Loading...
HomeMy WebLinkAboutAgenda CC 06.24.2003Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, June 24, 2003 The Georgetown City Council will meet on Tuesday, June 24, 2003 at 06:00:00 PM at the San Gabriel Break Room of the Georgetown Municipal Complex, 300 Industrial Avenue, Georgetown, Texas If you need accommodations for a disability, please notify the city in advance. An agenda packet, containing detailed information on the items listed below, is distributed to the Mayor, Councilmembers, and the Georgetown Public Library no later than the Saturday preceding the council meeting. The library's copy is available for public review. Please Note: This City Council Meeting will be video taped live and made available for broadcast by the local cable company. Regular Session to convene and continue Executive Session, if necessary Executive Session 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 - Pending Litigation - Thomas L. Suarez, Jr. vs. city of Georgetown, Texas, City of Georgetown Police Department, Georgetown Police Sgt. Kelly Devoll, Georgetown Police Officer Jack Lacey, Matt Painter, Brian Grubbs, Cause No. 03-113-C368 in the 368th Judicial District Court of Williamson County, Texas - Matthew Painter and Brian Grubbs, Plaintiffs v. David Morgan, Individually and in his Oficial Capacity as Chief of Police of the Georgetown Police Department; Robert Hernandez, Individually and in his Official Capacity as Captain of the Georgetown Police Department Gary Todd Terbush, Individually and in his Oficial Capacity as Lieutenant of the Georgetown Police Department, Georgetown Police Department; and the City of Georgetown, Defendants, Cause No. A03-CA-014JN, In the United States District Court for the Western District of Texas, Austin Division. - In the Matter of the Complaint of Oncor Electric Delivery Company Against Certain Cooperatives and Municipal Utilities and Petition for Enforcement of Financing Order, Docket No._, before the Public Utility Commission of Texas (2003) - Potential Litigation/Settlement Offers - Don L. Dison Complaint to FAA - Legal Advice Regarding Agenda Items and other Matters - Legal issues related to the proposed SIMON Development Agreement and Memorandum of Understanding for Wolf Ranch Project B Sec.551.086 competitive matters - City Council will go into Executive Session under Chapter 551 of the Texas Government Code to discuss matters or take action on a "competitive matter' of the Energy Services Department as provided for under Section 551.086 -Consideration and possible action to approve an amendment to the City's Wholesale Power Agreement with the Lower Colorado Authority (LCRA) — Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations Regular Session - To begin no earlier than 6:00 P.M. (The City Council for the City of Georgetown reserves the right to adjourn into executive session at any time during the course of this meeting to discuss any of the matters listed below, as authorized by Texas Government Code Sections 551.071 (Consultation with Attorney), 551.072 (Deliberations about Real Property), 551.073 (Deliberations about Gifts and Donations), 551.074 (Personnel Matters), 551.076 (Deliberations about Security Devices) and 551.086 (Economic Development). C Cali to Order City Council Agenda/June 24, 2003 Page 1 of 4 Pages Sandra Lee, City Secretary City Council Agenda/June 24, 2003 Page 5 of 4 Pages Council Meeting Date: June 24, 2003 Item No: AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action from Executive Session of June 23, 2003 - In the Matter of the Complaint of Oncor Electric Delivery Company Against Certain Cooperatives and Municipal Utilities and Petition for Enforcement of Financing Order, Docket No. 27891, before the Public Utility Commission of Texas (2003) ITEM SUMMARY Council to possibly take action on the Oncor petition for enforcement of financing order concerning billing of transition charges to Municipally Owned Utilities (MOU's) within the Dually Certificated area with Oncor Electric Company. A response from Georgetown has been prepared for your consideration and approval. This response is attached and your authorization for Trish to execute will post our response to the Public Utility Commission (PUC) before the deadline of Jure 25, 2003. SPECIAL NONE CONFIDENTIAL FINANCIAL IMPACT: NONE COMMENTS: NONE ATTACHMENTS: NONE Submitted By: Trish Carls Jim B ig��t�P City Attorney an Manager for Uti perations Council Meeting Date: June 24, 2003 Item No.: AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve the Resolution regarding TXU Gas Company Statewide 2003 Rate Case, Railroad Commission of Texas. ITEM SUMMARY Council to possibly approve the Resolution related to the TXU Gas Company 2003 Rate Case; "electing to have the Railroad Commission of Texas exercise original jurisdiction over Gas Utility rates, operations, and services within the Incorporated limits" of Georgetown. This will be a contested hearing by those cities seeking relief from rate increases, but the system rate calculation results in a rate reduction .for most Georgetown residential and commercial accounts. Any benefits from this proceeding will benefit our customers without the legal expense of contesting this filing with the Public Utility Commission (PUC). SPECIAL CONSIDERATIONS: NONE FINANNoT• ONIMPACT: OONFI®ENTIAL COMMENTS: NONE ATTACHMENTS: Resolutions tted By: Trish Carrs Jss $ri� City Attorney ssi to t ty Manager for Utilit Operations Council Meeting Date: June 24, 2003 AGENDA ITEM COVER SHEET Item No. SUBJECT: Consideration and possible action to approve an amendment to the City's Wholesale Power Agreement with the Lower Colorado River Authority (LCRA). ITEM SUMMARY: The City has an exclusive contract with the LCRA, dating back to 1974, to buy wholesale power from the LCRA. Each year, this contract requires us to update data on our electrical consumption and projected load. The LCRA uses this information for their Five Year Plan. These figures are bated upon our levels of prior use of electricity and anticipated future consumption. We anticipate aggressive growth in electric consumption this year, due to the rapid rate of development in the service area. Therefore, staff recommends amending the contract to compensate for that growth. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: No direct impact COMMENTS: NONE ATTACHMENTS NONE By, Jim Briggs'/ (/ v - Assistant City Manager, Utility Operations 07nNFIDENIITIAL Energy Services Council Meeting Date: June 24, 2003 Item No. /— AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve a contract between the City of Georgetown and Georgetown Country Club for the long-term supply of reclaimed water for golf course irrigation. ITEM SUMMARY: The Irrigation Utility plan and the current TCEQ permit includes the provision to supply reclaimed water to the Georgetown Country Club. The TCEQ requires the producer of reclaimed water to have a specific contract with each reclaimed water user to ensure that the requirements for use are understood. Special provisions have been included in this contract because reclaimed water is being provided as a supplement to the normal water source fol Georgetown Country Club (GTCC), the Middle Gabriel River. This contract satisfies the TCEQ requirement and also provides for the necessary revenue to justify the expansion of the system beyond The Rivery Pond. Under this contract, the GTCC will pay the system rate for reclaimed water, subject to a minimum charge of $1,750 per month over a term of twenty (20) years. Once approved, GUS will begin the process of engineering and constructing the reclaimed water line to GTCC, with such engineering and construction subject to additional Council review and approval. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Revenue to the Irrigation Fund of $21,000 per year (minimum). STAFF RECO&IM Dom" ION e Staff recommends tue approval_ of a contract between the City of Georgetown and Georgetown Country Club for reclaimed water. GUS BOARD RECOMMENDATION: None - Cost is below the threshold for GUS review. COMMENTS: NONE ATTACHMENTS: 1. Reclaimed By: ract between Georget o GTC„/ / stAn,V pity Manager i Glenn W: Dishong, Water Services Ma STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS AGREEMENT is made and entered into this AGREEMENT FOR THE DELIVERY AND USE OF RECLAIMED WATER day of between Georgetown Country Club ("USER") and the City of Georgetown ("City"). WITNESSETH: 2003 WHEREAS, the City owns, maintains and operates an Irrigation Utility that provides wastewater effluent to serve the City of Georgetown; and WHEREAS, such treated effluent (hereafter referred to as "Reclaimed Water"), is a valuable water resource that can be safely used for irrigation and other non -potable purposes; and WHEREAS, USER is the owner of certain land used as a golf course (the "Property'), which is described more fully by metes and bounds on the attached Exhibit "A.' and shown on the map attached hereto as Exhibit "B:' WHEREAS, the City can make Reclaimed Water available to USER by extending the Reclaimed Water piping from San Gabriel Park to the Point of Delivery (as defined herein) on the Property, and WHEREAS, USER can benefit from the use of Reclaimed Water as a source of non -potable water for non -potable uses and will be the p arty r esponsible t o p erform t he c ovenants o f t his Agreement; and WHEREAS, USER desires to use Reclaimed Water from the City pursuant to the terns and conditions set forth herein. NOW, THEREFORE, in consideration of the foregoing and the mutual covenants contained herein, the City and USER do hereby agree as follows: 1. Conditions Precedent to Supply of Reuse Water to the Property The City shall construct and install Reclaimed Water transmission piping pursuant to the terms and conditions of this Agreement if: (a) USER conveys, at no cost to the City, an easement to the City for the construction, operation, and maintenance of the Reclaimed Water transmission piping and associated appurtenances from the Property boundary to the Point of Delivery on the Property. Reclaimed Water Agreement Georgetown County Club Golf Course Page 1 of 12 (b) USER provides the City with a proof of ownership and encumbrances regarding the Property. The consent of all mortgagees and any other owners of record shall be required prior to the delivery and use of Reclaimed Water on the Property. (c) If the preceding two conditions are met, the City shall construct and install Reclaimed Water transmission piping sufficient to deliver Reclaimed Water pursuant to the terms and conditions of this Agreement to the Point of Delivery generally located at the hole #11 tee, and shown in the approximate location on Exhibit "C. " which is attached hereto and incorporated herein by reference as if set forth in full. 2. TERM (a) Unless terminated for cause pursuant to the terms and conditions of Paragraph 12, below, this Agreement shall be effective for a term of Twenty (20) years from the date that Reclaimed Water is fust delivered to the Property by the City in accordance with this Agreement ("Date of Commencement"). (b) The USER agrees to receive Reclaimed Water within sixty (60) days of receipt of written notice from the City to be given on the estimated completion date of the new water reclamation transmission / distribution facilities. (c) It is anticipated, but not warranted, that the Date of Commencement will be March 30, 2004; however, USER understands and agrees that the Date of Commencement is subject to availability o f R eclaimed W ater from t he C ity's wastewater treatment plant(s) and the completion of transmission/distribution piping. City expressly disclaims any promise or warranty that the Reclaimed Water will be available on March 30, 2004, and if it is not, then the Dete of Commencement shall be the actual date that Reclaimed Water is first delivered_ by the City to the Point of Delivery. 3. USE OF RECLAIMED WATER (a) USER shall use the Reclaimed Water solely for irrigation of the golf course on the Property or, at USER's sole cost and expense, and only after demonstrating compliance with 30 Tex. Admin. Code Ch. 210 ("Reclaimed Water") to the City and to the Texas Commission on Environmental Quality ("TCEQ"), for such other golf course maintenance and operation related purposes that are authorized by and compliant with requirements and conditions of said rules, and for no other purposes. The USER shall use Reclaimed Water in a manner that is consistent with all local, state, and federal regulations, and in such a manner as not to require a state or federal wastewater discharge permit. (b) The USER may identify any other proposed uses of Reclaimed Water and request the City's Reclaimed Water Agreement Georgetown County Club Golf Course Page 2 of 12 approval for such use. The City shall review these proposed uses and approve or disapprove each new use of Reclaimed Water. 4. WATER QUALITY (a) Reclaimed water delivered under this Agreement shall be t reated b y t he C ity t o 1 evels acceptable to meet applicable federal, state, and local requirements for irrigation of lands with public access. The City shall monitor water quality as required by the Texas Commission on Environmental Quality (TCEQ) Reclaimed Water Use Authorization. The City and USER shall comply with all TCEQ regulations relating to the use of Reclaimed Water. In the event of unplanned water quality deterioration the City will inform the USER as soon as practicable and delivery of Reclaimed Water shall be discontinued until quality is restored to acceptable levels. (b) The USER will take all reasonable precautions, including signs and labeling, to clearly identify Reclaimed Water systems to prevent inadvertent human consumption. The USER shall insure that no inter -connections are made between the Reclaimed Water systems and other water systems. This shall not prohibit the storage of potable water, storrtlwater, surface water, well water and Reclaimed Water in a common storage facility if a backflow prevention system is provided. (c) The USER shall give his approval to the City to conduct soil borings and locate monitoring wells at the perimeter of the property in areas agreeable to the USER so as not to interfere with USER's operations. These monitoring wells shall be installed and sampled at periodic intervals by the City if required as part of the permit for the Reclaimed Water system. 5. QUANTITY OF RECLAIMED WATER TO BE DELIVERED s.,,... (a) Subject to availability at the City's wastewater treatment plant, and to the terms of this Agreement, the City shall deliver a minimum daily flow of 100,000 gallons and a maximum daily flow of 400,000 gallons of Reclaimed Water to the Point of Delivery. (b) The USER may, at its expense, use other sources of water during the entire term of this agreement, without regard to the availability or non-availability of Reclaimed Water; however, USER shall remain obligated to pay the minimum monthly charge set forth in Paragraph 7(a)(2) below. 6. POINT OF DELIVERY (a) The Point of Delivery of Reclaimed Water from the City to the USER shall be as designated on Exhibit "C,' which is attached hereto and made a part hereof by reference as if set forth Reclaimed Water Agreement Georgetown County Club Golf Course Page 3 of 12 in full. (b) The USER shall install an appropriate meter at USERs expense to measure the volume of Reclaimed Water delivered at the Point of delivery. The City shall operate, and maintain the meter at the Point of Delivery. (c) The City shall own, operate, and maintain the Reclaimed Water distribution system upstream of the Point of Delivery. The City shall be solely responsible for the operation, maintenance, and repair of all portions of the City's Reclaimed Water distribution system upstream of the Point of Delivery. (d) The USER shall own, operate, and maintain all works downstream of the Point of Delivery. The USER shall be solely responsible for the operation and maintenance of all portions of the U SER's Reclaimed Water distribution system located within the boundaries of the Property. The City shall identify and the USER shall implement at their expense any improvements/upgrades or modifications of the USER's system as a condition of receiving Reclaimed Water. (e) The USER shall provide, if necessary, and in a manner approved by the appropriate regulatory agencies or by the City, a positive check valve between the Reclaimed Water irrigation system and any other irrigation water source(s). The cost of such check valve and its installation shall be home by the USER, and the complete operation of the check valve shall be the responsibility of the USER. The USER agrees to identify to the City all well(s) or surface water bodies connected to the non -potable water system. 7. RATES, FEES AND CHARGES. (a) In consideration for the right to take delivery of -tip to 4(x),000 gallons per day of Reclaimed Water, USER shall pay the City the greater of the two following rates: (1) the current non - potable water system rate established by ordinance for all users of non -potable irrigation water for the monthly metered usage at the Point of Delivery, or (2) a Minimum Charge of $1,750 per month. (b) The City reserves the right to review and revise non -potable irrigation water rates without the consent of USER. 8. DELIVERY OF RECLAIMED WATER UNDER ADVERSE CONDITIONS (a) Rainfall during the growing season or other unforeseen circumstances may affect USER's demand for Reclaimed Water. The USER shall have the right to reduce the quantity of Reclaimed Water used to match water needs or accommodate unforeseen circumstances. However, such reduction shall not affect USER's obligation to pay the minimum monthly Reclaimed Water Agreement Georgetown County Club Golf Course Page 4 of 12 charge set forth in Paragraph 7(a)(2), above. (b) Both parties also recognize that adverse weather conditions or unforeseen circumstances may result in a demand for Reclaimed Water greater than 400,000 gallons per day. The USER shall have the right to request additional Reclaimed Water to be delivered by the City to the Property, subject to availability of Reclaimed Water supplies and at the rate per gallon established by City ordinance. 9. INABILITY TO DELIVER (a) The City shall use its best efforts to deliver from 100,000 to 400,000 gallons per day of Reclaimed Water to USER. (b) If and when situations occur where the City cannot deliver 100,000 gallons of Reclaimed Water on a specific day, the City shall notify the USER by telephone, e-mail, or fax, and, if initial notification is by telephone, shall follow-up with written confirmation as soon as possible thereafter. (c) When the City is unable to deliver a minimum of 100,000 gallons to the USER on a specific day, the City shall reduce the current Minimum Charge to the User by $55 per day for each day that 100,000 gallons of Reclaimed Water is unavailable. 10. ALTERNATE SOURCES OF WATER If the USER's water use exceeds 400,000 gallons per day, the USER shall use its best efforts to develop and/or maintain alternate water production facilities capable of supplying its additional non -potable needs. Further, the USER shall use its best efforts to obtain and/or maintain any water use permit required.to withdraw groundwater or surface water capable of supplying its additional non -potable needs. 11. DISCLAIMER OF WARRANTIES (a) Express Warranties. The City disclaims all express warranties except those that appear in paragraph 4 of this agreement. The City does not represent nor warrant that the Reclaimed Water delivered to the USER shall increase the productivity of the irrigated property or result in any changes to the land, crops, or vegetation. Further, the use of any plans, specifications, water quality analysis or treated wastewater sampling during the negotiations leading to this contract serve to merely indicate the general quality of Reclaimed Water which will be delivered to the USER. Such plans, specifications, water quality analysis or treated wastewater samples create no warranty that the Reclaimed Water delivered by the City will conform to these items. Reclaimed Water Agreement Georgetown County Club Golf Course Page 5 of 12 (b) Implied Warranties. The City disclaims any implied Warranties of merchantability or fitness of the Reclaimed Water delivered under this contract for any purposes. 12. EARLY TERMINATION FOR CAUSE; ASSIGNMENT BY THE CITY (a) Termination for Cause. The City and / or USER, after 180 days advance written notice to the other party, shall have the right to terminate this Agreement if the City has had insufficient supply of Reclaimed Water such that it has been impossible to provide to USER at the Point of Delivery with at least 2,000,000 gallons per month of Reclaimed Water over a consecutive six-month period. Termination for such non -supply for the six-month period will result in the release of the City and USER from all terms, conditions, and obligations under this Agreement. This provision shall not apply if USER's demand for Reclaimed Water is less than 2,000,000 in any one month. (b) Assignment by the City. The City shall have the right to transfer all or any part of the treatment or distribution facilities to another public utility and to assign all or any part of its rights and obligations under this Agreement to another public utility who shall be bound by be exclusively responsible for all applicable terms and conditions of this Agreement. 13. EXCUSE FROM PERFORMANCE BY GOVERNMENTAL ACTS If for any reason during the term of this Agreement, local, state or federal governments or agencies shall fail to issue necessary permits, grant necessary approvals, or shall require any change in the operation of the treatment, transmission and distribution systems or the application and use of Reclaimed Water, then to the extent that such requirements shall affect the ability of any party to perform any of the terms of this Agreement, the affected party shall be excused from the performance thereof and a new Agreement shall be negotiated by the rartles hereto to conformity with such permits, approvals, or requirements. 14. TRANSFER OR SALE OF PROPERTY The USER's right to sell, transfer or convey the Property to a person or entity that uses the Reclaimed Water for the purpose described in Paragraph 3(a) of this Agreement shall not be restricted by this Agreement, except that written notice of any proposed sale or transfer must be given to the City at least thirty (30) days prior to the sale or transfer, and any such subsequent party in interest shall assume USER's obligations under this Agreement. If user sells, transfers, or otherwise conveys the Property to a person or entity that does not use the Reclaimed Water for the purpose described in paragraph 3(a), then such sale, transfer, or conveyance of the Property does not terminate USER's obligations to pay the minimum monthly charge set forth in Paragraph 7(a)(2), above. 15. INDEMNIFICATION Reclaimed Water Agreement Georgetown County Club Golf Course Page 6 of 12 (a) The USER shall indemnify and hold harmless the City, including its officers, directors, employees and agents, against any and all claims, actions, suits, proceedings, costs, expenses, damages or liabilities arising out of any injury, illness or disease to persons or property caused, in whole or in part (but if in part, to the extent caused in part), by the Reclaimed Water famished by the City to the USER hereunder. (b) The USER shall save and hold harmless and indemnify the City, its agents, representatives and employees from all claims, costs, penalties, damages and expenses (including attorney's fees) arising out of claims related to the USER's construction, erection, location, operation, maintenance, repair, installation, replacement or removal of that part of the system controlled by the USER for effluent disposal and reuse. 16. ACCESS The City shall have the right, with prior notice and permission of USER, with such permission not being unreasonably withheld, to enter upon the property of the USER to review and inspect the facilities and operations of the USER with respect to conditions agreed to herein. 17. DISCLAIMER OF THIRD PARTY BENEFICIARIES This Agreement is solely for the benefit of the formal parties hereto and no right or cause of action shall accrue upon or by reason hereof, to or for the benefit of any third party not a formal party hereto. 18. SEVERABILITY If any court fords any part of this Agreement invalid or unenforceable, such invalidity or unenforceability shall not affect the other parts of this Agreement if the rights and obligations of the parties contained therein are not materially prejudiced and if the intentions of the parties can continue to be effective. To that end, this Agreement is declared to be severable. 19. BINDING UPON SUCCESSORS Except as otherwise provided in Paragraph 14, above, this Agreement shall be binding upon and shall inure to the benefit of the successors or assigns of the parties hereto. 20. APPLICABLE LAW This Agreement and the provisions contained herein shall be construed, controlled, and Reclaimed Water Agreement Georgetown County Club Golf Course Page 7 of 12 interpreted according to the laws of the State of Texas. Venue lies in Williamson County, Texas. 21. NOTICES All notices required or authorized under this Agreement shall be given in writing and shall be served by mail on the parties at the addresses listed below: City: City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627 USER: Georgetown Country Club 1500 Country Club Road P.O. Box 450 Georgetown, Texas 78627 22. ENTIRE AGREEMENT This written Agreement constitutes the entire agreement between the parties. Modifications to and waivers of the provisions herein shall not be binding unless made in writing and signed by the parties hereto. IN WITNESS WHEREOF, the parties hereto have set their hands and seals on the date first above written. USER: Reclaimed Water Agreement Georgetown County Club Golf Course Page 8 of 12 Georgetown Country Club, Inc. By: Name: Title: CITY: CITY OF GEORGETOWN Bv: Gary Nelon, Mayor ATTEST: Sandra Lee, City Secretary Approved as to form: Patricia E. Carls, Brown & Carls, LLP City Attorney Reclaimed Water Agreement Georgetown County Club Golf Course Page 9 of 12 EXHIBIT "A" Metes and Bounds Description of the Property EXHIBIT "B" Location Map of Property EXHIBIT "C" Point of Delivery Location Description and Map Council Meeting Date: June 24, 2003 AGENDA ITEM COVER SHEET Item No. O SUBJECT: Consideration and possible action to approve a Memorandum of Understanding by and between the City of Georgetown, the City of Round Rock, and Simon Property Group regarding off-site roadway improvements to SH29 and IH35 southbound frontage road ITEM SUMMARY Simon Property Group has asked the City of Georgetown and the City of Round Rock to each sign a Memorandum of Understanding (MOU), outlining the general scope of work and activities associated with transportation improvements and utility improvements along the State Highway 29 and IH -35 corridor. Staff has reviewed the documents and edited the documents several times to accurately reflect the schedule and timing of these improvements and identify the responsibilities of each party. The MOU that Council will have reviewed for consideration under this item generally reflects the intent of each party and the scope of work necessary in order to meet the time line included in the MOU. A draft MOU and work product that has been discussed between Simon Property Group and the City of Georgetown will be shared and discussed during Executive Session prior to consideration under this item. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: NONE COMMENTS: NONE ATTACHMENTS: NONE Jim Bri Assistanty Manager For Utili y perations City Council Meeting Date: June 24, 2003 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible award of the contract to Lewis Construction, Inc. for the replacement of the wastewater main on Lakeway from Dawn Drive to Northwest Boulevard Lakeway Drive. ITEM SUMMARY: This project will replace the existing 8 -inch clay wastewater main with a new 12 -inch main. The project located on the Lakeway right- of-way from Dawn Drive to beyond Whisper Oaks Lane and then northeasterly across a drainage area to tie into the Pecan Branch Interceptor line. The existing 8 -inch line is undersized and in poor structural condition. The low bidder on the project was Lewis Construction, Inc.with a bid of $352,560.00. Staff recommends that council approve a budget amount of $390,000.00 for this project. SPECIAL CONSIDERATIONS: None. FINANCIAL IMPACT: $390,000.00 - Funded from wastewater account # 651-101-6623 GUS BOARD RECOMMENDATION: GUS Board recommended staff present to council for approval of award of this project in the June 17,2003 meeting. Approved 4-0 (Hunnicutt, Smith and Evans absent). STAFF RECOMMENDATION: Staff recommends the award of this project to Lewis Construction, Inc. with a budget of $390,000.00, which exceeds the bid amount by 10% for contingencies. COMMENTS: None. ATTACHMENTS: Roming, Parker and Kasberg letter of recommendation toward and bid tabulation. :ted by: Jim Briggs, Glenn Dishong, Assistant City Manager for Water Services Manager Utilities ROMING, PARKER & KASBERG, L.L.P. CONSULTING ENGINEERS One South Main Temple. Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail®rpkengineers.com WM. MACK PARKER. P.E. RICK N. KASBERG, P.E. R. DAVID PATRICK. P.E. June 9, 2003 Mr. Joel Weaver CIP Coordinator City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown Lakeway Drive Wastewater Improvements Georgetown, Texas Dear Mr. Weaver: W. CLAY ROMING, P.E. Partner Emeritus Attached are the Bid Tabulation Sheets for the bids received at 2:00 PM on Tuesday, June 3, 2003 for the above referenced project. There were eight bids received for this project as shown on the attached tabulation sheets After tabulation of the bids, we have concluded that Lewis Construction, Inc. is the low bidder with a base bid of $231,850.00, and Add Alternate 1 Bid of $92,750.00 and an Add Alternate 2 Bid of $27,960.00. We have reviewed the submitted bids, contacted six references and as a result of our findings, we recommend that a contract be awarded to Lewis Construction, Inc. for the Base Bid, Add Alternate 1 and Add Alternate 2 in the amount of $352,560.00. If you have questions, please call. Sincerely, R. David Patrick, P.E. RDP/rdp 2003-105-40 BID TABULATION 2003 105-40 BASE BID r.dty or t:eorgetown Lakeway Drive Wastewater Improvements June 3, 2003 2:00 pm Lewks Construction, Inc. P. 0. Box 1621 Bertram, TX 78605 BIDDER INFORMA77ON Royal Vista, Inc. H. Dock Coustruclion Co. 750 C.R. 260 1601 oxford Blvd Liberty HBI, TX 78642 Round Rack, TX 78664 Rogers Construction Company, Inc. P. 0. Drawer 1136 Georgetown, TX 78627-1136 item .Vo. Esonuned C'n" U Bid Dan, Dexrrfptlon unit Price Extended Anunnu Unit Price Exended Amoum Unit Price Extended Amount Unit Price Extended Antonm I I(X)%, LS Mubilimiun, Bonds and lmmarcc $ 10,000.00 $ 10.0)(1) 110 $ 8,080.00 $ 8,000.00 $ 21,000.00 5 21,000.00 $ 91000.00 f 9,000.00 2 19 SPA Preparation of Right -of -Way 185.00 3,515.00 400.00 7,600.00 100.00 1.900.00 1,350.00 25,650.00 3 100%. IS Control Plan for Vehicular and Pedestrian Traffic 4,00.00 4,010.(X) 4,500.00 4,510.00 2,000.00 2,000,00 1900 00 00 L900.010 4 100% LS Barricades and Traffic Control Plan lmphatu a alion 9,200.00 9,200.00 14,000.00 14,080.00 7.00000 3,000.00 5,5000() 5,500.00 5 IW'b LS Trerch Safety Plan 470.00 470.W 1,000.00 I,00.00 1,000.00 1.000.00 1,500.00 1.500.00 6 1,900 LF Furnish & Insult 12' SDR 26 PVC Pipe w/EmM.dment 63.00 119,700.00 47.00 89,300.00 75.00 142,500.00 %ool 182,400.00 7 4 EA Furnish & Install 4 -foot Distorter Manholes 4,400.00 17,601001 3,400.00 13,600.00 4,500.00 18,000.00 3,500.001 14,000.00 8 2 EA Furnish & Insull 4 -fan Mature, Water Tight Manholes 4,700.00 9,400001 4,000.00 8.000.00 4,700.00 9,400.00 3,600oDI 7,2W.00 ') I FA Rehab. Existing Wastewater Manholes, w/growing &coating interior 2,000.00 200100 2,000.00 2,00800 2,000.00 2 00000 2,200ADI 2,200.00 IU 1 1.900 1.12 All materials, equip., tuols & labor for all Testing of pipe w/repairs 2.50 4,750.00 4.00 7,600.00 1.40 2,660.002.00 3,800.00 11 6 EA All materials, equip., tools & labor for Vacuum testing manholes 180.00 1.080.00 20.00 1,200.00 200.00 1,200.00 lIX).00 1,800.00 12 100% LS Connecting Wastewater Improvements to Existing System 2,50.00 2,500.00 8,000.00 8,081.00 3,500.00 3,500.00 L800.00 1,800.00 Il 100% IS Sealing Existing Wastewater Line at Existing Manholes 1.000.00 1'01X) 00 4,000.00 4,000.00 1.000.00 1,000.00 2.200.001 2.200.00 14 1 EA Connoting Existing Single Wastewater Services to Wasrewater Imps 900.00 1.8080 W 1,200.00 2,400.00 1,100.00 2.200.00 700,001 1,400.00 15 8 EA Connecting Existing Double Wastewater Services to Wastewater Imps 900.00 7,200.00 1,500.80 12 08000 160000 12,8W.00 700,001 5,600.00 16 5 EA AMndoning Existing Manholes per Specification 350.00 1,75000 600.00 3.000,00 750.00 3,750.00 60000 3 00000 17 1,081 LF Trerch Safety lmpleatentation (Pipe) 1.251 2,375.00 4.00 7,600.00 2.00 3,800.00 2.40 4,560.00 18 2.700 SF Trench Safety implementation (Manholes) 0.60 1.620.00 LW 2,700.00 1.00 2,700.00 1.00 2,700.00 19 530 SY 240th Type 'D' HMAC &Flexbase to trench 10.00 5,300.00 61.00 72,730.00 18.00 9,510.00 15.00 7,950.00 21) 100% LS lRepainling Crosswalk Striping, Two Stop Bars & School Zone Striping 1,500.00 1.500.00 31000.00 3,000.00 1,500.00 1,500.00 11800.00 1,800.00 21 200 LF Iftcasoving and Replacing Curb and Gutter 12.00 2,400.0 20.00 4,000.00 30.00 6,000.00 22.00 4,400.00 22 1 55 1 LF lFurnish. 1mu11, and remove Rock Berms 18.00 990.00 20.00 1.100.00 30.00 1,650.00 20.00 1,100.00 23 200 SY Furnish & Install St. Augustine or Bermuda grass sodding w/watering 2.50 500.00 10.00 2,gM1. W 15.00 7.000.00 4.00 800.00 24 I0.0% IS Vitleo Taping Project Si¢ Before the Start of Construction of Project 1,200.00 1.200.001 750.00 750.00 350.00 350.00 40.00 400.00 25 IW% IS Items Requested by Ure Owner not shown on the Comouction Plans 20.(100.00 20,000.00 20,000.00 20,20.00 20,0X).00 20,000.00 20,000.00 20,000.00 TOTAL RASE BID AMOUNT (ITEMSI-25) S 231,850.00 $ 259.680.00 $ 276,450.00 $ 312,660.00 • IMioses error in addition (Tool mwum is corrwmd vnaunU •• lnticxtes a dimteparxy bctwsan rwntcrical ensoum uW vx,e Wed amount (Twat amount is cortecwd annunq 1 o(6 B. WLATION 2003.105-40 RASE BID "Ly m UtUrg•es0wn Lakeway Drive Wastewater Improvements June 3, 2003 2:00 pm Clasen Contracting P. O. Box 1057 Round Rock, TX 78680 BIDDER INFORMATION Housman Corporation Tei Dal Austin P. O. Box 200190 1302 Chisholm Trail San Antonio, TX 78220 Round Rack, TX 78681 A & B Construction, toe. 831 Prairle Trail Austin, TX 78758 /tem A. Esomntnl Quantiq' Unit Bid Don Drrcription Unit Price Eue dnr Amount Unil Price EUended Amuura Unit Price Funded Amouru [/nit Price Extended Amotun 1 100% 1 IS Mobilization, Bonds and Insurance $ 14,000.00 S 14,01)) 00 $ 17,821./5 $ 17,828.45 S 19,000.00 $ 19,000.00 S 13,500.00 $ 13.500.00 2 ] 19 100% S1'A LS Preparmion of Righlof-WaY Consul Plan for Vehicular and pedestrian Traffic 475.00 4,500.00 9,025.00 4.500.00 398.11 549.45 7,564.09 1,550.00 3,000.00 29,450.00 3,000.00 100.00 800.00 1,900.00 8(X1.00 4 100% IS Barricades awl Traffic Control Plan Implementation 8,100.00 8.100.00 5,604.42 60,240.00 60,210.00 18,005.00 18,005.00 5 100% LS Trench Safety Plan 1,200.00 1,20(100 549.45 1,800.00 1,800.00 800.00 800.00 4 1,900 LF Furnish & Insult IT SDR 26 PVC Pipe w/Embndnnent 62.00 117.800 00 129.95 U21.033.485t�.001 83.50 158,650.00 201.39 •• 382,641.00 7 4 EA Furnish & Install 4 -foot Diameter Manholes 4,100.00 16,400.00 5,258.37 5,600.00 22,400.00 2,80000 11,200.00 EA Furnish & Install 4 -foot Diameter Water Tight Manholes 4,000.00 8,000.00 5,178.39 3,830.00 7,7(X1.00 2,9(0.00 5 80000 GA Rehab. Existing Wastewater MaMoles, w/grouting & coating interior 1,500.00 1.500.00 703.30 1,700.00 1,700.00 1,500.00 1.500.00 10 IJ00 LP All nutcrials, equip.. tools & labor for all Testing of pipe w/repairs 1.60 3,WAX 1.54 3.20 6,080.00 1.75 3,325.00 11 4 LA All nuteriuls, equip., tools &labor fur Vxuum testing nuMoles120.00 720.00 109.89 659.34 300.00 3,000.00 200.00 1.200.00 12 100% 1.5 Comecung Wastewater Improvements to Existing System 4,00000 4,000.00 10.802.67 10,802.67 8,500.00 8.500.00 1,000.00 1.000.00 13 100% LS Sealing Existing Wastewater Lire an Existing Manholes 1,400.00 1,700.00 --- 6.85779 6.653.79 10,200.00 10,200.00 1,000.00 1.000.00 14 1 EA Connecting Existing Single Wastewater Services to Wastewater Imps 630.00 1,2611.00 1,154.05 2,308.10 1,577.00 3,154.00 6101 1.200.00 IS B EA Connecting Existing Double Wastewater Services m W[trips ps 750.00 6,000.00 1,85248 14,859.84 1,982.00 15,856.00 600.00 4,800.00 16 17 IB 19 20 21 5 1!90 2,700 530 Ifo% 200 EA LF SF SY LS IF Abandoning Existing Manholes per Specification Trench Sefny Implementation (Pipe) Trench Safety Implarcnution (Manholes) 2 -inch Type'D' HMAC & Flexbase in ucxh Repainting Crosswalk Suiping, Two Stop Bars & School Zone Sniping1,800.00 Rennoving and Replacing Curb and Gutter 1,400.00 1.20 0.30 100.00 18.00 7,(X0.001.642.57 2,280.00 810.00 53,1100.00 I,81)0.00 3,600.00 1.10 0.55 24.13 1,373,631 19.78 9,212.85 2.090 00 1,485.00 12,788.90 1,373.63 3,956.00 2,220.00 2.00 100 18.40 1,875.00 20.00 11,100.00 3,800.00 2,700.00 9,752.00 1,875.00 4,000.00 550.00 1 ODI 1.001 18.26 1,600.00 10.00 2.750.00 11900.00 2.700.00 9,677.80 1,600.00 2,000.00 22 55 LF Furnish, Install, awl remove Rock Berms 18.00 990.(0 27.47 1.510.851 11.00 Moo 8.00 440.00 23 200 SY Furnish & 11,51,111 St. Augustine or Bermuda grass sndding w/watering 1200. 2.400.00 16.18 3,296.00 37.75 7,550.00 3.00 600.00 24 100% LS Vide, Taping Project Site Before the Start of Continuation of Project 23 100% LS Items Requested by dw Owner not shown on the Comtructi,o Plans TOTAL BASE BID AMOUNT (ITEMS I - 25) 600.00 20,000.00 S 610,00 20,00.00 289,425. W 549.45 20,000.00 $ 549.45 20,000.00 405,766.84 1.100.00 20,000.00 1 S 1,100.00 20,000.00 413,597.001 Moo 20,000.00 S 995,00 20,000.00 491,333.80 • Indicates error in Wdium (Tool a l is coo led anxaut) •• IMicmes a dl�reparcy between tamerical an 1 and extended ansount (T,ul amount is c,rrmtcd annum 2.1`6 BI IULATION 2003-10540 Uty Of l;ecirgetown Lakeway Drive Wastewater Improvements .lune 3, 2003 2:00 pm ADD ALTERNATE I -ADDITIONAL WASTEWATER IMPROVEMENTS • Lewis Construction, Ins. P. O. Bax 1623 Bertram, TX 78605 BIDDER INFORMATION Royal Viso, Ins. H. Deck Construction Co. 350 C.R. 260 1601 Oxford Blvd Liberty HW, TX 78642 Round Rock, TX 78664 Rogers Construction Company, lac. P. O. Drawer 1136 Georgetown, TX 78627-1136 hrnt No. Evasured Quantity Unit Did Dato Da"p(fon Unit Price Evnuled Anmum Unit Price Extended Amount Unit Price Extended Amount unit Price Extended Amount AA -1 10S TA Preparation of Right -of -Way S 225.00 f 2,250.00 S 400.00 S 4,000.00 $ 100.00 f LOKOO f 900.00 f 9.000,00 AA -2 BO LF Furnish & install 6-imh SDR 26 PVC pipe w/embedimm 31.00 2,481.00 40.00 3.200.001 50.00 4,000.00 52.00 4,160.00 AA -3 330 LF Finnish & install 12 -inch SDR 26 PVC pipe w/embedment 43.00 14,190.0 47.00 15,510.001 75.00 24,750.00 58.00 19.140.00 AA -4 630 LF Furnish & install 15-imh SDR 26 PVC pipe w/embedment 47.00 29.610.00 52.00 32.760a01 65.00 40,950.00 63.00 39.690.00 AA -5 2 EA Furnish & install Chair diamoux warm tight manholes 4,700.00 9,400.00 4,000.00 8.000.001 4,700.00 9.400.00 3.600.00 7,200.00 AA -6 100 LF Furnish& install 2,000 psi concrete backfill 20.00 2,000.W 40.00 4,000.00 65.00 6.500.00 28.0DI 2.800.00 AA -7 960 LF Furnish & install all materials, equip., mods & labor for all pipe testing 2.50 2,400.00 4.00 3,840.00 1.40 1,344.00 2.001 1,920.W AA -8 4 EA Furnish & install immruls, epuip.,tmis & labor for maahole healing 180.00 720.00 200.00 800.00 2W.00 800.00 300.00 1,200.00 AA -9 900 LF Trench safety impletmnulion (Pipe) 1.25 1,200 00 3.00 2,880.00 2.00 1,920.00 1.50 1,440.00 AA -IO 1,800 SF Trench safety implementation (Manholes) 0.60 1.80.00 1.00 1.800.00 1.00 1,800.00 1.00 1,800.00 AA -II 25 SY 2 -inch Type 'D'HMAC&Flexbase in'1'remh 10.00 250.00 61.00 1,525.00 50.00 1,250.00 15.00 375.00 Conrccung wastewater improvements to existing system 2,500.00 2,5W.W 3,5W.00 3,5W.00 3,500.00 3,500.00 1,700.00 1,700.00 M40 RcmoNng existing 5 foil section of 12' inid pipe & plug openings w/gram 1,000.00 1,000.00 700.00 700.00 1,000.00 1,000.00 800.00 800.00 Placing loaming & seeding w/watering to snstain growth 1.50 9,000.00 2.00 13.000.00 1.25 7,500.00 1.20 7.200.00 Installing, maintaining & rnmviug rmk berm 18.00 720.00 20. W 800.00 1 30.00 1,200.00 20.00 800.00 AA -161 2 1 EA Abandoning existing manholes per specifications 350.00 70.00 600,00 1,200.00 750.00 1,500.00 600.00d7.000.00 AA-17 100% LS Removing guardrail & replacing w/existing mmerials 2,200.00 _',200,00 1.500.00 1,500.00 750.00 750.00 1.400.00 AA -I8 100% IS Video aping project site before the start of construction on the project 1,000.00 1.1X0.00 450.00 450.00 350.00 350.00 200.00 AAA9 2 EA Furnish & Instal14-foot Diameter Manholes 4,400.00 8,800.00 3,400.0() 6,80.00 4,500.00 91000.00 3.5W.00AA-20 I EA Furnish & Install 6-imh Smb Out & Plug at Manholes (3+127 & 7+77) 250.00 250.00 750.00 750.W 600.00 60.00 1,200.00AA-21 1 EA Grouting existing ora tewater lice & removing existing clanout (7+77) 1,00.00 1.00(1.00 500.00 500.00 1,000.00 1.000.00 1,200.00TOTAL ADD ALTERNATE I BID AMOUNT (ITEMSAA-1-AA-21) S 92,750.00 f 106,515.00 s 120,114.00 lad ... s error in addition (Toed amotuu is corrected amount) •• Itdieaws a discrepancy between twntencaJ annum W exwMN ammtnt (Toed amount is corrected amount) 3 01`6 BI IULATION 2003105-40 City of Georgetown Lakeway Drive Wastewater Improvements June 3, 2003 2:00 pm ADD ALTERNATE I - ADDITIONAL WASTEWATER IMPROVEMENTS Curie. Contracting P. 0. Box 1057 Round Rock, TX 78M BIDDER INFORMATION Holloman Corporation Tri Dal Austin P. O. Box 200190 1302 Chisholm Trau San Antonio, TX 78220 Round Rock, TX 78681 A & B Construction, Inc. 831 Prairie Tn0 Amtin, TX 78758 Teem .Yo. Euimnted Qurrntin Una Brd Duel Dercrlption Unit Pnn Emended Amount Unit Price Ecrended Amnon Unit Price Emended Amotou Unit Pnce Earnded Amomn AA -1 10 STA Preparation of Right -of -Way S 600.00 Y 6,0011.00 S 309.97 $ 3.099.70 $ 652.00 S 6,520.00 $ 450.00 $ 4,500.00 AA -2 80 LF Furnish & imtall birch SDR 26 PVC pipe w/embcvinsent 44.00 3,520.00 69.15 3,532.001 42.00 3,360.00 45.00 3.600.00 AA -3 330 LF Furnish & install 12 -inch SDR 26 PVC pipe w/embedment 47.00 15.510.00 71.16 23,482.80 66.75 22,027.50 48.00 15,840.00 AA -4 600 LF Furnish & install 15 -inch SDR 26 PVC pipe w/embelnses0 56.00 35,280.00 53.97 34,001.10 86.00 54,180.00 50.00 31,500.00 AA -5 2 EA Furnish & install 4 -hot diameter water tight Manholes 4,000.00 8,000.00 4,128.44 8,256.88 4,100.00 8,200.00 2,800.00 5.600-00 AA -6 100 LF Furnish & imall 2,000 psi concrete backfill 46.00 4,000.00 45.08 4,508.00 62.00 6,200.00 25.00 2,500.00 AA -7 960 LF Furnish & imull all materials, equip„ mots & labor for all pipe testing 1.60 1,536.00 1.58 1.516.80 3.40 3,261.00 2.50 2,400.00 AA -8 4 EA Furnish & imall materials, epuip.,mols & labor for manhole testing 120.00 480.00 112.63 450.52 500.00 2,000.00 200.00 800.00 AA -9 960 LF Trench safety implementation (Pipe) 1.20 11152.00 1.13 1.084.80 2.00 1,920.00 1.00 960.00 AA -10 1.800 SF Trench safety Implementation (Manholes) 0.30 54000 0.56 1.008.00 1.00 1,800.00 1.00 1.800.00 AA -11 25 SY 2 -inch Type 'D' IIMAC & Flexbase, in Trench 108.00 2.70000 89.31 2,232.751 28.80 720.00 18.36 459.00 AA -12 100% LS Connecting wastewater improvements to existing system 2,400.00 2,400.00 7,422.07 7.422.071 3,000.00 3,000.00 750110 750.00 AA -13 100% LS Reaoviag exiting 5 loot swion of 12'buct pipe&plus openings w/gran 600.00 600.00 1,204.79 1,204.79 1,350.00 1,350.00 505.00 505.00 AA -14 6,000 SY placing loaning & seeding w/watering to sustain growth 240 14,400.00 0.39 2,340.00 3.20 19,200.00 0.87 5,220.00 AA -15 40 IF Imalling. maintaining & rensumi; ruck beast 18.00 720.00 39.42 1.576.80 26.00 1,040.00 8.00 320.00 AA -16 2 EA Abandoning existingmar&oles per spccificatimu 1,50000 3.000.00 2.193.39 4,386.78 2,220.00 4.440.00 550.00 1,100.00 AA -17 100% LS Renmving guardrail & replacing w/existing nuacrials 2,400.00 2.400.00 2,027.27 2.027.27 750.00 750.00 700.00 700.00 AA -18 100% LS Video taping project site before the sant of comtrssction on the project 240.00 240.00 563.13 563.13 500.00 500.00 650.00 650.00 AA -19 2 EA Furnish &Irnu114-foot Dimncmr Manholes 3,700.00 7,400.00 4,119.86 8,239.72 4,550.00 9,100.00 2,800.00 5,600.00 AA -20 I EA Fumish & Install 6 -inch Stub Out & Plug at Manholes (3+127 & 7+77) 600.00 600.00 979.54 979.54 800.00 800.00 600.00 600.00 AA -21 1 EA Grouting existing wastewater line & removing existing charmut (7+77) 600.00 600,00 1,437.86 1,437.86 500.00 500.00 755.00 755.00 TOTAL ADD ALTERNATE I BID AMOUNT (ITEMSAA-1-AA-21)1 f 111,678,001 1 Y 115,751.3I S 150,871.50 $ 86,159.00 ' Irallcmes error to addition (Total amount is mr..cd amoun0 •' halicans a discrepu cy between nmtwrical an 1 and eueoccd amount (Tend amount is corrected amount 4 of 6 Bl IULATION 2003.105-40 Utty or Georgetown Lakeway Drive Wastewater Improvements June 3, 2003 2:00 pm ADD ALTERNATE 2 -ADDITIONAL WASTEWATER IMPROVEMENTS Lewis Coaaructiou, luc. P. O. Box 1623 Bertram, TX 78W15 BIDDER INFORMATION Royal Vista, Inc. H. Deck Construction Co. 350 C.R. 260 1601 Darned Blvd Liberty HW, TX 78642 Round Rock, TX 78664 Rogers Constructions Company, Inc. P. O. Drawer 1136 Georgetown, TX 78627-1136 Isrm No. Emm�wv/ 0,.o v On, Bid Om, Dercnoti n Unit Extended Price Ammm Unu Extended Price Amomn Unit Extended Price Amended Unit Extended Price Animate AR -1 6,500 STA I%' wia, D HMAC uveday w/ad atrial M' V,,c O HMAC A naxbs,e infra r $ 4.00 $ 26,000.0) $ 4.40 $ 28,600.00 $ 4.50 3 29,250.00 $ 6.60 3 42,900.00 AO -2 5 1.F Adjust storm Sewer Manholes m Grade 250.00 1,2511.00 400.00 2,000.00 200.00 1,000.00 900.00 4,500.00 AB -3 20 LF Repainting double 4-irch width solid yellow Pavement striping 2.50 SOAP 15.00 310.00 10.00 2M.001 5.00 100.00 A84 40 LF Repainting single 4 -inch width dashed white pavement sniping 1.50 60.00 13.00 600.01 10.00 400.00 3.00 120.00 AB -5 100% EA Repainting whim crosswalk, stop bar & school zone boundary striping 600.00 600.00 1,250.00 1.250.00 1,500.00 1,500.00 700.00 700.00 TOTAL ADD ALTERNATE I BID AMOUNT (ITEMS AB -I -AB-S) I $ 27,960,001 1 3 32,750.00 1 S 32,350,001 1 S 48,320.00 Did Bidder Acknowledge Addenda No. I? YES YES YRS YES DW Bidder Provide Security? YES YES YES YES BID SUMMARY TOTAL BASE BID AMOUNT (ITEMS I - 25) t 13 276,/50. 712,680.00 TOTAL ADD ALTERNATE I BIDAMOUNT (ITEMS AA -1 -AA -21) $ 92,86 $ 00 f02 00 6!i67 $120,114.00 S 111,425.00 TOTAL ADD ALTERNATE 1 BID AMOUNT (ITEMS ABd -AB-5) S 27,960.00 S 32,750.00 S 72 350 00 S 49,320.00 S 352.56.00 $ 398,945.00 $ 425,914.00 • Irtlrtams error in addition (Tend vsrwms n cormaed annum) •• Indicases a dns ,,.y 6rtwee , nomer.M amoom end extended amemn (Total amoum is correcied amaun) 5 of 6 BI BULATION 2003-105-40 City of Georgetown Lakeway Drive Wastewater Improvements June 3, 2003 2:00 pm ADD ALTERNATE 2. ADDITIONAL WASTEWATER IMPROVEMENTS Chown Contracting P. O. Boz 1057 Round Rock, TX 786811 BIDDER INFORMATION Unitarian Corporation TO Dal Amain P. O. box 200190 1302 Chknbolm Tnd San Antonio, TX 78220 Round Rock, TX 78681 A & B Construction, Inc. 831 Prairie Test] Austin, TX 78758 Lem No Evount .I Q onwv Unit Bid Darr. Descripnian Unit Extended Price 4,wum Unit Extended Price Amoum Unit Extended Price Amount Onix Extended Price Amount AB -1 6.500 STA I N'sype D HMAC aveday wta lllul:n in-,Hx D I1MAC a fluid in twma $ 14.40 S 914910.00 5 5.47 $ 35.555.00 $ 5.85 S 38,025.00 S 4.40 $ 28,600.00 AB -2 5 LF Adjust storm Sewer MaMoks to Grade 175.00 875.00 349.53 1,747.651 600.00 3,000.00 450.W 2,250.00 AB -3 20 LF Repainting double 4-imb width solid yellow pavement sniping 2.31 46.00 2.26 45.20 4.00 80.00 2.20 44.00 AB4 40 LF Repainting single 4 -inch width dashed white pavement striping 1.20 48.00 2.26 90.40 3.00 120.00 1.40 56.00 AB -5 100% EA Repainting white crosswalk, stop bar & school zow boundary striping 600.00 600.00 2,480.50 2,480.50 600.00 600.00 550.00 550.00 TOTAL ADD ALTERNATE 2 BID AMOUNT (ITEMS AB -I - AB -S) $ 95,169.00 $ 39,918.75 5 41,825.00 S 31,500.00 )id Bidder Acknowledge Addenda No. I? YES YES YES YES )id Bidder Provide Security' YES YES YES YES BID SUMMARY TOTAL BASE BID AMOUNT (ITEMS 1- 25) Is 289,425.00 8 485 766.84 S 413,597.00 $ 491,333.80 rOTAL ADD ALTERNATE I BID AMOUNT (ITEMS AA -I -AA-21) is 111,678.00 $ 115,351.311 $ 150 871.50 $ 96,159.00 FUTALADDALTERNATEIBIDAMOUNT (ITEMSAB-I -AB-5) I 8 95,169.001 8 39,918.75 is 41,825.00 $ 31,500.00 I hereby certify that this is a correct and Ir@ ubulation of all bids received. R. UavW Patrick, Y.E. Dale Ranting, P.olox & Kasbcrg, L.L.P. sr 827W� J4o,satxa7��' i • Indicates error N addition (ToW amour n mrm:ud arhnnu) •' Inli,ans a duc i parcy into.. canonical amours W extended renown (Tool wswmt is carted .,,......t) 6 of 6 City Council Meeting Date: June 24, 2003 AGENDA ITEM COVER SHEET Item No. SUBJECT: Consideration and possible award of the contract to H. Deck Construction Company for the rehabilitation of 7th and 8t° Streets from Main Street to Austin Avenue. ITEM SUMMARY: The downtown rehabilitation project has been ongoing for several years and this phase is the final rehabilitation phase for the immediate downtown square area. The rehabilitation project will consist of milling of the existing surface of the street, reshaping the roadbed for improved drainage and repaving the surface. Brick paver cross walks and brick paver pocket parks will be installed on the west corners of the Courthouse Square and will match the existing pocket parks on Main Street. The low bidder on the project was H. Deck Construction Company with a bid of $175,038.00. Staff recommends that council approve a budget amount of $195,000.00 for the project. SPECIAL CONSIDERATIONS: None. FINANCIAL IMPACT: Funding of $131,000 from account 203-134-5801-01 and $64,000 from account 110-101-6915-00. GUS BOARD RECOMMENDATION: GUS Board recommends staff present to council for approval of award of this project in the June 17, 2003 meeting. Approved 4-0 (Hunnicutt, Smith and Evans absent). STAFF RECOMMENDATION: Staff recommends the award of this project to H. Deck Construction Company with a budget of $195,000, which includes 10 percent overage for contingencies. COMMENTS: None. ATTACHMENTS: Roming, Parker and Kasberg letter of recommendation of award and bid tabulation. tea by: Jim Briggs, Assistant City Manager for Utilities Mark Miller, Transportation Services Manager _ ROMING, PARKER & KASBERG, L.L.P. CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail®rpkengineers.com WM. MACK PARKER, P.E. RICK N. KASBERG. P.E. R. DAVID PATRICK, P.E. June 17, 2003 Mr. Joel Weaver CIP Coordinator City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown 7th and 8th Streets Paving and Drainage Improvements Georgetown, Texas Dear Mr. Weaver: W. CLAY ROMING. P.E. Partner Emeritus .-Attached are the Bid Tabulation Sheets for the bids received at 2:00 PM on Monday, June 16, 2003 for the above referenced project. There were two bids received for this project as shown on the attached tabulation sheets After tabulation of the bids, we have concluded that H. Deck Construction Company is the low bidder with a base bid of $145,273.00, and an Add Alternate 1 Bid of $29,765.00. H. Deck Construction Company has completed several projects for the City of Georgetown without complication and within the time frame allowed by the contracts including the construction of the Main Street project from 9th Street to 6th Street. The bid is within the City of Georgetown's budgeted amount and under the Engineer's estimate of $180,000.00. Therefore we recommend that a contract be awarded to H. Deck Construction Company for the Base Bid and Add Alternate 1 in the amount of $175,038.00. If you have questions, please call. Sincerely, R. David Patrick, P.E. RDP/rdp 2003-111-40 BII ULAnCIN 2603-111-40 BASE BID City of Georgetown 7th and lith Streets Paving and Drainage Improvements June 16, 2003 2:00 pot BIDDER IN6IDRMATION II. Deck Construction Co. S.F.W. Construction Inc. 1601 Oxford Blvd 1420 E. FM 2410 Round Rock Texas 78664 Harker Heights, Texas 76548 Bem No. Evtimated Quanlity I Uidt Bid Dom Dercri tint Unit Price Euended Amount Unit Price Ertenderl Amount 1 5 STA PTintation of Ri hlof-Wa $ 1,000.00 S 5,000.00 $ 100.00 $ 500.00 2 100% IS _ Mobilization, Bonds and insurance 7,000.00 7,000.00 12,000.00 12,000.00 3 100% LS Barricades and Traffic Control Plan Im IcmCnlation 4,500.00 4,500.00 4,000.00 4,000.00 4 100% IS Provide and Implement Buikling and Limestone Curb Protection Plan 3,000.00 3,000.00 10,000.00 10.000.00 5 290 LF Provide Saw Cutting of HMAC Pavement •• 1.20 348.00 20.00 5,800.00 6 3,400 SY For Milling Existing As halt 4.00 13,600,00 750 2550000 7 100 SY For Adding Sub rade Stabilization w/6% Portland Cement 17.00 1,700.00 20.00 2,000.00 8 3.400 SY For Adding Single Course Penetration Seal Coat 2.90 9.860.00 4.00 13,600.00 9 1 20 1 CY Famish, Install and Remove Flex Base or Cold Mix Asphalt Ramps 225.00 4,500.00 130.00 2,600.00 to 3,300 SY 4" HMAC T "D" Pavement (w! rime & tack coop 12.00 39,600.00 13.03 42,999.00 11 30 TN Additional HMAC T "D" Pavement (w/ rime & tack coat) 150.00 4,500.00 50.00 1,500.00 12 210 SF Remove Brick Pavers, Adjust Sub rade & Replace Brick Pavers 5.00 1,050.00 15.00 3,150.00 13 100 SY Place 4 1 /2" Concrete Pave Base for Crosswalk 65.00 6,500.00 54.00 5,400.00 14 24 SY Place Concrete Pave Base for Handicap Ram 65.00 1,560.00 75.00 1,800.00 15 800 SP Place Brick Crosswalk Pavers w/sand cushion 14.00 11,200.00 4.65 3,720.00 16 180 SF Place Brick Handicap Ramp Pavers w/sand cushion 14.00 2,520.00 15.00 2,700.00 17 150 SY Construct 3 -foot wide Concrete Flume 90.00 13,500.00 86.00 12,900.00 18 25 1-F Place 2 -fool wile Concrete Trench w/.rated cover 200.00 5,000.00 100.00 2,500.00 19 1,600 IF Place 4 -inch White Parking Striping 0.50 $00.00 1.00 1,600.00 20 5 EA Place While Painted Handicapped Symbol at Designated lucationns 25.00 125.00 100.00 500.00 21 10 CY Class "A" Concrete in Miscellaneous Conswction 250.00 2,500.00 100.00 1,000,00 22 39 EA Install New Wheel Stops 40.00 1,560.00 50.00 1,950.00 23 100% IS Items Requested by the Owner not shown on the Construction Plans 5,000.00 5,000.00 5,000.00 5,000.00 24 100% IS For Video Taping Project Site Before the Stan of Construction 350.00 350.00 100.00 100.00 TOTAL BASE BID AMOUNT (ITEMS I - 24) $ 145,273.001 1 S 162,819.00 •' Indicates a discrepancy between numerical amoum add extended amount (Twat anuom is corrected anxmuq 1 of 2 BII SULATION 2003-11I40 ADDALTERNATE City or Georgetown 71h and 8th Streets Paving and Drainage Improvements June 16, 2003 2:00 pm BIDDER INFORMATION 11. Deck Construction Co. S.F.W. Construction Inc. 1601 Oxford Blvd 1420 E. FM 2410 Round Rock Texas 78664 Harker Heights, Texas 76548 Item No. Estimated Quantity Unit Bid Dna Dari tion Unit Price Extended Amount Unit Price Extended Amount A-11110% IS Control Ian for vehicular & pedestrian traffic for constructing hawlica ramps $ 500.00 $ 500.00 $ 3,500.00 $ 3,500.00 A-2 100% LS Barricades and Traffic Control Plan Implementation 250.00 250.00 2,140.50 2,140.50 A-3 50 1 LF JP.id, Concrete Saw Cut 2.00 100.00 20.00 1,000.00 A4135 LP Construct Concrete Block Curb 30.00 4,050.00 10.00 1,350.00 A-5 180 SF Place Brick Handicap Ramp Pavers w/sand cushion 14.00 2,520.00 4.65 837.00 A-6 1,000 SF Place Brick Pavers for Pocket Park wisand cushion 14.00 14,000.00 4.65 4,65040 A-7 50 LF Furnish and Install Ribbon Curb to Match Existing 20.00 1,000.00 8.00 400.00 A-8 100% LF Irrigation System for Landscaping Win Pocket Parks 3,000.00 3,000.OD 11500.00 1,500.00 A-9 100% IS Landscaping as Requested by the Owner 1,000.00 1,000,00 1,000.001 1.000.00 A-10 350 SF Furnish and Place 6 -inches of Topsoil in Planter Areas 3.00 1,050.00 1.67 584.50 A-11 85 SY Remove & Dispose Existing Asphalt & Concrete to Construct the Pocket Parks 27.00 2,295.00 15.00 1,275.00 TOTAL ADD ALTERNATE BID AMOUNT (ITEMSA-1 -A-II) $ 29,765.00 $ 18,237.00 BID SUMMARY TOTAL BASE BID AMOUNT (ITEMS t - 24) S 145 273.00 E _ 162,81 .00 TOTAL ADD ALTERNATE BID AMOUNT (ITEMS A-1 -A-11) is 29,765.00 E _ _ 18.237.00 TOTAL BID (BASE BID AND ADD ALTERNATE) E 175.038.00 S 181,056.00 1 hereby certify that this is a correct and true tabulation of all bids received. R. David Patrick, P.E. Burning, Parker & Kasberg, L.L.P. •• Indicates a discrepancy between numerical amount and extemled amount ('foal wnuunt is corrected anwun0 City Council Meeting Date: June 24, 2003 Item No. (�1 AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve a contract between the City of Georgetown and HDR Engineering, Inc., for professional engineering services related to the State Highway 29 Southwest Bypass project. ITEM SUMMARY: The HDR Contract for basic services is for the selection of preferred alternatives and the eventual determination of the final route and location of the Southwest State Highway 29 Bypass for a lump sum amount of $482,252. Included in the contract, is the preliminary engineering for the proposed roadway, right-of-way requirements and Environmental Impact Statement. Ecological resources services would be provided on a time and material basis with a not to exceed amount of $49,500. Total basic services are $531,752. For possible mitigatio- of environmental and archeological issues identified by the basic services scope of work, additional services will be performed on an hourly basis with a not to exceed amount of. $808,710.00. SPECIAL CONSIDERATIONS: Award of contract contingent upon approval of a GTEC budget amendment (approved by the Board on June 10, 2003). Mayor to sign contract no earlier than August 1, 2003 (60 days from public hearing publication) FINANCIAL IMPACT: GTEC budget accounts in the amount of $531,752.00 will be created for basic engineering services and $808,710.00 for additional services as required. GTEC BOARD RECOMMENDATION: Action by the GTEC Board, on May 22, 2003, to initiate the Century Plan process for the Bypass be' Road and IH -35. Approved 7-0 the GTEC Board, on June 18, 2003 to approve the contrast. between the City of Georgetown and HDR Engineering, Inc. for professional engineering services related to the State Highway 29 Southwest Bypass project. Approved 4-0 (Evans, Sansing, and Masterson absent) STAFF RECOMMENDATION: Staff recommends that council approve a contract with HDR Engineering to provide professional engineering services related to the State Highway 29 Southwest Bypass. COMMENTS: None. ATTACHMENTS: HDR Engineering letter and proposed amendment to contract. stant - marx miller, manager U Utilities Transportation Services STATE OF TEXAS § MASTER SERVICES CONTRACT FOR COUNTY OF WILLIAMSON ENGINEERING SERVICES FOR THE SH 29 SOUTHWEST BYPASS PROJECT CITY OF GEORGETOWN § HDR ENGINEERING INC. This is an agreement by and between the CITY OF GEORGETOWN, a Texas Home Rule Municipal Corporation, ("CITY"), and HDR ENGINEERING, INC. ("ENGINEER"), whereby ENGINEER agrees to perform professional services on the SH 29 Southwest Bypass project. WHEREAS, the CITY desires to retain ENGINEER, a professional engineering firm, to provide professional engineering, consulting, and related environmental and schematic design services for the SH 29 Southwest Bypass project in an amount not to exceed $531,752 for Basic Services and an amount not to exceed $808,710 for Additional Services which are in addition to the basic Services costs and which will not be utilized unless further authorized by the City. WHEREAS, ENGINEER desires to perform professional engineering services on such project as may be requested by the CITY. NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties agree as follows: ARTICLE I -- PROJECT DEFINED 1.01 The term "PROJECT" as used herein shall refer to the SH 29 Southwest Avraeg eroject defined by the City on the PROJECT TASK ORDER FORM attarhprl hereto as "Exhibit A.". ARTICLE II -- INITIATION OF WORK 2.01 ENGINEER shall not commence any work unless and until the CITY issues a duly executed PROJECT TASK ORDER FORM for the project. 2.02 Upon receipt of authorization to commence services, the ENGINEER may meet with CITY for the purpose of determining the nature of the PROJECT. CITY shall designate a representative to act as the contact person on behalf of the CITY. 2.03 No TASK ORDER FORM shall be binding or enforceable unless and until it has been duly executed by authorized representatives of the CITY and the ENGINEER. City of Georgetown and HDR Master Services Contract Page 7 of 9 2.04 CITY shall provide all available criteria and information pertaining to each PROJECT. ARTICLE III -- COMPENSATION 3.01 Compensation for services performed under this Agreement shall be either on a time and materials basis or on a fixed price basis. The particular method of compensation for the PROJECT shall be specified in the TASK ORDER FORM. (a) Time and Materials: Compensation for services performed on a time and materials basis shall be in accordance with the RATE SCHEDULE and terms attached to this Agreement as Exhibit 8, which included the charges for all professional, technical, engineering, and administrative personnel directly charging from time to time on a PROJECT. The RATE SCHEDULE in Exhibit 8 is subject to adjustment upon advance written notice to the CITY and shall be effective only after the CITY agrees in writing to change the RATE SCHEDULE. (b) Compensation for services provided on a lump sum basis shall be as stated in the approved TASK ORDER FORM. 3.02 ENGINEER shall submit monthly invoices and the CITY shall pay within thirty (30) days of approval of the invoice. If the CITY disputes any part of the invoice, it shall pay the non -disputed amounts (if any) and promptly notify ENGINEER of the nature of the dispute to request clarification or correction. ARTICLE IV — STANDARD OF PERFORMANCE 401 ENGINEER represents that the information and services provided underthis Agreement is that of a professional engineer, reflecting the standards, procedures, and performances of the industry for the type of PROJECT performed pursuant to this Agreement in the same location and at the same time, and further represents,that the all work and services provided pursuant to this Agreement conform to the processional standard of care in the profession. 4.02 ENGINEER shall be responsible for the accuracy of its work and shall promptly make necessary revisions or corrections to its work product resulting from its errors, omissions, or negligent acts without compensation. ENGINEER will not be relieved of the responsibility for subsequent correction of any such errors or omissions or for clarification of any ambiguities until after a PROJECT has been completed. 4.03 The responsible Engineer shall sign, seal and date all appropriate Engineering submissions to the City in accordance with the Texas Engineering Practice Act and Rules of the State Board of Registration for Professional Engineers. 4.04 ENGINEER's observation or monitoring portions of the work performed under construction contracts shall not relieve the contractor from its responsibility for performing work in accordance with applicable contract documents. ENGINEER shall not control or City of Georgetown and HDR Master Services Contract Page 2 of 9 have charge of, and shall not be responsible for, construction means, methods, techniques, sequences, procedures of construction, health or safety programs or precautions connected with the work and shall not manage, supervise, control or have charge of construction. ENGINEER shall not be responsible for the acts or omissions of the contractor or to other parties on the Project. ENGINEER shall be entitled to review all construction contract documents and ensure that no provisions extent the duties or liabilities of ENGINEER beyond those set forth in this Agreement. 4.05 Any opinions of probable Project cost or probable construction cost provided by ENGINEER are made on the basis of information available to ENGINEER and on the basis of ENGINEER's experience and qualifications, and represents its judgment as an experienced and qualified professional engineer. However, since ENGINEER has no control over the cost of labor, materials, equipment, or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, ENGINEER does not guarantee that proposals, bids, or actual project or construction cost will not vary from opinions or probable cost ENGINEER prepares. ARTICLE V -- INDEMNIFICATION ENGINEER whose work product is the subject of this contract for engineering services agrees to indemnify and hold city, it's elected officials, officers and employees, harmless against any and all claims, lawsuits, judgments, costs, liens, losses, expenses, fees (including attorney's fees and costs of defense), proceedings, actions, demands, causes of action, liability, and suits of any kind and nature, including but not limited to, personal injury (including death), property damage, or other harm for which recovery of damages is sought to the extent arising out of or occasioned or caused by engineer's negligent act, error, or omission of Engineer, any Agent, Officer, Director, Representative, Employee, Consultant, or Subconsultant of Engineer, and their respective Officers, Agents, Employees, Directors, and Representatives for whom ENGINEER is legally liable while in the exercise of performance of the rights or duties under this Contract. The indemnity provided for in this paragraph shall not apply to the extent of any liability resulting from the negligence of CITY, its officers or employees, in instances where such negligence causes personal injury, death, or property damage. In the event Engineer and CITY are found jointly liable by a court of competent jurisdiction, liability shall be apportioned comparatively in accordance with the laws of the State of Texas, without, however, waiving any Governmental immunity available to the City under Texas law and without waiving any defenses of the parties under Texas law. Pursuant to Chapter 271.094 of the Texas Local Government Code or its successor provision, ENGINEER whose work product is the subject of this contract for engineering services, expressively agrees to indemnify and hold CITY, it's Agent and Employees harmless against any and all claims, lawsuits, judgments, costs, liens, losses, expenses, fees (including attorney's fees and costs of defense), proceedings, actions, demands, causes of action, liability, and suits of any kind and nature, for the personal injury, death, or property injury of ENGINEER or the employees of ENGINEER for which recovery of damages is sought that may arise while in the exercise in the performance of the rights or duties under this Contract. City of Georgetown and HDR Master Services Contract Page 3 of 9 It is the express intent of the parties to this CONTRACT that the indemnity provided for in this section is an indemnity extended by ENGINEER to indemnify, protect, and hold harmless, the CITY, its Agents or Employees from the consequences of the negligence of the CITY, its Agents or Employees in instances where such negligence causes personal injury, death, or property damage to ENGINEER or employees of ENGINEER; or any other expense that arises from personal injury, death, or property injury to ENGINEER or employees of ENGINEER. ENGINEER further agrees to defend, at its own expense and on behalf of the CITY and in the name of the CITY, any claim or litigation brought against the CITY in connection with any such injury, death, or property injury for which this indemnity shall apply, as set forth above. ENGINEER shall promptly advise the CITY, in writing, of any claim or demand against the CITY or ENGINEER known to ENGINEER related to or arising out of ENGINEER's activities under this contract. The provisions of this action are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual, or otherwise, to any other person or entity. ARTICLE VI -- INSURANCE 6.01 ENGINEER shall procure and maintain at its sole cost and expense for the duration of this Agreement insurance against claims for injuries to person or damages to property which may arise from or in connection with the performance of the work hereunder by ENGINEER, his agents, representatives, volunteers, employees or subcontractors. 6.02 The ENGINEER'S insurance coverage shall be primary insurance with respect to the CITY, its officials, employees and volunteers. Any insurance or self-insurance maintained by CITY, its officials, employees or volunteers, shall be considered in excess of the ENGINEER'S insurance and shall not contribute to it. 6.03 The ENGINEER shall require all subcontractors to maintain the same insurance as is required by this Agreement. All coverage for subcontractors shall be subject to all of the requirements stated herein, including the provision to the City of Certificates of Insurance. 6.04 Certificates of Insurance and endorsements shall be furnished to the CITY and approved by the CITY before work commences. All Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent. The Certificate of Insurance shall specifically set forth the notice of cancellation or termination provisions to the City of Georgetown. 6.05 ENGINEER shall use only insurance companies to provide coverage hereunder that meet the following requirements: : The company is licensed and admitted to do business in the State of Texas. City of Georgetown and HDR Master services Contract Page 4 of 9 2. The insurances set forth by the insurance company are underwritten on forms which have been approved by the Texas State Board of Insurance or ISO. In addition, the ENGINEER shall provide information to the City relating to any original endorsements affecting coverage required by this section. 6.06 The following standard insurance policies shall be required: 1. General Liability Policy 2. Automobile Liability Policy 3. Workers Compensation Policy 4. Professional Liability Policy 6.06 The following general requirements are applicable to all policies: A. General Liability, Automobile Liability, and Professional Liability insurance shall be written by a carrier with an A:VIII or better rating in accordance with the current Best Key Rating Guide. B. Only insurance carriers licensed and admitted to do business in the State of Texas will be accepted. C. Deductibles shall be listed on the Certificate of Insurance or separately provided to the CITY by ENGINEER. D. Claims Made Policies will not be accepted, except for Professional Liability Insurance. E The CITY of Georgetown, its officials, employees, and volunteers. are to be added as "Additional Insured" to the General Liability and the Automobile Liability policies to the extent that ENGINEER's activities under this Agreement are potentially covered by such insurance. The coverage shall contain no special limitations on the scope of protection afforded to the CITY, its officials, employees, or volunteers. F. A Waiver of Subrogation in favor of the City of Georgetown with respect to Worker's Compensation insurance must be included. G. Each insurance policy shall not be canceled except after thirty (30) days' priorwritten notice by certified mail, return receipt requested, has been given to the City of Georgetown. H. Upon request, certified copies of all insurance policies shall be furnished to the City of Georgetown, and the City shall bear the cost of such copies at a rate not to exceed $0.10 per page. City of Georgetown and HDR Master Services Contract Page 5 of 9 6.07 The following Commercial General Liability will be required: A. Minimum combined Single Limit of $1,000,000.00 per occurrence for Bodily Injury and Property Damage. B. Coverage shall be at least as broad as Insurance Service's Office form number CG 00 01. C. No coverage shall be deleted from the standard policy without notification of individual exclusions being attached for review and acceptance. 6.08 The following Automobile Liability will be required: A. Minimum Combined Single Limitof $1,000,000.00 per occurrence for Bodily Injury and Property Damage. B. The Business Auto Policy must show Symbol 1 in the Covered Autos Portion of the liability section in Item 2 of the declarations page. 6.09 The following Professional Liability will be required: A. Minimum of $1,000,000.00 per claim and $1,000,000.00 aggregate. B. Coverage must be maintained for two -(2) years after the termination of this Agreement. 6.10 The following Workers' Compensation will be required: A. Employers Liability limits of $100,000.00 for each accident is required. B. Texas Waiver of Our Right to Recover From Others Endorsements, W 42 03 04 shall be included in this policy. C. Texas must appear in Item 3A of the Workers' Compensation coverage or Item 3C must contain the following: all States except those listed in Items A and the States of NV, ND, OH, WA, WV, WY. 13110]NALLIm►Eel 1'IF_I&RII 'kg161:4►`i 7.01 ENGINEER shall not assign, sublet or transfer any rights under or interest in this Agreement without the written consent of the CITY, except to the extent that any assignment, subletting or transfer is mandated by law orthe effect of this limitation may be restricted by law. Unless specifically stated to the contrary, in any written consent to an assignment, no agreement will release or discharge the assignor from any duty or responsibility under this agreement. Nothing contained in this paragraph shall prevent the City of Georgetown and HDR Master Services Contract Page 6 of 9 ENGINEER from employing such independent associates and consultants as the ENGINEER may deem appropriate to assist in the performance of services hereunder. 7.02 Nothing under this agreement shall be construed to give any rights or benefits in this agreement to anyone other than the CITY and ENGINEER, and all duties and responsibilities undertaken pursuant to this agreement will be for the sole and exclusive benefit of the CITY and ENGINEER and not for the benefit of any other party. I_\-.4 9194:10111111011110]:Zd:1111111Fi/11111 72 8.01 No liability shall attach to either party from delay in performance or nonperformance caused by circumstances beyond the control of the party affected, including but not limited to acts of God, war, fire, flood, explosion, action or request of a governmental authority, injunction, labor relations, accidents, delays, or inability to obtain materials, fuel, equipment, or transportation. ARTICLE XI — MISCELLANEOUS 9.01 Termination for convenience. CITY may at any time terminate this Agreement or any PROJECT for convenience. At such time CITY shall notify ENGINEER who shall cease work immediately. ENGINEER shall be compensated for the services performed. 9.02 Governing Law. This agreement has been made under and shall be governed by the laws of the State of Texas. The parties agree that performance and all matters related thereto shall be in Williamson County, Texas. 9.03 Notices. All notices, requests or other communications required or permitted by this agreement shall be in writing and shall be sent by (i) telecopy, with the original delivered by hand or overnight carrier, (ii) by overnight courier or hand delivery, or (iii) certified mail, postage prepaid, return receipt rPgti-Gted, and addressed to the parties at the following addresses: CITY: City of Georgetown P.O. Box 409 Georgetown, Texas 78627 Attn: City Manager City Attorney ENGINEER: HDR Engineering, Inc. 2211 S. IH35, Suite 300 Austin, Texas 78741-3842 Attn: James K. (Ken) Haney, P.E. Executive Vice President Addresses and telecopy numbers for notices required under this agreement may be modified as needed by giving notice as required in this paragraph. City of Georgetown and HDR Master Services Contract Page 7 of 9 9.04 Independent Consultant/Engineer. The parties agree that ENGINEER shall be deemed to be an independent consultant/engineer and not an agent or employee of the CITY with respect to its acts or omissions hereunder. The parties agree that the services and activities performed under this agreement are not and shall not be construed as a joint venture between the parties. 9.05 Confidential Work. Any reports, information, project evaluation, project designs, data, or other documentation developed by ENGINEER hereunder given to or prepared by or assembled by the ENGINEER will not be made available to any individual or organization by the ENGINEER without prior written approval of the CITY, except as required by law, including the rules or ordinances of any governmental entity having jurisdiction over the Project. 9.06 Ownership of Documents. City shall have ownership of all documents, including all reports, drawings, specifications, computer software, or other items prepared or furnished by ENGINEER pursuant to this Agreement. However, the documents are instruments of service with respect to the Project for which they were prepared only. ENGINEER retains ownership of all standard concepts, designs, details, and specifications used in such documents. CITY may retain copies of documents for its information and reference in connection with the Project; however, none of the documents are intended or represented to be suitable for use by CITY or others on extensions of the Project (unless specifically approved by ENGINEER) or for any other work. Any reuse without written verification or adaptation shall be at the CITY's sole risk and without liability or legal exposure to ENGINEER. 9.07 No Oral Modification/Complete Agreement. This agreement and any exhibits thereto constitute the entire agreement between the CITY and ENGINEER and supersedes all prior written or oral understandings. This agreement may only be amended, supplemented, modified or cancelled by a duly executed written instrument. 9.08 Waiver. No waiver by either party hereto of any term or condition of this agreement shall be deemed or con -tri ii -d to be a waiver of any other term or condition or subsequent waiver of the same term or condition. 9.09 Remedies. The rights and remedies of the CITY provided in this agreement shall not be exclusive and are in addition to any other rights and remedies provided by law and under this agreement including the right of specific performance and offset. Payment made to ENGINEER by the CITY shall not denote acceptance of the work. 9.10 Exhibits. All exhibits attached to this agreement are incorporated by reference and expressly made part of this agreement as if copied verbatim. 9.11 Severability. In case any one or more of the provisions contained in this agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or inability to enforce shall not affect any provision thereof, and this agreement shall be considered as if such invalid, illegal, or unenforceable provision had never been contained in this agreement. City of Georgetown and HDR Master services Contract Page 8 of 9 9.12 Heirs, successors and assigns bound. The CITY and ENGINEER and their heirs, successors, executors, administrators, and assigns are hereby bound to the terms and conditions of this agreement. 9.13. Controlling Agreement. These terms and conditions shall take precedence over any inconsistent or contradictory provisions contained in any proposal, contract, purchase order, requisition, notice -to -proceed, or other like document. 9.13 Signatures warranted. The signatories to this agreement represent and warrant that they have the authority to execute this agreement on behalf of the CITY and HDR ENGINEERING, INC., respectively. Executed to be effective this day of CITY OF GEORGETOWN LIM Gary Nelon, Mayor Attest: Sandra D. Lee, City Secretary Approved as to form: Patricia E. Carls r;+tv Attomav STATE OF TEXAS ) COUNTY OF WILLIAMSON ) EN GI R By: Ja es K. (Ken) Hane , P.E. Executive Vice President Attest: L�Q� ��CiL.C�iti1 George E. Allett, P.E. CORPORATE ACKNOWLEDGMENT This instrument was acknowledged before me on this day of by , in capacity as Of— , a , on behalf of said Notary Public, State of Texas City of Georgetown and HDR Master Page 9 of 9 EXHIBIT "A" HDR ENGINEERING INC. PROJECT TASK ORDER No. 1 Pursuant to the terms and conditions of that certain "Master Services Contract for Engineering Services for the SH 29 Southwest Bypass project ("Agreement") dated by and between the City of Georgetown, Texas ("City") and HDR Engineering, Inc., ("Engineer") the City and Engineer hereby agree that Engineer shall perform the work described below as provided herein and subject to the terms and conditions of the Agreement: DESCRIPTION OF PROJECT: The scope of services for this project shall include wetland delineation, land use, environmental and survey services, route studies and schematic design for a new location of a four lane divided rural roadway connecting SH 29 to IH 35 and the extension of DB Wood/Inner Loop to a Tee intersection with the SH 29 Southwest Bypass. Project Administration HDR Engineering, Inc (The Engineer), in coordination with the City of Georgetown's Contract Manager (hereinafter referred to as Contract Manager), will be responsible for directing and coordinating all activities associated with the SH 29 Southwest Bypass Project (hereinafter referred to as the Project). A) Scheduling The Engineer will develop a detailed, graphic project schedule (?r Microsoft Project format) indicating tasks, subtasks, critical dates, milestone events, deliverables, information requested from external agencies and TxDOT review requirements. The project schedule will be in a format that depicts the order and interdependence of the various tasks, subtasks, milestones, and deliverables for each task identified herein. Progress will be reviewed monthly and should these reviews indicate a substantial change in progress, the schedule will then be revised subject to the approval of the Contract Manager. B) Project Client Meetings Up to Five (5) meetings will be held with the City of Georgetown to discuss project issues that arise. The minutes of all meetings will be taken and prepared by the City of Georgetown. The Engineer will staff the meetings with the Project Manager and one Sr. Design Engineer or Sr. Environmental Coordinator. City of Georaeto and HDR Task Order No. 1 Page 1 of 17 C) Progress Reports, Invoices and Billings The Engineer will review the schedule and prepare monthly progress reports for review by the Contract Manager over a fourteen (14) month time period. Invoices for all work completed during the period will be submitted monthly for the Engineer and all sub -consultants. Monthly progress reports will include: a. Actual activities performed during the reporting period b. Anticipated activities planned for the next period Deliverables • Monthly Progress Reports (one [1] printed copy with invoice). • Monthly invoices including tabulation of percentage complete by task. D) Project Guide A project management plan will be prepared to identify project organization and responsibilities, coordination and communication procedures, project team meetings, document format, report format, technical memorandum format, graphic production standards, and other important operational information pertaining to the Project E) Close -Out Upon completion, the Engineer will submit all electronic files to the City of Georgetown. Copies of the transmitted materials will be retained by the Engineer for two (2) years after delivery of originals/diskettes to the Contract Manager. 2. Schematic Design A) Route and Design Studies The Alternative Analysis scope of services for the SH 29 Southwest Bypass project is organized into four steps: Step 1 - Develop Initial Set of Alternatives Step 2 - Screening of Initial Set of Alternatives for Fatal Flaws and Selection of Viable Alternatives Step 3 - Analysis, Refinement and Evaluation of Viable Alternatives and Selection of the Preferred Alternative Step 4 - Development of Schematic & Environmental Documentation for the Preferred Alternative B) Technical Methodology Plan Engineer will prepare a Technical Methodology Plan that identifies detailed level alternative evaluation criteria and documents technical methodologies and procedures for alternative analysis evaluation. Included will be quantitative/qualitative measures of effectiveness summarized in a comparative form for each issue. A decision matrix will be developed as the basis for the alternative recommendations. The criteria in this matrix will include avoiding and/or minimizing impacts to the following: City of Georgetown and HDR Task Order No. 1 Page 2 of 17 a. Right -of -Way/ Displacement cost b. Regional Mobility C. Capital cost d. Utility Conflicts e. Social and Economic Impacts f. Environmental Impacts g. Land use h. Farmlands or Ranchlands i. Existing, build year and 20 -year design air quality j. Existing, build year and 20 -year design noise levels k. Water quality I. Wetlands / waters of the U.S. M. Wildlife habitat n. Floodplains o. State or Federally listed threatened or endangered species P. Historic and archaeological assets q. Hazardous waste sites r. Aesthetic and Scenic quality C) Identify Conceptual Alternatives (Up to 10) The Engineer will identify and define, with the assistance of Stakeholders, Interested Public participants, City of Georgetown Staff and previous studies, conceptual alternatives within the project area. The Aerial photo will be provided by the City of Georgetown. a) Using controlled aerial photography along with public input, identify potential alternatives to provide for the development of the SH 29 Bypass including interchange locations and configurations. These alternatives, will be identified considering existing development, past, present and future land use, environmental factors, location and functional characteristics of present and future interchange, geographic features, political issues, traffic volumes and costs. Up to ten (10) potential alignment alternatives will be identified, including those identified by the public. b) Field inspection of the corridor while evaluating the impacts of each potential alternative. D) Fatal Flaw Analysis The Engineer will screen the conceptual alternatives based on fatal flaw qualitative analysis to determine up to three (3) viable alternatives for further evaluation. Deliverables ■ General alignment and typical sections of all alternatives at appropriate scales so that each alternative can be presented on one 11" by 17" sheet. ■ General environmental constraints map. ■ Completed Decision Matrix City of Georaetown and HDR Task Order No. 1 Page 3 of 17 E) Analysis and Refinement of Viable Alternatives A generalized ROW impact will be developed for the viable alternatives. A horizontal alignment will be developed for critical elements of each alternative as required to substantiate the layout, impacts, structure requirements, and costs of each alternative. These plan view ROW impact drawings are intended to highlight the differences between the alternatives and for selection of the preferred alternative. Based on qualitative analysis and quantitative analyses, input from the stakeholders, the Engineer will develop a preferred alternative. Schematics will be drawn in Microstation, (dgn format). Alignments will be calculated in Geopak application. F) Schematic Design Roadway geometry will be based on the criteria and requirements set forth in TxDOT's Roadway Design Manual — Revised October 2002. The schematic will be prepared in English units within the MicroStation CADD environment. Submittals for the Schematic will be: • Preliminary Schematic: Showing Horizontal Alignment only, for approval and use at 2nd Public Meeting. • Draft Schematic: Showing Draft Horizontal & Vertical Alignment for approval and use at Public Hearing. • Final Schematic: Showing final Horizontal and Vertical Alignment of the preferred alternative and final comments from Public Hearing. 3. Preliminary Design and Railroad Coordination A) Schematic Design will be developed from SH 29 Near DB Wood Road to IH 35 near Inner Loop 1) Attend up to four schematic coordination meetings with the City of Georgetown 2) Coordinate two meetings with the City of Georgetown and Texas Department of Transportation (TxDOT) and Williamson County. 3) Provide a MicroStation format on compatible archive media containing all graphics files used in developing the schematic and all Geopak (Gpk) alignment files. 4) Collect, review, and evaluate available existing data pertaining to project. B) Utilities Contact area utility companies and perform a visual survey of the project sites. Identify existing utility locations and place utility information on plans. C) Right of Way 1) Determine location of additional right of way. City of Georgetown and HDR Task Order No. 1 Page 4 of 17 4. 2) Determine preliminary right of way requirements by parcel. 3) Develop list of affected property owners. D) Roadway 1) Select roadway geometry and prepare Typical Section. The typical section shall also reflect proposed geometric including pavement cross slopes and lane and shoulder widths. 2) Develop Horizontal and Vertical Alignment. 3) Develop roadway plan view. E) Bridge: 1) Develop bridge typical section. i. Determine superstructure and substructure requirements. ii. Determine location and number of test holes for geotechnical testing. F) Miscellaneous items: 1) Develop preliminary traffic control narrative. 2) Determine preliminary estimate of probable construction cost utilizing City supplied or TxDOT average unit bid item cost. G) Railroad Coordination: 1) Prepare a preliminary Railroad Crossing exhibit for initial discussions with TxDOT and Georgetown Railroad. 2) Attend two meetings with City. 3) Attend two railroad coordination meetings with the Georgetown Railroad Representatives. H) Traffic Operation Analysis: The Engineer will conduct the following: (a) Provide turning movements diagram for both the anticipated onnnino year and the TxDOT or CAMPO 20 -year projected traffic (b) Use existing and future traffic volume to determine Level of Service (LOS) analysis for mainlanes, interchanges and intersections, as well as analyze traffic data to determine whether traffic signals are warranted at the various intersections. Final Schematic Upon approval of the draft horizontal and vertical geometrics by the Contract Manager, three copies of the draft schematic will be submitted through the City of Georgetown for TxDOT Austin District and TxDOT Design Division for approval, and subsequent coordination with the Federal Highway Administration (FHWA) where applicable, and shall be the basis for an exhibit at any required public hearing prior to final development of the project. If there are any changes to the draft schematic after the Design Division and FHWA approval and before the public hearing, two copies of the revised draft schematic, as displayed at the hearing, shall be submitted either prior to or accompanying the public hearing Task Order No. 1 Page 5 of 17 data. If there are no changes in the schematic as displayed at the hearing, only photographs of the schematic and other displays shall be submitted with the public hearing data. The final schematic will be issued after changes (if any) from the public hearing are incorporated. Deliverables • Three copies (assume 4 rolls each) of the schematic layout • Digital copy of approved schematic. A) Engineering Summary Report Prepare an Engineering report, which will document the Preliminary Engineering of all components of the project. The report includes: 1) Project Summary (description and history) 2) Alternative evaluation 3) A summary of the route study 4) Description of preferred alternative 5) Traffic analysis 6) Level of Service Analysis 7) Typical sections 8) Sequence of construction diagrams and traffic handling narrative 9) ROW and Construction Cost Estimates 10)A preliminary hydraulic analysis B) Value Engineering Study including: Since the project Construction Estimate is currently Slightly under $22,000,000, no Value Engineering Study is included in this scope. If the estimate increases to $25, 000,000 or more, a Value Engineering study will be provided at the beginning of the PS&E phase scope and fee. 5. Public Involvement All public involvement procedures shall be in accordance with 43 Texas Administrative Code (TAC) 2.40-2.51, Code of Federal Regulations Title 23, Part 771 Technical assistance, meeting(s)/hearing(s) preparation, maintenance of contacts lists, exhibit preparation, and other tasks required, shall be provided. The minutes of all meetings will be taken and prepared by the City of Georgetown. The Engineer will staff the stakeholder meetings with the Project Manager and one Sr. Design Engineer. The Engineer will staff the Public Meetings and Public Hearing with the Project Manager, a Sr. Design Engineer, a Design Engineer. A Project Principal will attend one public Meeting and one Public Hearing. One coordination meeting prior to the first Public meeting and the Public hearing is included in the scope and fee. A) The Engineer will maintain contact list and provide notices to TxDOT to mail to individual property owners. B) At project kickoff — to develop range of alternatives — Up to 5 separate meetings will be held with stakeholders. City of Georgetown and HDR Task Order No. 1 Page 6 of 17 C) First Public Meeting will occur during route study for initial route identification. D) After preliminary evaluation of Conceptual Alternatives in order to reach consensus on Viable Alternatives — One meeting will be held with stakeholders. 1. After preliminary evaluation of Viable Alternatives in order to reach consensus on Preferred Alternative — One meeting will be held with stakeholders 2. Second Public Meeting will be to transition from route selection to vertical development of schematic. 3. One public hearing to be held at the location designated by the Contract Manager once the schematic has been approved 4. Engineer will prepare up to three (3) editions of a newsletter to keep the public informed of project progress and the dates, times, and locations of public meetings. Newsletters will incorporate text and graphics. 300 copies of each newsletter will be published. The Engineer will provide a synopsis of the outcome of the public meetings, which include attendance record, copy of comments received, type of questions posed, general disposition of the public to the proposal, new issues which may have surfaced, for each of the public meetings. Deliverables ■ Public meeting summaries for two public meetings (One original each), and for one Public Hearing (One Original). 6. ROW AND UTILITY ADJUSTMENT: A) ROW Maps and Legal The ENGINEER shall provide preliminary ROW (including drainage easements) acquisition lines as soon as thev are identifiable. The Engineer shall provide X&Y coordinates and/or Station & Offsets to the City of Georgetown. B) Easements: The Engineer shall be responsible for delineating easements in areas ROW for purposes of proposed construction or future maintenance. (Engineer will be responsible for preparing the necessary legal instruments.) 7. DRAINAGE: A) Hydrologic Studies, Discharges: 1. The Engineer will identify major drainage areas and based on ultimate land use and zoning maps, determine ultimate design year and 50 and 100- year "Q" for probable bridge class drainage structures. The Engineer will also obtain existing floodway data hydrologic models for regulated floodways and verify these drainage areas and "Q's". Additionally, the Engineer will use City of Geometow and HDR Task Order No. 1 Page 7 of 17 approved hydraulic models to size probable bridge class structures to satisfy FEMA requirements. The Engineer shall investigate the need for drainage easements for cross drainage sites. Standard hydrologic analysis methodologies found in the TxDOT drainage manual will be appropriate for the analysis. Non-standard analysis techniques will not be required. The analysis will be limited to "major' drainage channels and structures that will either have an impact on Right -of -Way requirements or encompass significant cost considerations. All hydraulic design shall be in accordance with TxDOT's Hydraulic Manual, except where variances are permitted in writing by TxDOT. Use 1 inch=2000 feet scale area drainage maps. Deliverables: 1. Drainage area maps showing existing conditions and proposed improvements. 2. Hydrologic data/discharge determination 3. Stage -discharge information B) Hydraulic Drainage Study and Documentation* 1. Hydraulic computation a. For non -bridge class structures, the Engineer will compare existing structures with structures upstream and downstream of the roadway to determine preliminary structure size. b. Bridge class drainage crossings will be analyzed. Tailwater elevations will be determined assuming normal depth in a single downstream cross-section. C. Preliminary channel design will be based on a normal depth analysis using Manning's equation. Backwater analysis for channel design will not be performed. *This work will include the use of any hydrologic or hydraulics computer programs which may be required, such as Texas Hydraulic System (THYSYS), Federal Highway Administration Hydraulic Engineering Circulars and other TxDOT Hydraulic Section publications. 8. Revise Century Plan Attend up to four meetings. 2. The Engineer shall prepare two exhibits with the assistance from the City Staff to identify the general location of the road extending to the west from the SH 29 Bypass intersection with the Inner Loop for modification to the century plan. City of Georgetown and HDR Task Order No. 1 Page 8 of 17 9. Environmental Services (To Be Performed by Blanton & Associates) The Environmental Assessment (EA) and permitting process consists of several planning phases. Initial phases include coordination with affected entities and the identification of issues that pose potential constraints to the development of the proposed project. These phases are followed by the incorporation of pertinent design and environmental data that provide a framework for issue resolution and the selection of a preferred alternative. Finally, an EA will be prepared to document the planning and permitting phases of the project. The following outlines this process. A. Prepare Environmental Constraints Report The Engineer will prepare an environmental constraints report in support of the National Environmental Policy Act (NEPA) to identify any known environmental constraints and/or fatal flaws associated with the proposed project. The report will follow a systematic, interdisciplinary approach to evaluate and characterize up to three alternative corridors. The findings of this report will help project planners and engineers determine potential constraints when determining roadway alignments. B. Prepare Draft Environmental Assessment The EA document will comply with NEPA and the guidelines of the Texas Department of Transportation (TxDOT) and the Federal Highway Administration (FHWA) for preparing environmental documents. The analysis will address the adverse and beneficial impacts of project construction and operation. The impacts analysis will be organized to facilitate equivalent comparisons of alternatives. Mitigation options will be emphasized where adverse impacts may potentially occur. Environmental professionals with specialized technical training and experience in their respective disciplines will perform the baseline and impacts analyses for various disciplines. C. Public Involvement The Engineer will participate in all public involvement activities necessary to achieve public support and consensus, but this scope assumes the Project Engineer will be responsible for all logistical activities (i.e., meeting places, attendees, meeting summaries). The primary responsibility of the Engineer for this task will be to provide environmental technical support and graphics depicting environmental constraints. This scope includes the Engineer's attendance at the following meetings: 1) Two public meetings 2) One public hearing 3) Meetings with affected property owners (up to five) City of Georgetown and HDR Task Order No. 1 Page 9 of 17 D. Agency Coordination As part of the proposed effort, the Engineer intends to collect information and informally coordinate with local, state, and federal agencies and organizations regarding project compliance with applicable environmental regulations and associated approvals, including the 18 regulatory programs listed in Section 2-204 of the Texas Department of Transportation Operations and Procedures Manual Part IIB, and Section 2 of the TxDOT Environmental Manual. These entities may include: • Local, county, and municipal government agencies • U.S. Fish & Wildlife Service (USFWS) regarding Endangered Species Act (ESA) compliance • Federal Emergency Management Agency (FEMA) and local flood management agency regarding National Flood Insurance Program compliance • Texas Parks and Wildlife Department (TPWD) regarding area parks, wildlife refuges, state -listed endangered species, and compliance with TxDOT/TPWD Memorandum of Understanding regarding non- regulated vegetation impacts • Texas Commission on Environmental Quality (TCEQ) • Natural Resources Conservation Service regarding Prime Farmland Protection Act compliance All correspondence and telephone or in-person discussions with agency officials will be logged as part of the project file. E. Purpose and Need for Action This task, which includes preparation of the project description, will be based on information provided primarily by the Project Engineer. The Engineer will work closely with engineers from the City of Georgetown, HDR Engineering, Inc., and TxDOT to develop the project description and purpose and need sections for the EA. F. Description of Alternatives The Engineers role in this task is to provide and analyze constraints information as related to NEPA alternatives to assist in the selection of a preferred alternative. G. Affected Environment and Consequences For each of the categories listed below, the Engineer and the Project Engineer (where appropriate) will perform pertinent literature and background searches and field reconnaissance to gather data necessary for completion of City of Georgetown and HDR Task Order No. 1 Page 10 of 17 an EA and to support the permitting process. Data will be provided both on a regional scale and specific to the alternatives that received primary consideration during the planning process. This information will be graphically depicted and verbally characterized in sufficient detail so that their comparative merits can be evaluated. The results of this effort will be utilized in the EA but will also be useful during the alternatives analysis and public involvement phases. The existing environment and potential impacts of the proposed projects will be described for each discipline below. H. Land Use and Economic Impacts The Project Engineer will be responsible for determining the effects of proposed project improvements in light of land -use trends, plans, and policies within the study area. This effort will entail coordination with local officials and will include an analysis of potential secondary effects of the proposed improvements. The assessment will address potential economic effects upon adjacent businesses due to diversion of traffic during and after construction. Particular attention will be paid to the existence of underground and above- ground pipelines servicing the oil and gas industry. The Engineer will be responsible for reviewing the applicability of Section 4(f) of the Department of Transportation Act and Section 6(f) of the Land and Water Conservation Fund Act. If 4(f) or 6(f) evaluations are required, they will be conducted under a separate scope and budget. The Engineer will assess impacts to prime farmland soil units by mapping, quantifying, and coordinating with the Natural Resources Conservation Service. Resolution of this issue will be documented in the text of the EA. I. Social Impacts and Environmental Justice As applicable, this task will address potential effects of the project on local ..eighborhoods or communities, travel patterns, access, and publ'.c safety, particularly as those changes may differentially affect various social groups and minorities. The assessment will conform to FHWA guidance for compliance with Executive Order 12898 Environmental Justice. J. Air Quality Impacts The proposed project area will be evaluated for National Ambient Air Quality Standard (NAAQS) status. The air quality assessment will focus on the changes in roadway -related carbon monoxide (CO) and other criteria emissions that may result from the proposed improvements. Using existing literature, an analysis will be prepared of the study area's existing meteorological dispersion and air-quality characteristics. City of Geomeloym and HDR Task Order No. 1 Page 11 of 17 K. Noise The project noise assessment will consist of an inventory of potential noise - sensitive receptors in order to establish the project area's existing noise level range. In accordance with TxDOT noise assessment guidelines, the roadway alignment for the design year will be computer simulated, and future noise levels will be predicted at each of the sensitive receptors using the FHWA/TxDOT approved Traffic Noise Model. L. Ecological Resources (To be performed under time and material portion of contract with a not -to -exceed of $49,500.00) The Project Engineer will conduct evaluations of waters of the U.S., including wetlands, in all areas potentially affected by the proposed project, and a "jurisdictional waters finding" will be provided if necessary. As part of the environmental phase of the project, the Project Engineer will notify the district if it is believed that a Section 404 or Section 9 permit is required and will provide the technical data to the district for application to the U.S. Army Corps of Engineers and/or the U.S. Coast Guard. Any Section 404 permitting that requires direct coordination with the U.S. Army Corps of Engineers is scheduled to occur during the design phase and will require an additional scope and budget. The Engineer will characterize remaining ecological resources including existing vegetation attributes and wildlife habitat. Ecologically sensitive resources, if identified, will be mapped and described in order to assess potential effects of project construction and operation. This will include the appropriate literature and aerial photography review and field verification. The Engineer will also perform a literature review, habitat assessment(s), and USFWS coordination to identify and address threatened/endangered species issues in order to ensure compliance with the ESA. The assessment will focus on federally listed species of potential occurrence. Phis scope and budget also includes a geologic assessment survey to identify candidate karst features within the project area. The proposed right-of-way and a 500 ft buffer on either side of the proposed right-of-way will be surveyed to identify these features. The EA will also address compliance issues under the Migratory Bird Treaty Act relative to the proposed project. M. Hazardous Materials Contamination The Project Engineer will perform an Environmental Site Assessment for potential hazardous materials impacts in accordance with the American Society for Testing and Materials (ASTM) 1528.93 (Transaction Screen Process). It will be undertaken as a combination of data search and site investigation for the preferred route (corridor). The hazardous material criterion will be used in determining mitigative measures for the preferred route—not necessarily for route selection. Notwithstanding, the Project City of Geo®eloy and HDR Task Order No. 1 Page 12 of 17 KOJI Engineer will identify significant appurtenances that may conflict with the various routes during the route selection phase. This information will be used for revising alignment and/or selecting the preferred route. The Project Engineer will conduct database searches for up to three alternative routes for the Inner Loop project. Up to five separate investigations will be conducted: leaking petrochemical tanks (underground), state/federal superfund sites, municipal solid waste sites, storage disposal facilities, and industrial and hazardous waste sites. Field verification will be completed for the preferred route. Separate Support Documentation Where applicable, separate letter reports documenting results of historic, threatened and endangered species, noise, wetlands, and environmental justice investigations will be prepared for regulatory overview. Survey Services (To Be Performec' by Diamond Surveying, Inc,) A) Provide Client with electronic Gadd file and plotted map showing road right-of- way lines and property lines based on record deed information and preliminary pin search for use in preliminary route determination. B) Obtain right of entry to properties that require field crew entry. C) Establish and stake baseline control and furnish listing of horizontal alignment and coordinates for baseline control. This baseline shall not be on centerline stationing. D) Establish benchmark circuit throughout the project and project control data. Provide Client with benchmark list. E) Collect void information to supplement Digital Terrain Model (DTM) of the roadway and site for use in the GEOPAK Koaoway geometry modeling system. F) Establish x, y and z coordinates of power lines, manholes and valves of various utilities and flowlines of existing sanitary sewer and storm sewer lines. Utility locations shall be based on One -call services. G) Provide temporary signs, traffic control, flags, safety equipment, etc. H) Ties to existing bridges, bridge foundations and culverts. 1) Provide hydraulic cross-sections for hydraulic analysis. J) Locate geotechnical bore holes and provide location report to client. City of Georgetown and HDR Task Order No. 1 Page 13 of 17 K) Perform management tasks related to the surveying services listed above. These tasks shall include such items as coordinating work to be performed, attending meetings, telephone discussions with the Client, progress reports, etc. 11. Work not included at this time • Right of way mapping or parcel plats. • Meets and bounds for parcel legal descriptions. • Pavement Design. • Utility conflict design and plan preparation. • Roadway, Railway or Bridge design. • Final PS & E and Bid Document preparation. • Traffic analysis for project or century plan. 12. Items to be provided by the City • Any cultural resource work (i.e., archaeological investigations/historical investigations). The City or its selected consultant will provide the required cultural resource findings/reports necessary for state and federal approvals. This information will be made available to the Engineer for inclusion in the Environmental Assessment. • A court reporter or other source for recording meeting minutes at the public meetings and the public hearing. • Minutes of all public meetings/hearing. • Background data including construction drawings, site plans, plats, survey information, survey datum, property ownerships, land use drawings, 13. Additional Services There are work items associated with this project which are dependent upon findings from the basic services scope of work. These items may be required in their entirety, may be partly required or may not be required at all. In order to more efficiently work these items into the project, the effort required to complete them will be determined at a later date when the project corridor becomes more definite. Therefore, the items and their associated costs as outlined below are estimated and will be further defined as the project develops. Items included in the additional services are: A. Environmental Services Agency Coordination TxDOT generally conducts formal coordination activities with resource and regulatory agencies when the draft EA is provided to their office. Due to the uncertainty of TxDOT's involvement, it may be necessary for the Engineer to conduct formal coordination with resource and regulatory agencies. The City of Georgetown and HDR Task Order No. 1 Page 14 of 17 Engineer would perform any required formal coordination to obtain approvals if TxDOT is not involved with the proposed project. Formal coordination and meeting activities: $9,000 Archaeology The cultural resources task will include a background review of historical and archaeological sources, including an inventory of recorded sites from the Texas Archeological Research Laboratory, to evaluate the potential for occurrence of sites which may be eligible for inclusion on the National Register of Historic Places. This scope includes a 100 percent pedestrian survey of the preferred alignment as required for compliance with Section 106 of the National Historic Preservation Act and the Texas Antiquities Code. This scope does not include any activities associated with the testing or mitigation phases of Section 106 compliance. If testing and/or mitigation are deemed necessary, additional funds would be needed to complete these activities This scope also includes a TxDOT Historical Resources Survey of buildings and structures up to 1,300 ft beyond the proposed right-of-way for the preferred alignment. • Estimated cost to conduct archaeological studies: $12,250 • Estimated cost to conduct historic studies: $12,250 • Additional cost would be required if the initial archaeological survey determines that a site or sites require testing and/or mitigation. Mitigation of an archaeological site may require additional work in order to comply with Section 106 of the National Historic Preservation Act and the Texas Antiquities Code. • Testing of archeological site(s) depends on size and significance: $25,000 to $125,000 (per site) • Mitigation of archaeological site(s): $50,000-500,000 (per site) For budgeting purposes, it is assumed that a single site may be identified requiring testing and mitigation, which would cost approximately $250,000. Endangered Species Presence/absences surveys for the threatened and endangered species may require additional efforts if habitat is present. For example, USFWS protocol may require three years of survey data for the golden-cheeked warbler to resolve issues. If significant karst features are identified, a biological assessment of habitat quality would be required. Efforts associated with significant karst features may require mapping of significant caves to achieve clearance. Additionally if impacts to endangered song birds occur, a biological assessment would be required. • Additional surveys: $20,000 • Additional karst work: $100,000 • Biological assessments: $30,000 • Mitigation Planning: $50,000 City of Georaetow and HDR Task Order No. 1 Page 15 of 17 Noise Impacts If noise modeling indicates that noise abatement is feasible and reasonable, a noise workshop would be scheduled for the affected property owners. The intent of the noise workshop would be to gather a consensus from the affected property owners concerning the location and type of noise wall(s) that could be constructed. Noise workshop: $5,000 Section 4(f)/6(f) Evaluations Section 4(f) of the Department of Transportation Act of 1966 helps protect publicly owned lands such as parks, recreational areas, wildlife and waterfowl refuges, and significant historic sites from impacts due to highway construction. Section 6(f) of the Land and Water Conservation Fund Act requires that recreational facilities receiving U.S. Department of Interior funding from the Land and Water Conservation Fund Act as allocated by the Texas Parks and Wildlife Department (TPWD) may not be converted to non -recreational use unless approval is received from TPWD and the National Park Service. Impacts to Section 4(f) and/or 6(f) lands would require additional documentation to achieve environmental clearance. • Section 4(f) evaluation: $10,000 (per location) • Programmatic 4(f) evaluation: $15,000 (per location) • Section 6(f) evaluation: $15,000 (per location) For the purposes of this correspondence, a total cost of $25,000 is assumed for 4(f) and 6(f) concerns. Prepare Environmental Impact Statement If potential significant unavoidable impacts to the human or natural environment are determined during the development of.the EA, an Environmental Impact Statement resulting in a Record of Decision would be required. Additional Cost for Environmental Impact Statement: $90,000 B. Survey 1. Locate roadway right of way and parcel line locations based on actual on -the -ground survey and relate to project control upon determination of final alignment. Provide City with electronic CADD file and plotted strip map. 2. Provide coordination with Utility companies based on One -call notification service. 3. Prepare individual metes and bounds descriptions with seven (7) parcels to be acquired for right-of-way and five (5) parcels to be acquired for City of Geometow and HDR Task Order No. 1 Page 16 of 17 easements. These numbers are estimated based on information available at this time. 4. Stake centerline stationing of final alignment for use during construction phase. 14. PAYMENT Fees associated with the Basic Services portion of the contract, excluding the Ecological Resources, will be invoiced on a lump sum basis in the amount of $482,252. The Ecological Resources will be invoiced on the basis of hourly costs plus expenses with a maximum not to exceed amount of $49,500. The total for Basic Services is $531,752. Additional Services, if required and approved, will be invoiced on the basis of hourly costs plus expenses with a maximum not to exceed amount of $808,710. A breakdown of the costs for this project is attached, Exhibit C, to this task order. 15. SCHEDULE A detailed project schedule will be provided shortly after Notice to Proceed is received. Development of the environmental documentation and schematic design comprising the Basic Services of this contract will be completed with fourteen (14) months of written authorization to proceed. This PROJECT TASK ORDER shall not bind or effective unless and until it is signed by duly authorized representatives of both ENGINEER and the CITY. Executed to be effective on CITY OF GEORGETOWN Printed Name: Date: City of Georaetow and HDR Task Order No. 1 Page 17 of 17 2003. HDR ENGINEERING, INC. By, l Printed ame: James K. (ken) Haney, P.E. Title: Exec tie Vice President Date: 4,13403 EXHIBIT "B" HDR ENGINEERING, INC. AUSTIN, TEXAS SCHEDULE OF ESTIMATED HOURLY BILLING RATES Project Principal $ 250 Project Manager/Senior Engineer $ 165 Project Engineer $ 150 Design Engineer $ 115 Engineer -in -Training $ 90 Sr. Design Technician $ 100 CADD Technician $ 80 Clerical/Steno $ 65 BLANTON & ASSOCIATES, INC. AUSTIN, TEXAS Project Principal $ 155 Senior Project Manager $ 125 Project Manager $ 105 Sr. Scientist $ 100 Scientist II $ 85 Scientist 1 $ 70 Technician II $ 65 Technician 1 $ 55 Cartography $ 85 Project Administrator $ 60 Clerical $ 55 EXHIBIT "C" Fee Summary - Basic Services Project Name: SH 29 Southwest Bypass Consultant: HDR Engineering, Inc. Cost Component, Hours Project Principal Project Manager/Senior Engineer. Design Engineer Engineer -in -Training Sr. Design Technician CADD Technician Clerical/Steno Total Hours Cost Component, Dollars Project Principal Project Manager/Senior Fngineer Design Engineer Engineer -in -Training Sr. Design Technician CADD Technician Clerical/Steno Labor Dollars TOTAL EXPENSES W/ 10% markup TOTAL HDR BASIC SERVICES FEE SUBCONSULTANTS BASIC SERVICES Diamond Surveying Right-of-way Map w/Electronic File Obtain Right of Entry Baseline Control Benchmark Circuit Digital Terrain Model Utility Survey Traffic control & Safety Ties to hydraulic structures Hydraulic Cross Sections Geotechnical Boni^o I ^t -en= Administration, meetings, coord., etc. Subtotal Diamond Surveying Blanton & Associates (Excluding Ecological Resources) Envir6nmental Constraints Report Public Involvement Agency Coordination Purpose & Need for Action Alternative Descriptions Land Use & Economic Impacts Social Impacts Air Quality Impacts Noise Assessment Subconsultant Administration & Coordination 10% Subtotal Blanton & Assoc. YNS/_l�:laF96I.9X:77[NX.'��r1.:liYYld�3� $32,591 $336,546 $ 5,080 $ 650 $ 13,900 $ 9,580 $ 16,400 $ 12,600 $ 850 $ 6,300 $ 6,950 $ 3,650 $ 6,000 $81,960 $ 18,000 $ 5,000 $ 5,000 $ 1,000 $ 3,000 $ 5,000 $ 1,500 $ 4,500 $ 7,500 $50,500 $13,246 $482,252 Blanton & Associates (Ecological Resources) TOTAL HOURLY NOT TO EXCEED FEE $49,500 TOTAL BASIC SERVICES FEES $531,752 Schematic Environ. RR Project Total Coor. Admin. Hours 60 0 2 20 82 416 58 38 108 620 512 8 14 44 578 264 104 16 0 384 264 0 0 0 264 496 24 24 0 544 72 17 0 68 157 2084 211 94 240 2629 Rate $250 $15,000 $0 $500 $5,000 $20,500 $165 $68,640 $9,570 $6,270 $17,820 $102,300 $115 $58,880 $920 $1,610 $5,060 $66,470 $90 $23,760 $9,360 $1,440 $0 $34,560 $100 $26,400 $0 $0 $0 $26,400 $80 $39,680 $1,920 $1,920 $0 $43,520 $65 $4,680 $1,105 $0 $4,420 $10,205 $237,040 $22,875 $11,740 $32,300 $303,955 Subtotal Diamond Surveying Blanton & Associates (Excluding Ecological Resources) Envir6nmental Constraints Report Public Involvement Agency Coordination Purpose & Need for Action Alternative Descriptions Land Use & Economic Impacts Social Impacts Air Quality Impacts Noise Assessment Subconsultant Administration & Coordination 10% Subtotal Blanton & Assoc. YNS/_l�:laF96I.9X:77[NX.'��r1.:liYYld�3� $32,591 $336,546 $ 5,080 $ 650 $ 13,900 $ 9,580 $ 16,400 $ 12,600 $ 850 $ 6,300 $ 6,950 $ 3,650 $ 6,000 $81,960 $ 18,000 $ 5,000 $ 5,000 $ 1,000 $ 3,000 $ 5,000 $ 1,500 $ 4,500 $ 7,500 $50,500 $13,246 $482,252 Blanton & Associates (Ecological Resources) TOTAL HOURLY NOT TO EXCEED FEE $49,500 TOTAL BASIC SERVICES FEES $531,752 Manhour Summary Project Name: Southwest SH 29 Bypass ---------------------------------------------------------------------------------------------------------............................................... Consultant: HDR Engineering, Inc. -------------------------------------------------------------------------------------------------------------------------------------------------------- Tasks Hours for the Classifications Total roject F: incl al PM / Senior En/Sr. Env Design Enq/ Env II Engineer in raining/Env Sr. Design Technician CADD Technician Steno / Clerical Project Administration 20 108 44 68 240 Schematic Preparation 60 416 512 264 264 496 72 2084 Environmental 0 58 8 104 0 24 17 211 Georgetown RR Coordination 2 1 38 1 14 1 16 0 24 1 0 94 Total Hours 82 1 620 1 578 1 384 264 544 1 157 2629 Jim Briggs To: Sandra Lee/City of Georgetown@City of Georgetown 03/21/2003 09:19 AM Subject: Georgetown Village Interceptor Could you forward this on the council for background for Tuesday night. We have been talking with the neighbors about the connections to the wastewater line and making available to them an option that we have used before to "UNDERWRITE" the project for them if they pay 100% of the cost plus interest at the current City rate of 5-6% with a 5 year payout. That interest rate is up to Micki. Council adopted a policy to do this about 10 years ago just for this type of purpose. We have yet to get an exact number of who will connect to the system because the residents have been hesitant to commit to paying for the improvements. They still think that the City should pay for the improvements and waive any fees for them. We have so far indicated that is not on the table because we have obligations for customers within the City Limits and they are outside the City customers. Taking funds from City projects and transferring them to Out of City customers is not an option at this time. The wastewater fund is very delicate on covering expenses as it is without reducing potential revenues and increasing expenses to the fund. The underwriting option has been used numerous times and is a very effective way to meet the customers half way without damaging our commitments to the current users. I have this issue scheduled for discussion at the GUS Advisory Board meeting next Thursday as a way to give the residents a forum for discussion since they will simply address the council on Tuesday night and there is a procedure already established to offer them that is council approved. The GUS Board can recommend to Council that we either go forward with these contracts to underwrite the project, establish another means for doing this or pass. Jim Briggs ACM/Utilities Georgetown Utility Systems 512.930.3889 internet mail: jhb@georgetowntx.org Forwarded by Jim Briggs/City of Georgetown on 03/21/2003 09:02 AM t7 -- Glenn -- Glenn Dishong To: Jim Briggs/City of Georgetown@City of Georgetown 03/21/2003 08:24 AM cc: Keith Hutchinson/City of Georgetown@City of Georgetown. John Aldridge/City of Georgetown@City of Georgetown, Joel Weaver/COU/City of Georgetown@City of Georgetown Subject: Georgetown Village Interceptor Jim, I met with a group of Serenade homeowners (approx 20) last night. I reviewed the current City decision and also reiterated that GUS would be willing to fund and manage the project of stub installation if homeowners would pay for 100% of the cost (either up front or financed). I also asked for them to clearly indicate how many homeowners would be interested in Sewer Service (not just stub installation) within the next year. I told them that if enough homeowners would actually tap into the system (paying impact fees and monthly service fees), then GUS MAY be able to participate in the cost to some degree because there would then be a means of offsetting the cost with sewer revenue. Also mentioned that if we did manage the installation of the stubs, we would do everything possible to minimize the cost including "bundling" the project with other projects (Lakeway, Golden Oaks Lift) to create economies of scale. I told them that to proceed with any kind of engineering estimate, I would need to know the addresses of those individuals that want stubs (and are willing to pay) and also the addresses of those folks that want service within the next year. The group will try to get this info to me ASAP. In the mean time.... they will be speaking to the council on Tuesday evening. Glenn W. Dishong Water Services Manager Georgetown Utility Systems 512-930-2574