -F), the Engineer shall be defined as CP&Y, Inc. or its duly appointed agent. Similarly, the Owner/Client shall be defined as the City of Georgetown, with whom this agreement has been executed, or their respective duly appointed agents. I. PROJECT MANAGEMENT & ADMIPIISTRATIVE TASKS 01. Project Management, Administration and Coordination The Engineer will establish and maintain project schedules and budgets, develop monthly progress reports, prepare invoices, and attend design meetings with the Owner and other entities on an as -needed basis during the project design. 02. Supervision of Subconsultants T..LVARKETING106A UMuuic-011Proposa11GT EXHBITA-rldoc I Of 10 The engineer will establish a work program and schedule for each subconsultant, identified in the appropriate sections of this document, at the beginning of the project. The engineer will be responsible for the coordination, supervision, review and incorporation of the surveying, geotechnical investigations, public involvement, and other aspects of the work performed by subconsultants. 03. Coordination with other Agencies The Engineer will coordinate with other agencies as needed for data collection. These entities will be contacted, if applicable, to determine plans for any proposed facilities or adjustments to existing facilities within the proposed site area. The information obtained will be considered in the reconstruction of the proposed project. H. DESIGN PHASE SERVICES 00. General Design a. Design Criteria The Engineer will develop a set of design criteria at the beginning of the project, which shall form the basis of the design. Copies of this report will be furnished to the Owner for review and approval. b. Project Title Sheet A project title sheet will be prepared as required for use in the construction plans in accordance with the sample provided by the Owner. c. Project Layout Sheets Project layout sheets will be prepared at a minimum of 1"=200' (half-size), which clearly indicates the limits of the entire project. These layout sheets will indicate the major structures contained within the project, the names of all intersecting roadways and waterways, and other items relevant to creating an overall perspective of the entire project. d. Horizontal Control Sheets Roadway horizontal control sheets and horizontal curve data sheets will be prepared to provide relevant geometric information to establish the roadway centerlines and baselines prior to construction. e. Data Collection The Engineer will document and attend an initial coordination meeting to discuss various aspect of the project and help maintain the project schedule. The Engineer will collect and review available data for Park Central Boulevard and perform field investigations to aid in this task. This task will include the collection of record drawings, as built plans, past studies, and transportation plans. The Engineer will also photograph critical features. PWARKETING106A UMunic-01IProposallGT EXHIBITA-r3.doc 2 of 10 01. Pavement Design a. Develop traffic projections with the City of Georgetown based on existing traffic counts and future development conditions. b. Coordinate with the Geotechnical Subconsultant to determine the pavement design and subgrade preparation based on the Geotechnical Study. 02. Roadway Design a. Preliminary Right -of -Way Requirements The Engineer shall determine the extent of the existing right-of-way based on development plats or other information to be provided by the Owner (see Exhibit B) during the early design stages of the project. The Engineer will notify the Owner of any locations where the existing right-of-way will not be sufficient so additional right-of-way can be acquired. If applicable, the Engineer will assist the Owner in the preparation of right-of-way documents and acquisition as defined in Section HI -04 below; however, it is anticipated that no additional right-of-way will be required for this project. b. Preliminary Schematic Plan/Profiles Prior to commencing the final paving design, the Engineer will prepare a schematic plan and profile for the proposed work for the entire project. Roadway horizontal and vertical alignments will be provided to the Owner for review. These alignments will take into con- sideration preliminary drainage considerations, ties to existing cross streets, site distances and traffic flow patterns. The profile will take into consideration driveway and alley connections and available right-of-way for grading. Where possible, the curb elevation for these roads will be set below existing ground to facilitate offsite drainage. c. Paving Plans/Profiles On approval of the preliminary horizontal & vertical alignments, plan sheets will be prepared which depict these alignments. These plan sheets will be a minimum of V=100' half-size (11"x17") and contain topographic information, roadway baselines, pavement edges, roadway pavement contours where necessary, limits of structures, limits of retaining walls, drainage structures excluding pipes, limits of sidewalks, limits of barriers and any other information necessary for pavement construction. On approval of the preliminary vertical alignments, profile sheets will be prepared to depict these alignments. These profiles will contain existing ground lines at the proposed profile grade line, limits of structures, and proposed elevations at 50 -foot intervals. d. Other Roadway Design Elements (i) Typical Sections Roadway typical sections will be prepared for various paving sections along the project. These sections will be developed in accordance with the City of Georgetown design standards. These sections will be based on the pavement and subgrade design recommended to and approved by the Owner. T.-MARKETMG106AUMunic-0/IProposallGT EAHIBITA-rldoc 3 of 10 (ii) Supplementary Grading/Intersection Contour Sheets Where necessary, supplementary grading sheets will be prepared to properly show the relationship between adjacent roadways, drainage swales, or areas of special grading. These sheets will contain spot elevations and/or contours to guide the construction in these areas. (iii) Miscellaneous Paving Details Miscellaneous paving details will be developed as necessary to describe various types of construction such as sidewalks, curbs, etc. when no such standard details are available from the City of Georgetown, Williamson County and/or TxDOT. 03. Drainage Design & SW3P a. Drainage Area Maps Drainage area maps will be prepared at a minimum scale of 1"=200' (half-size), using available contour maps. Inlets will be located and sub -drainage areas determined. The run- off to each inlet will be calculated in accordance with the City of Georgetown hydraulic design criteria and shown on run-off and inlet computation sheets. b. Culvert Plans/Profiles Culvert plan/profile sheets and cross-sections, if necessary, will be provided for new culvert construction. City of Georgetown standards will be used whenever possible for these culverts. c. Preliminary Storm Sewer Design Storm sewer design for this project will be limited to matching proposed storm sewer for the Westinghouse Road project currently under design at the south end of the project. The design shall be performed in accordance with the City of Georgetown hydraulic design criteria and design standards and shall be based on the drainage area information and the run-off and inlet computations. Preliminary design will be performed and submitted for approval. d. Computation Sheets In accordance with standard practice, sheets will be prepared for Runoff and Inlet Computations, Storm Sewer Computations and Lateral Computations. These sheets will tabulate all relevant data used in design for easy verification of the design methods and for future improvements to be coordinated with this project. e. Final Storm Sewer Design Upon approval of the preliminary drainage, plan sheets will be prepared at a minimum V=100' (half-size). These sheets will show the storm sewer design necessary to match the proposed Westinghouse project discussed above. This shall include location of ditch inlets, manholes, storm sewers, slotted drains, driveway culverts and open channel improvements in relation to the project roadways. Drainage profile sheets will also be prepared which T. WARKETTHG106A UMmic-01IPropmahGT EXH7BITA-r3.doc 4 of 10 show profile information for the proposed storm sewer trunk lines, proposed ground above the storm sewers, existing ground above the storm sewers, and locations of lateral junctions. Profiles of laterals will be provided in tabular form, with associated details as necessary, unless a proposed or existing utility crosses the lateral, in which case the lateral may be profiled, if necessary. f. Miscellaneous Drainage Details Miscellaneous drainage details will be prepared for any drainage related items, which are not covered by the City of Georgetown and/or TxDOT standard details. g. SW3P Plans and Details h. SW3P plans will be prepared and will describe the implementation of practices to be used to reduce the pollutants to storm water discharges associated with the construction site. The intent of the SW3P plans will be to show the ultimate configuration of SW3P elements, not the intermediate phasing of the necessary elements. i. The Engineer will not be responsible for any water quality (TPDES) coordination with TCEQ or preparation of a Water Pollution Abatement Plan (WPAP). 04. Utility Design The Project site has both water and sanitary sewer lines within the roadway limits. The existing water and sanitary sewer lines run parallel to and under the existing pavement throughout the project length. Based on the information available, these utilities will not require relocation due to their depths and the planned final grade of the roadway. However, the City of Georgetown has indicated that the lines will be inspected during construction. If requested, the Engineer has included a line item in the estimate to redesign up to 2100 linear feet of water / wastewater line 12" or less in diameter. 05. Signing and Striping a. Signing and Pavement Marking Layouts Signing and pavement marking layout sheets will be prepared at a minimum 1"=100' (half- size). These layouts will include baselines, pavement edges, right-of-way lines, pictorially depicted signs with their locations, pavement markings with dimensioning, culverts and other structures which may present a hazard to traffic. b. Sign Summaries Summaries of small signs and pavement markings will be prepared and will include quantities for pay items. 06. Quantities and Estimates a. Quantities Project quantities will be calculated and tabulated in a bid schedule. The pay items will be in accordance with 2006 City of Georgetown specifications and supplemented where T.'WARKE7ING1064UMunic-01WroposallGT EXWBITA-d.doc 5 of 10 necessary with special specifications prepared by the Engineer. The bid schedule will be included in the Bid Documents and may be reproduced in the plan set, as required. b. Construction Cost Analysis An Engineer's Opinion of Probable Construction Cost will be prepared for the entire project using current unit cost data from the City of Georgetown and the Engineer's database of recent bid information. In conjunction with this, the Engineer will provide a construction duration estimate. 07. General Notes and Specifications a. General Notes A list of general notes necessary for the project will be compiled by the Engineer. b. Specifications A list of specifications necessary for the project will be compiled by the Engineer. Any special specifications will also be provided. c. Special Provisions A list of standard special provisions necessary for the project will be compiled by the Engineer. d. Assemble and Incorporate Standard Drawings The Engineer shall assemble, collect, and incorporate the necessary standard drawings needed for the plan set. 08. Signal Design The Engineer will not prepare signal plans as part of this contract. 09. Illumination Design The Engineer will not prepare illumination plans as part of this contract. 10. Irrigation Design The Engineer will not prepare irrigation plans as part of this contract. 11. Bridge Design The Engineer will not prepare bridge plans as part of this contract. 12. Removal Plans If necessary, removal item sheets will be prepared at a minimum of V=100' (half-size) to show the necessary roadway and structural items to be removed in order to accommodate construction of the proposed project elements. T. WARKETING106A UMunic-O11PropwaAGT EXNB/TA-rMoc 6 of 10 13. Landscape Design The Engineer will not prepare landscape plans as part of this contract. 14. Sequence of Work and/or Traffic Control Plans a. Preliminary Sequence of Work / Traffic Control Plan The orderly routing of traffic during construction is of the utmost concern. A conceptual traffic -handling scheme will be prepared after the preliminary horizontal and vertical geometry is complete. This scheme will take into account various factors such as safety of traffic, minimum number of lanes, detours, access to adjacent properties, and other important factors for a logical sequence of construction. This scheme will also address the potential phased construction of the overall project as indicated by the plan sets. This scheme will be submitted to the Owner for review and approval prior to the commencement of final plan preparation. b. Final Sequence of Work / Traffic Control Plan (i) Typical Sections Traffic control plan typical sections will be prepared for each stage of the construction sequence to clearly delineate the position of the existing traffic with respect to the proposed construction. Temporary traffic barriers and pavement markings will also be shown and dimensioned. (ii) Sequence of Work Due to the limited complexity of this project with regard to construction phasing, the Engineer will not prepare detailed traffic control plans. Instead, the Engineer will prepare sequence of work plans showing the general phasing of construction activities, routing of traffic, and detours. Recommendations will be provided for appropriate signage and safety measures, but specific details will be left to the discretion of the contractor in accordance with the Texas Manual of Uniform Traffic Control Devises (TxMUTCD). (iii) Traffic Control Plan Layouts Detailed traffic control plans will not be prepared as part of this contract. c. Traffic Control Narrative The narrative description of the phases and steps of the construction shall be noted on the construction plans. 15. Cross Sections The Engineer will prepare cross sections of the project during the design phase to facilitate the development of the appropriate vertical profile of the roadway. These cross sections will be developed to a sufficient level to aide the Engineer in this effort and to approximate the cut/fill quantities required for the Project. If requested this information may be provided after the TWARKETlN006A UMunic-01IProposnAGT EXHIBITA-r3.doc 7 Of 10 award, to the selected contractor, in scroll format for informational purposes only. This information will not be further detailed and/or manipulated into plan sheet format unless specifically requested as an Additional Service item as defined in Section V below. III. SPECIAL SERVICES 01. Environmental Studies The Engineer will not perform an Environmental Assessment as part of this contract. 02. Public Meetings and/or Hearings The Engineer shall prepare exhibits for and attend one public meeting to inform the nearby residents of the nature of the project and to receive input from the community. These comments and concerns will be evaluated and addressed during the design phase where practical. In addition, the Engineer shall coordinate an individual meeting with each of the adjacent property owners and the City of Georgetown's representative to provide information regarding upcoming construction activities. It is assumed that a formal Public Hearing will not be required. 03. Mitigation Plans The Engineer will not prepare Mitigation Plans as part of this contract. 04. Right -of Way Acquisition At this time the need for additional right-of-way is believed to be unnecessary. As a result, the preparation of right-of-way documents (i.e. — parcel descriptions and sketches) is not included in this contract. 05. TDLR Review A TDLR review will be required if the Accessible Route improvements (i.e. - sidewalks and ramps) exceed $50,000. If the Owner requests, CP&Y will submit a final set of plans to a local TDLR review firm for review. Review fees are based on the construction cost of the project. CP&Y will submit an invoice to the Owner for the cost of the review. This fee is not included in the Fee Summary attached as Exhibit D as an expense item and will only be charged to the Owner if such a review is determined to be necessary. 06. Franchise Utility Relocation The Engineer will be responsible for coordination with the various utility companies, for exposing potential conflicts and field ties to uncover utilities in potential conflict areas. If, in fact, there is a conflict, the Engineer will meet with the utility company to resolve the conflict. The Engineer will not be responsible for the redesign of any franchise utility services, the relocation of these services, or the scheduling and confirmation of such relocations. T.IWARXETING106AUMunic-011 aroposallGT EXUBITA-r1doc 8 of 10 IV. CONSTRUCTION PHASE SERVICES 01. Administrative Services The Engineer will provide Construction Administration services under this contract. Such services are defined as periodic site visits to review the general progress of the construction process and overall conformance with the plans and specifications. On site meetings with the selected contractor and Owner's representatives will occur approximately monthly throughout the construction phase. 02. Field Engineering The Engineer will not perform any Field Engineering to design additional features as part of this contract. However, any redesign of a planned improvement that is required as a result of an incompatibility of Engineer's original design will be addressed by the Engineer. 03. Bid Processing The Engineer will assist the Owner and/or Client with the advertising for bids, distribution of plans to prospective bidders, bid opening, and summarizing of bids received. The Engineer will also review the bids and make a recommendation for award based on the lowest qualified bidder. 04. As -Built Drawings The Engineer will prepare a complete set of As -Built drawings based on any field changes made during construction and any field notes or marked up plans provided by the contractor upon completion of construction. 05. Change Orders The Engineer will assist the Owner in preparing any Change Orders required during the construction phase. If such change orders are a result of a change in the scope of the project, the engineering redesign required by such change orders will be addressed as an additional service as defined in Section V below. 06. Pay Requests The Engineer will assist the Owner in the review of construction Pay Requests under this contract. 07. Requests for Information The Engineer will respond, as necessary to Requests for Information during the construction phase of the Project. Should such requests become too frequent or require additional design work on the part of the Engineer, a supplemental agreement may be required. 08. Shop Drawing Review The Engineer will review Shop Drawings submitted by the contractor. T: WARKETING106A UMmir-01 TroposallGT EXNBITA-r3.doc 9 of 10 09. TDLR Inspections/Coordination Based on the cost of accessible improvements (i.e, sidewalks and ramps), project may or may not be required to have a TDLR inspection upon completion. Such inspection will not be considered part of this contract. V. Additional Services 01. Engineering Redesign At various points during the design phase, the Engineer will submit work in progress plan sets for review by the Owner. Such sets should receive a thorough review by the Owner for compliance with the Owner's expectations for the Project. (Note: the Owner is not required to review such plan sets for design conformance, code compliance, or other requirements deemed to be the responsibility of the Engineer). Once these plans are reviewed and returned to the Engineer, they shall be considered accepted by the Owner except as noted in the review comments. Subsequent changes requested by the Owner shall constitute Additional Services outside of the scope of this agreement. In such cases, the Engineer shall be granted a Supplemental Agreement for additional compensation in an amount sufficient to cover any and all costs incurred by the Engineer while completing the redesign effort. 02. Public Meetings Except as noted above in Section III -02, the Engineer shall not be required to prepare for or attend any Public Information Meetings and/or formal Public Hearing (as required by the State of Texas in some cases). Any request for such additional meetings shall constitute Additional Services outside of the scope of this agreement. 03. Right -of -Way Acquisition As stated above, the need for additional right -of way is not anticipated at this time. VI. Subconsultants 01. Aerial Survey No Aerial Survey will be performed under this contract. 02. Field/Ground Survey The Engineer will research, locate and reconcile and/or utilize existing NGS or TxDOT control monuments, benchmarks and/or NGS OPUS position solutions as the basis for this Project's Horizontal and Vertical coordinate system. Any problems encountered in establishing this control will be immediately brought to the attention of Project Engineer. The Engineer will establish a benchmark system for the project via differential leveling at intervals of 500'. The benchmark system will be reconciled to the Primary GPS control. The Engineer will densify the previously established Primary Control as needed to complete this scope of services by utilizing GPS and/or conventional traversing techniques. The Engineer will perform a topographic/design survey along the project route corridor. The limited topographic survey will include the edges of pavement, centerline, drainage structures, ditches, T:IMABKE77NG106AUMunic-O11ProposallGT EXHIBITA-d.doc 10 of 10 hard surfacing, driveways, visible utilities, signs, and trees within the ROW. Intersecting roadways will be surveyed in the same manner for up to 300 feet or as directed by the design engineer. The Engineer will collect information about each drainage structure along the Project corridor, such as: culvert types, pipe sizes, structure conditions, etc. Visible utilities throughout the site will be located and utility witnesses will be logged for future reference. The Engineer will use the referenced information (right-of-way maps and construction plans) provided to us by various sources in conjunction with collected right-of-way monumentation along the existing Park Central right-of-way, to re-establish the existing alignment and associated right-of-way lines. A property schematic with current ownership will be generated for the project area. Any problems encountered in establishing these alignments will be immediately brought to the attention of the Project Engineer. The Engineer will utilize the data collected along the Project corridor in the Field Survey to produce a digital terrain model (DTM), 2D MicroStation planimetric file, and a 3D MicroStation DTM file including break -lines and contours. Survey field notes and supporting electronic data will be made available upon request or as stated above. Inland will prepare a horizontal and vertical control layout exhibit which will include the benchmark system callouts. Utility contact sheets will be forwarded to the Area Office utility coordinator. The Engineer will deliver a CD-ROM containing the specified files. 03. Geotechnical Investigations The Engineer will explore the subsurface material and conditions at the site by drilling, five (5) borings to a maximum depth of 5 feet for the street reconstruction. Subsurface water observations will be conducted in each boring. All samples recovered from the borings will be visually logged in the field, sealed in plastic to minimize moisture loss, placed in core boxes, transported to the laboratory for further analysis. Existing conditions, strength and index properties, and characteristics of the materials will be determined by appropriate laboratory tests on selected samples to include a CBR test and sulfate test. The information obtained by our field exploration and laboratory investigations will be used in engineering studies to establish geotechnical design and construction criteria for the construction of a new pavement section. Pavement thickness recommendations will be developed and included in our report based on a 20 -year design. VII. Expenses The Engineer will necessarily incur reasonable expenses in conjunction with the design and administration of this project. Such expenses have been estimated from similar experiences and included as a line item on the Fee Summary (Exhibit D). These expenses include: - Travel to and from the job site and meetings related to the project - Printing of reports, letters and related materials - Printing of plan sets for review and construction These expenses will be limited to every extent possible and will be reimbursed by the Owner as part of this agreement. If the scope of the project changes or if the required number of submittals and/or copies changes appreciably from that indicated in Exhibit C, the Engineer reserves the right to seek additional compensation for the additional expenses. T.-WARKETING106AUMu k -OI PmposaflGT EMB/TA-r3.do< 11 of 10 F] EXHIBIT D FEE SUMMARY FOR Park Central Boulevard Georgetown, TEXAS TOTAL LUMP SUM FEE $ 75,000.00 NOTE: The surveying services included under Subconsultant Services above, include field surveying for design but not the development of right-of-way documents for acquisition. It is understood that no additional ROW will be required. However, if such documents are needed, they can be prepared at a cost of $1100 per parcel. T. tMARKE77NG106AUMunic-011ProposalTark Central -rials I Of 1 Estm Hours Labor Cost I. Project Management and 66 $ 7,224.00 Administrative Tasks II. Design Phase Services 383 $ 36,297.00 Ill. Special Services 41 $ 4,416.00 IV. Construction Phase Services 116 S 11,250.00 V. Additional Services (if 0 $ - requested) TOTAL DESIGN & 606 $ 59,187.00 CONSTRUCTION SERVICES V1. Subconsultant Services $ 15,000.00 VII. Reimbursible Expenses $ 813.00 TOTAL LUMP SUM FEE $ 75,000.00 NOTE: The surveying services included under Subconsultant Services above, include field surveying for design but not the development of right-of-way documents for acquisition. It is understood that no additional ROW will be required. However, if such documents are needed, they can be prepared at a cost of $1100 per parcel. T. tMARKE77NG106AUMunic-011ProposalTark Central -rials I Of 1 Council Meeting Date: May 23, 2006 AGENDA ITEM COVER SHEET Item No. X, I SUBJECT: Consideration and possible action to approve a contract amendment between the City of Georgetown and Kasberg, Patrick & Associates, LP for professional services related to the engineering for the 2006 Street Rehabilitation Projects for $ 115,000.00. --�•• ��•u.�..�_ : cngmeermg services are required for the Street System Improvements identified in the 2005/2006 CIP. Because the extent of rehabilitation varies from street to street, some of these streets will require more engineering than others. Due to numerous failures, existing shallow utilities, and drainage issues, Myrtle Street (12th to 151h), Mesquite Lane (Country Club to Ranch Road), Cottonwood (Riverbend to Ranch Road) Oak Lane ( Riverbend to Power Road) and Parker Drive (Riverbend to Kathi Lane) will include detailed surveys and construction administration by the engineer. Streets in more stable condition that only require minimal rehabilitation with Curb replacement and overlay include Church Street (121h to 151h), Elm Street (12th to 15th), Walnut Street (121h to 131h) and Pine Street (University to 71b). The engineer will review and prepare project design and provide final design schematics for the City to use in the rehabilitation process. The City using in house and contract services will perform construction administration of these streets. Should any additional engineering be required, for these streets, it will be charged hourly, according to attachment B. Kasberg, Patrick & Associates have performed other Street rehabilitation projects in these areas and are most familiar with existing conditions. These streets were also identified in KPA's Engineering report for pavement surveys and suggested improvements. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: $115,000.00 will be used from account # 203-101-6091-00 2006 Street Rehabilitation GUS BOARD RECOMMENDATION: GUS Board recommended approval at the May 16, 2006 meeting. Approval 6-0 Mike Cunningham absent. STAFF RECOMMENDATION• COMMENTS: ATTACHMENTS: Proposed Amendment dated April 6, 2006 Attachment "A" Summary of Charges for services Attachment "B" hourly charges for additional services 2. Lettkr�fexplanat for chosen Engineering services �- 1 w� , n tted By: Thomas R. Ben .E. J Systems Engineering Assistant it Manager Manager for Utility Operations AMENDMENT DATED APRIL 6, 2006 TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND KASBERG, PATRICK & ASSOCIATES, LP FOR PROFESSIONAL SERVICES FOR 2006 STREET REHABILITATION PROJECTS The General Services Agreement between the CITY OF GEORGETOWN (City) and Kasberg, Patrick & Associates, LP, (Engineer) last authorized on March 14, 1995, is hereby amended as follows: The scope and cost of the anticipated services are set forth in the attached Exhibit A. The charges for the work in Amendment dated April 6, 2006 are to be paid on a lump sum basis unless additional work due to change in scope is authorized. Your signatures below will constitute your acceptance of Amendment dated April 6, 2006. Executed in duplicate original this day of 2006 at Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Party of the First Part: CITY OF GEORGETOWN, TEXAS Patricia E. Carls City Attorney Parry of the Second Part: KASBERG, PATRICK & ASSOCIATES, LP By Kasberg, Patrick & Associates GP, LLC General Partner _ By: R. David Patrick, P.E., Vice President STATE OF TEXAS COUNTY OF BELL Gary Nelon Mayor Attest: Sandra D. Lee City Secretary This instrument as acknowledged before me on this the � day of -A49r i 1 2006. Notary yn . +;p.. DORIS M. WALTERS Notary Public, State of Texas € My commission Expires December 27,2009 Printedname: VoRrs M. WALTERS Commission Expires: 12- 2-1- o 9 Exhibit A (Updated April 6, 2006) This updated Exhibit A to the original General Services Agreement between the City of Georgetown and Kasberg, Patrick & Associates, LP, dated March 14, 1995, provides for the scope of engineering services required for developing design for the 2006 Street Rehabilitation Projects. The attached letter details the services and associated charges for the proposed work. KASBERG, PATRICK & ASSOCIATES, LP KA CONSULTING ENGINEERS One South Main • Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 maii@kpaengineers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E. THOMAS D. VALLE, P.E. April 6, 2006 Mr. Jim Briggs Assistant City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627-0409 Re: City of Georgetown Proposal for The 2006 Street Rehabilitation Projects Georgetown, Texas Dear Mr. Briggs: This letter proposal is in response to your request for basic and special engineering services required to provide construction drawings for street improvements for: The 2006 Street Rehabilitation Projects The charges for this work are shown on Attachment "A" of this letter. We have priced the work according to the facts that we know about the project as of this date. Lump Sum charges are shown and will not change unless the scope of work is expanded, at which time we will meet with you and plan accordingly. We have also attached to this proposal a preliminary project schedule for your use. The following are tasks that we have included in the work schedule: PRELIMINARY ENGINEERING PHASE. This phase involves determination of project scope and economic and technical evaluation of feasible alternatives. Services during this phase include: 1. Obtaining and reviewing available data and consulting with the City to clarify and define the CITY's requirements for the project. 2. Advising the CITY as to the necessity of providing or obtaining from others additional data or services. These additional services may include photogrammetry, investigations and consultations, compilation of hydrological data, traffic studies, materials engineering, assembly of zoning, deed, and other restrictive land use information, and environmental assessments and impact statements. 3. Identifying and analyzing requirements of governmental authorities having jurisdiction to approve the design of the project, and participating in consultations with such authorities. 12. Analysis of project effects on downstream conditions. 13. Development of the preliminary rehabilitation methods with recommendations and associated costs for the project. 14. Develop recommendations of rehabilitation for each street within the project scope that fits within the budget established by the City of Georgetown. 15. Hold a preliminary phase meeting with the City of Georgetown Staff to review the preliminary design concepts and associated costs prior to beginning final design. These concepts will be presented in deliverables that will illustrate the preliminary engineering recommendations as well as associated cost estimates. We will also discuss any additional investigations that may be required to complete the final design of the project such as borings, subsurface investigations, etc. ATTACHMENT A SUMMARY OF CHARGES FOR SERVICES 2006 CAPITAL IMPROVEMENTS PROJECT FOR THE 2006 STREET REHABILITATION PROJECTS GEORGETOWN, TEXAS TASK The 2006 Street Rehabilitation Projects I. BASIC SERVICES A. Preliminary Design $ 17,000.00 B. Final Design $ 39,500.00 C. Bidding $ 5,000.00 D. Construction Administration $ 32,000.00 TOTAL BASIC SERVICES $ 93,500.00 II. SPECIAL SERVICES A. Design Surveys $ 13,000.00 B. Construction Staking $ 9,000.00 TOTAL SPECIAL SERVICES $ 22,000.00 ATTACHMENT B Charges for Additional Services City of Georgetown 2006 CAPITAL IMPROVEMENTS PROJECT POSITION MULTIPLIER SALARY COST/RATES Principal 2.4 $ 45.00 - 60.00/hour Project Manager 2.4 38.00 - 48.00/hour Project Engineer 2.4 30.00 - 40.00/hour Engineer -in -training 2.4 24.00 - 35.00/hour Engineering Technician 2.4 18.00 - 32.00/hour CAD Technician 2.4 18.00 - 32.00/hour Secretary 2.4 10.00 - 16.00/hour Expenses 1.1 actual cost Computer 1.0 15.00/hour Survey Crew 1.1 85.00 - 100.00/hour Registered Public Surveyor 1.0 60.00/hour City of Georgetown 2006 Street Rehabilitation Projects Proposed Project Schedule 'MalL.T7�'lm®��Q�o�oO�mQs�ri SYSTEMS ENGINEERING MEMORANDUM TO: MARK MILER, TRANSPORTATION SERVICE MANAGER FROM: THOMAS R. BENZ, SYSTEMS ENGINEERING MANAGER SUBJECT: KASBERG, PATRICK & ASSOCIATES ADMENDMENTS TO AGREEMENT FOR PROFESSIONAL SERVICES FOR THE 2006 STREET REHABILITATION DATE: 5/11/2006 CC: JOEL WEAVER, CIP CORDINATOR Kasberg, Patrick & Associates, LP (KPA) was selected by the City of Georgetown through "Request for Qualifications" process to prepare our Pavement Management Plan. KPA completed the plan in April 2005 which included a five year capital improvement plan for our streets. The pavement management plan recommends a variety of maintenance methods from total reconstruction to micro seal, with the goal to maintain an average pavement condition index (PCI) of 85 of Georgetown street system. The streets selected for the 2006 Street Rehabilitation project came from the pavement management plan. Construction plans will be develop rehabilitation and or maintenance of the following streets: Streets Myrtle University 15th Cottonwood Riverbend Ranch Road Mesquite Country Club Ranch Road Parker Drive Riverbend Kathi Lane Church Street University 5th Elm Street University 15 Walnut Street University 13 Pine Street University Vo Street KPA overall knowledge of Georgetown's standards, pavement management plan, streets capital improvement plan, and their experience with designing the 2004 and 2005 Street Rehabilitation projects makes them the best qualified firm to perform this work. Systems Engineering and Transportation Service have worked with Kasberg, Patrick & Associates, LP (KPA) to develop a scope, schedule and fee for the 2006 Street Rehabilitation project which meets the city budget and pavement management objectives. KPA amendment to their agreement for Professional Services for the 2006 Street Rehabilitation scope and fee are reasonable an should be presented to Georgetown Utility Advisory Board and City Council for approval. Once approved by City Council Systems Engineering will have the Amendment signed and issue a notice to proceed to KPA. Please let me know if you have any questions. Agenda Item Check List amonim Financial Impact Agenda Item: 2006 Street Rehabilitation Projects Agenda Item Subject: Consideration and possible action to approve a contract amendment between the City of Georgetown and Kasberg, Patrick & Associates, LP for professional services related to the engineering for the 2006 Street Rehabilitation Projects for $ 115,000.00. Is this a Capital Improvement • Yes O No Project: Council Date: 05/23/2006 link to Agenda database => Q Need Help? Was it budgeted? 0 Yes O No Is it within the approved budgeted amount? 0 Yes O No If not, where is the money coming from? G/L Account Number 203-101-6091-00 Amount Going to Council $ 115,000.00 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 0 No If so, what division(s)? Prepared by: Tom Benz Date: 05/16/2006 Agenda Item Checklist: Approved on 05/17/2006 Approvers Title Assigned Notified Received Status Changed Status Jim Briggs Assistant City 05/16/2006 05/16/2006 5/17/2006 05/17/2006 Approved Jose Lara Manager 05/17/2006 05/17/2006 5/17/2006 05/17/2006 Approved Utility Financial Analyst Approval Cycle Settings Council Meeting Date: May 23, 2006 Item No. a AGENDA ITEM COVER SHEET iUBIECT: Consideration and possible action to award a contract to H. Deck Construction Company, of Round Zock, Texas for the Water Main Repair & Water Service & Valve Replacement in an amount not to exceed $200,000.00. ITEM SUMMARY: This contract will promote a more timely response to water main repairs, water services and valve replacement when the in-house crews have a backlog. The contractor can be used in conjunction with in house projects to increase productivity. Bids were received to cover water main repairs, water service, and valve replacement on scheduled and unscheduled maintenance for the remainder of the fiscal year on an as needed basis. The bid price was for estimated amounts. The actual cost for work will be determined by the amount of work completed using unit prices bid. The initial term of the contract will be through September 30, 2006. The bid specification allows for renewal for two additional years at the discretion of the City. The contract will be written to allow extension at the current unit prices for up to two additional years upon mutual agreement by the City and the contractor. Therefore, staff requests a GUS Board recommendation to award the contract based upon the unit prices listed in the bid sheet for the Water Main Repair & Water Service & Valve Replacement Contract to H. Deck Construction Company for an amount not to exceed $200,000.00 for the remainder of the fiscal year, including —ll add alternates. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: Funds for this service contract will come out of the Water Operations Fund as needed (660 -108 -5204 -BP). GUS BOARD RECOMMENDATION: GUS Board recommended approval at the May 16, 2006 meeting. Approval 6-0 Mike Cunningham absent. STAFF RECOMMENDATION: ATTACHMENTS: 1. Engineer's Letter of recommendation 2. Bid tab 3. Agenda Item Checklist Submitted By: Glenn Dishong, Water Services Manager Jim Briggs, Assistant City Manager for Utility Operation KASBERG, PATRICK & ASSOCIATES, LP KA CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mailr@kpaengmeers corn RICK N. KASBERG, P E. R. DAVID PATRICK, P THOMAS D. V ALLE, P April 19, 2006 Mr. Glenn Dishong Water and Wastewater Systems Manager City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown Utility General Contract Water Main Repair and Water Service and Valve Replacement Contract Dear Mr. Dishong: Attached is the Bid Tabulation Sheet for bids received at 2:00 PM on Tuesday, April 18, 2006 for the above referenced project. There were five (5) plan holders and three (3) 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. Several 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 base and add alternate 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, Thomas D. Valle, P.E. TDV/ xc: Mr. Michael Hallmark., City of Georgetown 2005-144-30 2ixis.,u.50 . BID TABULATION CITY OF GEORGETOWN, TEXAS Utility Genenl Contract Water Main Repair and Water Service and Valve EASE BID EnimnredUnit untie April 18, 2006 3:00:00 PM 300 Industries Avenue, Georgetown, TX 78626 RpeA Oarwnlaa 1601 Oxford Blvd Round Rock, Texas 78661 BIDDER INFORA11ATION Austin Underground, fee. P.O. Box 5650 I.E. Vista,Texss 7861S Lewis Contnatom, far. P.O. Be. 1623 Bertnm, Texas 78605 Ire. No. Estimated erne, U'mt Bid Dow Dern, now Unit P"'i, Extended 4.oant Unit Price Extendod Amount Unit PriceAmaunr Evended I @ EA Mobilization job site(s) as requested bthe City 350.00 S 4200.00 S 5,000.00 S M,WO.00 S 10000.00 S 120,00000 2 50 EA Replace exsong single residential were, service, including Main Linc Tap, Firings. Met. Box and Connector in Meter and excluding 2 -inch Servi x Linc 925.00 46,2SO W 2,500.00 125,00000 200000 100.0000 J 15 EA Replace existing double residential water service, including Main Line Tap, Fittings, Mete, Box and Connectip to Meth and eacludnig 2 inch Serviw Line 925.0 13,875.00 2,200.00 35.00000 1,95000 29,250.00 4 2,000 LF Install 2"Service Line wihun Existing Roadway, required to complete Replacement of Residential Water Service detailed in Bid Items 2 and 3 9100 142,M.00 4500 90.0000 70W 140000.00 5 1,000 LF InRall 2- Service Line behind existing Back ofCurb,requifW to complete Replamment of Residential Wam Smites detailed in Bid It.ns 2 and 3 12.00 12,000.00 30,00 30,11m 00 40.00 40,00000 6 5 EA Main Line Point Repair of Existing 4" Water Main via Mf Sleevc 850.00 4,250,W 1 5800.00 29000.00 2,350.00 11]50.00 7 5 EA Main Line PointR air of Eximn 6" Wow Man via M3 Sleeve 1,725.00 6625.00 5,90000 29500.00 2,900.00 14500.00 8 10 EA Mae. Line Point R airof Eximn 8• Warm Main via Ml Sleeve 1,20000 1200000 6,000.00 60000.00 3SWIM ]5000.00 9 5 EA Main Line Point R air of Eeimn 10• Wase Maio via M3 Sleeve 90000 45013.00 61W.M 30500.00 4,700.00 21,500.00 10 5 EA Main Line PomtR air ofEximn 12" Water Main via Ml Sleeve 1850.00 9250.00 6,700.00 33.500.00 5500.00 27,50000 11 50 LF R laccmcnt of Existing4" Wale, Main Se loco, 21.00 1050.00 120.00 6000.00 4700 2,350.00 12 5o LF Relacemcnt ofExisnn 6' Water Main Segment 28.00 1400,00 140.00 1000.00 59.0 295000 U 150 LF 0. laccmens of Eviatin 8"water Main Scrosis 33.00 4950.00 20000 3(1000.00 65.00 9750.00 N SO LF R lacorrznt of Exison 10" Water Main Semen, 35M 1750.00 300.00 1sp0oDo 98.M 4900.00 IS 50 LF Re lacemenl of Existin 12"Water Main Se eel 37.00 LWN 40000 20,000.00 135.00 675000 I6 5 EA Replacement es Existing 4• Gere Valve, including applicable Pipe Spools, Finings &Disposal 0 Eximn Valves 9]500 4,875.00 3700.00 16,5W.00 3,500.00 17,500 W 17 5 EA Replacement of Existing 6" Gate Valve includingapplioble Pipe Spools, Fittings A, Dispocal of Existing Valves L6500 8,250.0 3.00M 19,5M.M 4,100W 20,500 00 18 10 EA Replacxme,n of Existing 8 - Get. Valve,mcludm,.,rl.able Pipe 9'.1s, Fourigs & Di,..l .1 Eximn Valves 1,750.0 17,5M.W 4,10W 41,000.0 S.OW 00 50.WO00 19 5 EA Re,lacemml of E.xca, 10" Gate V.N,, u,cluding apphe.bic Pipe Spools, Finings & Disposal ofExisdnz Valves 1,950.W 9230,W 4,4W.W 22.00.00 6,850.00 34,25000 20 5 EA Replocementof Existing 12"Gate VsN,oicludingappliohle Pipe Spools, Finings&Disposal iffEristang Vavcs 241NM 170000 4,11M.0 24,OW.0 7.60(L00 39,OW.W 21 5 EA Rall.,ruent ofFi,mg Fire Hydrant Arsensibly (anti branch fEx,m.g T. 79000 1950.0 6,0000 30"W 5,650.00 5 EA R lac.., of Exuun FireX ran onl 2,20,W II'mm 4,SW.M 240W.W 7,40000 23 1,00 SY Furnish& Inmll St Augustine or Rennuds Grass Sodding Including Watering to Sustain Growth24 4.50 O,SWM 4.00 4,0W.W 1000 2600 SY Platin Loamin &Seedin includio waterin msusue. iowth 2.50 6,50.0 375 9,730.W 8.50 J29250,W22 25 250 Cy Placeing Flowable Fill pas Standard Deeds far M ifcellaneous Repairs within the Existing70.0 Roadwa xcludin 2" ervia iTOTAL 17,30.0 IJO.W ]7,30.0 IIOW BASE BfD (],rens 1 - IS) 376 825.0 21 0.M ADD AL TERNATE - ASPHALT AND CONCRETE SUR VA CE RESTORATION Gem No. EnimnredUnit untie BiA1Mm Doan snow Unit Pnc' Emended Amaunr Unit Price EnewdaA Amaunr Unn Pd a Ernorde l Amon. M-1 125 LF Remove and Replace Concrete Curb and Gutta $ 22.00 S 2750.0 S 6o.W S ).SW 00 5 20.0 S 3.SM. p AA1 IM SY Remove and Replace Concrete Drivewa includio saw-eunin limits 78.00 780.0 150.0 1500.00 80.00 8,11M.W MO 50 SY Rcmovc and R lace Cocnrcte Sidwalk includingsaw-cirri Wnib 13.0 3,650.M 130.001 6,5000 1]500 J,]SO,W M 4 I'm SY Ac,li Overlay, including necessary saw -ass and asph th removal to allow for smooN .6tian as lvni ofA haR 26.M 26,00.0 45.0 45,0 0.0 90.M 0,0 00-0 a vi nr..1. nmvwva laren. ieA-a - nn -y f i 4a1M. W 1 L s 746Wr) W f I S104350. VUa Did Biddo Acknowled eAddenda No 11 YES YES YES Did Bidder include Ne Ccmficate of Resolution and AustherW VES YES YES �� ��\\3\11111111 KaebPatrickB• Pack & Associates, LP ``` � III l9�Z006 Thomas. D. Valle. P.E. It naaiwi Agenda Item Check List awaam Financial Impact Agenda Item: Water Main, Service, and Valve Repair Agenda Item Subject: Consideration and possible action to award a contract to H. Deck Construction Company, of Round Rock, Texas for Water Main Repair, Water Service and Valve Replacement. Is this a Capital Improvement O Yes 9 No Project: Council Date: 05/23/2006 link to Agenda database => Q Need Help? Was it budgeted? 0 Yes O No Is it within the approved budgeted amount? 0 Yes O No If not, where is the money coming from? GIL Account Number 660 -108 -5204 -BP Amount Going to Council $ 200,000.00 Is there something (budgeted) that won't get O Yes 0 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: If so, how? • Yes O No Yes. Pending approval of the FY06/07 budget, the unit prices in this contract will apply for an additional year. OYes 0No Department: Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: "' Yes 0 No If so, what division(s)7 Prepared by: Glenn DishongDate: 05/16/2006 Agenda Item Checklist: Approved on 05116/2006 Approvers ITitle lAssigned Notified lReceived IStatus Changed IStatus Jim Briggs Assistant City 05/16/2006 05/16/2006 5/1612006 05/16/2006 jApproved Jose Lara Manager 05116/2006 05/16/2006 5/16/2006 05/16/2006 Approved Utility Financial Analyst Approval Cycle Settings Council Meeting Date: May 23, 2006 AGENDA ITEM COVER SHEET Item No. )(-3 SUBJECT: Consideration and possible action to award the contract to Bell Contractors, Inc. of Belton, Texas, for the N. Austin Ave. Water line Improvements and to set a budget of $217,000.00. ITEM SUMMARY: This item will establish water service along North Austin Avenue by installing a new 8" water line and services on the west side on N. Austin Avenue. There were six plan holders and four bids received for this project. The engineering firm responsible to review the bids, Kasberg, Patrick, and Associates (KPA), has recommended the award of the bid to the low bidder, Bell Contractors, Inc. 3082 W. Hwy 190, Belton, Texas for the bid of $206,193.55. Staff recommends establishing a project budget of $217,000.00. SPECIAL CONSIDERATIONS: FINANCIAL IMPACT: This project will be funded out of the Water Capital Improvements Fund 661-101-6300-02. GUS BOARD RECOMMENDATION: GUS Board recommended approval at the May 16, 2006 meeting. Approval 6-0 Mike Cunningham absent. STAFF RECOMMENDATION: The Staff recommends awarding the bid to Bell Contractors, Inc., Belton, Texas, and establishing a project budget of $217,000.00. [Kihwi�i.`Il" None ATTACHMENTS: 1. Engineer's Letter of recommendation 2. Bid Sheet 3. Agenda It Checkl' Submitted By: Glenn Dishong, Jim Bri s, Water Services Assistant C anager Manager for Utility Operations KAKASBERG, PATRICK & ASSOCIATES, LP CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-W7 mail@kpamgineers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E. THOMAS D. VALLE, P.E. May 5, 2006 Mr. Thomas R. Benz, P.E. Manager of Systems Engineering City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown North Austin Avenue Water Line Improvements Dear Mr. Benz: Attached is the Bid Tabulation for the bids received at 2:00 PM on Tuesday, May 2, 2006 for the above referenced project. There were six plan holders and four bids received for this project as shown on the attached tabulation sheets. The low bid in the amount of $206,193.55 was submitted by Bell contractors, Ind., 3082 W. Hwy 190, Belton, Texas 76513. We have reviewed the current workload and construction history of Bell Contractors, Inc. as well as checked references and financials. Bell Contractors, Inc. has successfully completed similar construction projects for us in the past. As a result of our findings and previous experiences, we recommend that a contract be awarded to Bell Contractors, Inc. for the total base bid in the amount of $206,193.55. If you have questions, please call. Sincerely, Ginger R. Olbert, P.E. GRT/ 2005-102-30 FABULATION CITY OF GEORGETOWN, TERAS North Austin Avenue Water Line Improvements Mc7 2, 2006 2A0 PM 300 lndaatrial Avenue; GeorBaovm, TR 78626 i0DS,02J0 NAwuMw Did Bidder Arbwwl Addenda No. 1? 11 YI YES Y Did B' i I of Remlu'on and A ? \\\\\\\1111 OF T F+'.to r'�i ....`: �.CINGER,.R .... _TOLBER'f fff ,<i `71�j�.... BIDDER INPTH M 1`70N Bell Cootneton, Ive. sorith Coned, Co., loc. Ro'l Viola. We. H. Dee], Com eeti e. Co. 1082 W.Hwr 190 15308 Gioecr StreH 3% CR 260 1601 Word Bled Belton, T 76513 Aunln, T 78728 I36aq M. TR 78612 Rooad Roc],, 7'% 71M&I Bid Dma Uhl, Evodd Unit Eve ded Unir Evendal Ursa &wWd Jim Ee mmd Unit 'tion Price temet, Pnn Pace m Aan, Pore Ammw �.Doc 100% IS Mobilintian, BOMB & Irw. na-r.axceed 5% of the TOW Annum BM T---"U.00 9974. T---"U.s 10 000.00 s 10'=.00 10 000.00 Ls 10 UOOAO S l2 000.00 ' 12,000.00 3L625.00 1 2 1,265 IF Proviee labor reent Tools & So tuition to G 1. anti.. Of the R W 9.70 12 270.50 2.00 2,530.00 10.00 1 12.650.01) 25.00 5000.00 5.00D.00 3 100% 1S Vidm T of Prowl Sim r befan Stan of Comtmction on the Pro' 950.00 950.00 SOD 00 500.00 1 250.00 1250.00 1000.00 700.00 700.00 4 100% IS ate Tmceb Saf Plan in Coolie. with Stare Law aM OSHA 380.00 380.00 1500.00 I S(D.00 1000.00 1.00 1 265.00 5 1,265 LF I lerunt aM Fat Tmrch S Plen Pi 3.90 4,933.50 2.00 2 530.00 5.00 6 325.00 0.50 900'00 6 18 SF 1 Icmem W Follow Trerch Sof Plan Bom %u and Sstrcmrea O.fJ 1 11/.00 2.00 3 600.00 0.50 900.00 Prepare & Submi; a Nauce of inner, (NOP to the TCEQ aM Comply w1All Swhn aha 710.00 710,02 1,50D.00 1,500. 2,000. 2,OD0. 3,000.00 3,OD0. 7 8 100% % 1S LS Dixhara Inions P art Banicade. Signing & Traffic Safe Plan VehicWer aM Pdwnm 510.00 510.00 2 000.00 2 000.00 1 500.00 1300.00 2 800.00 2 800.00 2 500.00 9 100% LS 1.1 ...t & Admininer Barricade Si in & Tr if is Saf MM Vehi lar & Pd n'm 5.0l 81100.00 2.000 Do 2 000.110 1000.00 12 000.00 2500.00 2 500.00 2500.00 300.00 10 100% LS Provide onert Record Dnwi s Aa Bulla 2.50D OD 2 500.00 2.500M 2 500.00 2300.00 Provide & lentil 8' Clan 150. DR -I8 PVC Pipe AW WA 0900 or Class 150 Ductile Iron Pipe, 44.00 55 660.00 54.OD 68,310.00 45.00 56,925.00 60.00 75,900.00 I I 1.265 LF irwldi Fininjut aM Thorn Renew nt Zb0.00 20800.00 325.00 26000.00 3I5.00 8200.00 400.00 32 U00.00 12 80 Lit Famirh & lenth 18' Ehemoreer Bore 90.50 6 516.00 175.00 12 600.00 125.00 9 000.00 110.00 ] 920.00 13 72 IF Fumish & hattall I8' Fawssenent OA MOD 5820.00 1 500 OD 9000.00 900.00 5 400.00 900.00 5.400.00 14 6 EA Fumish &Instal 8" Ga¢ Valve 390.00 390.00 750.00 350.00 Tf5.00 2]5.00 200.00 2DD 00 15 1 EA Fumish & Install e' x 8" Tee 230.00 230.00 250.00 250.00 150.00 150.00 120.00 17..00 I 1 EA Furnish & Install 4" x 2" T. 210.00 210.00 Sill SM nn 200.00 200.00 170.00 170.00 17 1 EA Fumish & Insall Ducule Imn M de tee 8' Di 190.00 190.OD 400.00 400.00 100.00 100.00 80.OD 80.00 18 1 EA Fumish & In"] 4' x 2' Reducer 210.00 210.00 400.00 400.00 130.00 150.00 700.00 19 I EA Famish & Inuall 8' x 4" Reducer 30110.00 9000.00 3 500 DO 10 500.00 2.730.00 8.25D.00 9,000.00 20 3 Fumish & Install S'adnd Fre H demt 8.400.00 8100.00 7 000.00 3 900.00 2,500.00 2.5w.00 2,500.00 21 1 FA Fumish & Insall 8" We T 740.00 5 180.00 1.500.00 10,300. 00 1150.00 8,050.00 9,40D.00 M 7 EA Fumish & Insall Si. le Ware, Service C.r.tiom 9 750.00 19 500.00 1.000.00 2.000.00 2.5M.00 5,000.00P200000 4 000.00 23 2 EA Remove aM lace Sm. Si Base 0.90 900.00 3.50 3,500.00 5.00 5.000.00 3.000.00 24 1000 SY Plxcin & Seth ineludi wail m susain mwrh 'D' 22.95 1 121.55 38.00 186200 125.00 6 125.00 588.00 25 49 SY Fumish & fi l HMAC T Pavement t 22.95 8 721.00 20.00 7 600.00 95.00 36 100.00 4,560.01) 26 380 SY A halt Dnvma air 18.25 1 825.00 62.00 2200.00 30-00 J 000.00 1,500.m 27 I SY Gravel Dnvawa 1011.75 10 875.00 250.00 25 000.00 85.00 85011.00 27 600.00 211 1 Cy Mixellamwa Class'.' rcrme Famish. Imnll, Maintain & Remove Back Berm w requireo in the Swrmwmr Polarion 51.00 2,550.00 20.00 1,000.00 40.00 2,000.00 550.00 29 50 LF Prevention Plan Fumfor all. Maintain & Remove Silt Force as required In the Stormwver Polluum 6.00 1,260.00 3.00 630.OD 2.50 525.00 2.00 420.00 JO 210 LF rnish. don Plan all. Itll. Maintain & Remove Curb inlet Protection at required in the Smmwvmr FInn 150.00 600.00 100.00 400.00 200.00 800.00 70.00 180.00 314 EA Pollution Prevention Plan 2.00 2530.00 2.00 2 530.00 2.00 2 330.00 2.00 2530.00 32 1265 IF Provide Clean -u nal Gi iG,Min A FrW Pi i;w Be. Fumish All Me etials, Equipment. Toole & Labor Necessary for Pnavre Tesune Water Pipe 1.36D.00 1,560.00 1,500.00 1,500.00 3,000.00 7,000.00 2.000.00 2.000.00 33 100% is Did Bidder Arbwwl Addenda No. 1? 11 YI YES Y Did B' i I of Remlu'on and A ? \\\\\\\1111 OF T F+'.to r'�i ....`: �.CINGER,.R .... _TOLBER'f fff ,<i `71�j�.... Agenda Item Check List rr+ Financial Impact Agenda Item: Agenda Item Subject: Is this a Capital Improvement Project: Council Date: N. Austin Water Line Consideration and possible action to award the contract to Bell Contractors, Inc of Belton, Texas for the N. Austin Water Line Improvements and set a project budget of $217,000. • Yes O No 05/23/2006 link to Agenda database => C> Need Help? Was it budgeted? 0 Yes O No Is it within the approved budgeted amount? 0 Yes O No If not, where is the money coming from? G/L Account Number 661-101-6300-02 Amount Going to Council $ 217,000.00 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 O 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: Glenn DishongDate: 05/16/2006 Agenda Item Checklist: Approved on 05/16/2006 Approvers itle signed Notified Received Status Changed Status Jim Briggs Assistant City 05/16/2006 05/16/2006 5/16/2006 05/16/2006 Approved Jose Lara Manager 05/16/2006 05/16/2006 5/16/2006 05/16/2006 Approved Utility Financial Analyst Approval Cycle Settings .Y Council Meeting Date: May 23,2006 AGENDA ITEM COVER SHEET Item No. X -L) P.O. ;-Igo 4(041-5 SUBJECT: Consideration and possible action to approve the renewal of the contract between the City of Georgetown and National Tree Expert Company, Inc., to provide electric system right-of-way clearing services. ITEM summARY:Staff recommends Gus Board approval to renew the contract with National Tree Expert Company, Inc. to provide electric system right -of -way -clearing services. The contract allowed for the contract to be renewed each year for a five year period and this is the first year of that renewal. National Tree has three (3) staff members who hold National Arborists Certifications to ensure proper tree -trimming procedures. While the contract will be with National Tree, supervision of the work will be performed by the City's Energy Services Department. National Tree Expert has been working in Georgetown since the 1997 Ice Storm event. Their work, in conjunction with system upgrades, have proven that proper maintenance can provide for reduced outages during ice events, such as the event experienced in December, 1997, and December, 2000 and February 2003. Therefore, staff recommends that the City exercise their option to renew the contract. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: The contract will be renewed for $100,000 and will come from account 610-106-5205 GUS BOARD RECOMMENDATION: GUS Board recommended approval at the May 16, 2006 meeting. Approval 6-0 Mike Cunningham absent. STAFF RECOMMENDATION: Staff recommends renewal of the contract for 1 year with Nation Tree Expert Co., Inc. COMMENTS: NONE ATTACHMENTS: Letter of agreement to renew the contract, from National Tree Expert Co., Inc. Agenda Item Checklist £rJ submitted y: Mike Ma en, Energy ervices Manager su.m ri gs, Assi City Manager for Utili ies National Tree Expert Co., Inc. 311 Industrial Drive Burnet, Tx 78611 (512) 715-0464 phone (512) 715-0546 fax April 6, 2006 Attn: Jim Willfong City of Georgetown Dear Mr. Willfong: We would like to thank you for the opportunity to continue our working relationship with the City of Georgetown. Listed below are our current rates and our proposed rates for the 2006/2007 fiscal year Unit # Rl-6 Rl-6A RI -6S R1-10 RI -10A Class I Trimmer Class H Trimmer Working Foreman Current Unit Price $1350.00 $1250.00 $1150.00 $1500.00 $1400.00 Hydraulic Dump Truck Power Saws Bucket Truck or Aerial Lift Brush Chipper Tractor/Mower Hourly Pricine Proposed Unit Price $1450.00 $1350.00 $1250.00 $1600.00 $1500.00 Current Proposed $20.20 Per Man hour $21.20 $18.75 Per Man hour $19.75 $26.65 Per Man hour $27.65 Equipment Pricine Proposed $ 8.50 $ 9.00 $ .65 $ .75 $13.50 $15.00 $ 3.50 $ 4.00 $26.50 $30.00 We have a minimal increase for cost of living and the rise in fuel prices. I hope these prices are acceptable and that we can continue to serve the City of Georgetown. If you have any questions or concerns, please call me at (512) 715-0464. Sincerely, Brian Dalland VP Operations National Tree Expert Co., Inc. r Agenda Item Check List fti4 Financial Impact Agenda Item: Extension of tree trimming contract between National Tree and Georgetown Utility Systems Agenda Item Subject: Approve the renewal of the contract between the City of Georgetown and National Tree Expert Company, Inc., to provide electric system right-of-way clearing services. Is this a Capital Improvement O Yes • No Project: Council Date: 05/23/2006 link to Agenda database => Need Help? Was it budgeted? 0 Yes O No Is it within the approved budgeted amount? 10 Yes O No If not, where is the money coming from? G/L Account Number 610 -106 - Amount Going to Council $ 100,000.00 Is there something (budgeted) that won't get O Yes 0 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: 2006 and beyond If so, how? OYes 0No • Yes 0No Department: Georgetown Utility Systems Reduced electric outages due to tree problems dentify 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: Mike Mayben Date: 05/15/2006 Agenda Item Checklist. Approved on 05/16/2006 Approvers signed Notified Received Siatus Changed status Jim Briggs city 05/15/2006 05/15/2006 5/16/2006 05/16/2006 Approved Jose Lae rAnalyst 05/16/2006 05/16/2006 5/16/2006 05/16/2006 Approved ancial Approval Cycle Settings GEORGETOWN UTILITY SYSTEMS INTEROFFICE MEMORANDUM DATE: April 6, 2006 TO: Mike Mayben FROM: Jim Willfon��� SUBJECT: NEW NATIONAL TREE CONTRACT Please find attached, the proposed price increases submitted by Brian Deland of National Tree Expert Company Inc, for extending their contract until May of 2007. They have raised their unit prices approximately 7.5%, they've raised their Hourly labor rates approximately 5.5%, and they've raised their equipment rates approximately 6%. While I'd like to not have any increase at all in their rates, these appear to be minimal, and I guess I'd like to proceed with accepting them and get the new contract in place if you concur. Attachments: National Tree Expert Co. Letter Cc: File National Tree Expert Co., Inc. 311 Industrial Drive Burnet, Ta 78611 (512) 715-0464 phone (512) 715-0546 fax April 6, 2006 Attn: Jim Willfong City of Georgetown Dear Mr. Willfoug: We would like to thank you for the opportunity to continue our working relationship with the City of Georgetown. Listed below are our current rates and our proposed rates for the 2006/2007 fiscal year Unit # 111-6 Rl-6A Rl-6S R1-10 111-10A Class I Trimmer Class H Trimmer Working Foreman Current Unit Price $1350.00 $1250.00 $1150.00 $1500.00 $1400.00 Hydraulic Dump Truck Power Saws Bucket Truck or Aerial Lift Brush Chipper Tractor/Mower Hourly Pricin¢ Proposed Unit Price $1450.00 $1350.00 $1250.00 $1600.00 $1500.00 Current Proposed $20.20 Per Man hour $21.20 $18.75 Per Man hour $19.75 $26.65 Per Man hour $27.65 Equipment Pricing Proposed $ 8.50 $ 9.00 S .65 $ .75 S13.50 $15.00 $ 3.50 $ 4.00 $26.50 $30.00 We have a minimal increase for cost of living and the rise in fuel prices. I hope these prices are acceptable and that we can continue to serve the City of Georgetown. If you have any questions or concerns, please call me at (512) 715-0464. Sincerely, Brian Dallan VP Operations National Tree Expert Co., Inc. i 1 Council Meeting Date: May 23, 2006 Item No. k "S AGENDA ITEM COVER SHEET SUBJECT Consideration and possible action for approval for award of bid for a pad - mounted automatic transfer switchgear to Texas Electric Cooperative of Georgetown, Texas in the amount of 86,450.00, per Unit ITEM SUMMARY Bids were received for the purchase of a pad -mounted automatic transfer switchgear. The staff recommendation is to award this bid to the low bidder submitting a satisfactory and conforming bid, Texas Electric Cooperative of Georgetown, Texas, as designated on the attached bid tabulation. This equipment will be used for service to the new Scott and White Hospital. SPECIAL CONSIDERATIONS None GUS BOARD RECOMMENDATION: GUS Board recommended approval at the May 16, 2006 meeting. Approval 6-0 Mike Cunningham absent. STAFF RECOMMENDATIONS Staff recommends approval of this bid. FINANCIAL IMPACT Funds will not exceed the 2005-2006 budget for this line item, and will be paid from the Electric Capital Improvement. COMMENTS None ATTACHMENTS I. Letter from McCord Engineering, Inc. 2. Bid Tabulation 3. Agenda Item Checklist Submitted BV Mike yen Energy Services Manager for Utility Mr. Mike Mayben Energy Services Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78628 McCORD ENGINEERING, INC. May 8, 2006 RE: Electric System Materials Bid No. 26017 Pad -Mounted Automatic Transfer Switchgear for Scott & White Hospital Dear Mike: On April 27, 2006, sealed proposals received were opened and read for an Electric System Material Bid under the Bid No. 26017. The purpose of this bid is to acquire the pad -mounted automatic transfer switchgear for Scott & White Hospital on Chandler Road. Bid proposals were received from the following Bidder's: Irby - KBS Electrical - Powell Electric Manufacturing - Techline, LTD - Texas Electric Cooperative - Austin, Texas Bryan, Texas North Canton, OH Austin, Texas Georgetown, Texas We have reviewed and evaluated the bids received, and the results of our bid evaluation are summarized in the exhibits included herewith. For each bid evaluation, we find the bid proposal of Texas Electric Cooperative to be the satisfactory and conforming proposal. Based on our bid evaluations made, we recommend your City award Bid No. 26017 to Texas Electric Cooperative of Georgetown, Texas, whom we have deemed to be the satisfactorily qualified firm to provide the pad -mounted automatic transfer switchgear for your City's Electric Division for the bid award amount of $86,450.00. City of Georgetown May S, 2006 Page Two Included in this cost is one (1) pad -mounted automatic transfer switch gear and two days of training and setup of the controls for this equipment. Travel expenses are not included in the above cost, they are to be paid by the City for G&W personnel for the training and setup of control. Travel expenses will be calculated when time has been scheduled. We appreciate very much the opportunity to assist your City in the preparation of Specifications for this bid project and the solicitation and evaluation of bid proposals. If you have any questions, or need further information concerning this project, please do not hesitate to let me know. Yours very truly, McCORD ENGINEERING, INC. David Witte Underground Line Design Div. Mgr. DW/jk Enclosure cc: Mr. Jim Briggs (w/encl.) Mr. Jun Willfong (w/encl.) Mr. Jimmy Sikes (w/encl.) Mr. Randy Buchanan (w/encl.) Ms. Marsha Iwers (w/encl.) McCord Engineering, Inc. P.O. Box 10047 College Station, Texas 77840 May 12, 2006 Scott & White Hospital Automatic Transfer Switchgear Bid No. 26017 Bid Evaluation Bidder Manufacturer Delivery Total Bid Price TEC (Alternate) 3 G&W (30 cycle transfer) 154 Days $69,350.00 Techline (Alternate) 3 TEC Techline Powell Electric Irby (Alternate) I rby KBS Cl 3 G&W (30 cycle transfer) 22 Weeks G&W (10 cycle transfer) 154 Days G&W (10 cycle transfer) 22 Weeks 3 Powell (10 cycle transfer) 22 Weeks 1,3 G&W (30 cycle transfer) 22 Weeks 1,3 G&W (10 cycle transfer) 22 Weeks 1, 2, 3 S&C (10 cycle transfer) 24 Weeks Non conforming bid. Did not supply bid bonding. 2 Non conforming bid. Did not suppy certification of bid. 3 Does not include travel expenses for training. $78,996.00 $86,450.00 $97,411.00 $156,880.00 $71,785.00 $88,014.25 $89,845.00 CITY OF GEORGETOWN ELECTRIC SYSTEM PAD -MOUNTED AUTOMATIC TRANSFER SWITCHGEAR BID NO. 26017 BID TABULATION SHEET COMPANY NAME TEC * TEC (Alternate)** TECHLINE TECHLINE (Alternate)** KBS** I RBY** POW ELL Low Bid Did not meet all specifications No Bid: Fred Oberlender & Associates Preferred Sales Priester-Melt & Nicholson, Inc Ryan Sales Siemens Energy & Automation A-1 A-2 A-3 AUTO TRANSFER SWITCHGEAR TESTING TRAINING TOTAL $ 84,050.00 $ 2,400.00 included $ 86,450.00 $ 66,950.00 $ 2,400.00 included $ 69,350.00 $ 90,611.00 $ 3,400.00 $ 3,400.00 $ 97,411.00 $ 72,196.00 $ 3,400.00 $ 3,400.00 $ 78,996.00 $ 86,845.00 $ 3,000.00 N/A $ 89,845.00 $ 83,214.25 $ 5,400.00 $ 5,400.00 $ 94,014.25 $ 148,980.00 $ 3,950.00 $ 3,950.00 $ 156,880.00 Agenda Item Check List rr-�+ Financial Impact Agenda Item: Award Bid for Automatic Transfer Switch Agenda Item Subject: Award of bid for Pad -Mounted Automatic Transfer Switchgear to Texas Electric Cooperative of Georgetown, Texas, in the amount of $86,450.00 per unit. Is this a Capital Improvement 0 Yes O No Project: Council Date: 05/23/2006 link to Agenda database => Q Need Help? Was it budgeted? 0 Yes O No Is it within the approved budgeted amount? • Yes O No If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: 2006 and beyond If so, how? Identify all on-going costs (i.e., insurance, 611-101 Yes • No • Yes O No Scott and White Hospital Electric revenue • Yes O No Department: Georgetown Utility Systems Electric Revenue annual maintenance fees, licenses, operational costs, etc...). Estimated staff he urs: Cross -divisional impact: Yes 9 No If so, what division(s)? Prepared by: Mike Mayben Date: 05/15/2006 Ag nda Item Checklist: Approved on 05/16/2006 Approvers Title signed Notified Received Status Changed Status Jim Briggs Assistant City 05/15/2006 05/15/2006 5/16/2006 05/16/2006 Approved Jose Lara Manager 05/16/2006 05/16/2006 5/16/2006 05/16/2006 Approved Utility Financial Analyst Approval Cycle Settings r• Council Meeting Date: May 23, 2006 Item No. AGENDA ITEM COVER SHEET SUBJECT Consideration and possible action to award the contract of the construction of the East and South Substations to Dacon, Ltd. of Deer Park, Texas in the amount of $7,997,990.00, and to approve a total project contingency construction expense budget of $8,400,000.00. ITEM SUMMARY Bids were received for the construction of the East and South Substations. The staff recommendation is to award this bid to the low bidder submitting a satisfactory and conforming bid, Dacon, Ltd. of Deer Park, Texas, as designated on the attached bid tabulation. To insure completion of the project in a timely manner, a project contingency construction expense budget of $8,400,000.00 is being requested for any additional work performed within the scope of the project. Project change orders in excess of $25,000.00 will be returned to Council for approval within the allocated contingency expense budget. Existing and proposed electrical load growth requires the City to construct these substations to provide reliable and adequate service to our customers. SPECIAL CONSIDERATIONS NONE FINANCIAL IMPACT Funds for this expenditure are budgeted in Electric Capital Improvement. The budget of $8,400,000.00 is comprised of the construction contract amount of $7,997,990.00, which includes the construction bid amount of $5,339,867.00 and the $2,724,123.00 for purchase of transformers previously approved under a separate council action (February 14, 2006, Item "EE") plus a contingency of $336,010.00. GUS BOARD RECOMMENDATION This bid was approved by the GUS Board at the May 16, 2006 meeting. Approval 6-0 Mike Cunningham absent. STAFF RECOMMEMDATION Staff recommends award of bid to Dacon, Ltd. of Deer Park, Texas COMMENTS None ATTACHMENTS 1. Letter from McCord Engineering, Inc. 2. Bid Tabulations 3. Agenda Item Checklist Submitted By: Mike Mayben, Uri gs, Energy Services Director sststant Ci ager for Utility Operations MM Mr. Randy Buchanan, P.E. Electric System Engineer City of Georgetown P.O. Box 409 Georgetown, Texas 78628 McCORD ENGINEERING, INC. May 11, 2006 RE: Georeetown South and Georgetown East Substations Contract Bid No. 26022 Dear Randy: On May 9, 2006, sealed bid proposals received were opened and read for an Electric System Substation construction bid. The purpose of this bid is to acquire the services of contract construction personnel, equipment, and material to construct Georgetown East and Georgetown South Substations for your City. Bid proposals were received from the following Contractors for the performance of the subject Electric System construction work: Dacon Ltd., M&I Electric Industries, Inc., Recon Company, Shaw Energy Delivery Services, Inc., Deer Park, Texas Houston, Texas Oklahoma City, Oklahoma Charlotte, North Carolina We have reviewed and evaluated the bids received, and the results of our bid evaluation are summarized in Exhibit A included herewith. For the bid evaluation, we find the bid proposal of Dacon Ltd. to be the low and satisfactory proposal. Based on our bid evaluations made, we recommend your City award Bid No. 26022 for the construction of the East and South Substation projects to Dacon Ltd. of Deer Park, Texas for the total low base bid of $5,339,867.00. The total amount of the project contingency construction expense budget to be approved will be $8,400,000.00, which will include the cost of construction, substation transformers, and project contingency. City of Georgetown May 11, 2006 Page Two After the Georgetown Utility Advisory Board has approved this contract we will prepare the contract books and send them to Dacon Ltd. to acquire the bonding and execution. Once the Contractor has executed the contract, we will forward the contract books to the City to be executed. Also enclosed are the original bid books for your files; we have made copies of the bids for our files. We appreciate very much the opportunity to assist your City in the preparation of Specifications for this bid project and the solicitation and evaluation of bid proposals. If you have any questions, or need further information concerning this project, please do not hesitate to let me know. Yours very truly, IVJ.cCORD ENG RING, INC, /7 dy D. McCord, P.E. President JDM/jk Enclosure cc: Mr. Jim Briggs (w/encl.) Mr. Jim Willfong (w/encl.) Mr. Mike Mayben (w/encl.) Mr. Jimmy Sikes (w/encl.) Ms. Marsha Iwers (w/encl.) McCord Engineering, Inc. P.O. Box 10047 College Station, Texas 77842 CITY OF GEORGETOWN CONSTRUCTION CONTRACT GEORGETOWN SOUTH AND GEORGETOWN EAST SUBSTATIONS BID EVALUATION Bid No. 26022 Exhibit A East Substation Dacon $2,595,869.00 Recon $2,827,988.73 ..,,.:w $3,341,085.72 5/12/2006 South % Over Low Substation GRAND TOTAL* Bidder $2,743,998.00 $5,339,867.00 $2,969,209.11 $5,797,197.84 2 8.56% $3,438,566.36 $6,779,652.08 2 26.96% M8J Electric $4,598,448.69 $5,040,790.32 $9,639,239.01 ' 2 80.51% Incomplete Bid 2 Corrected Total * Contractor is to bond for the Grand Total in addition to the Owner Furnished Materials which consist of the three power transformers ordered under an earlier contract at a total of $2,658,123.00 Bid 26022 Agenda Item Check List Financial Impact Agenda Item: Award of bid for Georgetown East & Georgetown South Substation construction Agenda Item Subject: Award a contract to Dacon, Ltd., of Deer Park, Texas for the construction of the East & South Substations in the amount of $7,997,990.00, and to approve a total project contingency construction expense budget of $8,400,000.00. Is this a Capital Improvement 0 Yes O No Project: Council Date: 05/23/2006 link to Agenda database => Q Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: 2006 and beyond 0Yes 0No • Yes O No 611-101 $ 8,400,000.00 O Yes • No 9Yes 0No Service to new load along 1-35 corridor • Yes O No Department: Georgetown Utility Systems If so, how? Transformation savings and KWH sales 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: Mike Mayben Date: 05/15/2006 Agenda Item Checklist: Approved on 0511612006 Approvers Title ssigned Notified Received Status Changed Status Jim Briggs Assistant City 05/15/2006 05/15/2006 5/16/2006 05/16/2006 Approved Jose Lara Manager 05/16/2006 05/16/2006 5/16/2006 05/16/2006 Approved Utility Financial Analyst Approval Cycle Settings Council Meeting Date: May 23, 2006 AGENDA ITEM COVER SHEET Item No. SUBJECT: Possible recommendation on the top five (5) roadway projects the City of Georgetown would like Williamson County to consider in partnering for completion. ITEM SUMMARY: The Williamson County Commissioners Court is considering holding a road and park bond election in November 2006. The County will be seeking input from communities throughout the County concerning projects for the possible bond election. Judge John Doerfler has sent a letter requesting the City to fill out a set of forms identifying our top 3 projects that we would like the County to consider partnering with the City for their completion. These projects can be implemented by the County or the City with partial or complete funding. Local funding is not required but strongly recommended. A portion of the evaluations will include the percentage of local cost participation, the status of the project, and anticipated completion schedule. The Citizen's Bond Committee, along with the County Staff, will review the gathered information and make recommendations to the Commissioners Court on projects and the financial size of the possible bond election. Georgetown Transportation Board has priorities projects for council consideration, and possible recommendation. 1. SW Bypass (SH 29 to IH 35) 2. Northwest Boulevard Overpass 3. SW Pass ( IH35 to SH 130) SE Inner Loop and SE 1 4. Westinghouse Road (11-135 to FM 1460) 5. Northbound Frontage Roads (Leander to Lakeway Drive) SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Unknown GTAB BOARD RECOMMENDATION: GTAB Board recommended approval at the May 8, 2006 meeting. Approval 5-0 Henry Carr & Howell Jones absent. COMMENTS: None ATTACHMENTS: 1. Letter from Judge Doerfler 2. Projecttions Exlik \tC\ .i Submitted By: Thomas R. Benz P.E Systems Engineering Manager Assistant CIfty lana; for Utility Operations April 20, 2006 Honorable Gary Nelon City of Georgetown P.O. Box 409 Georgetown, TX 78627 RECEIVED APR 2 1 2006 CITY SECRETARY RE: Proposed Williamson County Bond Election Mayor Nelon: W LLIAMSON COUNTY 1848 John C. Doerfler COUNTYJUDGE As you are aware the Commissioners Court is considering holding a road & park bond election in November 2006. During the next 4 — 5 months the County will be requesting input from local communities and the public for projects to include in the possible bond election. Attached is a form we are asking all of the cities in Williamson County to complete as part of this process. We hope you will provide us the top three (3) roadway projects you would like the County to consider in partnership with your City. These are projects which the county could either implement or provide funding to your City to complete a project. While local cost participation is not required it is strongly encouraged. Projects will be evaluated in part by the percentage of local cost participation, the status of the project, and anticipated completion schedule. The Citizen's Bond Committee, along with County Staff, will review all of the information received and make a recommendation to the Commissioners Court on projects and the financial size of the possible bond election. Please complete these forms and return them to my office by May 17, 2006. If you have any questions or need additional information, please call Joe England at (512) 943-3330 or Mike Weaver at (512) 445-7074. Sincerely, J C Judge JohnDoerfler Williamson County cc: Commissioner Lisa Birkman, Precinct 1 Commissioner Greg Boatright, Precinct 2 Commissioner Frankie Limmer, Precinct 4 Joe England, P.E., County Engineer Michael Weaver, Prime Strategies, Inc. Attachment: Road Bond Project Request Form IILLIAMSON COUNTY 112.943.1550 Fax 512.943.1662 jableriou®wiloo.org www.wilco.org 301 S.E. Inner Loop, Suite tog Georgetown, Texas 78626 - AM IH 35 NORTH FRONTAGE (RANKING 5) SOUTHWEST BYF (RANKING 1) w H 35 NORTH FRONTAGE NORTHWEST BLVD. OVERPASS (RANKING 2) INNER LOOP SE WIDENING (RANKING 3) WESTINGHOUSE RD. (RANKING 4) GTAB Priority Roadway Projects for Williamson County Bond Projects 0.5 , 2 M11es May 17, 2006 611 SE ONE (RANKING 3) FR 1948 GEORGETOWN TEXAS