HomeMy WebLinkAboutAgenda CC 06.24.2008Notice of Meeting of the
Governing Body of the
City of Georgetown, Texas
Tuesday, June 24, 2008
The Georgetown City Council will meet on Tuesday, June 24, 2008 at 06:00:00 PM at City Council
Chambers, at the northeast corner of Seventh and Main Streets, Georgetown, Texas.
If you need accommodations for a disability, please notify the city in advance.
An agenda packet, containing detailed information on the items listed below, is distributed to the Mayor,
Councilmembers, and the Georgetown Public Library no later than the Saturday preceding the council
meeting. The library's copy is available for public review.
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
- Civil Action No. A08CA 453 SS; City of Georgetown, Texas v. Georgetown Railroad Company, Inc., et at ; In the United
�States District Court for the Western District of Texas, Austin Division
B Sec 551.072: Deliberations about Real Property
- Consideration and possible action concerning the proposed abandonment of 0.12 acres situated in the Nicholas Porter
Survey, Abstract No. 497, Williamson County, Texas, and being a portion of Oak Lane street right-of-way as shown on the
plat of Crestview Addition, a subdivision in the City of Georgetown, recorded in Cabinet A, Slides 253-254, Plat Records,
Williamson County, Texas (the "Property') — Terd Glasby Calhoun, Paralegal and Patricia E. Carts, City Attorney
Regular Session - To begin no earlier than 06:00 PM
(Council may, at any time, recess the Regular Session to convene an Executive Session at the request of
the Mayor, a Councilmember, or the City Manager for any purpose authorized by the Open Meetings Act,
Texas Government Code Chapter 551.)
C Call to Order
D Pledge of Allegiance
E Comments from the Mayor
- Welcome and Meeting Procedures
- Presentation of Library Website Award
F Action from Executive Session
Public Wishing to Address Council
On a subject that is posted on this agenda: Please fill out a speaker registration form which can be found on the
table at the entrance to the Council Chamber. Clearly print your name and the letter of the item on which you wish to
speak and present it to the City Secretary on the dais, preferably prior to the start of the meeting. You will be called
forward to speak when the Council considers that item.
On a subiect not posted on the agenda: Persons may add an item to a future City Council agenda by contacting the
City Secretary no later than noon on the Wednesday prior to the Tuesday meeting, with the
subject matter of the topic they would like to address and their name. The City Secretary can be reached at
51219343651.
G As of the deadline, there were no persons who requested to address the Council on items other than already
City Council Agenda/June 24, 2008
Page 1 of 3 Pages
posted on the Agenda.
Statutory Consent Agenda
The Statutory Consent Agenda includes non-controversiai 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.
H Consideration and possible action to approve the minutes of the City Council Workshop on Monday, June 9
and the City Council Meeting on Tuesday, June 10, 2008 -- Sandra D. Lee, City Secretary
I Consideration and possible action for the approval of the annual payment for the operation of the radio
communications system to Willaimson County in the amount of $41,370.00 — Terry Jones, support Services
Construction Manager and Micki Rundell, Director of Finance and Administration
J Consideration and possible action on a Preliminary Plat for 18.17 acres in the N. Porter Survey to be known as
Two Rivers Subdivision, located at 103 North Austin Avenue -- Carla Benton, Planner 11 and Elizabeth Cook,
Director of Planning and Development
K Consideration and possible action on a Preliminary Plat for 18.75 acres in the I. Donegan Survey to be known
as 4400 West LLC Subdivision, located at 4400 West SH 29 — Carla Benton, Planner 11 and Elizabeth Cook,
Director of Planning and Development
L Consideration and possible action to approve a site plan for Serenade Country Estates, Unit 1, Lot 3, located
at 3817 Williams Drive — Carla Benton, Planner 11 and Elizabeth Cook, Director of Planning and Development
Consideration and possible action to approve an agreement between the City of Georgetown and Parkside
MUD for the operation and maintenance of its wastewater collection system for an estimated FY07/08 revenue 1'
of $32,500.00 — Glenn Dishong, Water Services Director, Jim Briggs, ACM for Utility Operations
Consideration and possible action for award of the annual bid for cold pour crack sealer to EZ Seal, LLC, of
Van Alstyne, Texas, in the estimated amount of $49,370.00 — Mark Miller, Transportation Services Manager and
Jim Briggs, ACM for Utility Operations
Legislative Regular Agenda
Council will individually consider and possibly take action on any or all of the following items:
O Consideration and possible action for the approval of the purchase of 34 modular furniture units from
Furniture for Business in the amount of $65,167.19 -- Terry Jones, Support Services Construction Manager and
Micki Rundell, Director of Finance and Administration
Forwarded from the Georgetown Utility System (GUS) Advisory Board dy i0
0 Consideration and possible action to award the annual bid for Flexible base material, sand, rock, and
sandy loam to RTI Transportation of Austin Texas and Superior Crushed Stone of Jarrell, Texas in the
estimated total amount of $96,500.00 -- Mark Miller, Transportation Services Manager and Jim Briggs, ACM
for Utility Operations
Q2 Consideration and possible action to award a contract to Excel Construction Services, LTD of Leander,
Texas for the construction of the San Gabriel Wastewater Treatment Plant Peak Flow Improvements OD Mu
in the amount of $3,564,878.00 — Glenn Dishong, Water Services Director and Jim Briggs, ACM for Utility f �+
Operations a�50�
Consideration and possible action to award a contract to Preload of Richardson, Texas for the 1-L'
construction of the Park Water Treatment Plant 2 MG Clearwell in the amount of $1,746,707.00 —
Gienn Dishong, Water Services Director and Jim Briggs, ACM for Utility Operations
O Second Reading
Second Reading of an Ordinance adding new Chapter 7.07 to the Code of Ordinances pertaining to the use of
dog tethers and restraints — Ken Finn, Animal Services Manager
R Public HearinglFirst Reading
Public Hearing and First Reading of an ordinance Rezoning 2.131 acres from OF, Office to C-1, Local
Commercial and 7.558 acres from OF, Office to MF, Multifamily, out of 33.76 acres in the J. Fish and D. Wright
Survey located near the intersection of Shell Road and Williams Drive -- Carla Benton, Planner 11 and
Elizabeth Cook, Director of Planning and Development
City Council Agenda/June 24, 2008
Page 2 of 3 Pages
S Consideration and possible action to re -appoint Ben Oliver to the Georgetown Economic Development
Corporation (GEDCO) and the Georgetown Transportation Enhancement Corporation (GTEC) -- Mayor George
Garver
Certificate of Posting
1, 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 , 2008, 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/June 24, 2008
Page 3 of 3 Pages
Council Meeting Date: June 24, 2008
Item No. rn
AGENDA ITEM COVER SHEET
SUBiECT:
Discussion and possible action to approve an Agreement between the City of Georgetown
and Parkside MUD for the operation and maintenance of its wastewater collection system for an
estimated FY 07/08 revenue of $32,500.00.
ITEM SUMMARY:
The Parkside at Mayfield MUD ("Parkside MUD") lies within the City's water service area
and the City provides water service in accordance with the terms of a Water Utility Services
Agreement dated October 24, 2006. The Water Utility Services Agreement provides for City
ownership and operation of the water infrastructure and retail water service to Parkside MUD
customers.
Parkside MUD has requested that the City provide retail wastewater service. This agreement
provides for continued ownership of the wastewater infrastructure by Parkside MUD, and City
operation and maintenance of the wastewater system. Parkside MUD receives wastewater treatment
from Cedar Park via a separate agreement.
City receives wastewater service revenue from Parkside MUD based upon the number of
customers, subject to a minimum fee of $580.00 per month and a maintenance escrow of $30,000.00.
The term of the agreement is through September 30, 2012 with year to year renewals. The price of the
service is subject to change when the City changes its wastewater rates.
SPECIAL CONSIDERATIONS:
None
FINANCIAL IMPACT:
Revenue from this agreement will accrue to the Wastewater Revenue Fund and expenses
from the Wastewater Operating Fund:
Fund Revenue Budget
660-4-0530-40-213 Wastewater Revenue $2,320.00 $0.00
660-5-0530-51-545 Maintenance — Parkside $30,000.00 $30,000.00
GUS BOARD RECOMMENDATION:
N/A
STAFF RECOMMENDATION:
Staff recommends execution of the contract between the City and Parkside MUD.
None
ATTACHMENTS:
Contract
Submitted By: Glenn Dishong, Jim Briggs,
Water Services Director Assistant City i
for Utility Operations
WASTEWATER SYSTEM OPERATIONS AGREEMENT
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
This Wastewater System Operations Agreement (this "Contract") is entered into effective
. 2008 (the "Effective Dare") between Parkside at Mayfield Ranch Municipal
Utility District (the "District"), a political subdivision of the State of Texas, and The City of
Georgetown, Texas (the "QtZ), a Texas home -rule municipality, each acting by and through its
undersigned, duly authorized representatives.
RECITALS
1. The District has been created, among other purposes, to provide water and
wastewater facilities and services within its boundaries.
2. The City owns and operates a retail water and wastewater system in the
geographic area which includes the District, and will provide retail water services to customers
within the District through facilities financed by the District under the terms of the "Water
Utility Services Agreement" dated as of November 6, 2006 between Parkside at Mayfield Ranch,
Ltd., the District and the City (the "Water Services Agreement").
3. The District is currently constructing a wastewater collection system which will
serve customers located within the District's boundaries (the "District Svstem") and wishes to
obtain services for the competent operation and maintenance of the District System. The District
will receive wholesale wastewater collection, treatment and disposal services from the City of
Cedar Park ("Cedar Park") pursuant to the Wholesale Wastewater Services Contract attached as
Exhibit A (the "Cedar Park Wholesale Contract")
4. The City has the expertise and ability to provide wastewater operations and
maintenance services to the District for the District System and, as its utility employees and
contractors operate and maintain the water system within the District and also operate and
maintain the City's water and wastewater systems located in the geographic area of the District,
the parties believe that the City can provide operations and maintenance services for the District
System more efficiently and at a lower cost than would be available through a third party.
Therefore, for and in consideration of the premises, and the mutual agreements set forth
below, the District and the City agree as follows:
Wastewater System Utility Operations — Parkside MUD
Page 1 of 13
ARTICLE I.
GENERAL
1.01 Appointment. The District appoints the City as the operator for the District
System, and the City accepts this appointment on the terms and conditions set
forth in this Contract.
1.02 Tenn and Termination.
a. Term. The term of this Contract will begin on the Effective Date and end
September 30, 2012 (the "Term").
b. Extensions. After the Term, this Contract will continue from year to year
until either the City or the District gives written notice to the other of its desire to
amend or terminate this Contract on or before March 31 of any year, which notice
will be effective as of the following September 30.
C. Termination for Cause. Either party (a "Terminatio Party") may
terminate this Contract due to a material breach or failure to perform to the
standards set forth in this Contract (a "Default') by the other party (a "Deaultin
Party"), provided that the Terminating Party first gives written notice of such
breach or failure to perform to the Defaulting Party and extends that party 30 days
from the date of the notice to cure the breach or correct the failure (a "Cure"). If
the Defaulting Party fails to Cure the default to the satisfaction of the Terminating
Party, in the Terminating Party's sole and absolute discretion, the Contract will
terminate at the end of the 30 -day cure period.
d. Termination Without Cause. This Contract may be terminated without
cause by the District by delivery of at least 60 days' written notice to the City or
by the City by delivery of at least 180 days' written notice to the District.
e. Return of District Property. Upon termination of this Contract, for any
reason, the City agrees to immediately turn over all District books, records, funds
and other property to the District's designated representative. Upon termination,
the District will pay the City any compensation due under the terms of this
Contract up to the date of termination, prorated for less than a full month, if
necessary, together with any unpaid expenses incurred by the City and payable by
the District under this Contract. The City will also provide all computer records
relating to the District, including those relating to the District's accounts,
connections, financial records, equipment, and customers, on a disk or by
transferring the records via computer, in a format that will allow such records to
be accessed and duplicated by computer.
Parkside Wastewater Utility Operations — Parkside MUD
Page 2of13
1.03 Compensation. As compensation for the services specified in Article III ("Basic
Services"), the District will pay the City a monthly fee of $5.80 per residential
wastewater connection in the District and $23.10 per school wastewater
connection in the District, with a minimum monthly fee of $580, plus the
additional sums specified in Sections 1.04 and 1.05. Such monthly fees and the
minimum monthly fee may be adjusted by the City annually, based on a cost of
service analysis, but no such increase will exceed the cumulative change in the
Consumer Price Index — All Urban Consumers — United States Bureau of Labor
Statistics, South Urban Area ("CPI U"), determined based on the percentage
difference between the most recent available monthly CPI U and the monthly CPI
U on the effective date of the existing rate.
The City will give the District at least 90 days written notice of any change in the
rates under this Contract in order to allow the District to plan for the changes and
adjust its rates to its customers if necessary. A "connection" as used in this
Section, will mean a District wastewater customer that is connected to and
receiving service through the District System.
1.04 Repair Escrow. The District will maintain a maintenance and repair escrow (the
"Escrow") with the City during the Term of this Contract. Within 30 days of the
Effective Date, the District will deposit the sum of $30,000 with the City, which
will constitute the Escrow. The City will hold the Escrow in a separate, interest-
bearing account, and all interest will accrue to the benefit of and become a part of
the Escrow, which will be used solely to make repairs to the District System as
authorized by this Contract. The City will maintain itemized records which detail
all repairs to the District System, and all repairs and their cost will also be
reported to the District on a monthly basis. The District will replenish the Escrow
by the amount necessary to restore the Escrow to the sum of $30,000 within 30
days of receipt of each monthly report. The City will also prepare and provide to
the District an annual reconciliation of the Escrow on or before December 31 of
each year, showing all income to and expenditures from the Escrow during the
preceding City fiscal year (October 1 through September 30). Within 30 days of
termination of this Contract, for any reason, the City will refund any remaining
sum in the Escrow to the District.
1.05 Additional Compensation.
a. Tap Inspections. Sewer tap inspections will be performed by the City for
the City's standard fees for such inspections conducted outside the City limits.
The City will collect these inspection fees directly from the customer requiring
the inspection and will retain all collected fees as compensation for its inspection
services.
b. Other Inspections and Tests. The City will perform camera inspections
and smoke testing of the District System when required by the rules of the Texas
Commission on Environmental Quality (the "Commission") or requested by the
District. The cost of any testing or inspections that is not included in Basic
Services will be subject to the prior approval by the District and the cost of any
Parkside Wastewater Utility Operations — Parkside MUD
Page 3 of 13
repairs which are identified as required as a result of such inspections and testing
and which are approved by the District will be borne by the District.
C. After Hours Work. The City will receive the sum of $600 for each after-
hours work order, subject to Section 4.02.
1.06 Invoices. The City will submit all invoices for services to the District monthly.
All invoices presented at least ten days prior to a regular Board meeting will be
paid within 15 days of the meeting. In the event of a bona -fide dispute over an
invoice, the District will have the right to withhold payment of the disputed
portion of the invoice subject to the requirements of Section 2251.002 of the
Texas Government Code.
ARTICLE II.
THE CITY'S BASIC DUTIES AND RESPONSIBILITIES
2.01 Generallv. The City will provide all personnel, vehicles, and hand tools necessary
for the proper performance of the Basic Services specified in Article III at its sole
expense. All activities and undertakings required of the City for the routine,
usual, and customary operation of the District will, except as specifically provided
herein, be included in these Basic Services. If services other than those specified
in this Contract are requested by the District, those services will be subject to
payment of an additional fee negotiated by the District and the City before the
services are provided. The foregoing notwithstanding, the District will pay all
costs associated with transporting wastewater from the District System to the
Cedar Park collection and treatment system, including all costs of electricity and
telephone service to any District lift station or District auto -dialer, and all costs
incurred under the Cedar Park Wholesale Contract.
2.02 Regulatory Requirements. Regulatory reporting and testing requirements may
change during the term of this Contract as the result of changes in applicable law.
The term "routine", as used herein with respect to regulatory reports, laboratory
analyses or tests, or other requirements imposed by governmental entities with
jurisdiction, means reports, analyses or tests that are customary or required by
applicable law on the effective date of this Contract. If reporting, analysis, or
testing requirements increase during the term of this Contract, these increased
reporting, analysis, or testing requirements will not be deemed routine and will be
subject to an additional charge under this Contract to cover the increased cost.
2.03 Routine Maintenance and Repair. The term "routine", as used with respect to
maintenance and repair, means work performed to assure or extend the useful life
of the District's equipment that does not require specialized skills or tools, and is
performed at regular intervals. Routine maintenance will be provided as part of
the City's Basic Services as specified in Article III.
2.04 Licenses. Permits. and Approvals. The City will obtain and maintain in effect, at
all times during the term of this Contract, all local, state, and federal licenses,
Parkside Wastewater Utility Operations — Parkside MUD
Page 4of13
permits, registrations, and other approvals necessary for performing its
obligations under this Contract.
ARTICLE III.
BASIC SERVICES
3.01 Basic Duties and Responsibilities of the Ci The Basic Services specified in this
Article will be provided to the District by the City for the compensation set forth
in Section 1.03 of this Contract.
3.02 Staffing. The City will provide qualified personnel to provide the services
required under this Contract. All employees of the City will readily identify
themselves when communicating with the District's customers and the general
public. Maintenance and operations personnel will wear distinctive clothing
identifying themselves as employees of the City, and their vehicles will also
display distinct identification.
3.03 Communications. The City will:
a. Respond to resident inquiries, complaints and concerns in a professional,
courteous and timely manner in order to promote good relations with the
District's customers and residents.
b. Monitor and track all customer complaints and inquiries received, and
report them to the Board on a monthly basis.
C. Respond to any routine inquiries or routine reporting requirements of any
governmental entity.
3.04 Meeting Attendance. The City will send a representative to any District board of
directors meetings at which the City's attendance is requested.
3.05 System Monitoring and Response. The City will:
a. Maintain 24 -hour -per -day telephone dispatch service, with qualified
personnel available to respond in the event of an emergency related to District
wastewater services or the District System. The telephone number for such
service will be clearly displayed on all customer billing statements.
b. Monitor any computer or automatic dialing telephone alarm systems
installed at any of the District's facilities which are programmed to call the City's
24 -hour -per -day telephone dispatch service.
3.06 Operations. The City will:
a. Provide all personnel, vehicles and hand tools necessary for the routine
operation and maintenance of the District System.
Parkside Wastewater Utility Operations — Parkside MUD
Page 5of13
b. Provide a licensed operator to operate the District System and to perform
all inspections, tests, sampling and laboratory analyses required by any
governmental authorities with jurisdiction or by this Contract. This operator will
directly supervise all District lift stations and operations, will possess a valid
Certificate of Competency, as required by the state of Texas, and will maintain
continuing education competency certification consistent with the requirements of
the state of Texas.
C. Operate the District System in accordance with all applicable rules and
regulations, ordinances and laws, as the same may be amended from time to time.
d. Arrange for any necessary pumping and sludge hauling and disposal
services, including the execution of any manifest and maintain all necessary
records. The cost of this service will be borne by the District.
e. Maintain any lift station in a neat, well -kept and orderly condition,
including any necessary grounds maintenance.
f. Provide a monthly operations report relating to the District System that
includes the following information:
(i) State and/or federal wastewater discharge reports;
(ii) Correspondence to regulatory authorities as appropriate;
(iii) Average daily wastewater flows;
(iv) Damage to the District System and possible causes. If the damage
may be attributable to a contractor, builder, utility company or
other entity, backcharge the party responsible, including
administrative costs, and include this information in the monthly
report;
(v) A summary of maintenance and repair activities and costs.
g. Collect routine wastewater samples and provide routine certified
laboratory tests to meet any applicable Commission and Environmental Protection
Agency ("EPA') requirements, and maintain all test results in the District's
permanent files. TCLEP and BUSSA tests will be performed on an as -needed
basis, for an additional charge in accordance with Article IV.
h. Complete and certify documents required for routine self-monitoring
and/or self -reporting purposes, if any. Prepare and submit all routine operational
and/or regulatory reports required by the Texas Department of Health, the
Commission, the EPA or any other local, state or federal agency entitled by law or
authorized by the District to receive such reports.
Parkside Wastewater Utility Operations — Parkside MUD
Page 6 of 13
i. Prepare and submit any reports required under the Cedar Park Wholesale
Contract, including the monthly customer connection report required by Section
4.01 thereof.
3.07 System Maintenance and Repair.
a. Inventory and maintain a listing of all District equipment, including
manufacturer's model and serial numbers, motor frame numbers, date of purchase
or installation and other data necessary to provide information useful or necessary
in connection with the maintenance, repair or replacement of such equipment.
b. Establish a computerized, scheduled preventive maintenance program for
all equipment and facilities of the District utilizing the equipment manufacturers'
recommendations and the District's equipment inventory to generate
recommended maintenance schedules for all such equipment. All data relating to
the District System and equipment will be the property of the District.
C. Perform all routine maintenance, including, but not limited to, routine
cleaning, lubrication and adjustment of equipment, cleaning or replacement of
filters, replacement of light bulbs and belt adjustments required pursuant to the
scheduled preventive maintenance program established in accordance with the
preceding subparagraph, and record all equipment serviced and the procedures
and supplies utilized in order to provide an up-to-date history of all service,
maintenance and replacements.
d. Notify the District as soon as is practical of any major equipment failures,
breakdowns, power outages, or necessary non -routine maintenance of the
District's facilities or equipment. Subject to prior approval of the Board or its
designated committee and at District expense, arrange for and coordinate the
repair or replacement of the affected equipment in a timely manner, and in
accordance with Article IV
e. Inspect the District System regularly, maintain a written
inspector -certified log of each inspection reflecting the date and time of each
inspection, the personnel performing the inspection, and any action taken, as part
of the permanent records of the District.
f Make general observations of the District's equipment and operations and
make recommendations for repair and/or replacement.
3.08 Excluded Matters. Notwithstanding any provision herein to the contrary, the City
will not be liable for any damages caused by sanitary sewer overflows unless such
overflows are directly caused by the negligent or willful acts of the City. It is
further understood and agreed that the City will not be liable for any costs or
damages caused by violations of any rules, regulations, terms or provisions
related to pretreatment standards or wastewater discharge parameters unless such
violations are directly caused by the negligent or willful acts of the City.
Parkside Wastewater Utility Operations — Parkside MUD
Page 7 of 13
3.09 District System Mapping. Within 30 days after the Effective Date of this
Contract, the District will provide the City with (i) electronic maps showing
manholes and interceptors included in the District System as of the Effective
Date, in a form reasonably acceptable to the City and compatible with the City's
GIS System, and (ii) full size drawings of the existing wastewater facilities
included in the District System as of the Effective Date. As additional wastewater
utility facilities are accepted by the District for operation and maintenance, the
District will provide the City with updated electronic maps and full sized
drawings within 30 days after the date of acceptance of such facilities. The City
acknowledges that the District System may be used solely to provide service
within the boundaries of the District. The City may not connect to the District
System or utilize the District System to provide wastewater service outside of the
District's boundaries.
3.10 jnMections.
a. The City will inspect each manhole within the District once every five
years and written reports identifying any recommended repairs will be submitted
to the District. Upon approval of the District, the City will perform the necessary
repairs. The costs of these approved repairs will be paid by the District.
b. The City will perform such other inspections as are necessary to protect
the integrity of the District System, including inspection of new wastewater
facilities prior to acceptance by the District.
ARTICLE IV.
ADDITIONAL SERVICES
4.01 Non -routine Maintenance and Repair Services. Non -routine maintenance and
repair will not be included in Basic Services, but will be billed separately under
this Article.
a. The term "non -routine", as used herein with respect to maintenance or
repair, will mean work performed to extend the useful life of the equipment of the
District, but which work requires specialized skills and tools and is performed at
irregular intervals, such as replacement of mechanical seals, alignment of high
speed shafts or couplings, and rebalancing of pump impellers.
b. All non -routine, non -emergency maintenance and repair services of a
non -emergency nature estimated to exceed $2,000 must be approved by the Board
or its designated committee or designated representative prior to initiation. The
City will use reasonable efforts to schedule or perform all maintenance and repair
services during normal working hours. Non -emergency services will not be billed
as after-hours work under Section 1.05(c) unless prior approval of the Board or its
designated committee or designated representative is obtained, or the charges are
billed to a District customer in accordance with the District's Rate Order.
Parkside Wastewater Utility Operations — Parkside MUD
Page 8 of 13
C. Full-time emergency response will be provided by the City. Emergency
services will include services required as a result of a condition which, in the
opinion of the City or other District representative, poses an immediate threat to
develop into a hazardous condition. Response by the City to a facility alarm,
regardless of the time of day, from the District's facilities will not be deemed to
be an emergency unless repairs are required to be made. In the event of an
emergency, the City will have the authority to act without special instruction or
authorization from the Board in order to prevent or minimize damage, injury or
loss resulting from the emergency.
d. The City may subcontract non -routine maintenance and repair services;
however, all subcontractors must possess the experience, qualifications and skills
necessary to perform the tasks assigned to them and be licensed or certified if
such qualification is recognized as standard practice in the industry for the task to
be performed. The City will be responsible for the quality and timeliness of all
services subcontracted by the City.
e. Fees charged by the City to the District for personnel and equipment used
to perform non -routine maintenance or repair services or other services which are
authorized by the Board in addition to Basic Services will be in accordance with
the Rate Schedule.
ARTICLE V.
INSURANCE
5.01 Insurance.
a. The City will, at its sole expense, purchase and maintain in effect at all
times during the term of this Contract, insurance coverage with limits not less
than those specified below, with insurers licensed to do business in the State of
Texas or an approved intergovernmental risk pool:
(i) Workers Compensation Statutory
(ii) General Liability $1,000,000
(iii) Vehicle Liability $1,000,000
(iv) Commercial Crime or equivalent bond
(Covers criminal/fraudulent acts of City employees) $1,000,000
b. Certificates of insurance, naming the District (i) as an additional loss
payee under the Commercial Crime insurance policy or as the beneficiary of any
equivalent bond and (ii) as an additional insured under all other insurance policies
other than the Workers Compensation policy, must be fiunished to the District
contemporaneously with the City's execution of this Contract and thereafter
promptly upon annual renewal. Each policy of insurance must provide that the
Parkside Wastewater Utility Operations — Parkside MUD
Page 9 of 13
District will be notified in writing (i) at least 30 days prior to any
cancellation/termination (other than for non-payment of premium), change, or
non -renewal; and (ii) at least ten days prior to any cancellation/termination for
non-payment of premium.
C. If the District suffers a loss by reason of City employee dishonesty, the
City will, at the election of the District, either (i) promptly reimburse the District
for the entire amount of such loss; or (ii) file and thereafter diligently prosecute a
claim under its Commercial Crime insurance policy for recovery of such loss. If
the District elects to seek recovery for any loss under the City's Commercial
Crime insurance policy, ECO will (i) promptly upon settlement of the claim, remit
all insurance proceeds to the District, and (ii) reimburse the District for any
portion of the loss not recovered.
d. None of the requirements of this Contract with regard to insurance will
limit, qualify, or quantify the obligations and liabilities of the City under this
Contract or with respect to the services provided by the City under this Contract.
ARTICLE VI.
EXPENSES
Except as otherwise expressly provided in this Contract, the City will provide, at its
expense, all labor, materials, equipment, tools, machinery, transportation, and other
facilities reasonably necessary for the proper execution of Basic Services under this
Contract. The cost of postage, photocopies and facsimiles has been included in
calculating the compensation to be paid to the City and, therefore, these expenses will be
home by the City as a part of its Basic Services. Except as otherwise expressly provided
in this Contract, where this Contract provides that any expense is to be home by the
District, the actual cost of supplies, materials, subcontractors, and specialized equipment
rental necessary for the performance of the City's duties will be invoiced to the District
without surcharge.
ARTICLE VII.
STATUS
It is understood and agreed that the City is retained as and will serve under this Contract
in the capacity of an independent contractor. The City will be responsible for hiring and
compensating any personnel which the City deems necessary or appropriate in carrying
out its duties hereunder, and agrees to be responsible for collecting and remitting to
federal, state or local authorities all applicable FICA and income tax withholding based
upon any sums paid to the City or its personnel.
Parkside Wastewater Utility Operations — Parkside MUD
Page 10 of 13
ARTICLE VIII.
MISCELLANEOUS
8.01 Assi ent.
a. This Contract constitutes the entire agreement of the parties regarding the
operation of the District System.
b. Neither the District nor the City may assign this Contract or any portion
hereof without receiving the prior written consent of the other party.
8.02 Notices. All notices given under this Contract must be in writing and must be
personally delivered or dispatched by United States certified mail, postage
prepaid, return receipt requested, to the addresses shown at the end of this
Contract. Either party may change the address to which notice is to be addressed
by giving notice in writing to the other party of the change. Any time limitation
provided for in this Contract will commence with the date that the party actually
receives written notice, and the date of postmark of any return receipt indicating
the date of delivery of notice to the addressee will be conclusive evidence of
receipt.
8.03 Amendments. No subsequent alteration, amendment, change, deletion or addition
to this Contract will be binding upon the District or the City unless made in
writing and signed by both parties.
8.04 Applicable Law, Place of Performance. This Contract will be construed under
and in accordance with the laws of the State of Texas. All of the obligations
contained in this Contract are performable in Williamson County, Texas.
(Signature pages follow. The remainder of this page is intentionally left blank.)
Parkside Wastewater Utility Operations — Parkside MUD
Page 11 of 13
EXECUTED on the date or dates indicated below, to be effective as of the Effective Date:
PARKSIDE AT MAYFIELD RANCH
MUNICIPAL UTILITY DISTRICT
By:
Printed Name:
Date:
Address: c/o Sue Brooks Littlefield
Armbrust & Brown, L.L.P.
100 Congress Avenue, Suite 1300
Austin, Texas 78701
ATTEST:
Printed Name:
Title:
APPROVED AS TO FORM:
Sue Brooks Littlefield, Attorney for Parkside at Mayfield Ranch MUD
Parkside Wastewater Utility Operations — Parkside MUD
Page 12 of 13
CITY:
CITY OF GEORGETOWN, TEXAS
Printed Name: George G. Garver, Mayor
Address: c/o City Manager
City of Georgetown
P.O. Box 409
Georgetown, Texas 78626
ATTEST:
Printed Name: Sandra D. Lee, City Secretary
APPROVED AS TO FORM:
Patricia E. Carls, City Attorney
Parkside Wastewater Utility Operations — Parkside MUD
Page 13 of 13
Council Meeting Date: June 24, 2008 Item No. r\,_
AGENDA ITEM COVER SHEET
SUBIECT:
Consideration and possible action for award of the annual bid for Cold Pour Crack
Sealer to EZ Seal. LLC, of Van Alstyne, Texas, in the estimated amount of $49, 370.00.
Bids were received to provide the City with cold pour crack sealer for a one-year period
beginning July 2008 The staff recommendation is to award this bid to the low bidder
responding, EZ Seal LLC, of Van Alstyne Texas.
This cold pour crack sealant will be used for asphalt street repair and is ordered in 55
gallon drums on an as needed basis.
SPECIAL CONSIDERATIONS:
None
FINANCIAL IMPACT:
Funds for this expenditure are budgeted in the Transportation Services CIP:
Fund cost Budget
100-5-0846-52-800 Road Failure Repair $49,370.00 $33,444.00
This is an annual bid. The money in the budget is the remaining dollars for the 07/08 budget year.
There will be more money allocated for this line item in the 08/09 budget year.
BOARD RECOMMENDATION:
Below the required amount for Board recommendation
STAFF RECOMMENDATION:
The staff recommendation is to award this bid to the low bidder responding, EZ Seal LLC, of
Van Alstyne Texas.
COMMENTS:
ATTACHMENTS:
1. BidTabulation
Submitted By: Mark Miller im B
Transportation Services sl8tant City anag4
Manager for Utility Operations
BID 28033
COLD POUR CRACK SEALER
July 1, 2008 -June 30, 2009
ALT -661 Flex Crock Cole Pour Crack Sealer
or an approved equal` in 55 gal. Drums
ESTIMATED ANNUAL TOTAL FOR 150 DRUMS (8250 GALS)
•ReoommerMed Vendor - EZ Seal - (903)182-9455
Approx Allstates Allstate s EZ eal EZ Seal
�t ( UnN Price Total Price Unit Price Total Price
150
$49,369.50
$349.00 $52,350.00 $329.13 $49,369.60
ep Q-7 Cap Pow Crack Sealant aeemate
Vendor - No Response
Austin Asphalt, Austin Engineeong. Cutler Repaving, DIJ Construction, FT Woods Construction, Georgetown Transportation, H Deck Construction
Heart of Texas Hot Mix. Hoover Construction Co., Jewell Cancels Products, Joe Bland Construcfion, Jones 8 Carter, KC Construction Co., RGT Enghieedng
RTI Hot Mix, SEMMatenals, Superior Crushed Stone, Taxes Rock Hounds
Agenda Item Check List
EN aw�l
Financial Impact
Agenda Item:
Agenda Item Subject:
Is this a Capital Improvement
Project:
Council Date:
Was it budgeted?
Annual bid for crack sealing oil
Consideration and possible action for award of the annual bid for Cold
Crack Sealer to EZ Seal. LLC, of Van Alstyne, Texas for the estimated
amount of $49,370.00.
Yes • No
06/24/2008
link to Agenda database =>
Need Help?
Is it within the approved budgeted amount?
If not, where is the money coming from?
GIL Account Number
Amount Going to Council
Yes No
• Yes No
100-5-0846-52-800 Road Failure Repair
$ 49,370.00
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 No
budget?
If so, please explain.
Does this project have future revenue
impact?
Year:
If so, how?
As an annual bid, funds from next years budget
may be used to purchase from this vendor.
Yes • No
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)?
Prepared by: Mark Miller Date: 06/18/2008
Agenda Item Checklist. Approved on OBd1WOOS
pprovers We ssigned lNotified eceived Otatus Changec
Jim Briggs Assistant City Manager 06/18/2008 09:11:01 AM 06/18/2008 09:11:01 AM1812008 09:16:57 AM I 06/1&2008 09:1
Lurie Lankford Chief Accountant 06/18/2008 09:17:07 AM 06/182008 09:17:07 AM 182008 09:18:13 AM 06/182008 09:1
Approval Cycle Settings
Council Meeting Date: June 24, 2008 Item No. i
AGENDA ITEM COVER SHEET
SLIEST
Consideration and possible action for an award of the annual bid for flexible base
material, sand, rock, and sandy loam to RTI Transportation, of Austin Texas, and Superior
Crushed Stone, of Jarrell, Texas, in the estimated total amount of $96,500.00.
Bids were received to provide the City with standard flex base, washed manufactured
sand, 3/8" rock, and sandy loam to be used in the construction and maintenance of the City
streets, water, and electric distribution systems. The base is used primarily for repairing street
cuts and new construction, and the sand and rock are used for bedding pipe before burying. The
staff recommendation is to award this bid to the low bidders responding, RTI Transportation of
Austin, Texas and Superior Crushed Stone of Jarrell, Texas, as designated on the attached bid
tabulation. RTI Transportation will be the vendor for flex base, sand and rock, and Superior will
supply the sandy loam.
The unit prices bid includes delivery and stock piling of the material at our facility. The
using departments will order materials on as needed basis.
SPECIAL CONSIDERATIONS:
FINANCIAL IMPACT:
Funds for this expenditure are budgeted in the maintenance accounts for Streets, Water &
Electric.
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the June 17, 2008,
GUS Board meeting.
COMMENTS:
None
ATTACHMENTS:
1. Bid Tabulation
Submitted By: Mark Miller,
Transportation Services
Manager
for Utility Operations
Fund
cost
Budget
100-5-0846-52-911
Street Maintenance
$19,750.00
$35,038.00
660-5-0528-51-530
Water Maintenance
$36,400.00
$210,000.00
610-9-0580-90-011
Overhead Conductors
$19,550.00
$607,000.00
610-9-0580-90-012
Underground Conductors
$20,800.00
$2,115,000.00
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the June 17, 2008,
GUS Board meeting.
COMMENTS:
None
ATTACHMENTS:
1. Bid Tabulation
Submitted By: Mark Miller,
Transportation Services
Manager
for Utility Operations
Bid 28045
Flex Base, Sand, Rock & Sandy Loam
for City of Georgetown
July 1, 2008 - June 30, 2009
Georgetown RTI* Texas Rock
Transporation Transportation Superior' Hound Klepziq
Lot
Price per
Description CITY UOM TonPrice
Price per
er Ton Ton
Price per
Ton
Price per
Ton
1
FLEX BASE, TYPE A, GRADE 1 5000 TONS $ 9.25
$ 7.90 $ 9.00
$ 8.80
$ 11.30
$ 11.55
$ 10.84
$ 9.84
$ 13.19
$ 13.45
$ 12.16
2
SAND,WASHED & MANUFACTURED 3000 TONS $ 12.45
$ 10.40 $ 11.50
3
3/8" ROCK, TYPE 'F' 2000 TONS $ 12.45
$ 10.40 $ 11.50
4
SANDY LOAM 500 TONS NO BID
NO BID $ 10.00
Total Estimated Annual Amount - $96,500
Recommended Award
RTI - Lot 1, 2, 3, - $91,500, Plant is in Georgetown, TX
Superior - Lot 4 - $5,000 - Jarrell, Texas
No Response
Alliance Realty Advisors, Austin Asphalt, CDC, Construction Data, Cutler Repaving, DIJ Construction, EZ Seal, FT Woods Construction
Fugro Consultants, H. Deck Construction, Heart of Texas Hotmix, J Paul Aubin Real Estate, Jewell Concrete Products, Jones & Carter,
KC Construction, Maldonado Nursery, MBA Maintenance, Mine Servie, Professional Turf Products, RGT Engineering, SEM Material
Sherwin Williams, Grainger
Agenda Item Check List
H1H
Financial Impact
Agenda Item: annual Flexible base material, sand, rock, and sandy loam
Agenda Item Subject: Consideration and possible action for an award of the annual bid for
flexible base material, sand, rock, and sandy loam to RTI
Transportation, of Austin Texas, and Superior Crushed Stone, of
Jarrel, Texas, in the estimated amount fo $96,500.00.
Is this a Capital Improvement Yes • No
Project:
Council Date: 06/24/2008
link to Agenda database =>
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.
• Yes O No
• Yes 0No
100-5-0846-52-911
660-5-0528-51-530
610-9-0580-90-011
610-9-0580-90-012
$ 96,500.00
Yes 0 No
• Yes No
As an annual bid, purchases may be made to this
vendor out of next years budgets.
Does this project have future revenue Yes • No
impact?
Year: Department:
If so, how?
Identify all on-going costs (i.e., insurance,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: Yes * No
If so, what division(s)?
Prepared by: Mark Miller Date: 06/18/2008
A nda Item Checklist. Approved on 06/18/2008
pprovers rtie
ssigned
INotified Peceived Otatus Changec
Jim Briggs Assistant City Manager
Lorie Lankford Chief Accountant
08/18/2008 10:33:54 AM
06/182008 11:34:32 AM
06118/2008 10:33:54 AM118/2008 11:34:05 AM 06/182008 11:3
06/182008 11:34:32 AM 182008 01:10:00 PM 06/182008 01:1
Approval Cycle Settings
Council Meeting Date: June 24, 2008 Item No.. a
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to award a contract to Excel Construction Services,
LTD, of Leander, Texas, for the construction of the San Gabriel W WTP Peak Flow
Improvements in the amount of $3,564,878.00.
ITEM SUMMARY:
The proposed project includes construction of a .55 million gallon equalization basin,
new headworks with fine screen, and irrigation pump station improvements at the San Gabriel
Wastewater Treatment Plant. The improvements will provide additional peak treatment
capacity, the ability to receive peak flows from the Dove Springs basin, and improved irrigation
system performance.
The low bidder, Excel is one of 6 bidders out of 9 plan holders. They have recently
completed plant construction projects in the central Texas area. Therefore, staff believes Excel is
qualified to construct this project.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
Funds for this expenditure are budgeted in the Water Capital Fund:
Fund Cost Budeet
660-9-0581-90-082 San Gabriel Peak Flow Improvements $3,564,878 $4,900,000.00
660-9-0582-90-008 San Gabriel Reuse Upgrade $650,000.00
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the June 17, 2008,
GUS Board meeting
The staff recommends awarding the contract for the construction of the San Gabriel
WWTP Peak Flow Improvements to Excel Construction Services, LTD for $3,564,878.00.
ATTACHMENTS:
Engineers letter
Bid Tabulation
Submitted By: Glenn W. Dishong,
Water Services Dur
7tstant CiN Manager
for Utility Operations
12357-A Riata Trace Parkway, Suite 210
Austin, Texas 78727
tel: 512 346-1100
fax. 512 345-1483
May 15, 2008
Mr. Tom Benz, P.E.
System Engineering Manager
Georgetown Utility System
City of Georgetown
300 Industrial Ave.
Georgetown, TX 78626
Subject: San Gabriel Wastewater Treatment Plant Wet Weather &
Irrigation Water Improvements
Project No. 3BB
Recommendation of Award
Dear Mr. Benz:
On May 15, 2008, bids were received for the San Gabriel Wastewater Treatment Plant Wet
Weather and Irrigation Water Improvements project. Six bids were received. The Total Base
Bid amounts for the bids are listed below:
Excel Construction Services, LLC
$3,512,523.00
Bryan Construction Company
$3565,200.00
Keystone Construction, Inc.
$3,702,000.00*
Central Road & Utility, Ltd.
$3,765,327.00
Matous Construction, Ltd.
$4,006,523.00
Pepper -Lawson Construction, L.P.
$4,131,000.00
* Originally listed as $3,699,000 due to arithmetic error.
The low bidder for the project is Excel Construction Services, LLC (Excel) at $3,512,523 (Total
Base Bid). Additive Alternative Bid Item No. 1, which is an allowance for an Aqua Aerobics
AquaDisk Filter stainless steel tank in lieu of a painted steel tank, was listed at $52,355 in the
bid form. No bids were submitted on Deductive Alternate Bid Item No.1 and Additive
Alternate Bid Item No. 2, which consisted of providing and installing a Parkson DynaDisk
filter in lieu of the AquaDisk Filter. We recommend awarding the contract with Additive
Alternative No. l because the bids were below the engineer's estimate and the stainless steel
alternative will provide the City with long term operational cost savings. The Total Bid
including Additive Alternative Bid Item No.1 is $3,564,878.
PiOty of Georgelovnl6anGatnel WWTP Wet Weather and Nngaem Water knproremenis\CorresP demOReoonmendaem or Award to Benz (05.152066). da
consulting -engineering • construction • otter atlons
Mr. Tom Benz, P.E.
May 15, 2008
Page 2
CDM is recommending awarding this contract to Excel Construction Services, LLC (Excel).
Excel has successfully completed CDM designed projects for the Cities of Cedar Park and
Georgetown. Excel has just successfully completed the improvements to the City of
Georgetown's Rabbit Hill Pump Station. We believe that Excel has the experience and the
capacity to complete the San Gabriel W WTP Improvements project within the time frame
described in the contract. We therefore recommend that the San Gabriel W WTP
Improvements contract be awarded to Excel in the amount of $3,564,878.
If you have any questions regarding this recommendation of award or the project in general,
please contact me.
xc: Glenn Dishong, City of Georgetown
Michael Hallmark, City of Georgetown
PACKy of Georgetown\San Gab6M W WfP Wei Wearer and IrngaW Water ImpronMnISlCarespanhrce%Rft rpndatiw of Avard to Beni (05.15 iMB),aoc
Y
I
IRMCLCA r£n o9ov a
CLFARw£LL
q uwFlnEn ru a
8
a
�1611�N I(� • ��
lq'ylEtPl w . n��a
IC-1 CUNIF/FR No I
YUCLE CRYING BEGS ......
Be VIGN
�JW
IRNLSfG
pY
SIAT.fW
o i w i o
0 w
r
"Fo9 0 0
O ❑
cmr crtauBLx
MiWFNr uI
SIAIryW
IRFAINfNI UNIT 6UI
_ .�� Q� arvw aeaa�TowN. rErwv _
SAN GABRIEL WASTEWATER TREATMENT PLANT SITE PLAN
WET WEATHER B IRRIGATION WATER IMPROVEMENT G7
Agenda Item Check List
Financial Impact
Agenda Item: San Gabriel WWTP Peak Flow Improvements
Agenda Item Subject: Consideration and possible action to award a contract to Excel
Construction Services, LTD, of Leander, Texas, for the construction of
the San Gabriel WWTP Peak Flow Improvements in the amount of
$3,564,878.00.
Is this a Capital Improvement 40 Yes O No
Project:
Council Date:
Was it budgeted?
06/24/2008
link to Agenda database => Q
Need Help?
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:
If so, how?
0 Yes 0 No
• Yes O No
660-9-0581-90-082, 660-9-0582-90-008
$ 3,564,878.00
OYes 0No
O Yes 0 No
O Yes • No
Department:
Identify all on-going costs (i.e., insurance,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact:
If so, what division(s)?
Increased maintenance and utility costs offset in
part by improved system performance
O Yes • No
Prepared by: Glenn DishongDate: 06/18/2008
Agenda Item Checklist: In Process
pprovers
III tie
ssigned Notified Peceived
Otatus Change
Jim Briggs
Lone Lankford
Assistant City Manager
Chief Accountant
06/18/2008 05:51:44 PM 06/18/2008 05:51:44 PM 6/19/2008 09:18:07 AM
06/19/2008 09:18:13 AM 06/19/2008 09:18:13 AM
06/19/2008 09:'
Approval Cycle Settings
Council Meeting Date: June 24, 2008 Item No." - 3
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to award a contract to Preload, of Richardson, Texas, for
the construction of the Park WTP 2 MG Clearwell in the amount of $1,746,707.00.
ITEM SUMMARY:
The proposed project includes construction of a 2 million gallon clearwell and related
improvements for connection into the existing infrastructure at the Park Water Treatment Plant.
The improvements will provide additional storage capacity, and the ability to rehabilitate the
existing clearwell.
The low bidder, Preload is one of 2 bidders out of 3 plan holders. They have recently
completed plant construction projects in the central Texas area. Therefore, staff believes Preload is
qualified to construct this project.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
Funds for this expenditure are budgeted in the Water Capital Fund:
FL cost Budget D.�it-V
660-9-0580-90-117 Park WTP 2MG Clearwell $1,746,707.00 $1,234,520.00
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the June 17, 2008, GUS
Board meeting
The staff recommends awarding the contract for the construction of the Park WTP 2 MG
Clearwell to Preload for $1,746,707.00.
ATTACHMENTS:
Engineers letter
Bid Tabulation
Submitted By: Glenn W. Dishong,
Water Services Din
for Utility Operations
L w,'AI_I
12357-A Riata Trace Parkway, Suite 210
Austin, Texas 78727
tel: 512 3461100
lax: 512 3451483
June 11, 2008
Mr. Tom Benz, P.E.
System Engineering Manager
Georgetown Utility Systems
City of Georgetown
300 Industrial Ave.
Georgetown, TX 78626
Subject: Park Water Treatment Plant 2 MG Clearwell
Recommendation of Award
Dear Mr. Benz:
On June 10, 2008 at 10:00 a.m, at the City of Georgetown offices at the Georgetown Utility
Systems, bids were received and opened for the Park Water Treatment Plant 2 MG Clearwell
project.
The project includes construction of a 2 MG prestressed concrete clearwell, 195 linear feet of
48 -inch finished water line, 93 linear feet of 36 -inch finished water line, 325 linear feet of 8 -
inch sludge (decant) line, 232 linear feet of 8 -inch wastewater line, six 4 -foot diameter
manholes and site grading improvements (in the area of the new clearwell). Construction of
this new 2 MG clearwell will allow the City to perform maintenance work on the plant's
existing 2 MG clearwell.
Two bids were received and are listed below. A detailed tabulation of the unit price items is
included as an attachment to this letter.
Deductive Alternate Total (Base Bid and
Bidder Total Base Bid Bid Item No. 1 Deductive Alternates)
Preload Inc. $1,746,707.00 ($10,310.00) $1,736,397.00
Natgun Corporation $2,003,040.00 ($7,500.00) $1,995,540.00
The low bidder for the project is Preload Inc.
C:10ooumenl! and Sellings`LrondoninLocal SeBingetTenrperar, inlemet wes101.1(181ULellnr to Benz. Remmmendailon of Awertl(81120081(41Aac
consulting -engineering construction operations
Mr. Tom Benz, P.E.
June 11, 2008
Page 2
We have investigated previous work by Preload Inc. to determine if they are qualified to
complete the work. Preload Inc. has successfully completed numerous water and wastewater
treatment plant projects in both Texas and in particular, the Central Texas area.
We believe that Preload Inc. has the experience and the capacity to complete the Park Water
Treatment Plant 2 MG Clearwell project within the timeframe described in the contract. We
therefore recommend that the Park Water Treatment Plant 2 MG Clearwell contract be
awarded to Preload Inc. in the amount of $1,746,707.00.
If you have any questions regarding this recommendation to award or the project in general,
please contact me.
Sincerely,
Bill D. Marriott, P.E.
Camp Dresser & McKee Inc.
Enclosure
cc: Michael Hallmark, City of Georgetown
Allen Woelke, CDM
Marcus Chang, CDM
CnDocwnanls and Se8ingeWrandonplLo ft Seltinge\Taanparar, "arnel Faes10LK1811Letler to Benz - Recommendation of Award (6 11 2008)(2).6ac
City of Georgetown
Park Water Treatment Plant 2 MG Clearwell
Bid Tabulation
Bid Date: Tuesday, June 10, 2008 @ 10:00 a.m.
DEDUCTIVE
EST.
EST.
ALTERNATE
ITEM DESCRIPTION
OTY.
UNIT
UNIT PRICE
TOTAL COST
OTY.
UNIT
UNIT PRICE
TOTAL COST
Furnish and install Geomembrane Fabric Baffle Curtain (in lieu
Item No. 1
of Concrete Baffle Wall)
11
LS
$10,310.00
$10,310.00
1
LS
$7,500.00
$7,500.00
Total Deductive Alternate Bid Item No. 1:
$10,310.00
$7,500.00
TOTAL (BASE BID AND DEDUCTIVE ALTERNATE): $1,736,397.00 1 $1,995,540.00
C:\DOCUME-1\michaelh\LOCALS-1\Temp\notME5618F\Park WTP - Bid Tabulation (6.10.2008)
Last Printed: 06/11/2008 4:04 PM
4
�bu
0
EXISTING 131Du
1 uC CtEaPwE!1 6 _
PL2
BGC
sro wAS/E 4LLt
S)OPAGE '� 0
1 \
w�.MPo4�Y'e11N�� m r[
.>weew'
w s �m Iv co-mwca
�w_uYrn C cm ar oeoRaerZ 7
.-...�eeem. s ...e.�....�.
YARD PIPING
�...._ru¢ PARK WATER TREATMENT PLANT PLAN
�.. �. 2 MG CLEARWELI W
Agenda Item Check List
rrt
Financial Impact
Agenda Item: Park WTP 2MG Clearwell
Agenda Item Subject: Consideration and possible action to award a contract to Preload, of
Richardson, Texas, for the construction of the Park WTP 2 MG
Clearwell in the amount of $1,746,707.00.
Is this a Capital Improvement • Yes O No
Project:
Council Date: 06/24/2008
link to Agenda database => 4Q,
Need Help?
Was it budgeted?
Is it within the approved budgeted amount?
If not, where is the money coming from?
G/L Account Number
Amount Going to Council
Is there something (budgeted) that won't get
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's
budget?
If so, please explain.
Does this project have future revenue
impact?
• Yes O No
O Yes • No
Additional funds will come from deferral of some
2006 annexation -related projects into 08/09
where originally scheduled. (Projects were
scheduled for 07/08 to levelize capital spending)
660-9-0580-90-117
$ 1,746,707.00
• Yes O No
2006 Annexation -related projects will be moved
to 08/09 where originally scheduled
• Yes O No
Potential increase in capital spending for 2006
annexations
O Yes • No
Year:
If so, how?
Identify all on-going costs (i.e., insurance,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact:
If so, what division(s)?
Department:
Minimal maintenance impact, annual inspection
required starting in 09/10
OYes 0No
Prepared by: Glenn DishongDate: 06/19/2008
Approval. Cycle Settings