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