Loading...
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