Loading...
HomeMy WebLinkAboutAgenda CC 06.26.2007Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, June 26, 2007 The Georgetown City Council will meet on Tuesday, June 26, 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 -Transamerican Underground vs. Arch Insurance Co., C. C. Carleton Industries, and Third Party Defendant the City of Georgetown, Cause No. 06-121-C277, District Court of Williamson County, 277th Judicial District - Discussion and possible action regarding Williamson County MUD No. 19, request for sewer Certificate of Convenience and Necessity (Application No. 35375-C) (SOAR Docket No. 582-07-0786; TCEQ Docket No. 2006 - 1810 - UCR) - Mark Shelton v. Rodney Eric KIse, Sharma Elaine Shelly, David Earl Morgan, City of Georgetown , Civil Action No. A -07 -CA -063 -LY, in the United States District Court for the Western District of Texas Austin Division - Discussion and possible action regarding Williamson County MUD No. 19 request for sewer Certificate of Convenience and Necessity (Application No. 35375-C) (SOAH Docket No. 582-07-0786; TCEQ Docket No. 2006 - 1810 - UCR) - Discussion and possible action regarding "A resolution authorizing the City of Leander to enter into a Memorandum of Understanding among the City of Leander, the City of Liberty Hill, Williamson County MUD No. 19, and the Lively Tract, to proceed with necessary planning for the development of the South San Gabriel Wastewater Treatment Plant." B Sec 551.072: Deliberations about Real Property - Consideration and possible action concerning the authorization of a proposed Pipeline License between the City of Georgetown and Georgetown Railroad Company, Inc. ("GRR") for an underground crossing of its railroad facilities in connection with Project Lone Star Electric Service Project. C Sec.551.074: Personnel Matters - Evaluation of City Secretary and Municipal Judge Regular Session - To begin no earlier than 06:00 PM (Council may, at any time, recess the Regular Session to convene an Executive Session at the request of the Mayor, a Councilmember, or the City Manager for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551.) D Call to Order E Pledge of Allegiance F Comments from the dais - Welcome to Audience and Opening Comments - Review of procedure for addressing the City Council - Proclamation for the American Family Reunion - Graduation Ceremony for the participants in the Georgetown Citizen's Academy City Council Agenda/June 26, 2007 Page 1 of 3 Pages G Announcements and Comments from City Manager H Public Wishing to Address Council As of the deadline, there were no persons who requested to address the Council on items other than already posted on the Agenda. I Action from Executive Session Statutory Consent Agenda The Statutory Consent Agenda includes non -controversial and routine items that Council may act on with one single vote. A councilmember may pull any item from the Consent Agenda in order that the council discuss and act upon it individually as part of the Regular Agenda. J Consideration and possible action to approve the minutes of the Council Workshop on Monday, June 11, the Council Meeting on Tuesday, June 12, and the Annual Council Ethics Training on Monday, June 18, 2007 — Sandra D. Lee, City Secretary K Consideration and possible action regarding the request for consent to the assignments of the Advanced Services, Inc. lease and the Georgetown Aviation Facilities, LLC lease at the Georgetown Municipal Airport to lenders in order to allow the lessees to obtain financing -- Patricia E. Carls, City Attorney L Consideration and possible action to approve the Fiscal and Budgetary Policy to be used in preparing the 2007/08 Annual Operating Plan and to guide operations for the upcoming fiscal year — Mick! Rundell, Director of Finance and Administration M Consideration and possible action to approve the sale of obsolete/scrap electric meters to Texas Meter and Device Company in the estimated amount of $750.00 -- Marsha Iwers, Purchasing Manager and Micki Rundell, Director of Finance and Administration N Consideration of a Resolution authorizing the City Attorney to issue a Quit Claim Deed to be filed abandoning the ten -foot (10') Public Utility Easements along the common property lines between Lots 112 and 113 and Lots 113 and 114 in the Planned Unit Development of Cimarron Hills, Phase 1, Section 3, Block K, located at 209, 211, and 213 Green Leaf Lane -- James G. Babcock, AICP, Planning Specialist and Bobby Ray, AICP, Director of Planning and Development 0 Consideration and possible action regarding a Resolution Finding Public Convenience and Necessity and authorizing eminent domain proceedings, if necessary, for certain Public Utility Infrastructure Improvements pertaining to the acquisition of land from Georgetown Railroad Company, Inc. for electric utility purposes -- Patricia E. Carts, City Attorney Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: P Consideration and possible action to approve the appointment of Jessica Hamilton as a Deputy City Secretary -- Sandra D. Lee, City Secretary and Paul Brandenburg, City Manager Q Consideration and possible action to approve a Performance Agreement regarding Orthopuetics, L.P. -- Mark Thomas, Director of Economic Development and Paul Brandenburg, City Manager R Discussion and Possible Action regarding the status of the Conservation Subdivision Task Force and Ordinance — Jordan Maddox, Planner I and Bobby Ray, AICP, Director of Planning and Development S Forwarded from the Georgetown Utility System (GUS) Advisory Board 1. Consideration and possible action to award a bid for Brush Grinding Services in the amount of $40,035.00 to Austin Wood Recycling -- Rachel Osgood, Environmental Services, Jim Briggs, Assistant City Manager for Utility Operations 2. Consideration and possible action to award the annual bid for flexible base material, sand and rock to Georgetown Transportation in the estimated total amount of $96,500.00 -- Marsha Iwers, Purchasing Manager and Jim Briggs, Assistant City Manager for Utility Operations 3. Consideration and possible action to approve a contract amendment between the City of Georgetown and Kasberg, Patrick & Associates, LP for professional services related to the engineering for the 2006/2007 and 2007/2008 Street Rehabilitation Projects in the amount of $300,500.00 -- Mark Miller, Transportation Services and Jim Briggs, Assistant City Manager for Utility Operations City Council Agenda/June 26, 2007 Page 2 of 3 Pages 4. Consideration and possible action to award the annual bid for electrical conduit —Marsha Iwers, Purchasing Manager and Jim Briggs, Assistant City Manager for Utility Operations 5. Consideration and possible action to award a contract for the installation of fiber optics outside plant cable infrastructure by unit price -- Marsha Iwers, Purchasing Manager and Jim Briggs, Assistant City Manager for Utility Operations 6. Consideration and possible action regarding a resolution authorizing the denial of Atmos Energy Corporation's Mid -Tex Division's ("Atmos Mid -Tex") gas reliability Infrastructure program adjustments for calendar year 2006; authorizing participation in a coalition of cities known as Atmos Texas Municipalities ("ATM"); authorizing the hiring of lawyers and rate experts; authorizing the city's participation to the full extent permitted by law at the Railroad Commission of Texas in GUD docket Nos. 9734 and 9726; requiring the reimbursement of municipal rate case expenses — Patricia E. Cads, City Attorney T Second Readings 1. Second Reading of an ordinance repealing and replacing Section 13.04.180 of the City Code of Ordinances relating to "Rates and Charges—Solid Waste Disposal -Schedule" — Kathy Ragsdale, Utility Office Manager and Mick! Rundell, Director of Finance and Administration 2. Second Reading of an Ordinance relating to the classifications and number of positions (Strength of Force) for all City of Georgetown Fire Fighters and Police Officers pursuant to Chapter 143 of the Texas Local Government Code pertaining to Civil Service — Kevin Russell, Human Resources Director and Paul Brandenburg, City Manager U Public Hearing and First Reading of Ordinances for 1) a Comprehensive Plan Amendment to change the Future Land Use designation from Residential to Office/Service for 0.727 acres in the Nicholas Porter Survey, Abstract 497, and 2) a Rezoning from the RS, Residential Single -Family district to the OF, Office district for Lots 11 and 12 in the Williams Addition, Block 1, and the 0.727 acres out of the Nicholas Porter Survey, Abstract No. 497, located at 1633 Williams Drive — Valerie Kreger, Planner III and Bobby Ray, AICP, Director of Planning and Development 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/June 26, 2007 Page 3 of 3 Pages Council meeting date: June 26, 2007 Item No._��� AGENDA ITEM COVER SHEET UB ECT: Consideration and possible action regarding a "Resolution Of The City Council Of The City Of Georgetown Finding Public Convenience And Necessity And Authorizing Eminent Domain Proceedings, If Necessary, For Certain Public Utility Infrastructure Improvements; And Establishing An Effective Date", pertaining to the acquisition of land from Georgetown Railroad Company, Inc. for electric utility purposes. ITEM SUMMARY: The City needs to acquire an easement across property owned by the Georgetown Railroad Company, Inc. in order to install electric utility improvements that will connect with the Chief Brady Substation. The attached resolution enables the eminent domain process to commence in the event that good faith negotiations fail. The terms of any offer to the landowner for acquisition of the property will be presented to City Council at a later date. ATTACHMENTS: Resolution Submitted by: Patricia E. Carls, City Attorney 19 *111 Bill IO BaI3 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GEORGETOWN FINDING PUBLIC CONVENIENCE AND NECESSITY AND AUTHORIZING EMINENT DOMAIN PROCEEDINGS, IF NECESSARY, FOR CERTAIN PUBLIC UTILITY INFRASTRUCTURE IMPROVEMENTS; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, in order to promote public health, safety, and welfare, the City of Georgetown (the "City") hereby finds that public convenience and necessity requires acquisition of easements upon, over, under and/or across property described in the attached Exhibit "A", which exhibit is incorporated herein by reference as if fully set out and subsequently referred to collectively as the "Property," for construction, reconstruction, improvement, operation and maintenance and extension of public utility lines (the "Project"); and WHEREAS, in order to promote public health, safety, and welfare, the City of Georgetown (the "City") hereby fords that public convenience and necessity requires acquisition of utility easements on the sites described in the attached Exhibit "A", which exhibit is incorporated herein by reference as if fully set out and subsequently referred to collectively as the "Utility Easement(s)" in connection with the "Project'; and, WHEREAS, in order to effectuate the Project, it will be necessary and convenient that agents, representatives, or employees of the City, lay out the utility lines and acquire the Utility Easements upon, over, under and across the Property for the purpose of construction, reconstruction, operation, and maintenance of utility lines, and appurtenances thereto; and, WHEREAS, it may be necessary to hire engineers, surveyors, appraisers, attorneys, title companies, architects, or other persons or companies to effect the laying out, establishment, and acquisition of the Utility Easements, and the construction of utility lines, and appurtenances; WHEREAS, in order to acquire the Utility Easements, it will be or has been necessary for the City's agents, representatives, or employees to enter upon the Property for the purpose of surveying and establishing said land titles and to determine adequate compensation for said land, to conduct tests, and to negotiate with the owners thereof for the purchase of the land titles; and, WHEREAS, it was necessary to set out procedures for the establishment and approval of just compensation for each of the parcels to be acquired for the Project; Resolution No. Georgetown Railroad Co. PCN -ED Resolution Page 1 of 3 Now, THEREFORE, be it RESOLVED by the City Council of the City of Georgetown: 1. That in order to promote the public health, safety, and welfare, public convenience and necessity require the construction, reconstruction, improvement, operation and maintenance and extension of water, wastewater, electric, or other public utility lines on the real property described in the attached Exhibit "A". 2. That public convenience and necessity require the acquisition of easements upon, over, under and across the Property and other properties for the purposes of construction, reconstruction, improvement, operation, and maintenance and extension of water, wastewater, electric, or other public utility lines, and appurtenances thereto. 3. That the City's agents, representatives, or employees are hereby authorized to: a. Lay out the exact location of the land area needed from the Property or other properties; b. Hire such engineers, surveyors, appraisers, title companies, architects, and other persons or companies needed to effect the laying out of the facilities, the establishment and acquisition of the required easements, and the construction of the utility lines, and appurtenances thereto; C. Enter upon any property necessary for the purpose of surveying and establishing the title, to determine adequate compensation for the easements, and to conduct tests; d. Negotiate with the owners of any such properties for the purchase thereof; e. To purchase easement title to the Utility Easement, and execute all documents necessary to acquire such easements, all subject to express approval of the specific, negotiated terms by the City Council; f Initiate eminent domain proceedings against the owner(s) of the Property for easement title for the Utility Easement in the event the owner(s) fail to accept a bona fide offer to purchase the Utility Easement(s); and g. Take whatever further actions deemed appropriate to economically effect the establishment of the Project and appurtenances thereto. 5. That all previous acts and proceedings done or initiated by the City's agents, representatives, or employees for the establishment of the Project, including the negotiation for and/or acquisition of any necessary property rights in the Property and Utility Easement are hereby authorized, ratified, approved, confirmed, and validated. This resolution shall take effect immediately from and after its passage. Resolution No. Georgetown Railroad Co. PCN -ED Resolution Page 2 of 3 6. The Mayor is hereby authorized to sign this resolution and the City Secretary to attest thereto on behalf of the City of Georgetown. 7. This resolution shall be effective immediately upon adoption. RESOLVED by the City Council of the City of Georgetown this _ day of June, 2007. ATTEST: THE CITY OF GEORGETOWN: Un Sandra D. Lee, City Secretary APPROVED AS TO FORM: Patricia E. Carls, Brown & Carls, LLP City Attorney Resolution No. Georgetown Railroad Co. PCN -ED Resolution Page 3 of 3 Gary Nelon, Mayor EXHIBIT LEGAL DESCRIPTION FOR A PROPOSED PUBLIC UTILITY EASEMENT BEING 0.038 of an acre of land, situated in the John Powell Survey, Abstract No. 491, in Williamson County, Texas, said land being a portion of the Georgetown Railroad 100 -foot -wide Right -of -Way as conveyed to the Georgetown Railroad Company, Inc., by deed as recorded in Volume 429, Page 179, of the Deed Records of Williamson County, Texas. Surveyed on the ground in the month of February, 2007, under the supervision of Brian F. Peterson, Registered Professional Land Surveyor, and being more particularly described as follows; BEGINNING at an iron pin found on the West line of the above referenced Georgetown Railroad 100 -foot -wide Right -of -Way, marking the Southwest comer of that certain Electric Line Easement and Right -of -Way, called 0.024 of an acre, as conveyed to the Lower Colorado River Authority as recorded in Volume 2253, Page 154 of the Deed Records of Williamson County, Texas, for the Northwest comer hereof; THENCE, S 87.26-15" E, 110.66 feet to an iron pin set on the East line of the said Georgetown Railroad 100 -foot wide Right -of -Way for the Northeast comer of the said 0.024 of an acre Electric Line Easement and Right -of -Way, for the Northeast comer hereof; THENCE, along the said East line of the Georgetown Railroad 100 -foot -wide Right -of -Way, S 18°25'45" E, 16.07 feet to an iron pin set for the Southeast comer hereof; THENCE, N 87°26'15" W, 110.66 feet to an iron pin set on the said West line of the Georgetown Railroad 100 -foot -wide Right -of -Way, for the Southwest corner hereof; THENCE, N 18°25'45" W. 16.07 feet to the Place and BEGINNING and containing 0.038 of an acre of land. Note: The above referenced 0.038 of an acre tract of land shall have the benefit of a 20 -foot - wide temporary construction easement along, adjacent to and 20 feet in width along the entire South line of the said 0.038 of an acre tract. STATE OF TEXAS } KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON } I, Brian F. Peterson, Registered Professional Land Surveyor, do hereby certify that this survey was made on the ground of the property legally described hereon and is correct. To certify which, witness mom' hand and seal at Georgetown, Williamson County, Texas, this the 9t�i day of 2007, A.D. Brian F. Peterson Registe • onal Lend Surveyor, No. 3967 State of Texas 21033d -Id STEGE IZZELL 1978 S. Austin Ave .9eorgeto , Tx 78626 (512)930-9412 T37ZI 3�J31S — .m=—` S¢2'W P�V4I.WYQ DIY M+PH 9 �Bf hi PiLYW'Avn$yuPd �Kf wr�n� MMMIMP,VY3 wP WIW Y R�PxbU �tl' wP.m lV�v w ^PMY MwRj LeMvd v Y ,��rI1 , kl 6gwµl *n 2T oz VL pos r �• ue) nyns I Y . 2 Council Meeting Date: June 26, 2007 Item No AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award a bid for Brush Grinding Services in the amount of $40,035.00 to Austin Wood Recycling. ITEM SUMMARY: In June 2007, as part of routine operations, staff solicited bids for the grinding and removal of the brush pile at the Collection Station. Staff determined there would be cost savings by grinding twice and storing on-site versus the cost of grinding once and removal charges. Two grinds will reduce the current pile by approximately a 3:1 ratio, turning it into mulch which is then made available free of charge to City residents. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: $12,522.60 is available in the Brush/Chipping budget; the balance will be taken from the Landfill Clean-up fund. STAFF RECOMMENDATION: Staff recommends approval of this bid. COMMENTS: Of the approximate 19,000 cu. yds, 1,880 cu. yds were collected by TDS. TDS will reimburse Environmental Services for grinding costs of their portion. ATTACHMENTS: Bid tabulation sheet Exhibits A, B Contract Submitted By: Rachel Osgood,' Coordinator, Environmental Services Utility Operations CITY OF GEORGETOWN BRUSH GRINDING SERVICES FOR MULCH BID NO. 27036 BID TABULATION SHEET DESCRIPTION TDS AUSTIN WOOD Brush For First Grinding Est. 19,000 cubic yards - price per cu yd. $ 2.00 $ 1.57 Est. Total cost for first grinding $ 38,000.00 $ 29,830.00 Brush for Second grinding Est. 6,500 cubic yards - price per cu yd. $ 1.65 $ 1.57 Est. Total cost for second grinding $ 10,725.00 $ 10,205.00 TOTAL $ 48,725.00 $ 40,035.00 ` Exceptions: Austin Wood Recycling will load and haul first grinding mulch for $5,000 ` Low Bid No Response: Georgetown Transportation National Tree Thompson Tree Services 6/20/2007 BRUSH GRINDING SERVICES FOR MULCH AT CITY OF GEORGETOWN COLLECTION STATION The City of Georgetown, hereinafter referred to as the "City", and Austin Wood Recycling hereinafter referred to as the "Contractor", do hereby enter into this contract for brush grinding services to be performed by the Contractor at the Collection Station, 250 W.L. Walden Drive, Georgetown, Texas 78626. 1. SERVICES TO BE PERFORMED The Contractor shall provide the brush grinding services at the City of Georgetown Collection Station as set forth in Exhibit "A," which is attached hereto and made a part hereof for all legal purposes. Services are to be provided as set forth in Exhibit "A", which is attached hereto and made a part hereof for all legal purposes. Any changes found necessary by the City or the Contractor not covered in the original scope of work or specifications shall be jointly agreed upon by the Contractor and the City. The City assumes no responsibility for oral instructions or suggestions. In performing such services, Contractor will be responsible for protecting all existing and newly installed work, materials, equipment, improvements, utilities, structures, and vegetation at all times during the course of this contract. Any property or incidentals damaged during the course of this contract shall be repaired or replaced to the satisfaction of the City of Georgetown agent. 2. SUPPLIES Contractor shall provide all supplies to complete brush grindings at the Collection Station. City will provide containers for the Contractor to dispose of debris from the grinding process. City will be responsible for emptying containers as needed at no cost to the Contractor. 3. EQUIPMENT All machinery, materials, related hand tools, etc., necessary for the execution of this contract shall be supplied by the Contractor. Equipment shall be brought on site no more than two weeks in advance of the start of grinding operations and shall be removed from site within two weeks of the end of grinding operations. City will provide space near the brush collection site for the Contractor to store their equipment and the finished product during the mulch operation. 1 4. SERVICE HOURS The Contractor shall perform all work hereunder between the hours of 8:00 a.m. and 5:00 p.m. on a daily basis. The term "daily" as used in this contract shall mean all Mondays through Fridays on which the City is open for business. The Environmental Services Coordinator and other designated personnel shall approve the presence of the Contractor at any City site before 8:00 a.m. and past 5:00 p.m. or on weekends. 5. LABOR/SUPERVISION The Contractor shall provide the labor force. A supervisor employed by the Contractor shall oversee the Contractor's employees when those employees are present at any City site pursuant to this contract. The supervisor shall manage the daily work schedules and maintain periodic frequency logs of services performed and other such data as requested by the City of Georgetown. The supervisor shall, at the request of the City's Environmental Services Coordinator, provide scheduling information and time during which the Contractor will perform its obligation under this contract. 6. IDENTIFICATION Identification must be worn by employees of the Contractor while fulfilling their duties at the specified City sites. The Contractor shall be responsible for instructing its employees in regard to safe working habits and shall be responsible for compliance with all Occupational Safety and Health Administration regulations. %�700]IT-1XIN2WIC The Contractor shall maintain accurate employment records on each employee. All such records shall be made available to the City's Environmental Services Coordinator at her request. The Contractor, at the request of the City, shall provide the City with other special reports or information. :�I`►6Y7��T11(17i:69 The City reserves the right to make unannounced periodic inspections of the work in progress. The Contractor shall promptly correct any deficiencies in the work as revealed by the inspection. 9. INSURANCE Before commencing work the Contractor shall be required, at its own expense, to furnish the City of Georgetown Purchasing Manager with certified copies of all insurance certificates indicating the coverage to remain in force throughout the duration of the 2 project. The Contractor shall assume all risk and liability for accidents and damages that may occur to persons or property during the prosecution of the work. Certificate of insurance documenting the following required insurance. (a) Workers' Compensation Insurance at statutory limits, including employer's Liability coverage at minimum limits. In addition to these, the Contractor must meet each stipulation required by the Texas Workers Compensation Commission; (Note: if you have questions concerning these requirements, you are instructed to contact the TID at (800)252-3439. (b) Commercial General Liability Insurance at minimum combined single limits of ($1,000,000 per occurrence and $2,000,000 general aggregate) for bodily injury and property damage, which coverage shall include products/completed operations, independent contractors, and contractual liability each at $500,000 per occurrence. Coverage must be written on an occurrence form. (c) Auto Liability Insurance shall be no less than $500,000 combined single limit each accident for bodily injury and property damage, including owned, non -owned, and hired vehicle coverage. Policies shall be endorsed to provide the City of Georgetown a thirty -(30) day notice of cancellation, material change in coverage, or non -renewal of coverage. Applicable policies shall also be endorsed to name the City of Georgetown as an additional insured. 10. DURATION This contract shall extend according to its terms from the date of its execution to one (1) years therefrom. Thereafter, this contract may be extended upon mutual agreement of the parties for two (2) consecutive one (1) year terms. Any additional extension agreed to shall be made under the same terms and conditions as the original one (1) year term. If after the primary term an extension is agreed upon by both parties, the only increase in the Contractor's costs which the City shall pay during any extended term is a documented increase in the minimum wage. Notwithstanding the foregoing, if at any time the City deems the Contractor's performance under this contract to be unsatisfactory, it may cancel this contract to be effective on the date that the City mails notice to the Contractor pursuant to the notice requirements of this Contract. The Contractor may terminate this contract upon thirty (30) days written notice to the City should the City breach any of the material terms of this contract. Should the City fail to appropriate money for this contract for any fiscal year, this contract shall be cancelled as of the beginning of that fiscal year and the City shall owe no damages to the Contractor for such cancellation. 91 11. ASSIGNMENT This contract may not be assigned without the consent of the City. 12. INDEMNITY The contractor shall indemnify and hold harmless the City for any damages due to any act of negligence or intentional misconduct on the part of the Contractor or any of its employees or for any injuries sustained by any of its employees while on City premises. The Contractor shall at all times be regarded as an independent contractor and shall not at any time act as an agent for the City or be considered the same. 13. NONWAIVER Failure of the City to object to the Contractor's performance of any condition or term of this contract shall not be deemed as a waiver by the City of any terms of this contract. 14. ATTORNEYS' FEES Should the City find it necessary to file suit to enforce the terms of this contract, Contractor agrees to pay to the City, upon judgment rendered against the Contractor, such sums as the court may deem reasonable as attorneys' fees for that action. 15. CHANGE IN SERVICE The Contractor will notify the Environmental Services Coordinator immediately by telephone of any unexpected emergency, subsurface or latent physical conditions found; along with the recommendations for dealing with the matter. Any changes must be jointly agreed upon by the City and the Contractor. Any additional cost on the project must be submitted in writing by the Contractor and an amendment to the purchase order will be issued by the Environmental Services Coordinator covering the change(s) before the work can proceed. 16. OWNERSHIP OF DOCUMENTS Upon acceptance or approval by the City, all reports, information and other data given to, prepared or assembled by the Contractor under this contract, and any other related documents or items shall become the sole property of the City and shall be delivered to the City, without restriction of future use. The Contractor may make copies of any and all documents for its files. 17. RIGHT OF REVIEW AND AUDIT The City may review any and all of the services performed by the Contractor under this contract. The City is hereby granted the right to audit, at the City's election, all of the Contractor's billings relating to the performance of this contract. Contractor agrees to retain such records for a minimum of one (1) year following completion of this contract. 18. TERMINATION The City shall have the right to terminate this contract for any cause or no cause effective on the date that the City mails such notice to the Contractor. The work or any portion of the work shall be suspended immediately on written notice from the City for no cause, or for any cause, including but not limited to the following: (a) Failure of the Contractor to start the work within ten (10) days from the date of written notice by the City to begin the work; (b) Reasonable belief that the progress of the work being made by the Contractor is insufficient to complete the work within the specified time; (c) Failure of the Contractor to provide sufficient and proper equipment or work force for properly executing the work; (d) Reasonable belief that the Contractor has abandoned the work; (g) Reasonable belief that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work; (h) Deliberate failure on the part of the Contractor to observe any requirements of these specifications or to comply with any written orders given by the City as authorized herein; (i) Failure of the Contractor to promptly make good any defects in materials, services or workmanship, or any defects of any nature, the correction of which has been directed in writing by the City; or (e) Reasonable belief of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City. 19. PLACE FOR PERFORMANCE The obligations of the parties to this contract are performable in Williamson County, Texas. 5 20. GOVERNING LAW This contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 21. LEGAL CONSTRUCTION In case any one or more of the provisions contained in this contract shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any provision thereof, and this contract shall be considered as if such invalid, illegal, or unenforceable provision had never been contained in this contract. 22. COUNTERPARTS This contract may be executed in any number of counterparts, each of which shall be deemed an original and constitute one and the same instrument. 23. CAPTIONS The captions to the various clauses of this contract are for informational purposes only and shall not alter the substance of the terms and conditions of this contract. 24. ENTIRE AGREEMENT This contract embodies the entire agreement of the parties hereto, superseding all oral or written previous and contemporary agreements between the parties and relating to matters in this contract, and except as otherwise provided herein cannot be modified without written agreement of the parties to be attached to and made a part of this contract. 25. FORCE MAJEURE Neither the City nor Contractor shall be required to perform any term, condition or covenant in this agreement so long as such performance is delayed or prevented by force majeure, which shall mean acts of God, civil riots, floods and any other cause not reasonably within the control of the City or Contractor except as herein provided, and which by the exercise of due diligence the City or Contractor is unable, wholly or in part, to prevent or overcome. F-rl�10051u1011&In1331yWR3� Contractor shall also indemnify, protect and save the City, its directors, officers and employees harmless against any and all cost or expense of whatever kind of nature, including costs of litigation, attorney fees and reasonable expenses in connection therewith whether or not such loss, injury, or damage shall be valid or groundless, and Contractor shall be bound and obligated to assume the defense thereof, including any settlement negotiations, and shall pay, liquidate, discharge and satisfy any and all settlement negotiations, and shall pay, liquidate, discharge and satisfy any and all settlements, judgments, awards or expenses resulting from or arising out of such injuries, deaths or damages without reimbursement from the City. It is understood and agreed by the Contractor that in case the City, its officers, agents, employees, are made defendant in any suit or action and the Contractor fails or neglects to assume the defense thereof, after having been notified so to do by the City, that City may compromise and settle or defend any such suit or action, the Contractor shall be bound and obligated to reimburse the City for the amount expended by it in settling and compromising any such claim, or in the amount expended by the City in paying any judgment rendered therein, together with all reasonable attomeys' fees incurred by the City by reason of its defense or settlement of such claims. 27. INDEMNITY - SUB -CONTRACTORS The Contractor agrees that it will indemnify and save the City harmless from all claims growing out of the lawful demands of sub -contractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof equipment, power tools and all supplies, including commissions, incurred in the furtherance of this contract by the Contractor. When so desired by the City, the Contractor shall furnish satisfactory evidence that all obligations of the nature herein above designated have been paid, discharged, or waived. If the Contractor fails to do so, then the City may at the option of the Contractor either pay unpaid bills, of which the City has written notice, direct or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such claims until satisfactory evidence is furnished that all liabilities have been fully discharged, and whereupon payments to the Contractor shall be resumed in full, in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligation upon the City by either the Contractor or its surety. 28. INDEMNITY - WORKER'S COMPENSATION The Contractor agrees to be responsible for the worker's compensation insurance on its employees. If any direct claim for worker's compensation benefits is asserted against the City by any of said employees or, in the event of death, by their personal representative(s) then upon written notice from the City, Contractor shall undertake to defend City against such claim(s) and shall indemnify and hold harmless from any such claim(s) to the extent of all benefits, costs of litigation, disbursements and attorneys' fees incurred in connection therewith. 29. INDEMNITY - GOVERNMENT REGULATION In its performance of this contract, Contractor shall comply with all applicable federal, state and local laws including, but not limited to, the provisions of the Equal Employment Opportunity Act and the Fair Labor Standards Act, and will indemnify and hold the City harmless from and against any claims, demands, suits, losses, damages, costs and expenses arising out of any non-compliance violation by the Contractor of any such laws. 30. TAXES The Contractor shall not include federal taxes or State of Texas limited sales excise and use taxes in their invoices or vouchers and statements of cost. The City is exempt from payment of such taxes and an exemption certificate will be furnished to the Contractor if requested. 31. REMEDIES The rights and remedies of the City provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law and under this contract including the right of specific performance and offset. 32. PERMITS AND LICENSES The Contractor will maintain in effect during the term of this contract any and all federal, state and local licenses and permits which may be required of the Contractor generally. 33. ADVERTISING Contractor shall not advertise or publish, without the City s prior consent, the fact that the City has entered into this contract, except to the extent necessary to comply with proper requests for information from an authorized representative of the federal, state, or local government. 34. RIGHT OF ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform, he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 35. PAYMENT In consideration for the services provided and terms agreed to above by the Contractor, the City shall pay to the Contractor per month at the rates and under the terms specified in Exhibit "B" which is attached hereto and made a part hereof for all legal purposes. Applications for payments shall be due by the 5th business day of each month following the month in which service was rendered. Notwithstanding the foregoing, the payments to Contractor under this Agreement shall not exceed $40,035.00 (Forty thousand thirty five DOLLARS AND 0/100 CENTS). Payment shall not be considered late if postmarked on the first business day of the month following the month in which application for payment was made. 36. NOTICES Any notices required to be provided under this Contract shall be sent by certified mail, return receipt requested to: City: City Manager City of Georgetown P. O. Box 409 Georgetown, Texas 78627 Contractor: EXECUTED TO BE EFFECTIVE on July 1, 2007. CITY OF GEORGETOWN, TEXAS an ATTEST: Sandra D. Lee, City Secretary APPROVED AS TO FORM: Patricia E. Carls, Brown & Carls, LLP City Attorney Gary Nelon, Mayor CONTRACTOR By: Name: STATE OF TEXAS ACKNOWLEDGMENT COUNTY OF WILLIAMSON This instrument was acknowledged before me on this the _ day of , 2007by a person known to me, in his capacity as of a Texas corporation, on behalf of said corporation. Notary Public, State of Texas 10 EXHIBIT "A" CITY OF GEORGETOWN BRUSH GRINDING CONTRACT SERVICES TO BE PROVIDED General Description of the Services 1.1. Contractor shall grind and regrind brush for mulch. The primary place of work shall be at City of Georgetown Collection Station, 250 W.L. Walden Drive, Georgetown, Texas 78626, and all work and services shall be under the terms and conditions of the Agreement and this Exhibit A. 1.2. The Contractor shall provide the equipment and labor force to complete two grindings of brush. 1.3. Contractor will be responsible for all cost associated with moving equipment to and from site. At minimum, a tub grinder will be required. 1.4. Contractor will be required to complete two separate grindings to reduce brush pile by approximately a 3:1 ratio. The resulting mulch is to be stock piled at grinding site in a neat and orderly manner. No hauling will be required. 1.5. The City will provide space near the brush collection site for the Contractor to store their equipment and the finished product during the mulching operation. 1.6. The City understands that the moisture content in the brush to be mulched must be such that the equipment does not become excessively clogged. The Contractor and the City will jointly agree on when the brush is appropriate for grinding. 1.7. The City shall provide containers for the Contractor to dispose of debris from the grinding process. The City will provide for emptying the container at the landfill as needed. There shall be no charge for this disposal for the Contractor. 1.8. Equipment shall be brought on site no more than two weeks in advance of the start of grinding operations and shall be removed from site within two weeks of the end of grinding operations, unless otherwise agreed to in writing with the Environmental Services Coordinator (512-930-8131). 1.9. The City shall endeavor, but not guarantee, to have sufficient quantity of material for 16 hours of grinding activity prior to calling the Contractor for service. 1.10.The Contractor shall be given a minimum one (1) week notice to proceed. 2. DELIVERY, INSTALLATION, INTERRUPTIONS, PROPERTY PROTECTION 2.1. The work must be completed between the hours of 8:00 a.m. and 5:00 p.m unless the City's Environmental Services Coordinator approves other hours in advance. 2.2. The work can be accomplished during the weekdays Monday thru Friday excluding City holidays: New Years Day, Martin Luther King, Jr. Birthday, Memorial Day, Thanksgiving Day and the day after Thanksgiving, Independence Day, Labor Day, Christmas Eve and Christmas Day 2.3. The work described in this specification shall be done with the least inconvenience to City of Georgetown. Vehicles must have egress capabilities at all times. The amount of time that normal operations are interrupted must be kept to an absolute minimum and shall be coordinated with the Environmental Services Coordinator (512-930-8131). 2.4. The Contractor is responsible to protect all existing and newly installed work, materials, equipment, improvements, utilities, structures, and vegetation at all times during the course of this contract. Any property or incidentals damaged during the course of this contract shall be repaired or replaced to the satisfaction of the Environmental Services Coordinator (512-930-8131). 2.5. All work being performed for and/or on City of Georgetown property shall fully conform to all local, state, and Federal safety regulations. 3. EMERGENCIES. 3.1. The Contractor will notify the Environmental Services Coordinator immediately by telephone of any unexpected emergency, subsurface or latent physical condition found; along with the recommendations for dealing with the matter. Any changes found necessary by the City or the Contractor not covered under the original scope of work or specifications shall be jointly agreed upon by the Contractor and the City. 3.2. Any additional costs must be submitted in writing by the Contractor and an amendment to the purchase order will be issued by the Environmental Services Coordinator covering the change(s) before the work can proceed. Failure to receive prior approval shall result in non-payment to the Contractor for any unapproved work performed. 3.3. The City assumes no responsibility for oral instructions or suggestions. All correspondence in regard to the Agreement must be directed to the City's Environmental Services Coordinator. 4. UTILITIES. 4.1. City of Georgetown shall make available all required utilities to the Contractor for work under this contract. Accidental interruption(s) caused by the Contractor and repair thereto, shall be at the Contractor's expense. POTENTIALLY HAZARDOUS MATERIALS. 5.1. If the work to be performed under this contract requires the use of any product which contains any ingredient that could be hazardous or injurious to a person's health, a Material Safety Data Sheet (MSDS) must be submitted with their bid at the time of bid opening. The extent of use of the hazardous material may be a factor in the award of the contract. 2 6. RIGHT TO ORDER OR CANCEL SERVICES. The City of Georgetown reserves the right to order such services as may be required during the Agreement term. and it also reserves the right not to order any services by the Contractor, if it is determined by the City that such services are not required by City of Georgetown. 7. 7.1. With regard to this contract, the Environmental Services Coordinator or her designated representative (hereafter referred to collectively as "the City") will determine acceptability of all work and/or services performed. If the work and/or services are not acceptable, the Contractor will be called in to review and correct all problem areas without additional cost to the City. Upon notification by the Coordinator, the Contractor will effect repairs to deficient work and/or services in accordance with a jointly agreed upon schedule. 7.2. The City reserves the right to make unannounced periodic inspections of the work in progress. Contractor shall contact Environmental Services Coordinator (512-930-8131) at least seven (7) days prior to beginning work. 7.3. Permits, licenses, and taxes shall be the responsibility of the Contractor at no additional cost to the City. 7.4. Contractor shall provide a complete, workmanlike, well -executed job in accordance with these specifications and all applicable national and local codes. In cases of conflict between requirements, that requirement which is in compliance with all applicable codes and which is also, in the opinion of City of Georgetown, more advantageous to City of Georgetown, shall govern. 7.5. The Contractor must investigate and report on any complaints that might arise in connection with the use of his/her materials and supplies. 8. GUARANTEES. 8.1. All services furnished under this contract shall be unconditionally guaranteed to meet accepted industry standards. EXHIBIT B CITY OF GEORGETOWN RATES FOR BRUSH GRINDING SERVICES FOR MULCH Description Price per Cubic Yard Brush for first grinding $1.57 Brush for second grinding PAYMENT CONDITIONS a) Invoices must be legibly prepared showing the full description and price of work performed, including number of cubic yards, first or second grinding, days of work, times of work. b) First and second grind must be listed on invoice separately. c) City of Georgetown may withhold, or on account of subsequently discovered evidence, nullify the whole or a part of any payment to such extent as may be necessary to protect the City from loss on account of: a) Defective work not remedied. b) Claims filed or reasonable evidence indicating probable filing of claims, by parties other than the Contractor. c) Failure of the Contractor to make payments properly to subcontractors or for material or labor. d) A reasonable doubt that the Contract can be completed by Contractor. e) Damage to another contractor. f) Failure of the Contractor to submit data required within the time limits stated in the Agreement. d) When the above grounds are removed, payment shall be made for amounts withheld because of them. D Council Meeting Date: June 26, 2007 Item No. S _cl AGENDA ITEM COVER SHEET SUBJECT: Consideration of an award of the annual bid for flexible base material, sand and rock to Georgetown Transportation in the estimated total amount of $96,500.00. ITEM SUMMARY: Bids were received to provide the City with standard flex base, washed manufactured sand and 3/8" rock to be used in the construction and maintenance of the City streets, and 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 only bidder responding, Georgetown Transportation of Jarrell as designated on the attached bid tabulation. Georgetown Transportation was the vendor for flex base, sand and rock for the past year and did a satisfactory job. 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: None FINANCIAL IMPACT: Total estimated amount of this bid is $96,500.00. Funds for this expenditure were budgeted in maintenance of streets and in water and electric maintenance. GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the June 19, 2007 GUS Board meeting. COMMENTS: none ATTACHMENTS: 1. Bid Tabulation By: Marsha Wars, Purchasing Manager for Utility Flex Base, 3/8" Rock Type F, Sand Sandy Loam July 1, 2007 - June 30, 2008 Bid No. 27034 Bid No. 27034 Title Flex Base, Rock, Sand & Sandy Loam Open Date 5/30/2007 4:34:27 PM Central Close Date 6/11/2007 3:00:00 PM Central Lot Description QTY UOM Price per Ton Georgetown Transportation 1 FLEX BASE, TYPE A, GRADE 1 5000 TONS $ 8.10 $ 40,500.60- 2 SAND,WASHED & MANUFACTURED 3000 TONS $ 11.20 $ 33,600.00 3 3/8" ROCK, TYPE'F' 2000 TONS $ 11.20 $ 22,400.00 4 SANDY LOAM 500 TONS NO BID Estimated Total Award $ 96,500.00 Awarded Vendors Lot 1,2,3 - Georgetown Transportation Lot 4 - NO BID No Reponses Austin Asphalt CDC Publishing LLC Construction Data Company EZ Seal, Inc. H. Deck Construction Heart of Texas Hotmix Jewell Concrete Jones & Carter, Inc. KC Construction Neice Equipment, LP Professional Turf Products Superior Crushed Stone, LC W.W. Grainger, Inc. Council Meeting Date: June 26, 2007 Item No. S - 3 AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve a contract amendment between the City of Georgetown and Kasberg, Patrick & Associates, LP for professional services related to the engineering for the 2006/2007 and 2007/2008 Street Rehabilitation Projects in the amount of $300,500.00 . ITEM SUMMARY: Engineering services are required for the Street System Improvements identified in the 2006/2007 and 2007/2008 CIP. The proposed 2007 Street Rehabilitation project consists of many streets requiring a considerable amount of point repairs and a more extensive rehabilitative type of maintenance. The streets identified for 2007 are 101' Street (MLK to Bridge St.), Sections of 16th St. including (Vine to Virginia St.) (College to Ash St.) and (Hutto Rd. to Barcus Dr.), 171h St. (Hutto Rd. to Annie Purl School),8th Street (Myrtle to College St.) Ash St. (151h to 1801), Central Drive (Park Ln. to NW blvd.), Park Ln. (Central to Clay), College Street (15th to 18th St.), Mimosa St. (161h to 181h St. The proposed 2008 Street Rehabilitation project consists mostly of preventative maintenance with fewer point repairs over large areas. The Streets identified for maintenance include 151h St. (Hart to Scenic), Northwest Blvd. (Northwood to Hedge wood), Streets within the San Gabriel Heights and Sierra Vista Subdivisions and Berry Creek Section One. Engineering both years' projects simultaneously will save time and create an attractive project for perspective bidders. Combining the engineering for both years will speed up the process of getting the 2008 maintenance dollars onto the roadways. The construction will be performed in two contracts. A first contract will be for point repairs to begin in October of 2007 and the paving or resurfacing contract will follow immediately. The proposed single pass asphalt recycling is a very specialized process and will not be bid with the construction point repairs. Kasberg, Patrick & Associates have performed other Street rehabilitation projects in these areas and are familiar vith existing conditions. These streets were also identified in KPA's Engineering report for pavement surveys and suggested improvements. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: $300,500.00 will be used from account # 203-101-6096-00 2007 Street Rehabilitation # 203-101-6098-00 2008 Street Rehabilitation GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the June 19, 2007 GUS Board meeting. COMMENTS: None ATTACHMENTS: 1. Proposed Amendment dated May 29, 2007 Attachment "A" Summary of Charges for services Attachment "B" hou4y charges for additional services submitted By: Thomas R. Benz, Systems Enginee for Utility Operations AMENDMENT DATED MAY 29, 2007 TO THE AGREEMENT BETWEEN THE CITY OF GEOLGETOWN AND KASBERG, PATRICK & ASSOCIATES, LP FOR PROFESSIONAL SERVICES FOR 2007 STREET REHABILITATION PROJECTS The General Services Agreement between the CITY OF GEORGETOR N (City) and Kasberg, Patrick & Associates, LP, (Engineer) last authorized on March 14, 1995, is hereby amended as follows: The scope and cost of the anticipated services are set forth in the attached Exhibit A. The charges for the work in Amendment dated May 29, 2007 are to be paid on a lu-ip sum basis unless additional work due to change in scope is authorized. Your signatures below will constitute your acceptance of Amendment dated May 29, 2007. Executed in duplicate original this day of 2007 at Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Party of the First Part: CITY OF GEORGETOWN, TEXAS Patricia E. Carls City Attorney Parry of the Second Part: KASBERG, PATRICK & ASSOCIATES, LP By Kasberg, Patrick & Associates GP, LLC General Partner By: R. David Patrick, P.E., Vice President STATE OF TEXAS COUNTY OF BELL Gary Nelon Mayor Attest: Sandra D. Lee City Secretary This instrument as acknowledged before me on this the day of 2007. Notary Public Printed name: Commission Expires: Exhibit A (Updated May 29, 2007) This updated Exhibit A to the original General Services Agreement between the City of Georgetown and Kasberg, Patrick & Associates, LP, dated March 14, 1995, provides for the scope of engineering services required for developing design for the 2007 Street Rehabilitation Projects. The attached letter details the services and associated charges for the proposed work. KASBERG, PATRICK & ASSOCIATES, LP ICA CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail®kpwginmx.=n RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E., C.P.M. THOMAS D. VAI T P.E. May 29, 2007 Mr. Jim Briggs Assistant City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627-0409 Re: City of Georgetown Proposal for The 2007 Street Rehabilitation Projects Georgetown, Texas Dear Mr. Briggs: This letter proposal is in response to your request for basic and special engineering services required to provide construction drawings for street improvements for: The 2007 Street Rehabilitation Projects The charges for this work are shown on Attachment "A" of this letter. We have priced the work according to the facts that we know about the project as of this date. Lump Sum charges are shown and will not change unless the scope of work is expanded, at which time we will meet with you and plan accordingly. We have also attached to this proposal a preliminary project schedule for your use. The following are tasks that we have included in the work schedule: PRELIlIIINARY ENGINEERING PHASE I and H. This phase involves determination of project scope and economic and technical evaluation of feasible alternatives. Services during this phase include: Obtaining and reviewing available data and consulting with the City to clarify and define the CITY's requirements for the project. 2. Advising the CITY as to the necessity of providing or obtaining from others additional data or services. These additional services may include photogrammetry, investigations and consultations, compilation of hydrological data, traffic studies, materials engineering, assembly of zoning, deed, and other restrictive land use information, and environmental assessments and impact statements. 3. Identifying and analyzing requirements of governmental authorities having jurisdiction to approve the design of the project, and participating in consultations with such authorities. Mr. Jim Briggs May 29, 2007 Page Two 4. Providing analyses of the CITY's needs, planning surveys, and comparative evaluations of prospective sites and solutions. 5. Providing a general economic analysis of the CITY's requirements applicable to various alternatives. 6. Consulting with the CITY, reviewing preliminary reports, clarifying and defining the project requirements, reviewing available data, and discussing genera scheduling. Conferences may also be required with approving and regulatory governmental agencies and affected utilities. 7. Advising the CITY as to whether additional data or services are required, and assisting the CITY in obtaining such data and services. 8. Detailed survey of Park Lane from Central to Clay, Central Avenue from Park to Northwest, 8' Street from Myrtle to College, Ash Street from 15' to 18'", Mimosa from 16' to 18', Main Street from University to 17" and 17'" to 21a. 9. Visual survey and inspection of 16' Street from Hutto to Barcus, 161" Street from College to Ash, College from 15" to 18'", 10" Street from MLK to the bridge, 16" Street from Virginia to Vine, 171" Street from Annie Purl to Hutto, MLK, Sierra Vista Subdivision, San Gabriel Subdivision, Northwest Boulevard from Northwood to Hedgewood, 15' Street from Hart to Scenic and Berry Creek Boulevard from Oak Tree Drive to Section One. 10. Provide an initial utility survey based on record information and information provided by the utility companies. 11. Analysis of drainage conditions with recommendations to correct any existing deficiencies. 12. Analysis of project effects on downstream conditions. 13. Development of the preliminary rehabilitation methods including cape seal overlay, asphalt recycling and other methodology with recommendations and associated costs for the project. 14. Develop recommendations of rehabilitation for each street within the project scope that fits within the budget established by the City of Georgetown. 15. Provide recommendation of utility work that must be done. Mr. Jim Briggs May 29, 2007 Page Three 16. Hold a preliminary phase meeting with the City of Georgetown Staff to review the preliminary design concepts and associated costs prior to beginning final design. These concepts will be presented in deliverables that will illustrate the preliminary engineering recommendations as well as associated cost estimates. We will also discuss any additional investigations that may be required to complete the final design of the project such as borings, subsurface investigations, etc. DESIGN PHASE I and H. The basic services for the final design phase includes: 1. Preparing construction drawings and specifications showing the character and extent of the project based on the survey data and the preliminary engineering phase meeting. 2. Preparing and furnishing to the CITY a revised opinion of probable costs based on the final drawings and specifications. 3. Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities. This is distinguished from and does not include detailed applications and supporting documents for government grant-in-aid or planning grants that would be furnished as additional services. Fees for any local, state or federal construction permit applications are not included as part of the professional fee charges. These will be paid by the CITY. 4. Preparing basic documents related to construction contracts for review and approval by the CITY (and the CITY's legal and other advisors). These may include contract agreement fortes, general conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract -related documents. 5. Furnishing to the CITY the specified number of copies of drawings, specifications, and other contract documents. 6. Design the final plans for the project. 7. Design and submittal (if required) of WPAP reports to the TCEQ for project acceptance in the Re -charge Zone of the Edwards Aquifer. 8. Meet regularly with the City of Georgetown Staff to review the progress of the design and coordinate any conflicts that arise. 9. Produce construction plans and specifications to publicly bid the project. Mr. Jim Briggs May 29, 2007 Page Four 10. Project may require a separate bid package for point repair, edge milling, asphalt rehabilitation, curb and gutter and others as determined at the end of preliminary engineering plans. BIDDING PHASE I and H. Services under this phase include: 1. Assisting the CITY in advertising for and obtaining bids for each separate prime construction contract, maintaining a record of prospective bidders to whom bidding documents have been issued, attending pre-bid conferences, and receiving and processing fees for bidding documents. 2. Issuing addenda as appropriate to interpret clarify or expand the bidding documents. 3. Assisting the CITY in determining the qualifications and acceptability of prospective constructors, subcontractors and suppliers. 4. Attending the bid openings, preparing bid tabulation sheets and providing assistance to the CITY in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. CONSTRUCTION PHASE I and II. Services under this phase involve consulting with and advising the CITY during construction and are limited to those services associated with performing as the CITY's representative. Such services comprise: 1. Preparing for and conducting a pre -construction conference and issuing a Notice to Proceed on behalf of the CITY. 2. Reviewing shop and erection drawings submitted by the constructors for compliance with design concept. 3. Reviewing laboratory, shop and mill test reports on materials and equipment. 4. Visiting the project site as construction proceeds to observe and report on the progress and the quality of the executed work. 5. Conduct construction meetings with the contractor and the City of Georgetown. Meeting minutes will be developed and distributed to all attendees. 6. Issuing necessary interpretations and clarifications of contract documents, preparing change orders requiring special inspections and testing of the work, and making recommendations as to the acceptability of the work. Mr. Jim Briggs May 29, 2007 Page Five 7. Preparing sketches required to resolve problems due to actual field conditiuns encountered. 8. Preparing record drawings from information submitted by the CONTRACTOR. SPECIFIC INFRASTRUCTURE DESIGN FEATURES FOR THE PROJECT • Research of existing facilities • Research of existing utilities • Review and prepare project design all designated streets • Connections to existing streets, driveways and sidewalks • Final Design Schematics of the plans • Clearance from state and federal environmental agencies • Project to be bid and awarded • Construction Administration of the project for all streets • Record drawing produced and delivered to the City In the event the City of Georgetown requires any additional work outside the scope of this proposal, we will complete the work to the satisfaction of the City of Georgetown on an hourly basis according to the rate sheet attached. If this proposal is agreeable, please return one executed originals to our office. Sincerely, R. David Patrick, P.E. RDP/crc ATTACHMENT A SUMMARY OF CHARGES FOR SERVICES 2007 CAPITAL IMPROVEMENTS PROJECT FOR THE 2007 STREET REHABILITATION PROJECTS GEORGETOWN, TEXAS TASK The 2007 Street Rehabilitation Projects BASIC SERVICES A. Preliminary Design $ 45,000.00 B. Final Design $ 70,500.00 C. Bidding $ 5,000.00 D. Construction Administration $ 46,000.00 TOTAL BASIC SERVICES $ 166,500.00 SPECIAL SERVICES A. Design Surveys $ 19,000.00 B. Construction Staking $ 18,000.00 TOTAL SPECIAL SERVICES $ 37,000.00 TASK The 2008 Street Rehabilitation Projects BASIC SERVICES A. Preliminary Design $ 27,000.00 B. Final Design $ 38,000.00 C. Bidding $ 5,000.00 D. Construction Administration $ 22,000.00 TOTAL BASIC SERVICES $ 92,000.00 SPECIAL SERVICES A. Design Surveys $ 5,000.00 TOTAL SPECIAL SERVICES $ 5,000.00 ATTACHMENT ENT B Charges for Additional Services City of Georgetown 2007 CAPITAL IMPROVEMENTS PROJECT POSITION MULTIPLIER SALARY COST/RATES Principal 2.4 $ 45.00 - 60.00/hour Project Manager 2.4 38.00 - 48.00/hour Project Engineer 2.4 30.00 - 40.00/hour Engineer -in -training 2.4 24.00 - 35.00/hour Engineering Technician 2.4 18.00 - 32.00/hour CAD Technician 2.4 18.00 - 32.00/hour Secretary 2.4 10.00 - 16.00/hour Expenses 1.1 actual cost Computer 1.0 15.00/hour Survey Crew 1.1 85.00- 100.00/hour Registered Public Surveyor 1.0 60.00/hour City of Georgetown 2007 Street Rehabilitation Projects Proposed Project Schedule Task Task Item 2007 2008 No. Juu Jul AugSep I Oct Nov Dec Jan Feb Alar Apr I May I Jun Jul I Aug Se I Award Engineering Contract 2 Preliminary Engineering Phase I 3 Design Phase I a, 4 Bidding Phase I 5 Construction Phase 1 6 Preliminary Engineering Phase It 7 Design Phase II 8 Bidding Phase II 9 Construction Phase 11 Council Meeting Date: June 26, 2007 Item No. S- 14 AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action for the award of the annual bid for electrical conduit. ITEM SUMMARY: Bids were received, on June 18, 2007, for the purchase of electrical conduit for a one-year period, beginning July 1, 2007. The staff recommendation is to award this bid to the low bidders responding as designated on the attached bid tabulation that will be passed out at the GUS Board meeting. Conduit will be stocked as part of the Electric Warehouse inventory and is used primarily for new projects. Material will be ordered on an as needed basis. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funds for this expenditure are budgeted in Electric Capital Improvement and Maintenance accounts. GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the June 19, 2007 GUS Board meeting. STAFF RECOMMENDATION: Staff Recommends award of this bid to the low bidders. COMMENTS: NONE ATTACHMENTS: 1. Bid Tabulation Submitted By: Marsha Iwers, Purchasing Manager for Utility Operations Conduit EAU / FT 1" 400 LOT 1 2" 22,400 LOT 2 CITY OF GEORGETOWN ELECTRICAL CONDUIT - BID NO. 27039 BID TABULATION SHEET Techline Techline Alt KBS Stuart Irby $ 0.2500 $ 0.2300 $ 0.2860 Total Value of Lot 1 $ 92.000 $ 0.4450 $ 0.4500 $ 0.4500 Total Value of Lot 2 $ 9,968.000 4" 61,560 $ 1.1700 $ 1.1400 $ 1.2800 $ 1.1700 LOT 3 Total Value of Lot 3 $ 72,025.200 6" 42,640 $ 2.2500 $ 2.2000 $ 2.7500 $ 2.2100 LOT 4 Total Value of Lot 4 $ 94,234.400 EXCEPTIONS Techline - prices firm thru 9/30/07 Techline Alt - based on factory direct truckload quantities w/ 2 -3 wk L/T KBS - no exceptions Stuart Irby - prices firm for 1 year BIDS DISQUALIFIED Summit Electric - Bid all or nothing - bid awarded by lots Graybar - prices only firm thru 6/25/07 Power Supply- prices only firm thru 6/30/07 Dealers Electric - prices only firm thru 6/30/07 AWARD Lot 1 - KBS Lot 2 - Techline Lot 3 - Stuart Irby Lot 4 - Stuart Irby NO RESPONSE/NO BID TEC TMD 6/19/2007 Council Meeting Date: June 26, 2007 Item No. S'5 AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award a contract the installation of fiber optics outside plant cable infrastructure by unit price. ITEM SUMMARY: Bids were received for the unit price installation of fiber optics outside plant cable infrastructure on June 14, 2007. The staff recommendation is to award this bid to the low bidder submitting a satisfactory and conforming bid, CoCom Cabling Systems of Round Rock, Texas, for the labor unit based bid, as designated on the attached bid tabulation. The work will be done on an as needed basis throughout the year for service extensions or upgrades to new facilities and during our conversion of overhead to underground within the downtown area. This bid will also allow for maintenance and emergency work as required to the existing fiber system. SPECIAL CONSIDERATIONS: None FINANCIAL IMPACT: Funds for this expenditure are budgeted in Electric Capital Improvement. GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board for Council approval at the June 19, 2007 GUS Board meeting. COMMENTS: Staff recommends award of this bid to CoCom Cabling Systems of Round Rock, Texas. ATTACHMENTS: 1. Letter of recomendation 2. Bid Tabulation Submitted By: Marsha Iwers, Purchasing Manager Utility ' COMBS `. �r� Consulting Group R design & consulting June 18, 2007 Jimmy Sikes City of Georgetown Electric Utilities Georgetown, TX Re: Recommendation for Unit Pricing Vendor I have reviewed the pricing submitted by CoCom Cabling Inc. for bid number 27035. All pricing shown is fair -market value and appears to meet the specifications of the Request for Proposal 27035. CoCom Cabling, Inc. has performed well on past projects and meets the City of Georgetown requirements for bonding and insurance. Combs Consulting Group recommends that CoCom Cabling Inc. of Round Rock, Texas be awarded bid number 27035. Sincerely, Ronnie Brown, RCDD Combs Consulting Group OUTSIDE PLANT FIBER OPTIC INFRASTRUCTURE BID NO. 27035 BID TABULATION SHEET ITEM DESCRIPTION UOM CoCom Cabling System DRIVE WALKOUT OUT COST COST 1 Place provided 6M aerial strand Ft. $ 0.38 $ 0.43 2 Place provided 6M down -guy to new or Ea. $ 25.00 $ 30.00 3 Place provided 8 -inch expansion Ea. $ 250.00 $ 300.00 4 Place provided 2 -inch expansion Ea. $ 175.00 $ 250.00 5 Place provided 3 -bolt suspension clam Ea. $ 35.00 $ 45.00 6 Place provided 3 -bolt suspension clam Ea. $ 75.00 $ 150.00 7 Place provided fiber optic cable to Ft. 1 $ 0.75 $ 0.95 8 Trench and place provided 2 X 4" UG Ft. $ 30.00 $ 55.00 9` Place provided innerduct into provided Ft. $ 0.90 $ 1.10 10 Place orovided fiber optic cable into Ft. $ 0.65 $ 0.75 11 Prep. and place provided 96 strand Ea. $ 175.00 $ 225.00 12 Prep. and place provided 144 strand Ea. $ 200.00 $ 250.00 13 Prep. and place provided <144 strand Ea. $ 200.00 $ 250.00 14 Fusions lice single -mode fiber optic Ea. 1 $ 23.50 1 n/a 15 Install provided 19"X 84" relay rack Ea. $ 200.00 16 Install provided Fiber Patch Panel with Ea. $ 75.00 17 Fusions lice SC single mode pigtail at Ea. $ 23.50 18 Test sinele-mode fiber optic cablingon Ea. $ 7.00 19 Test single -mode fiber optic cabling in Ea. $ 13.50 9• 9a: Place Innerduct into provided, occupied conduit: 9b: Place pullstring in provided conduit 9c: Place pullstring in provided occupied conduit Low Bid: Cocom Cabling Systems No. Bid: Michels Communications Southern Diversified Technologies Henkels & McCoy Mastec North American Convergence Cabling Drive out cost $1.10 ft. Walk out cost $1.30 ft. Drive out cost $0.25 ft. Walk out cost $0.35 ft. Drive out cost $0.55 ft. Walk out cost $0.65 ft. Council Meeting Date: June 26, 2007 Item No. S _0 AGENDA ITEM COVER SHEET SUBJECT: A RESOLUTION OF THE CITY OF GEORGETOWN, TEXAS AUTHORIZING THE DENIAL OF ATMOS ENERGY CORPORATION'S MID-TEX DIVISION'S ("ATMOS MID-TEX") GAS RELIABILITY INFRASTRUCTURE PROGRAM ADJUSTMENTS FOR CALENDAR YEAR 2006; AUTHORIZING PARTICIPATION IN A COALITION OF CITIES KNOWN AS ATMOS TEXAS MUNICIPALITIES ("ATM"); AUTHORIZING THE HIRING OF LAWYERS AND RATE EXPERTS; AUTHORIZING THE CITY'S PARTICIPATION TO THE FULL EXTENT PERMITTED BY LAW AT THE RAILROAD COMMISSION OF TEXAS IN GUD DOCKET NOS. 9734 AND 9726; REQUIRING THE REIMBURSEMENT OF MUNICIPAL RATE CASE EXPENSES; FINDING THAT THE MEETING COMPLIED WITH THE OPEN MEETINGS ACT; MAKING OTHER FINDINGS AND PROVISIONS RELATED TO THE SUBJECT; AND DECLARING AN EFFECTIVE DATE. ITEM SUMMARY: Two more Gas Reliability Infrastructure Program ("GRIP") filings were made by Atmos Energy on May 31, 2007. Conveniently these filings were made within three days of the end of the legislative session. The filing by Atmos Mid -Tex Division with the City Secretary calls for a monthly increase of: (a) 59 cents for residential customers; (b) $1.48 for commercial customers and $28.90 for industrial customers. The filing by Atmos' Pipeline Division was made at the Railroad Commission of Texas. In that filing Atmos is requesting that an additional $89 million be placed in its rate base. This is for cost allegedly related to the investment in transmission pipe or pipe which is not included in the Mid -Tex distribution system. The Railroad Commission found in the last Atmos general rate case that the Company had improperly included expenses related to alcohol, hotel rooms, sporting events and high dollar meals in its GRIP filings. At this point it appears that the most appropriate action is to deny the requested GRIP adjustmentby the Mid -Tex Division of Atmos. The current law does not allow enough time for thorough discovery before local regulatory authorities (municipalities). GUS BOARD RECOMMENDATION: STAFF RECOMMENDATION: Staff recommends that Council deny Atmos Mid -Tex Division's request for a GRIP adjustment at this time. FINANCIAL IMPACT: NONE ATTACHMENTS: Resolution Submitted By: Patricia E. Carls, City Attorney RESOLUTION NO. RESOLUTION OF THE CITY OF GEORGETOWN, TEXAS AUTHORIZING THE DENIAL OF ATMOS ENERGY CORPORATION'S MID-TEX DIVISION'S ("ATMOS MID- TEX") GAS RELIABILITY INFRASTRUCTURE PROGRAM ADJUSTMENTS FOR CALENDAR YEAR 2006; AUTHORIZING PARTICIPATION IN A COALITION OF CITIES KNOWN AS ATMOS TEXAS MUNICIPALITIES ("ATM"); AUTHORIZING THE HIRING OF LAWYERS AND RATE EXPERTS; AUTHORIZING THE CITY'S PARTICIPATION TO THE FULL EXTENT PERMITTED BY LAW AT THE RAILROAD COMMISSION OF TEXAS IN GUD DOCKET NOS. 9734 AND 9726; REQUIRING THE REIMBURSEMENT OF MUNICIPAL RATE CASE EXPENSES; FINDING THAT THE MEETING COMPLIED WITH THE OPEN MEETINGS ACT; MAKING OTHER FINDINGS AND PROVISIONS RELATED TO THE SUBJECT; AND DECLARING AN EFFECTIVE DATE. WHEREAS, on or about May 31, 2007 Atmos Energy Corporation's Mid -Tex Division ("Atmos Energy") filed an application with the City to increase gas rates for its Gas Reliability Infrastructure Program ("GRIP") for calendar year 2006 pursuant to Section 104.301 of the Gas Utility Regulatory Act ("Act"); and WHEREAS, Atmos Pipeline -Texas filed at the Railroad Commission for a GRIP adjustment for calendar year 2006; and WHEREAS, due to the ratemaking complexity of Section 104.301 of the Act it is therefore necessary to engage the expertise of lawyers and consultants who specialize in ratemaking proceedings before regulatory authorities to assist the City as provided for in Section 103.022 of the Act; and WHEREAS, given the complexity and the need to carefully review the proposed GRIP adjustment it is necessary to deny the GRIP adjustment in order to allow the City's rate experts sufficient time to determine the merits of Atmos Energy's proposed GRIP adjustment; and WHEREAS, in order to maximize the efficient use of resources and expertise in reviewing, analyzing and investigating Atmos Energy's request for a GRIP adjustment it makes sense to coordinate the City's efforts with a coalition of similarly situated municipalities; and WHEREAS, a coalition of municipalities, known as the Atmos Texas Municipalities ("ATM") has been active in gas utility ratemaking proceedings; and WHEREAS, the City will join with other cities participating in ATM in a steering committee in order to coordinate the hiring and direction of legal counsel and consultants working on behalf of ATM and the City; and NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN THAT: Section 1. The facts and recitations contained in the preamble of this resolution are hereby found and declared to be true and correct, and are incorporated by reference herein and expressly made a part hereof, as if copied verbatim. The City Council hereby finds that this resolution implements the Utility Policy Statement 11.00 of the Century Plan - Policy Plan Element, which states: "City owned, sponsored or managed utilities are competitively priced and provide safe, adequate and reliable services to all customers. " and further finds that the adoption of this resolution is not inconsistent or in conflict with any other Century Plan Policies, as required by Section 2.03 of the Administrative Chapter of the Policy Plan. Section 2. The City hereby denies Atmos Mid-Tex's request for GRIP adjustments for fiscal year 2006, in all respects. Section 3. The City is authorized to join with other cities in a coalition of cities known as the Atmos Texas Municipalities ("ATM") with the understanding that the steering committee of ATM will provide direction and guidance to the lawyers who are representing said cities. Section 4. The City employs Jim Boyle, and Alfred Herrera as special counsel to represent the City with regard to the proposed GRIP adjustments of Atmos Energy before local and state regulatory authorities and any court of law and authorizes special counsel to employ such rate experts as are recommended by the ATM Steering Committee. Section 5. The City authorizes special counsel to intervene on behalf of the City and other members of ATM before the Railroad Commission of Texas in GUD Docket Nos. 9734 and 9726. Section 6. The City, in coordination with the Steering Committee, shall review the invoices of the lawyers and rate experts for reasonableness before submitting the invoices to Atmos Energy for reimbursement. Section 7. Atmos Energy shall reimburse the City, through the designated representative city of the Steering Committee, for the reasonable costs of attorneys and consultants and expenses related thereto, upon the presentation of invoices reviewed by the Steering Committee. Section 8. The City Secretary shall notify Atmos Energy of this resolution by sending a copy of same to Ms. Barbara Myers, Atmos Energy Corporation, 5420 LBJ Freeway, Suite 1824, Dallas, Texas 75240 and ATM shall be notified by sending a copy of this resolution to Mr. Jim Finley, City Attorney for the City of Longview by fax to (903)239-5539. Section 9. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings act, Texas Government Code, Chapter 551. Section 10. The Mayor is hereby authorized to sign this Resolution and the City Secretary to attest thereto on behalf of the City of Georgetown Section 11. This resolution shall become effective from and after its passage. RESOLVED this ATTEST: Sandra Lee, City Secretary APPROVED AS TO FORM: day of Patricia E. Carls Brown & Carls, LLP, City Attorney 2007. THE CITY OF GEORGETOWN Gary Nelon, Mayor Council Meeting Date: June 26, 2007 Item No. T -4-_ AGENDA ITEM COVER SHEET An ordinance amending solid waste disposal rates and rate structure in order to fully recover the cost of solid waste disposal services and maintain the utility as self-supporting. This ordinance has eliminated the Rate Schedule as an attachment, by presenting all rates in the body of the ordinance, and includes a reference to billing for catastrophic storm cleanup and lost sanitation containers. Second Reading. ITEM SUMMARY: The current rates for solid waste disposal were established in October 2004. With the sharp rise in oil and fuel costs over the last 21/2 years, these rates are no longer adequate to cover the cost of providing service. In October 2006, Georgetown Utility Systems (GUS) began reviewing not only the rates for solid waste disposal, but also the services that are offered, proceeding under the assumption that we first needed to determine if we were providing services that meet the citizens needs and expectations. To do this, seven focus groups were created, with residential participants from across Georgetown, as well as, representatives from small and large commercial businesses and local builders and developers. The input from these participants was the basis of our selection of solid waste programs and services to offer to citizens. Once the required services were established, the staff did an in-depth study of the costs of the sanitation services by customer type, in order to get a better handle on the costs of service, and the most equitable distribution of those costs. The goal was to develop rates that reflect the true cost of service to each customer type, with each type paying its fair share of the costs of operating the utility. This proposed rate ordinance and amended rate structure are a reflection of citizens' expectations of services and the cost to provide those services. It presents a three-tier rate system for in -City residents with GUS solid waste service, out -of -City residents with GUS solid waste services, and Commercial and Ell residents without GUS services. SPECIAL CONSIDERATIONS FINANCIAL IMPACT Of the proposed rates, 84% will be distributed to the solid waste contractor, with the remaining 16% retained by the City. This revenue will be used to reducing the debt service on the closed landfill, landfill maintenance, Collection Station expense and re -permitting. COMMENTS NONE ATTACHMENTS Ordinance Kathy Ragsdale, Utility Office Director Micki Rundell, Director of Finance and Administration ORDINANCE AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS REPEALING AND REPLACING SECTION 13.04.180 OF THE CITY CODE OF ORDINANCES RELATING TO "RATES AND CHARGES — SOLID WASTE DISPOSAL — SCHEDULE" REPEALING CONFLICTING PROVISIONS; PROVIDING A SEVERABILITY CLAUSE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Council of the City of Georgetown recently re -negotiated a garbage hauling and disposal contract with Texas Disposal Systems; and WHEREAS, the Texas Disposal System contract negotiations have resulted in changes in services and costs for services, as set forth herein; and WHEREAS, the City Council has found and determined that it is in the best interest of the public to have the following services provided to its citizens and others in the extraterritorial jurisdiction (ETJ) and service area of the City's collection station and transfer station, and that the following rates are fair and equitable for such services. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS, that: SECTION 1 The facts and recitations contained in the preamble of this Ordinance are hereby declared to be true and correct, and are incorporated be reference herein and made a part hereof, as if copied verbatim. The City Council hereby finds that this Ordinance implements the following Century Plan Policy Statements — Goals and Strategies: 3.0 Policy Statement: "City owned, sponsored, or managed health and human services enhance the quality of life for the citizens of Georgetown." 11.0 Policy Statement: "City owned, sponsored, or managed utilities are competitively priced and provide safe, adequate, and reliable services to all customers." Ordinance GARBAGE RATE ORDINANCE Page 1 of 6 Further, as required by Section 2.03 of the Administrative Chapter of the Policy Plan, the City Council hereby finds that the enactment of this Ordinance is not inconsistent with or in conflict with any other Century Plan Policy Statements. SECTION 2 Existing Section 13.04.180 is hereby deleted in its entirety and replaced with the following: Section 13.04.180 Rates and charges --Solid waste disposal --Schedule. A. Rates and charges for solid waste disposal are as follows: Rate Schedule Tier I Tier II Tier III Schools Residential Service $14.05 $16.55 $17.50 N/A Mandatory recycling [a] included included $3.00 N/A Subscription recycling NIA N/A $5.35 NIA Bulky waste beyond $37.15 $35.60 quarterly pickup Frequency / week: 3 $51.65 per cubic yard $25.00 $25.00 N/A N/A Note [a]: Mandatory recycling is required in Tier 3 when 40% of the defined area utilizes the city contracted municipal solid waste service provider. Commercial Rates Service container Frequency/ week: 1 $18.55 $19.40 $19.40 $18.55 Frequency / week: 2 $35.60 $37.15 $37.15 $35.60 Frequency / week: 3 $51.65 $53.90 $53.90 $51.65 Frequency / week: 4 $67.80 $70.75 $70.75 $67.80 Frequency/ week: 5 $84.00 $87.65 $87.65 $84.00 Excess trash over 1/2 $10.00 $10.00 $10.00 $10.00 yard beside container 2 CY Dumpster Frequency/ week: 1 $43.05 $44.95 $44.95 $37.85 Frequency / week: 2 $105.10 $109.70 $109.70 $92.30 Frequency / week: 3 $170.95 $178.40 $178.40 $150.05 Frequency / week: 4 $225.00 $234.80 $234.80 $197.50 Frequency/ week: 5 $277.50 $289.55 $289.55 $243.55 3 CY Dumpster Frequency/ week: 1 $60.35 $63.00 $63.00 $53.00 Frequency / week: 2 $117.70 $122.80 $122.80 $103.35 Frequency/ week: 3 $186.05 $194.15 $194.15 $163.30 Ordinance No. GARBAGE RATE ORDINANCE Page 2 of 6 Frequency / week: 4 $241.35 $251.80 $251.80 $211.85 Frequency / week: 5 $293.90 $306.65 $306.65 $258.00 4 CY Dumpster Frequency/ week: 1 $74.50 $77.75 $113.75 $77.75 $65.35 Frequency / week: 2 $129.25 $134.90 Frequency / week: 2 $134.90 $113.45 Frequency / week: 3 $190.45 $198.70 $198.70 $167.15 Frequency / week: 4 $248.25 $259.00 $288.55 $259.00 $217.90 Frequency / week: 5 $305.75 $319.00 Frequency / week: 4 $319.00 $268.45 6 CY Dumpster $366.50 $308.75 Frequency/ week: 1 $91.10 $95.05 $416.00 $95.05 $79.95 Frequency / week: 2 $164.35 $171.50 Frequency / week: 6 $171.50 $144.35 Frequency / week: 3 $245.60 $256.25 $256.25 $215.75 Frequency / week: 4 $320.05 $333.95 $333.95 $281.20 Frequency / week: 5 $397.75 $415.00 Frequency/ week: 1 $415.00 $349.50 Frequency/ week: 6 $430.20 $448.90 $448.90 $378.30 8 CY Dumpster Frequency/ week: 1 $109.00 $113.75 $113.75 $95.65 Frequency / week: 2 $192.10 $200.45 $200.45 $168.70 Frequency / week: 3 $276.50 $288.55 $288.55 $242.85 Frequency / week: 4 $351.20 $366.50 $366.50 $308.75 Frequency/ week: 5 $398.65 $416.00 $416.00 $350.50 Frequency / week: 6 $478.45 $499.25 $499.25 $420.65 10 CY Dumpster Frequency/ week: 1 $126.95 $132.50 $132.50 $111.40 Frequency / week: 2 $232.70 $242.80 $242.80 $204.35 Frequency / week: 3 $328.65 $342.95 $342.95 $288.70 Frequency / week: 4 $418.20 $436.40 $436.40 $367.45 Frequency / week: 5 $497.95 $519.60 $519.60 $437.70 Frequency / week: 6 $569.60 $594.35 $594.35 $500.85 Locking devices for Commercial containers One-time charge $53.00 $53.00 $53.00 $53.00 Monthly fee $5.00 $5.00 $5.00 $5.00 Casters for commercial $15.80 $15.80 $15.80 $15.80 bin / container Special paint for containers $120.00 $120.00 $120.00 $120.00 Unscheduled extra pickups commercial containers One-time Charge 2 cubic yards $40.25 $40.25 $40.25 $40.25 3 cubic yards $51.75 $51.75 $51.75 $51.75 4 cubic yards $57.50 $57.50 $57.50 $57.50 6 cubic yards $57.50 $57.50 $57.50 $57.50 Ordinance No. GARBAGE RATE ORDINANCE Page 3 of 6 8 cubic yards $69.00 $69.00 $69.00 $69.00 10 cubic yards $86.25 $8625 $86.25 $86.25 Roll off services Daily rental $3.10 $3.10 N/A N/A Delivery - one time charge $88.40 $88.40 N/A N/A Monthly hauling charges 20 cy - 1x haul $340.00 $340.00 N/A N/A 20 cy - 2x haul per haul $233.00 $233.00 N/A N/A 30 cy - 1x haul $370.00 $370.00 N/A N/A 30 cy - 2x haul per haul $265.00 $265.00 N/A N/A 40 cy - 1x haul $403.00 $403.00 N/A N/A 40 cy - 2x haul per haul $297.00 $297.00 N/A N/A Front load compactor Per CY capacity per scheduled pick up cost and/or compactor rental cost to be negotiated per customer. Commercial compactor Rental fee $130.00 $130.00 N/A N/A Hauling charges 20 cubic yards $394.45 $394.45 N/A N/A 30 cubic yards $432.40 $432.40 N/A N/A 35 cubic yards $451.95 $451.95 N/A N/A 40 cubic yards $471.50 $471.50 N/A N/A 42 cubic yard $479.55 $479.55 N/A N/A Additional services Sludge roll -off 20 yard $395.00 $395.00 N/A N/A container Manned neighborhood cleanup services using roll -off boxes $35.00 per hour plus a 10% discount for disposal and transportation costs. Commercial recycling container 8 cy, 1x per week $120.75 $120.75 $120.75 $120.75 8 cy, biweekly $103.50 $103.50 $103.50 $103.50 8 cy, 1x per month $86.25 $86.25 $86.25 $86.25 Commercial service cart recycling. Cart Rental / month $8.00 $8.00 $8.00 $8.00 1st service cart $30.00 $30.00 $30.00 $30.00 Additional cart $20.00 $20.00 $20.00 $20.00 Public Disposal Fees at the collection station Bulky waste above service Ordinance No. GARBAGE RATE ORDINANCE Page 4 of 6 provided in residential rate. Per cubic yard. $8.00 $14.00 $18.00 N/A Brush / per cubic yard N/A $7.00 $15.00 N/A Refrigerators / each $30.00 $35.00 $40.00 N/A Air Conditioners / each $30.00 $35.00 $40.00 N/A Batteries / each $2.00 $2.00 $5.00 N/A Oil / 1 gallon $1.00 $1.00 $2.00 N/A Oil Filter/ each $1.00 $1.00 $2.00 N/A Residential recycling $1.00 $1.00 $2.00 N/A per car load Tires ($ per each) Auto tires (13 - 15 in.) $5.00 $7.00 $15.00 N/A Small tires (16 - 19 in.) $8.00 $14.00 $24.00 N/A Large truck (20 - 24 in.) $12.00 $18.00 $29.00 N/A Tractor (25 - 28 in.) $15.00 $35.00 $49.00 N/A Industrial (29 - 48 in.) $25.00 $52.00 $69.00 N/A Huge tractor (39 - 48 in.) $35.00 $70.00 $96.00 N/A B. If service is rendered during any portion of any month the customer will be required to pay a pro -rated fee for service. C. Except as provided in this section, all owners, occupants, tenants and lessees using or occupying any building, house or structure within the corporate limits of the City shall be required to use exclusively the City's waste disposal services. D. Catastrophic storm cleanup will be provided, within the city limits, by a contractor appointed by the City, at the discretion of the Assistant City Manager of Utilities or his assignee. Costs for catastrophic storm cleanup will be assessed evenly to all Tier I customers as a one-time charge, additional to the monthly sanitation fee, on the utility bills, after the cleanup has been completed and the cost of the cleanup has been established. E. Customers requesting replacement of the City -provided sanitation container, three or more times in a calendar year, may be required to pay a replacement fee equal to the cost incurred by the City sanitation contractor to replace it. Such fee will be charged to the customer's utility bill as a one-time charge. Ordinance GARBAGE RATE ORDINANCE Page 5 of 6 SECTION 3 All Ordinances and Resolutions, or parts of Ordinances and Resolutions that are in conflict with this Ordinance are hereby repealed, and no longer in effect. SECTION 4 If any provisions of this Ordinance or application thereof to any person or circumstance, shall be held invalid, such invalidity shall not affect the other provisions, or applications thereof, of this Ordinance which can be given effect without the invalid provision or application and to this end the provisions of this Ordinance are hereby declared to be severable. SECTION 5 The Mayor of Georgetown is hereby authorized to sign this Ordinance and the City Secretary to attest. This Ordinance shall become effective and be in full force and effecting accordance with the terms of the City Charter with billings on or after September 10, 2007. PASSED AND APPROVED on First Reading on the day of 2007. PASSED AND APPROVED on Second Reading on the day of 2007. ATTEST: THE CITY OF GEORGETOWN: Sandra D. Lee City Secretary APPROVED AS TO FORM: Patricia E. Carls City Attorney Ordinance Gary Nelon Mayor GARBAGE RATE ORDINANCE Pace 6 of 6