Loading...
HomeMy WebLinkAboutAgenda CC 09.11.2007Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, September 11, 2007 The Georgetown City Council will meet on Tuesday, September 11, 2007 at 06:00:00 PM at City Council Chambers, at the northeast comer 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 - Pedernales Electric Cooperative, et. al. v. Lower Colorado River Authority, et al. - Offsite Utility Construction and Cost Reimbursement Agreement for ABG Subdivision (n/k/a Water Oak Subdivision) and Development Agreement concerning the ABG Subdivision (n/k/a Water Oak Subdivision) 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.) B Call to Order C Posting of the Colors: Georgetown Fire Department Honor/Color Guard D Pledge of Allegiance E Comments from the dais - Welcome to Audience and Opening Comments - Review of procedure for addressing the City Council Presentation to Council on the Main Street Program and the Georgetown Library being recognized as finalists in the Texas Downtown Association President's Awards F Announcements and Comments from City Manager G Public Wishing to Address Council - Betty Ann Sensabaugh regarding location of the Georgetown Visitor and Information Center. - Rex Stuart regarding "reasonableness" of utility rates for water, sewer, and garbage. H Action from Executive Session Statutory Consent Agenda The Statutory Consent Agenda includes non -controversial and routine items that Council may act on with one single vote. A councilmember may pull any item from the Consent Agenda in order that the council City Council Agenda/September 11, 2007 Page 1 of 3 Pages discuss and act upon it individually as part of the Regular Agenda. I Consideration and possible action to approve the minutes of the Council Workshop on Monday, August 27, the Council Meeting on Tuesday, August 28, and the Special Meeting on Thursday, August 30, 2007 -- Sandra D. Lee, City Secretary J Consideration and possible action to approve the purchase of advertising in the Williamson County Sun for the estimated annual amount of $47,000 — Marsha Iwers, Purchasing Manager K Consideration and possible action to review and accept an Interlocal Cooperation Contract between the City of Georgetown Police Department and the Texas Department of Public Safety to purchase supplies for the Breath Testing Program and the Laboratory Alcohol and Drug Testing Program — David Morgan, Chief of Police L Consideration and possible action authorizing firefighter physicals to be completed by St. David's Occupational Health Services in the amount of $30,411.00 -- Anthony Lincoln, Fire Chief M Consideration and possible action to authorize application for a Grant of $34,718.20 from the Lower Colorado River Authority Community Development Partnership Program to be used to purchase swift water rescue equipment — Clay Shell, Assistant Fire Chief and Anthony Lincoln, Fire Chief N Consideration and possible action to approve a contract with Revenue Recovery, L.L.C. for the collection of fees for services provided by Georgetown Fire Department — Anthony Lincoln, Fire Chief O Consideration and possible action to approve a utility oversizing reimbursement for David Kellerman, Owner of Mel's Family Bowling Center, in the amount of $35,170.00 related to the oversizing of a regional drainage line to serve future re -development in the Williams Drive Gateway -- Tom Yantis, Assistant City Manager P Consideration and possible action to adopt a resolution approving the 2007/08 Budget and related Property Tax Assessment for the Georgetown Village Public Improvement District #1 -- Micki Rundell, Director of Finance and Administration Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: Q Consideration and possible action to approve an airport land lease to Microfusion, Inc. for 202 Wright Brothers Drive — Travis McLain, Airport Manager and Tom Yantis, Assistant City Manager R Consideration and possible action on the proposed budget for 2007-08 of the Arts and Culture Board -- Eric Lashley, Director of Library Services and Randy Morrow, Director of Community Services S Consideration and possible action on funding allocations for contracted Community/Social Services and Children's and Youth Program Funding contingent upon final approval of the 2007/2008 budget — Gabe Sensing, Councilmember District 2; Bill Sattler, Councilmember District 4; and Farley Snell, Councilmember District 6 T Discussion and possible action regarding the naming of Oak Tree Drive (Berry Creek) Bridge -- Gabe Sensing, Councilmember District 2 U Consideration and possible action to execute an interlocal agreement between the Cities of Georgetown and Round Rock for the provision of emergency water service -- Glenn Dishong, Water Services Director, Jim Briggs, Assistant City Manager for Utility Operations V Forwarded from the Georgetown Utility System (GUS) Advisory Board: Consideration and possible action to award a contract to Lewis Contractors, Inc. of Bertram, Texas, for the construction of the South Fork Interceptor Phase A and to set a budget in the amount of $2,091,089.00 — Glenn Dishong, Water Services Director, Jim Briggs, Assistant City Manger for Utility Operations W Second Readings 1. Second Reading of an Ordinance levying a tax rate for the City of Georgetown for the tax year 2007 -- Micki Rundell, Director of Finance and Administration 2. Second Reading of an Ordinance to adopt the Annual Operating Plan Element of the Georgetown Century Plan (budget) for the fiscal year beginning October 1, 2007, and ending September 30, 2008: adopting the Annual Amendment to the Century Plan — Micki Rundell, Director of Finance and City Council Agenda/September 11, 2007 Page 2 of 3 Pages Administration 3. Second Reading of an Ordinance amending Sec. 2.08.010 "Administrative Divisions and Departments" of the Georgetown Code of Ordinances -- Micki Rundell, Director of Finance and Administration 4. Second Reading of an Ordinance to Rezone from (OF) Office to (RS) Residential Single-family for 0.179 acres out of the Booty and Lesueur Addition, Block 1, Lot 4, located at 1308 Hart Street — Bobby Ray, AICP, Director of Planning and Development Services 5. Second Reading of an Ordinance for a Comprehensive Plan Amendment to change the Intensity Level Map from Levels 3, 4 and 5 to Levels 4 and 5 on 54.73 acres more particularly described as 34.82 acres in the Francis Hudson, Wm. Addison, Joseph Robertson and J.S. Patterson Survey and 19.91 acres in the Joseph Robertson and the Wm. Addison Survey, also known as the Wheeler Tract, located at 2211 County Road 111 (Westinghouse Road). — Valerie Kreger, Planner III, and Bobby Ray, AICP, Director of Planning and Development Services 6. Second Reading of an Ordinance to Rezone from (RS) Residential Single -Family District to (MU -DT) Mix Use Downtown District 0.139 acres out of the Lost Addition, Block 63, located at 1006 Rock Street — Valerie Kreger, Planner III, and Bobby Ray, AICP, Director of Planning and Development Services X Consideration and possible action to extend the scope of work of the biotech commercialization consulting contract with K. Peterman Consulting Associates — Mark Thomas, Economic Development Director and Paul Brandenburg, City Manager Y Discussion and possible action to approve a Resolution approving a Chapter 380 Economic Development Agreement between the City of Georgetown and the Texas Life Sciences Commercialization Center — Mark Thomas, Economic Development Director and Paul E. Brandenburg, City Manager Z Consideration and possible action to approve a resolution stating that the City elects to become eligible to participate in a property tax abatement for Airborn, Inc. — Mark Thomas, Economic Development Director AA Public Hearing/First Reading 1. Public Hearing on the designation of a reinvestment zone of approximately 21.18 acres out of the Lewis Dyches Survey, Abstract No. 180 in Williamson County, Texas, being a portion of 122.19 acres conveyed to H. B. Longhorn Junction Phase III, L.P. — Mark Thomas, Economic Development Director and Paul Brandenburg, City Manager 2. First Reading of an Ordinance to remove Section 4.40.010(D) of the City of Georgetown Code of Ordinances to remove references to legislatively repealed expiration dates for the collection of fees for the Municipal Court Technology Fee Fund; to align with State Law, Article 102.0172 of the Code of Criminal Procedure — Mick! Rundell, Director of Finance and Administration and Cathy Leloux, Court Administrator 3. First Reading of an Ordinance establishing the classifications and number of positions (Strength of Force) for all the City of Georgetown Fire Fighters and Police Officers pursuant to Chapter 143 of the Texas Local Government Code pertaining to Civil Service — Kevin Russell, Director of Human Resources and Civil Service 4. Public Hearing and First Reading of an Ordinance Adding a New Chapter 12.09 to the Code of Ordinances pertaining to the regulation of encroachments into public rights-of-way and easements -- Bobby Ray, AICP, Director of Planning and Development Services Certificate of Posting I, Sandra Lee, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the day of , 2007, 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/September 11, 2007 Page 3 of 3 Pages Council Meeting Date: September 11, 2007 Item No. U_ AGENDA ITEM COVER SHEET SUBTECT: Consideration and possible action to execute an Inter -local Agreement between the Cities of Georgetown and Round Rock for the provision of emergency water service. ITEM SUMMARY: The water systems of the Cities of Georgetown and Round Rock are inter -connected at Round Rock's Barton Hill tank site. The interconnect is normally closed with meters installed to measure the amount of potable water supplied to and from each City in the event of an emergency need for potable water. The provision for transfer of water during emergency conditions between the Cities was established with the construction of the interconnect approximately 12 years ago. While transfers during emergency conditions have occurred in the past, this agreement formalizes the conditions under which the transfers of potable water from either City may occur in the future. SPECIAL CONSIDERATIONS: None. FINANCIAL IMPACT: None. GUS BOARD RECOMMENDATION: N/A STAFF RECOMMENDATION: Staff recommends approval of the Inter -local Agreement. COMMENTS: None. ATTACHMENTS: Inter -local Agreement. Submitted By: Glenn Dishong oi—MAig so Water Services Directo Assistant Ci Manager For Utilities INTERLOCAL AGREEMENT FOR EMERGENCY WATER SERVICE BETWEEN THE CITIES OF GEORGETOWN AND ROUND ROCK THE STATE OF TEXAS COUNTY OF WQ.LIAMSON This Interlocal Agreement For Emergency Water Supply (hereinafter, "Agreement") is entered into as of this day of 2007, by and between the City of Georgetown, a home rule municipality City, hereinafter referred to as "Georgetown" and the City of Round Rock, a home rule municipality City, hereinafter referred to as "Round Rock".. Recitals Whereas, Round Rock previously constructed and Georgetown reimbursed Round Rock for certain water line and metering improvements for the purposes of establishing an emergency interconnect between the potable water supplies of each city, and Whereas, the Round Rock and Georgetown now desire to enter into this Agreement setting forth the terms and conditions pursuant to which emergency water service will be provided by one party to the other in the event of an emergency; and Whereas, this Agreement will supercede any previous Agreements, oral or written, between Georgetown and Round Rock to provide emergency water service at the Point of Delivery. NOW, THEREFORE, for and in consideration of the mutual promises, covenants, obligations and benefits of this Agreement, Round Rock and Georgetown contract and agree as follows: ARTICLE 1. Definitions 1.1 "Emergency": an Act of God or similar unforeseen and unpreventable catastrophic circumstance m disaster that significantly affects either Party's ability to provide potable water to its customers, or the occurrence of a significant planned maintenance activity, during which the normal supply of potable water is interrupted or otherwise unavailable. 1.2 "Emergency Water Service": the water supply to be provided by either Party to the other Party for a temporary period only in the event of and for the duration of an Emergency pursuant to the terms anti conditions more particularly set forth in this Agreement. 1.3 "Party" Either Georgetown or Round Rock. 1.4 "Parties" Both Georgetown and Round Rock 1.5 "Point of Delivery": the existing Barton Hill point of connection between the Georgetown water system and the Round Rock water system, as depicted in Exhibit "A" attached hereto, at which Emergency Water Service will be made available by the Providing Party to the Requesting Party in accordance with the terms of this Agreement. 00119357 1.6 "Point of Delivery Meter": the meter(s) that are installed at the Point of Delivery to be used for measuring the quantity of Emergency Water Service furnished by either Party to the other Party under this Agreement. 1.7 "Providing Parry": the Party providing Emergency Water Service to the Requesting Party. 1.8 "Requesting Party": the Party requesting Emergency Water Service from the Providing Party. 1.9 "Volumetric Rate": the retail commercial out -of -city Water rate per 1,000 gallons charged to the customers of the Providing Party. 1.10 "Water": potable water made available by either Party at the Point of Delivery in the event of an Emergency, which water shall meet those requirements for human consumption and other domestic uses promulgated by the Texas Department of Health, and/or the Texas Commission on Environmental Quality. ARTICLE IL Terms and Conditions for Emergency Water Services 2.1 Agreement to Provide Emergency Water Services. Subject to the terms and conditions of this Agreement and the requirements of applicable law, each Party agrees to make available Emergency Water Service to the other Parry for the term of this Agreement. 2.2 Ownership, Operation and Maintenance of Facilities. (a) Each Party shall own, operate and maintain all water system improvements, facilities, equipment and appurtenances located on its respective side of the Point of Delivery in accordance with its' own maintenance and replacement schedules and standards. All such costs and expenses of operation, maintenance, repair and replacement of each Party's water system shall be paid by the Party, and the other Party shall have no responsibility for any such costs or expenses. (b) Each Party shall be solely responsible for design and construction of such improvements to its water system as are necessary for the safe and efficient receipt, transportation, storage and distribution of Emergency Water Service received from the other Party at the Point of Delivery. Neither Party shall be responsible for any costs of the other Party related thereto, nor shall either Party be liable for damages to the ether Party's water system or to the water facilities of the other Party's customers arising from the distribution of Water received at the Point of Delivery hereunder. 23 Emergency Water Service. (a) In the event of an Emergency, the Requesting Party may request the Providing Party to r rovide Emergency Water Service at the Point of Delivery for a temporary period to assist the Requesting Party in responding to such Emergency, and the Providing Party shall provide Emergency Water Service subject to the following conditions: (i) A good faith determination by the Providing Party that a bona fide Emergency exists, and that delivery of Emergency Water Service to the Receiving Party will not endanger the public health, safety or welfare of the Providing Party's citizens and customers; (ii) Emergency Water Service will be provided only for the shorter of the following periods: 1) the reasonable duration of the Emergency giving rise to the request for emergency water service; 2) the reasonable duration needed to repair damage to the water system occasioned by such Emergency; 3) the duration of the Providing Party's ability to provide Emergency Water Service to the Requesting Party, as reasonably determined by the Providing Party; or 4) two (2) weeks. (iii) In the event that the Emergency exceeds the shortest of the foregoing periods, the Requesting Party may make written request to the Providing Party to continue Emergency Water Service beyond said initial period. The Providing Party may continue or resume such Emergency Water Service for an additional period up to such period as the Providing Party shall determine appropriate and necessary, but only if the Providing Party determines in good faith that the Emergency giving rise to the initial request for Emergency Water Service has not been abated, that the Requesting Party has exercised reasonable diligence in attempting to remove the disability giving rise to the initial request for Emergency Water Service, and that Water in excess of the needs of the Providing Party's customers continues to be available to provide Emergency Water Service to the Requesting Party. ARTICLE III. METERING 3.1 Measurement. (a) The Providing Party shall operate, maintain and read the Point of Delivery Meter to record all Water delivered under this Agreement. (b) The Providing Party shall keep records of all measurements of Water delivered to the Requesting Party through the Point of Delivery as recorded by the Point of Delivery Meter. 3.2 Calibration. (a) If, as a result of any test, the Point of Delivery Meter is found to be registering inaccurately (more than 5% higher or lower than calibrated volumes), the readings of the meter shall be corrected at the rate of its inaccuracy for any period which is definitely known or agreed upon. (b) If the Point of Delivery Meter is out of service or in need of repair such that the amount of Water delivered cannot be ascertained or computed from the reading thereof, the Water delivered through the period such meter is out of service or out of repair shall be estimated and agreed upon by the Parties based upon the basis of the best data available. If the Parties fail to agree on the amount of Water delivered during such inoperable period, the amount of Water delivered may be estimated by: (i) correcting the error if the percentage of the error is ascertainable by calibration tests or mathematical calculation; or (ii) estimating the quantity of delivery by deliveries during the preceding periods under similar conditions when the meter was registering accurately. (c) If a Point of Delivery Meter is consistently registering inaccurately, the Party owning and installing the meter shall repair, replace or rehabilitate the meter, as determined by such, and all costs related thereto shall be bome by said Party. ARTICLE IV. RATES AND CHARGES 4.1 Connection Fee. Neither Party shall charge a connection fee to the other Party for the provision of Emergency Water Service under this Agreement. 4.2 Volumetric Rate. The Requesting Party shall pay to the Providing Party the Volumetric Rate for all Water delivered through the Point of Delivery Meter for Emergency Water Service. 4.3 Payment Terms. (a) The Providing Party shall, upon completion of Emergency Water Service, submit to the Requesting Party an itemized statement of the amount of Emergency Water Service furnished, as measured at the Point of Delivery Meter, and a statement of the payment due for such services. The statement shall specify a due date, which date shall not be less than fifteen (15) days after the date of the statement. The statement shall be paid on or before the due date. (b) In the event that the Requesting Party fails to make timely payment in full by the due date, then the Providing Party shall furnish a late notice to the Requesting Party. If the Requesting Party does not provide payment within fifteen (15) days of receipt of the late notice, then the Requesting Party shall pay a late payment charge of two percent (2%) of the amount of the statement for each calendar month or fraction thereof that the statement remains unpaid; provided, however, that such rate shall never be usurious or exceed the maximum rate permitted by law. (c) If any Party remains delinquent in any payments due hereunder for a period of sixty (60) days, then the Party due payment may exercise any legal right or remedy to which it is entitled, including termination of this Agreement. ARTICLE V. REMEDIES 5.1 General. If any Party fails to comply with its obligations in accordance with the notice and opportunity to cure provisions set forth in Section 5.3 below, the other Party shall have the right to request any court, agency or other governmental authority of appropriate jurisdiction to grant any and all remedies which are appropriate to assure conformance to the provisions of this Agreement. The defaulting Party slall be liable to the other for all costs actually incurred in pursuing such remedies, including reasonable attorneys' fees, and for any penalties or fines as a result of the failure to comply with the terms. 5.2 Disputed Payment. If either Party at any time disputes the amount to be paid by it to the other Party, the Party shall nevertheless promptly make the disputed payment or payments, but the disputing Party shall thereafter have the right to seek a determination whether the amount charged by the other Party is in accordance with the terms of this Agreement. 53 Notice and Opportunity to Cure. Notwithstanding any provision in this Agreement to the contrary, if either party (referred to herein as the "Defaulting Party') fails to comply with its obligations under this Agreement or is otherwise in breach or default under this Agreement (collectively, a "Default') then the other party (referred to herein as the "Non -Defaulting Party) shall not have any right to invoke any rights or remedies with respect to any Default until and unless: (i) the Non -Defaulting Party delivers to the Defaulting Party a written notice (the "Default Notice") which specifies all of the particulars of the Default and specifies the actions necessary to cure the Default; and (ii) the Defaulting Party fails to cure, within thirty (30) days after the Defaulting Party's receipt of the Default Notice, any matters specified in the Default Notice which maybe cured solely by the payment of money or the Defaulting Party fails to commence, within a reasonable period of time after receipt of the Default Notice (to be determined according to the nature of the breach or default), the cure of any matters specified in the Default Notice which cannot be cured solely by the payment of money, or fails to thereafter pursue curative action with reasonable diligence to completion. ARTICLE VI. TERM AND TERMINATION 6.1 Term. This Agreement shall be effective as of the Effective Date, and shall continue in effect until September 30, 2020 unless earlier terminated by either Party in accordance with section 6.2. 6.2 Termination. (a) Either Party to this Agreement may terminate this Agreement by providing not less than 60 days written notice of termination to the other Party. (b) Either Party to this Agreement may terminate this Agreement as a result of a material breach by the other Party by providing written notice of termination after providing the defaulting Party notice and opportunity to cure in accordance with the terms of this Agreement. Upon termination of this Agreement, each Party shall discontinue taking Water from the other Party. Each Party may physically seal or disconnect the Point of Delivery Meter or any other components in its water system as may be necessary to prevent the further delivery or receipt of Water at the Point of Delivery. ARTICLE VII. GENERAL PROVISIONS 7.1 Authority. This Agreement is made in part under the authority conferred in Chapter 791, Texas Government Code. 7.2 Force Majeure. In the event that any Party is rendered unable, wholly or in part, to perform any of its obligations under this Agreement (by reason of failure or national moratorium of operation of the banks, transfer agents, brokers, stock exchanges or modes of transportation; or work stoppages or restraint by court order or other public authority; or action or inaction concerning governmental or regulatory authorizations; or transportation delay; or death or personal injury of a representative of eifier Party whose signature is necessary), upon the provision of written notice which fully relates the particulars of the claimed force majeure, including but not limited to the dates on which it commenced and ceased or is expected to cease by the Parry claiming force majeure to the other Party as soon as is reasonably practicable after the occurrence of the cause relied upon, the obligations of the Party claiming force majeure, to the extent they are affected by the force majeure, shall be suspended during the continuance of any inability of performance so . This Agreement shall not be terminated by reason of any such cause but shall remain in full force and effect. Either Party rendered unable to fulfill any of its obligations under this Agreement by reason of force majeure shall exercise the utmost diligence to remove such inability. 7.3 Modification. This Agreement shall be subject to change or modification only with the mutual written consent of the Parties. 7.4 Sole Agreement. This Agreement constitutes the sole and only agreement of the Parties concerning the subject matter hereof and supersedes any prior understanding or oral or written agreements between the District and the City relating thereto. 7.5 Captions. The captions appearing at the first of each numbered section or paragraph in this Agreement are included solely for convenience and shall never be considered or given any effect in construing this Agreement. 7.6 Waiver. Failure to enforce or the waiver of any provision of this Agreement or any breach or nonperformance by the District or the City shall not be deemed a waiver by the District or the City of the right in the future to demand strict compliance and performance of any provision of this Agreement 7.7 Severability. The provisions of this Agreement are severable, and if any provision or part of this Agreement shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such provision or part of this Agreement to other persons or circumstances shall not be affected thereby. 7.8 Cooperation. Each Party hereby agrees that it will take all actions necessary to fully carry out the purposes and intent of this Agreement. 7.9 Addresses and Notice. All notices, demands, requests, and other communications between the Parties required or permitted hereunder shall be in writing, except where otherwise expressly provided herein, and shall be deemed to be delivered when actually received; provided that if the communication is sent by depositing it in a regularly maintained receptacle for the United States mail, registered or certified, postage prepaid, addressed to the appropriate addressee as follows, or to such other location or address for a party for which notice has been given by such party in the same manner, the same shall be deemed to have been received on the second mail delivery day following the day on which the communication is so postmarked. If to Georgetown: City of Georgetown P.O. Box 409 Georgetown, Texas 78627 If to Round Rock: City of Round Rock 221 East Main Street Round Rock, Texas 78664 7.10 Assignability. Neither Party may assign its interests in this Agreement without the prior written consent of the other Party. IN WITNESS WHEREOF, the Parties hereto have caused this instrument to be signed, sealed and attested in duplicate by their duly authorized officers, this the day of 2007. CITY OF GEORGETOWN, TEXAS LE City Secretary ATTEST: Patricia E. Carls, City Attorney Gary Nelon, Mayor CITY OF ROUND ROCK, TEXAS M City Secretary ATTEST: Stephen L. Sheets, City Attorney Nyle Maxwell, Mayor Council Meeting Date: September 11, 2007 Item No. V AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award a contract to Lewis Contractors, Inc. of Bertram, Texas, for the construction of the South Fork Interceptor Phase A and to set a budget in the amount of $2,091,089.00. ITEM SUMMARY: Project will install 2,328 ft of 42" gravity sewer main along the South Fork of the San Gabriel River, and decommissions the old South Fork Lift Station. The interceptor has been sized to meet the needs of the ultimate build out of the City of Georgetown retail sewer demand in the area. Bids were received and opened on July 31, 2007, at 1:30 P.M. from 3 firms. The bids were received in the form of a base bid with 1 alternate bid item. The engineering firm responsible to review the bids, Camp, Dresser, and McKee (CDM), recommended the award of the bid to Lewis Contractors, Inc. of Bertram, Texas at an amount of $2,092,089.00. SPECIAL CONSIDERATIONS: Sizing of the line provides for development in the South Fork basin and provides substantial time until a parallel line is needed for regional sewer development. The sizing also meets the needs of the landowners affected by the route of the line by providing a significant period of time between the construction of this line and the future parallel line. Existing contract with Forestville Associates (Simon Properties) dated September 11, 2003 requires the installation of the gravity sewer main with payment by the City if under the off-site improvement cap of $3,500,000.00 and payment by Forestville Associates for amounts over the cap. Existing contract with San Gabriel Harvard (Shadow Canyon) dated October 20, 2005 requires completion of this line by October 1, 2008. Agreement with Laredo WO, LTD (Water Oak) dated November 17, 2006 requires completion of this line by Dec 31, 2007. City lift station decommissioning plans require the installation of this line by 2008. FINANCIAL IMPACT: This project will be funded from the Wastewater Capital Improvements Fund 651-101-6607-00.$453,892 of the total will be reimbursed from impact fees received from new connections in the South Fork service area. $1,637,197.20 will be repaid by Laredo WO, LTD and Forestville Associates upon completion. GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the August 9, 2007 GUS Board meeting. STAFF RECOMMENDATION: The Staff recommends the award of the bid to Lewis Contractors, Inc. in the amount of $2,091,089.00. COMMENTS: NONE ATTACHMENTS: Engineer recommendation letter — Dated August 3, 2007 Bid Tabulation Engineer Call Report Engineer Letter dated August 16, 2007 Cost Share Calculation Submitted by: Glenn Dishong, Water Services Director for Utility 12357-A Riata Trace Parkway, Suite 210 Austin, Texas 78727 tel: 512 346-1100 fax: 512 345-1483 August 3, 2007 Mr. Thomas R. Benz, P.E. Systems Engineer Manager Georgetown Utility Systems City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 RE: City of Georgetown South Fork San Gabriel River Wastewater Interceptor Phase A Recommendation of Award Dear Mr. Benz: On July 31, 2007 at 1:30 p.m. at the City of Georgetown offices of the Georgetown Utility Systems, bids were received and opened for the South Fork San Gabriel River Wastewater Interceptor Phase A. The project includes 2,328 linear feet of 42 -inch wastewater line and 575 linear feet of 12 -inch wastewater line, which provides improved overall wastewater system capacity in order to serve development in the South Fork San Gabriel River basin and remove the South Fork San Gabriel Lift Station. Three bids were received as shown in the summary tabulation below. A detailed tabulation of the unit price items is attached to this letter. Company Name Base Bid Amount (Open Cut River Crossing Alternate Bid Amount Tunnel River Crossing) Central Road & Utility, LTD. $1,697,926.00 $2,339,884.00 Lewis Contractors, Inc. $2,091,089.00 $2,504,580.00 Joe Bland Construction, LP $2,267,820.00 $2,771,886.00 The low bidder was Central Road & Utility, LTD of San Marcos, Texas. Based on the information they provided in Section 00400, Statement of Bidders Experience, they have been in existence as a business for 3-1/2 years and have not had any construction experience with Hobas pipe in the size required by this project. Section 00400 states "A minimum of five (5) years existence as a business is required under the current company name." We believe they are not qualified to perform the work included in the Plans and Specifications within the conditions of the Contract. Therefore, Camp Dresser & McKee recommends that the City of Georgetown award the South Fork San Gabriel River Wastewater Interceptor Phase A contract to Lewis Contractors, Inc. for the Base Bid in the amount of $2,091,089. They have been in existence as a business for 30 years, have construction experience with the pipe size and depth of this project and with Hobas pipe. consulting -engineering -construction -operations W 9GeorgetownVSouttr Fork San Gebrlel\Conespondenc kAward.doc r♦ � Thomas R. Benz, P.E. August 3, 2007 Page 2 If you need additional information regarding this recommendation of award, or have any questions regarding the bids, please call. Sincerely, Wil am T. Reynolds, Wil�aI Camp Dresser & McK( Enclosure c: Michael Hallmark, GUS w/enc WAGeorgatown\South Fork San GabriehConaspondenceWward.doc South Fork San Gabriel River Wastewater Interceptor Phase A Match Bid July 31, 2007 ,• Cmand Road 5 U0IR, LTD, Lean COlWecare. Inc. Jae Idem CMRNctlm, Lp 1911 Cwpdue Diane Suite 101 P O. Baa 16M 13111 DeneO Rd, San MelcoS TX 70666 ga,yR,,. Tf 78805 AuaW1. TX 787% D Um Udl plftt Tow Amt WaM ioW Nnl. U.1 Pa.ITeal Am, UM Riu TOW PmL Duen' 1 M1oeme, Bona M paged Expglees Nq Tmanat " ted T. Eacaed 5%d Tda Bk 1 L9. W'WOm fSx000m HIS SO 31000 6MOmm CRlli Trvc115alaly gen 1 L5. mum See6.m f1,WS S2,m0.m �ppp,m ClPlti T J1 WF, Men lmgsabiWlm 2.905 LF 13.m 58.71sm -7m .f2295.m $10.00MINN7m -57Ndm f1.00 $2.901 -71% CIP12d12 TeW1Iga1x-Ipx Gaaty Sewn PMexu 5" Ls. H.m m.lm.m 6.m f20.m t1 f.510.m CAP 12-Aa2 TaWlp aAz-Indl Gre iry SUWr PiOYIM 2.3M LF. $tt.m 525.fi08.m f15.m S30.m Sm.B50.m gP1zd T«Yp aMallM1de 10 FaN JN9.m u.Mp.m f500.m f1,Om.m ft0.m0.m m Rg111d-Wry p,areAm 1 L5. f]9.9m.m W,im.m SSs.Om.m fm.m000 Sm.m000 06 M2 EauvelbNTrele:Mlq lb 14nJa Baerd. Pqe 21M LF. 1255.00 11593.640A -7m 41%.330.00 MOO 5699.em.M -Tee 3a.em.m 130000 Smeem.m -766 4L�2 FwialyW lnitall FnibeM11w11,IMvy la AbMN FNggya Pd, 1,860 LF. S3].m u5.pta.m .388 -03s136.m 120.m FUSION -T88 415,3M.m N3.00 f)1.YN.m -)m OA -0u2 F. and lneMll C-ErcaSvnenl b<2-Inan Flpegleaa qpa NO LF. feB.m SSB.ON.m -080 SY.Om.m 5150M fm.m0.00 -am ted'addemi flmm f)9,MO.m dm Gd -12 FurvN aM lnYall Cwvele Er[aamRnl tv l2 -M 11 Mbgglasa Ape MO LF. Ne.m f10.OB9.m m5.m f13,J90.m StOSm 521,fim.00 G4F Ezve Grava tr EmeenupM 19m L.Y. N].m i8).m7m sts.m fA3m.m fZO.m 1,31.10100 GBA3F F1arvN. MSWI.aM Marron Sat F. 3.3m LF. S2.m N.69.m f2.m NAtEm 4m 59,232.m O6AAB Fvnun,Insist. aM Malnbin Rab Bum m LF. Ng.m N,410m Siam fx]m.m fmm fLBm.m CB9 flvniul, Mslal and, Miaain 51YH 1 CdRgc4all ErM1ucv 2E A i.mm 63mm 31,2m.m fx.Jmm fLSmm fAmO.m G&1. Furvall.Inetelland MainWn Tree PmYgm 10 Fatl1 S2te.m f;1m.m t250,00 5;50o Op St50.m 11.5m.m -213 im2.m $25A 32].6m00 .213 -uazs.m 12,0051.e9B00 -213 E-1- s19.amap s10mom slp.m11.mFurcY1aM InstallC-FodWVenLLy Manllda 1 Patl1 911�.m f112Hm f7.500.m A.Sm.m su.mp.m ita,m0.m W Faarad' (TYg q) J Faa1 S9.7W.m 5M.269,m N.IXIO.m 65m0.m 62.5m.m 07.500.00 .9W1AW Ralealua D1ana®58888 pp Malall4-FVM WamFaanl Mannde 1 E«x 55.636.M f5.al6.m N.Sm.m H.Sm.m 63.m0.m ft].m0.m w.gll�, FunialluglmMll &FAV Olmplu SWtlN ua Web -TBA Mannde 3 Ern SB910.m fmlJO.m f13.Om.oO SM,ppp.m ti0.m0.m Sm.mO.m wW1-0wV lnab118-Fad Olmrcw$Wqud, wet«. F11 V Tgnl aM en1M MUAde 1 Eed1 S15.4AW.m 515,A60.00 ft],SpO.m i13.5mAp 527.511000 f2),5m.m ww1.BaM, Furman aM lnaWIBmI WaW-igllatl Vaded ° 1 F S19.03Cm 518.7839.780 Made, =.mp.m f19,mom 519,001Dm ww1Jx ami a2Imh Fp"m Granrysew Rqe 2.328 LF. $INW f232,6m.m f2mm ISMINA =500 55M.8m.m ViiI Ix Fm uq lata lNndl, CGr#6*e Mpa 532 LF f230.m f1M,6a.M SMD.m Stm.a00.m f200.m 1106,400+00WWI-1'32 Fendi aM Iniu4,M PVC. 0400. SOR Ie. Grwly Sew«Pipe a5 LF. 323500 S10.575.00 S161 H1 fIBS.m 56.3M.m 020:0 Ourioullm and Miadifi.dvnbEau8ng 5aM Fork IiR Station t LS. f),p7Am $7,074j00 51e.m0.m $1e. m.m Np.pm_m sa .M.m ALLOWANCE FOR &180 Prepae a CanM«e Dewed Ca,uulwdn Cgsl b t3 z tlm ardn-InM cwvity saw Plp 9F6.aa6z-1780 G,edn saw PIp I L5. f5.m0.m fs.m0m 55m0.m M.030600f5.m0.m 55.0m.m NM'1J2-0B F1rdsR 13.InN Flpugp«Grayiry S- Pipe DYecl Ounal at JaE Site 2,326 U, flmm Y2]7.ASs.m-700 37513200 510200 WTA59.m Iia SM.132.m St01m 1237.45500-788 g TERHATEBID ,A,�� Iv41162-Incl)Fipelg'ue pip (07818 Jaaugl OeNreen MH-)andw,d 786 LF. ft tm.m fBa3.mp.m 3900.00 Sm9Amm Yt.mp.m ALLOWANCE FOR ALTERMM BID WW1I3-pJ FUMe0 a2-InU1 FlErgleu Cuarxy $awu Pips/w dr«I Jacking eIJeO SIM 700 LF S20sm 65s,3215.00 fMe00 51 m.32B.m f205m TOTK BABE NO 6,69),9$6.00 W1.95e.m S2,a1 M9A0 H13Ag1 Up s:zn,eze.m TOM UTERxATE NO s2v5,eea00 ^ 5:.60e,sm.m NW"'V atm. rScue RnIILIR5uem RaXa Lins S223.3641100 5219.55100 1275,491 ,a a aeeiuon 'n r eenv. act mr«1. Bid Tab 7_31 07.x15 Page 1 12357-A Riata Trace Parkway, Suite 210 Austin, TX 78727 Ph: 512.346.1100 Fax: 512.345.1483 South Fork San Gabriel River Project: Wastewater Interceptor Phase A Job No. 2048-41545 Telephone Call Report Client: City of Georgetown Date: Wo Phone in F- Phone out r Current Project F- Prospective Project/Marketing r Administrative F- Other Made-WReceived by: Talked with: Subject: Distribution: Discussion: William T. Reynolds, P.E. Robert Martinez, Central Road & Utility, Ltd. Bidding on the referenced project. During the bidding phase of the referenced project, Mr. Martinez called and asked if Central Road and Utility could bid on the project if they only had 3'/: years of experience. My response was yes. Their bid would be evaluated accordingly. My thinking was that this is a public bid process and that I couldn't tell any bidder that they could or couldn't bid on the project. Action Required (what, who, when): 4 12357-A Biata Trace Parkway, Suite 210 Austin, Texas 78727 tel: 512 346-1100 fax: 512 345-1483 August 16, 2007 Mr. Tom Benz City of Georgetown Georgetown Utility Systems 300 Industrial Avenue Georgetown, TX 78626 Subject: South Fork San Gabriel River Wastewater Interceptor Phase A Additional Information Regarding Recommendation of Award Dear Mr. Benz: The following information is CDM's response to provide additional information on our recommendation of award for the construction of the South Fork San Gabriel River Wastewater Interceptor Phase A project. The bid package provided to each bidder specified, among other things, the submittal requirements and the process for bid evaluation. The requirement to submit a Statement of Bidders Experience, its use in determining the best value for the City, and the specific experience requirements responsive to the bid are contained in Section 00100, Articles 3, 14, and 15; and Section 0400, all outlined in Exhibit A "Excerpts from Instruction to Bidders" attached. The experience requirements are outlined in Exhibit B "Excerpts from Statement of Bidders Experience' attached, with summarized evaluation provided below: Requirement 3.1.1 Company longevity 3.1.2 Experience in waterway 3.1.2 Experience in rock 3.1.2 Experience in groundwater 3.1.2 Experience direct jacking in rock 3.1.2 Experience trenching large dia. pipe 3.1.2 Experience with Edward's req's 3.1.2 Experience with jacking design 3.2 Project manager experience 3.2 Superintendent experience Evaluation Comments Does Not Meet 31/2 years vs. 5 years required Does Not Meet No projects listed Meets One project listed Does Not Meet No projects listed Does Not Meet Trenching Contractor listed Does Not Meet No project listed, subcon. listed Does Not Meet No projects listed Does Not Meet No projects listed Does Not Meet No comparable projects listed Does Not Meet No comparable projects listed Based on the above evaluation, CDM believes that Central Road and Utility, Ltd. is not qualified to perform the work included in the Plans and Specifications within the conditions of the Contract. Therefore, we recommend that the City of Georgetown award the South Fork San Gabriel River Wastewater Interceptor Phase A contract to Lewis Contractors, Inc. for the Base Bid amount of $2,091,089. They have been in existence as a business for 30 years and have construction experience with the pipe size and depth of this project and with Hobas pipe. W:\Georgeto ZouON Fork San Gabnel\GOnaapOnden sUr to Benz 8-16.07 consulting -engineering - construction -operations Mr. Tom Benz August 16, 2007 Page Two If you have any questions or need additional information, please call. Sincerely, W2.eynolds, P. Camp Dresser & McKet Attachments c: Glen W. Dishong, GUS, w/attach Michael Hallmark, GUS, w/ attach Allen D. Woelke, CDM, w/attach W \Georyetov \SouN Fork Ban GabriaACorraspondencaUr to Beni S-16-0] Exhibit A Excerpts from Instruction to Bidders, Section 00100 ARTICLE 3: QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below. A. Section 00400 Statement of Bidder's Experience, including Attachments A - I. ARTICLE 14: BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.03 of the General Conditions. 14.03 As stated allowed by Texas Local Government Code § 252.043, the Contract shall be awarded to the Bidder who provides goods or services at the best value for OWNER. In determining the best value for the OWNER, the OWNER will consider the following: A. the purchase price; B. the reputation of the bidder and of the bidder's goods or services; C. the quality of the bidder's goods or services; D. the extent to which the goods or services meet the OWNER'S needs; E. the bidder's past relationship with the OWNER F. the impact on the ability of the OWNER to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; G. the total long-term cost to the OWNER to acquire the bidder's goods or services; and H. the criteria stated in the Statement of Bidder's Experience. W AGeorgetownlSwth Fork San GebdehGanespondenceltr to Benz 8.16-07 ARTICLE 15: SUBMITTAL OF BID 15.01 Each prospective Bidder is furnished one copy of the Bidding Documents with one separate unbound copy each of the Bid form, and, if required, the Bid Bond. The unbound copy of the Bid form is to be completed and submitted with the Bid security and the following data: A. Section 00400 Statement of Bidder's Experience including Attachments A - I. WAGeorgetowMSwth Fork San GabrleAConesGondenoe\LV to Benz 8-16-07 3.2 In order to make a responsive Bid, the Bidder must provide information on the experience of its proposed Project Manager and Superintendent by completing Attachment C, located at the end of this Section. The submitted Attachment C should include information and resumes for both the Bidder's Project Manager and Superintendent, indicating a minimum of three (3) successfully completed projects of similar size, complexity, and scope within the past ten (10) years. The forms to complete this requirement are attached hereto as Attachment C. WAGeorgetcwn\South Fork San Gabnel\Corresp ndenceltr W Benz B-16-07 South Fork Interceptor Phase A Cost Share Calculation Total Project Costs Costs of Lift Station Removal Cost of interceptor only Pipe Size Differential Lift Station Decomm 42 27" 21" $ 2,091,089.00 $ 1,813,889.20 $ 1,672,536.20 $ 176,692.00 $ 176,692.00 $ 176,692.00 $ 1,914,397.00 $ 1,637,197.20 $ 1,495,844.20 $ 277,199.80 $ 141,353.00 $ 176,692.00 Simon Cost $ 1,495,844.20 ABG Cost $ 141,353.00 City Cost $ 453,891.80