Loading...
HomeMy WebLinkAboutAgenda CC 01.25.2005Notice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, January 25, 2005 The Georgetown City Council will meet on Tuesday, January 25, 2005 at 06:00:00 PM at the City Council Chambers, 101 E. 7th Street, at the northeast corner of Seventh and Main Streets, Georgetown, Texas. If you need accommodations for a disability, please notify the city in advance. An agenda packet, containing detailed information on the items listed below, is distributed to the Mayor, Councilmembers, and the Georgetown Public Library no later than the Saturday preceding the council meeting. The library's copy is available for public review. Please Note: This City Council Meeting will be video taped live without editing and shown on the local cable channel. Executive Session Regular Session to convene and continue Executive Session, if necessary In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon's Texas Codes, Annotated, the items listed below will be discussed in closed session and are subject to action in the regular session that follows. A Sec.551.071: Consultation with Attorney - Pending or Threatened Litigation - Brazos River Authority regarding Operations and Maintenance of the Stillhouse Raw Water Pipeline - Legal Advice Regarding Agenda Items and other Matters B Sec.551.072 Deliberation on Real Property - Discussion and possible action regarding acquisition of property for downtown parking C Sec.551.087 Economic Development - Discussion or deliberation regarding commercial or financial information that the City has received from a business prospect that the City seeks to have locate, stay, or expand in or near the territory of the City and with which the City is conducting economic development negotiations D Sec.551.086 Public Power Utility Competitive Matters - Consideration and possible action to approve payment, to McCord Engineering, to provide engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping — Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations - Consideration and possible action to award bids for Electric System Construction and Maintenance and Electric System Construction Trenching and Conduit Installation for F.Y. 2005 to Flowers Construction Company, of Hillsboro Texas. Michael W. Mayben - Energy Services Manager and Jim Briggs - Assistant City Manager for Utility Operations Regular Session - To begin no earlier than 06:00 PM (Council may, at any time, recess the Regular Session to convene an Executive Session at the request of the Mayor, a Councilmember, or the City Manager for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551.) E Call to Order F Pledge of Allegiance G Comments from the dais - Welcome to Audience and Opening Comments — Mayor Gary Nelon - Announcement of new procedure for addressing the City council H Announcements and Comments from City Manager City Council Agenda/January 25, 2005 Page 1 of 4 Pages Public Wishing to Address Council As of the deadline, there were no persons who requested to address the Council on items other than already posted on the Agenda. Action from Executive Session Statutory Consent Agenda The Statutory Consent Agenda includes non -controversial and routine items that Council may act on with one single vote. A councilmember may pull any item from the Consent Agenda in order that the council discuss and act upon it individually as part of the Regular Agenda. K Consideration and possible action to approve the Minutes of the Council Workshop on Monday, January 10, and the Council Meeting on Tuesday, January 11, 2005 -- Sandra Lee, City Secretary L Consideration and possible action to authorize First Southwest Company to proceed with the preparation of the required bond offering documents for the upcoming 2005 Bond issue — Micki Rundell, Director of Finance and Administration M Consideration of approval to purchase a 2005 New Holland loader/mower from Williamson County Equipment, through the Texas Local Government Purchasing Cooperative in the amount of $32,784.00 — Terry Jones, Purchasing Director and Micki Rundell, Director of Finance and Administration N Consideration for approval of the purchase of cellular phone service from Nextel, through the State of Texas purchasing contracts in the estimated annual amount of of $46,000.00 — Terry Jones, Purchasing Director and Micki Rundell, Director of Finance and Administration O Consideration and possible action to approve revised bylaws for the Georgetown Youth Advisory Board -- Trish Cads, City Attorney P Consideration and possible action to authorize the Mayor to execute an Assignment of Lease and Agreement between the Chapter 7 Trustee of Robert B. Currey and SR Aviation — Travis McLain, Airport Manager and Tom Yantis, Assistant City Manager Q Consideration and possible action to authorize application for a Grant of $29,333.00 from the Lower Colorado River Authority Community Development Partnership Program (COPP) with a twenty percent matching fund of $5,866.60 from the City of Georgetown to fund Swift Water Rescue equipment and apparatus — Clay Shell, Assistant Fire Chief and Anthony Lincoln, Fire Chief Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: Consideration and possible action to establish an Affordable Housing Task Force and determine its membership. — Tom Yantis, Assistant City Manager S Contracts/Aareements 1. Consideration and possible action authorizing the Mayor to execute a Contract with Wilbur Smith Associates for Overall Transportation Plan modeling and technical support in the amount of $47,300 — Thomas R. Benz, P.E., Engineering Service Manager; Ed Polasek, AICP, Chief Long Range Planner; and Amelia Sondgeroth, Director of Community Development 2. Consideration and possible action regarding the "Agreement Regarding First Amendment to Development Agreement Concerning Proposed Subdivision and Construction of Cimarron Hills Subdivision, License Agreement, and Lease Agreement" between the City Paloma Cimarron Hills., L.P., and Pivotal Cimarron Hills, L.P — Micki Rundell, Director Finance and Administration 3. Consideration and possible action regarding the First Amendment to the TASUS Abatement Agreement — Micki Rundell, Director Finance and Administration City Council Agenda/January 25, 2005 Page 2 of 4 Pages 4. Consideration of a resolution authorizing the Mayor to execute an agreement releasing and accepting Extraterritorial Jurisdiction property by and between the City of Round Rock, Texas and the City of Georgetown, Texas -- Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development 5. Consideration of a resolution authorizing the Mayor to execute an agreement regarding the establishment of the Extraterritorial Jurisdiction boundary between the City of Round Rock, Texas and the City of Georgetown, Texas -- Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development T Second Readings 1. Second Reading of an Ordinance Rezoning from RS, Residential Single -Family to OF, Office District for Dalrymple Addition, Block E, Lot 1 and part of Lot 2, located at 312 West University Avenue - Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development 2. Second Reading of an Ordinance Rezoning from OF, Office to MF, Multifamily District for approximately 9.4 acres out of 31.0964 acres in the Nicholas Porter Survey, located between Northwest Boulevard and Westwood Lane - Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development U Public Hearinas I First Readings 1. First Reading of an Ordinance amending the 2004/05 Annual Operating Plan Element (budget) for a timing adjustment related to the order for a replacement fire apparatus and the addition of a school resource officer -- Laurie Brewer, Controller and Micki Rundell, Director of Finance and Administration 2. Public Hearing to consider a Rezoning of 21.198 acres in the Frederick Foy Survey, from AG, Agricultural District to PUD, Planned Unit Development District, to be known as Planned Unit Development of Sun City Georgetown, Neighborhood Nineteen, located west of Sun City Boulevard at Armstrong Drive — Melissa McCollum, Development Planner and Amelia Sondgeroth, Director of Planning and Development 3. First Reading of an Ordinance Rezoning 21.198 acres in the Frederick Foy Survey, from AG, Agricultural District to PUD, Planned Unit Development District, to be known as Planned Unit Development of Sun City Georgetown, Neighborhood Nineteen, located west of Sun City Boulevard at Armstrong Drive — Melissa McCollum, Development Planner and Amelia Sondgeroth, Director of Planning and Development 4. Public Hearing to consider a Rezoning from C1, Local Commercial District to IN, Industrial District for the Amended Plat of Madison Oaks, Phase I, Block B, Lot 4 and from MF, Multifamily District to IN, Industrial District for Madison Oaks, Phase II, Block B, Lot 5 located on Madison Oaks Avenue — Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development 5. First Reading of an Ordinance Rezoning from C1, Local Commercial District to IN, Industrial District for the Amended Plat of Madison Oaks, Phase I, Block B, Lot 4 and from MF, Multifamily District to IN, Industrial District for Madison Oaks, Phase II, Block B, Lot 5 located on Madison Oaks Avenue - Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development 6. Public Hearing to consider a partial vacation of the Amended Plat of Madison Oaks, Phase One, Block B, Lot 4 and Madison Oaks, Phase Two, Block B, Lot 5, located on Madison Oaks Avenue -- Melissa McCollum, Development Planner and Amelia Sondgeroth, Director of Planning and Development 7. First Reading of an Ordinance to consider a Comprehensive Plan Amendment to amend the Land City Council Agenda/January 25, 2005 Page 3 of 4 Pages Use Map from Residential, designated for multi -family use, to Light Industrial for the Amended Plat of Madison Oaks, Phase I, Block B, Lot 4 and Madison Oaks, Phase II, Block B, Lot 5, located on Madison Oaks Avenue — Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development 8. Public Hearing to consider a Rezoning from AG, Agriculture and RS, Residential Single -Family to C-3, General Commercial for 5.24 acres in the J. P. Pulsifer and Clement Stubblefield Surveys, located at SH -29 West at CR -265 — Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development 9. First Reading of an Ordinance Rezoning from AG, Agriculture and RS, Residential Single -Family to C-3, General Commercial for 5.24 acres in the J. P. Pulsifer and Clement Stubblefield Surveys, located at SH -29 West at CR -265 — Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development 10. First Reading of an Ordinance Amending Section 2.69.040 of the Code of Ordinances pertaining to the number of members on the Main Street Advisory Board to increase the number of members from seven to nine -- J. Bryant Boyd, Main Street Advisory Board Chairperson and Shelly Hargrove, Tourism Director and Main Street Manager V Items Forwarded by the Georastown Utility System (GUS) Board 1. Consideration and possible action to approve an amendment to the contract with Kasberg, Patrick and Associates, L.L.P. for professional services related to certain 2005 Street Rehabilitation Projects in the amount of $133,650.00 — Mark Miller, Transportation Manager and Jim Briggs, Assistant City Manager for Utility Operations 2. Consideration and possible action to approve an amendment to the contract with Kasberg, Patrick and Associates, L.L.P. for Professional services related to certain 2005 Street Rehabilitation Projects in the amount of $49,200.00 — Mark Miller, Transportation Manager and Jim Briggs, Assistant City Manager for Utility Operations 3. Consideration and possible action to award the annual bid for Hot Mix Asphalt to RTI Materials in the estimated amount of $273,000 — Mark Miller, Transportation Manager; Terry Jones, Purchasing Director; and Jim Briggs, Assistant City Manager for Utility Operations 4. Consideration and possible action to award bids for Electric System Construction and Maintenance and Electric System Construction Trenching and Conduit Installation for F.Y. 2005 to Flowers Construction Company, of Hillsboro Texas. Michael W. Mayben - Energy Services Manager and Jim Briggs - Assistant City Manager for Utility Operations 5. Consideration and possible action to award the contract for the construction of the Smith Branch Wastewater Improvements Phase IV to C.C. Carlton Industries, Ltd and establish a project budget of $1,075,000.00 — Glenn Dishong, Water Service Manager and Jim Briggs, Assistant City Manager for Utility Operations 6. Consideration and possible action to approve a contract amendment between the City of Georgetown and Kasberg, Patrick and Associates, L.L.P. for professional services related to the design of the West Loop and North Austin Water Line Improvements for $113,900.00 -- Glenn Dishong, Water Service Manager and Jim Briggs, Assistant City Manager for Utility Operations W Item Forwarded by the Georgetown Transportation Enhancement Corporation (GTEC 1. Consideration and possible action to approve an amendment to the contract between Kasberg, Patrick and Associates, L.L.P. and the City of Georgetown in the amount of $76,000.00 for professional services related to the Final Design and construction phase of the Rivery Boulevard to Highway 29 Connector — Mark Miller, Transportation Manager and Jim Briggs, Assistant City Manager for Utility Operations City Council Agenda/January 25, 2005 Page 4 of 4 Pages Certificate of Posting I, Sandra Lee, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, and on the bulletin board located outside of the Council Chambers, 101 East 7th Street, places readily accessible to the general public at all times, on the day of , 2005, at , and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. Sandra Lee, City Secretary City Council Agenda/January 25, 2005 Page 5 of 4 Pages Notice of Meeting of the Governing Body of the City of Georgetown, Texas Monday, January 24, 2005 The Georgetown City Council will meet on Monday, January 24, 2005 at 04:00:00 PM at City Council Chambers, at the northeast corner of Seventh and Main Streets, Georgetown, Texas. If you need accommodations for a disability, please notify the city in advance. Policy DevelopmenVReview Workshop - Call to order at 04:00 PM A Presentation of an Insurance Services Office (ISO) update to provide information to the City Council on the current status of Georgetown's Public Protection Classification rating -- Anthony Lincoln, Fire Chief Discussion and possible direction from Council regarding Public Improvement and Street Assessment Policy — Jim Briggs, Assistant City Manager for Utility Operations Discussion of Affordable Housing related to the Housing Tax Credit (HTC) Program and Section 8 Rental Assistance Vouchers -- Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Community Development Council Calendar - Regular Council Meeting on Tuesday, January 25, 2005, at 6:00 p.m. in the Council Chamber - Board/Commission Interviews by Council Subcommittee on January 24, 25, and 26th 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. E Sec.551.071: Consultation with Attorney - Pending or Threatened Litigation - Brazos River Authority regarding Operations and Maintenance of the Stillhouse Raw Water Pipeline - Legal Advice Regarding Agenda Items and other Matters F Sec.551.072 Deliberation on Real Property - Discussion and possible action regarding acquisition of property for downtown parking G Sec.551.087 Economic Development - Discussion or deliberation regarding commercial or financial information that the City has received from a business prospect that the City seeks to have locate, stay, or expand in or near the territory of the City and with which the City is conducting economic development negotiations H Sec.551.086 Public Power Utility Competitive Matters - Consideration and possible action to approve payment, to McCord Engineering, to provide engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping – Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations - Consideration and possible action to award bids for Electric System Construction and Maintenance and Electric System Construction Trenching and Conduit Installation for F.Y.2005 in the amount of $900,000 to Flowers Construction Company, of Hillsboro Texas. Michael W. Mayben - Energy Services Manager and Jim Briggs - Assistant City Manager for Utility Operations Certffivate of Posting I, Sandra Lee, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the day of , 2005, at , and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. City Council Agenda/January 24, 2005 Page 1 of 2 Pages Council Meeting Date: January 24,2005 EXECUTIVE SESSION AGENDA ITEM COVER SHEET Item No. CONFIDENTIAL SUBJECT: Consideration and possible action to approve payment, to McCord Engineering, to provide engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping. ITEM SUMMARY: The City of Georgetown currently has a contract with McCord Engineering to provide engineering services related to the planning, design, and review of the City's electric system improvements and expansion projects and plans. The City has requested that McCord Engineering continue to provide these engineering services. These services also include planning review in conjunctions with our subdivision process for local development projects. Cost estimates through Dec 31, 2003 total $375,000.00. Therefore, staff requests approval of funding, not to exceed $375,000.00, between the City of Georgetown and McCord Engineering for continuation of these electric -engineering services. SPECIAL CONSIDERATIONS: NONE GUS BOARD RECOMMENDATION: GUS Board recommends approval to Council at its January 18, 2005 meeting. STAFF RECOMMENDATION: Staff recommends approval of the McCord Engineering contract for 2005 for Electric Engineering Services. FINANCIAL IMPACT: Payments not to exceed $375,000.00 will be paid from the Electric Capital Projects budget as appropriate. COMMENTS NONE ATTACHMENTS: NONE Services Assistant City Manager Utility Operations Project Received MEI Job Code Pr act TIOe Gtown Pr act ll-12-01 0e0-43-A.3 AutohausSpa 4AL-04010 12.20-01 Geo-46-0.1 Old School City Homes 4AM-04000 02-18-02 Geo-48-C.1 Chisholm Park Section Two 4AN-04010 04-08-02 Geo42-S.2 Shell Food Mart Convenience Store 4AO-04020 07-10-02 Ge046-C.2 Chandler Foundation Park 4AP-04010 07-17-02 (3 042-S.4 Simon Property Group Round Rock 4AQ-04020 08-19-02 Ge-20-C.5 Chisholm Park Section One 4AR-04010 08-23-02 Geo42S.5 Simon Property Group Georgetown (Woff Ranch 4AS-04020 11-11-02 Geo-42-K.1 Kelley Trust Phase 5 4AT-04020 11.11-02 Geo-43-B.2 1904 Railroad St. Dr. Bartschmklt Office 4AU-04000 12-06-02 Geo 42-K.2 Kelley Trust Phase 4 4AV-04020 01-09-03 Geo-46-F.1 Fairfield Apartments The Rive 4AW-04010 04-07-03 Gec,42-F.1 First Baptist Church Georgslovm 4AX-04020 07-1&03 Ge 8.4 LCRA Transmissions Lina Relocation SH 130 4AY-04025 08-06-03 GEO.46fi.3 Georgetovir Village 8 4BA-04010 09-05-03 Ge043-M.3 Mlnarovk Ahw2ftHanger 4BB-04015 09.22-03 Geo-48-C.1 C850 RecaWucior FM 2243 Leander Rd. 4BF-04015 11-10-03 Gap-43C.3 Church SL 6th to 7th 4BG-04010 11-14-03 Ge043-G.1 Georgatown Country Ckrb 4BH-04015 01-2844 13,ea33-M.2 Mad St. 4th to 8th Underground conversion 4BI-04000 02-05-04 Ge0.44-A.2 Ash St Unlymity to 51h Rehab. 4BJ-04000 02-0504 Geo-44-F.1 Forest University to 20th Rehab. 4BL-04000 02-0504 Ge044-M.1 Main Univerelty to 2001 Rehab. 4BM-04000 02-05-04 Geo-44-M.2 Maple University to 15th 48N-04000 02.0504 Ge044S.2 South Collaw University to 15th 480-04000 04-07-04 Geo-434d.5 My First G dBQ-04010 04-07-04 Geo-37-P.2 The Pinnacle Subdivision Sirseei htin Maple Ave 4BR-04020 05-0504 Goo-43-R.4 River Place 4BS-04010 06.1504 Geo42-H.2 HeMatt Kia 4BT-04020 06.1504 Goo-43-G.2 City of GeoMetown Animal Sheller 4BU-04010 07.12-04 Geo43-S.9 San Gabriel Village Retell Addition 48W-04010 07-12-04 Ge 42-CA CelrTex 40X-04020 07-12-04 GeoA3-0.1 O'Reilly Auto Parts 4BY-04010 07-12-04 Ge0.43T.1 Taxes LA W. 1211 Northwest Blvd. 4CB4)4000 07.3004 GEO.44-S.3 Shell Rd. Overhead Lim Maintenance 4CD-04015 084504 GEO-43-W.10 World Gym 4CE-04000 08-27-04 GEO. 425.8 St Helen Priest Retirement Ccmmun' 4CG-04020 0523-04 GEO-37-A2 Austin Ave and Marrow Signet Light 401.04025 091304 GEO.44-A.3 Austin Ave South Corridor Plan 4CJ-04000 09.13-04 GEO.33-D.1 Downtown Overlay District Underground Convenslon 4CK-04010 09-13-04 GEO-49 Waterston Deve and NoMxest Property of SunC' 4CL-04000 09-13-04 GEO.45U.5 University Park Unit 2 Section 1 Phase C 4CM-04000 0913-04 GE0-43-BA Brittain Plumb 4CH-04015 0913-04 GEO.43-M.6 400 Main St 4CO-04010 09-04-04 Oro-25.1 ht of Wa'Cloa Wd 4CP.04rA0 0924-04 GEO-21.5 Construction Labor Bid 4CQ-04000 0924-04 GEO.21.6 Contmcdon C WuB and Trench Bid 4CR-04000 0924-04 GEO-44-0.16 GT60 Feeder Exll and Rebulid 4CS-04000 091504 GEO.18.1-IP Sun City Nelghborhood 33 4CT-04010 191904 GEO-42-W.5 Chase Bank - Wolf Ranch 4CV-04020 11-01-04 GEO.42-1-1.3 605 High Tech 4DN-04020 11-01-04 GE0a2S.7 SL Malian Catholic Church Swhhover 4DM-04020 11-05-04 GEO-18.1-IR Sun Gfty Taxes Nelahborhood 20A 4DT-04010 11-16-04 GEO.42-W.6 Wolf Ranch Croasho I 4EF-04020 11-1604 GEO.42-W.7 Wo0 Ranch Cro"IN II 1 4EQ-04020 11-1904 GEO.4.2-J CIP Review 2005 4EL-04000 11.1904 GEO43-G.3 Georgetown Hospital Hell ad 4EK-04010 11.1904 GEO-42C.5 Chick-Fil-A Wad Ranch 4EJ-04020 11.1904 GEO.43-W.11 West UnIveristy Professional Center 4EI-04010 11.19-04 GEO.42C.6 Celebration Church 4EH-0400 12.23-04 GEO43-W.12 Wachovia Bank The Rhe 4EZ-04010 0520-04 GEO46-L.1 Lake Georgetown Trial and Rlvwy Park Hike and Bike Lighting 4CU-04010 01-08-05 GEO-435.10 Geo-42-W.3 Saud western University Central Plant Modifications WoM Ranch Uft Station - Addition 4EX-04010 SU 4FO-04000 Project Received MEI Job Code Pro ect Title Gtown Pro ect 10-09-00 Geo -20-R.10 Reserve At Berry Creek Sec.2 04-03-03 Goo -46-R.2 Reserve at Berry Creek Section IS 01-09-03 Geo -42-E.1 Edward Bradley Auto 07-10-02 Geo -42-S.3 St. Helen's Catholic Church and School 10-13-03 Geo42-T.2 Thrtfy Car Sales 01-24-03 Geo -11.10 System Long Range Planning Stud 04-08-02 Geo -43-C.1 The Caring Place 12-22-03 Geo -18.1 -IL Sun City Texas - Neighborhood 25 - Phase 1 & II 11-14-03 Geo -42-W.2 Williamson CountyAnnexBuildin 01-09-04 Geo42-C.3 Christ Lutheran Church Fellowship Hall 02-05-04 Geo -43 -MA Main Street Baptist Church 10-01-03 Geo -4.2-1 2004 CIP 11-01-03 Geo -11.8B 2D03Electric System Appraisal 06-06-03 Geo -46-K.1 Kendall SL Mobil Home Park Maintenance GOO -37-M.1 Meadows Of Georgetown Lift Station 03-08-04 Geo -43-R.3 Rivery Towne Crossing 03-23-04 Geo -42-W.3 Wolf Ranch Lift Station 03-07-03 Geo -48-1.1 Inner Loop Overhead Line Extension 02-24-04 Geo -43-W.9 Wen s Restaurant - Rivery Blvd. 0419-04 Geo -18.1-10 Sun City Texas Neighborhood 18 0419-04 Geo-18.1-I1 Sun City Texas Neighborhood 24B-2 04-19-04 Geo -18.1 -IM Sun City Texas Neighborhood 26 03-11-04 Geo -04-R.7 RV10 Feeder Extension to Wolf Ranch Shopping Center 06-29-04 Geo -45U.3 University Park Unit Two Section One Phase B Revsion 06-26-04 Geo43-S.7 Smith Branch Lit Station Motor Additions 03-01-04 Ge048-P.2 Parkveiw Estate Apartrnents 0423-04 Geo -42-T.4 Target Wolf Ranch Shopping Center 02-05-04 Geo43-F.3 First Presbyterian Church 05.28.04 Geo -43S.6 Sprint Wireless 1082 Boo s Crossing 02-05-04 Geo -43-M.4 Main Street Baptist Church 05-05-04 Ge0.42-H.1 Hill Country Bible Church 0&21.04 Geo -43-L.1 Lake GeoMetown Water Treatment Plant Additions 11-10-03 Geo -43-0.2 Comfort Suites Hotel 01-09-04 Ge042-G.3 Georgetown Rail Equipment 111 Cooperative Way 05-05-04 Geo -42-W.4 Wolf Ranch Offsite Hwy 29 Widening 07.16-04 Geo -44-R.8 River Haven and FM 971 overhead line relocation GEO-8 Austin Ave. A.B.S. Relocation GEO-4".11 Riverside Dr. 12.5kV to 25kV Voltage Conversion 02-05-04 Geo44-C.2 CR 151 1 Austin Ave. Rehab SK -04000 07-12.04 Geo -4342 Jett Addition 503 Leander Rd A-04010 07-01-03 Geo -44-R.4 Downtown Alleyway's 07-16-04 Geo -4&P.3 Pine SL North of 6th Service relocation C-04015 0&20-04 GEO.4343 John HenryEnterprises JAZ-W10 F-04000 1&26-04 GEO-44-G.17 401 Grassland L-04010 0&27-04 GE0-48-1.2 Inner Loo East Extension - CR 151 to IH 35 H-04026 10.20-04 GEO.37-A.3 Austin Ave. & Madison Oaks SL Manitex W-04000 03-08-04 Geo -42-T.3 Tasus Texas Co . P-04025 0&15-04 Geo -43-V.1 Villa a Lake Office Condominium BV -04010 07-12-04 Goo 43-S.8 Slee SN Center BZ -04010 11-01-04 GEO-18.1-10 Sun City Neighborhood 27 130.04010 11-05-04 GEO-43-C.4 Chantal's Bistro 204 East 6th DS -04020 Agenda Item Check List Financial Impact Agenda Item: Extension of the contract between McCord Engineering, and Georgetown Utility Systems Agenda Item Subject: Engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping. Is this a Capital Improvement O Yes • No Project: Council Date: 01/24/2005 link to Agenda database => qb Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? • Yes O No • Yes 0No 611-101 $ 375,000.00 O Yes • No O Yes • No • Yes 0No Year: Department: Georgetown Utility Systems If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Electric system revenue Cross -divisional impact: O Yes • No If so, what division(s)? Prepared by: Mike Mayben Date: 01/19/2005 Agenda Item Checklist' hpproved on diH9/2b05 ° ' Approvers Title Assigned. Notified lReceived Status Changed Status Jim Briggs Assistant City 01/19/2005 01/19/2005 01/19/2005 01/13/2005 Approved Jose Lara Manager 01/19/2005 01/19/2005 1/19/2005 01/19/2005 Approved utility Financial Analyst Approval Cycle Settings Council Meeting Date: CONFIDENTIAL January 24,2005 EXECUTIVE SESSION AGENDA ITEM COVER SHEET 9 Item No. bX 1 SUBJECT: Consideration and possible action to award bids for Electric System Construction and Maintenance and Electric system Construction Trenching and Conduit Installation for F.Y.2005 in the amount of $900,000 to Flowers Construction Company, of Hillsboro Texas. ITEM SUMMARY: On October 28, 2004, bids were opened and read, by McCord Engineering for the City of Georgetown Electric System Construction and Maintenance bid NO.GEO-05-2005, and Georgetown Electric System Construction Trenching and Conduit Installation, bid NO.GEO-05-ED- 2-2005. McCord Engineering evaluated the bids and determined that the low bids should be awarded to Flowers Construction of Hillsboro, Texas, as this firm most closely conformed to all- the specifications contained in the Electric System Construction and Maintenance contract and the Annual System Construction Trenching and Conduit Installation contract. SPECIAL CONSIDERATIONS: NONE GUS BOARD RECOMMENDATION: GUS Board recommends approval to Council at its January 18, 2005 meeting. STAFF RECOMMENDATION: Staff recommends approval of the Electric System Construction and Maintenance contract and the Annual System Construction Trenching and Conduit Installation contract. FINANCIAL IMPACT: Payments not to exceed $900,000.00 will be paid from the Electric Capital Projects budget as appropriate. COMMENTS NONE ATTACHMENTS: Bid evaluations from McCord Engineering. Energy Serves Manager Assistant City Manager Utility Operations Mr. Mike Mayben Energy Services Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78628 McCORD ENGINEERING INC. 916 Southwest Parkway East, P.O. Box 10047 College Statlon, Texas 77842 (979) 764.8356 Fax (979) 764.9644 January 7, 2005 RE: Contract No. GEO-05-ED-2 - 2005 Annual Electric System Construction Trenching and Conduit Installation Dear Mike: On October 28, 2004, sealed proposals received were opened and read for an Electric System construction bid under the contract designation GEO-05-ED-2. The purpose of this bid is to acquire the services of contract construction personnel and equipment to supplement your City's current Electric Department work crews in the performance of trenching and conduit installation in your City Electric Dual Certificated areas. The subject bid solieitation addressed the furnishing of construction labor and equipment to assist your City on an "as needed" basis for a one (1) year time period and this Contract may be extended for additional one (1) year terms up to a maximum of five (5) years at the City's option and with the consent of the Contractor. Bid prices were requested from prospective Contractors on both an assembly unit bid basis and an hourly basis, and no quantities of construction units were specified. Henceforth, no total bid price results for this bid solicitation and for tabulation herewith. We anticipate that the majority of construction work to be performed under this contract will be specified on a unit basis; the hourly prices were requested simply to provide for billing rates for any sPeeial eansVoetion weEk requested whish d9e8 net !end itself to bMing under a standord construction unit billing basis. All work can be specified on an "as requested" basis, and the contract can be terminated at the City's directive. Bid proposals were received from the following Contractors for the performance of the subject Electric System construction work: Flowers Construction Company - Hillsboro, Texas Henkels & McCoy, Inc. - Elldiart, Indiana Texas Electric Utility Construction - Sherman, Texas City of Georgetown January 7, 2005 Page Two After bids were opened Henkels & McCoy, Inc. withdrew their bid due to an error in their unit prices. We have reviewed and evaluated the two remaining bids received, and the results of our bid evaluation are summarized in the exhibit included herewith. The construction assembly unit totals used for each of these bid evaluations are based on quantities from invoices billed to the City for projects constructed in the electric system dual certificated area in the fiscal year 2002/2003. All construction assembly units included in the Bid Proposal are evaluated. For the bid evaluation, we find the bid proposal of Flowers Construction Company to be the low and satisfactory proposal. Based on our bid evaluation, we recommend your City award Contract No. GEO-05-ED-2 to Flowers Construction Company of Hillsboro, Texas, whom we have deemed to be the satisfactorily qualified firm to provide the proposed supplemental construction labor and equipment for your City's Electric Division for the subject award period. Also enclosed are the original bid books for your files; we have made copies of the bids for our files. We appreciate very much the opportunity to assist your City in the preparation of Specifications for this bid project and the solicitation and evaluation of bid proposals. If you have any questions, or need further information concerning this project, please do not hesitate to let me know. Yours very truly, McCORD ENGINEERING. INC. David Witte Underground Line Design Div. Mgr. Enclosure cc: Mr. Jim Briggs (w/enol.) Mr. John Thomas (w/encl.) Mr. Ricky Jackson (w/enol.) Ms. Marsha Iwers (w/encl.) McCord Engineering, Inc. P.O. Box 10047 College Station, Texas 77842 November 1, 2004 EXHIBIT A CITY OF GEORGETOWN 2005 ANNUAL ELECTRIC SYSTEM TRENCHING AND CONDUIT INSTALLATION (LABOR ONLY) Bid No. 25003 Contract No. GEO-05-ED-2 TEXAS ELECTRIC UTILITY CONSTRUCTION Z: C l i e n t s /Georgetown/Geo-21.6 Unit Labor Price Evaluated Labor Total Price Total Group UM $ 5,981.68 $ 15,559.02 Group UR $ 1,299.70 $ 387,693.07 Section S $ 1,014.00 $ - Section 1 $ 4,173.93 $ - Section HW $ 726.02 $ - Section HW - OT $ 1,089.00 $ - OVERALL TOTAL $ 14,284.33 $ 403,252.09 Z: C l i e n t s /Georgetown/Geo-21.6 McCord Engineering, Inc. P.O. Box 10047 College Station, Texas 77842 November 1, 2004 EXHIBIT A CITY OF GEORGETOWN 2005 ANNUAL ELECTRIC SYSTEM TRENCHING AND CONDUIT INSTALLATION (LABOR ONLY) Bid No. 25003 Contract No. GEO-05-ED-2 FLOWERS CONSTRUCTION COMPANY Z: ClientslGeorgetownlGeo-21.6 Unit Labor Price Evaluated Labor Price Total Total Group UM $ 5,751. , $ '14,955.38 Group UR $ 1,249.71 $ 372,760.61 Section S $ 975.00 $ - Section 1 $ 4,013.40 $ Section HW $ 698.08 $ Section HW - OT $ 1,047.12 $ _ OVERALL TOTAL $ 13,734.92 $ 387,715.99 Z: ClientslGeorgetownlGeo-21.6 Agenda Item Check List a Financial Impact Agenda Item: Award bids for Electric System Construction and Maintenance and Electric system Construction Trenching and Conduit Installation for F.Y.2005 Agenda Item Subject: Award of bids to Flowers Construction Company of Hillsboro Texas Is this a Capital Improvement • Yes O No Project: Council Date: 01/24/2005 link to Agenda database => 46 Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: • Yes O No • Yes 0No 611-101 $ 900,000.00 O Yes • No O Yes • No • Yes O No Department: Georgetown Utility Systems If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Electric system revenue Cross -divisional impact: _) Yes 0 No If so, what division(s)? Prepared by: Mike Mayben Date: 01/19/2005 _. Agenda lfen'EAecklFsf' Approved on 01!19/2005' Approvers itle ssignedNotified Received Status Changed Status JimBriggs Assistant City 01/19/200501/19/2005 01119/2005 01/19/2005 Approved Jose Lara Manager 01/19/2005 01/19/2005 01/19/2005 01119/2005 Apl:ro,,ed Utility Financial Analyst Approval cycle Settings .ng Date: January 25, 2005 AGENDA ITEM COVER SHEET Item No. SUBJECT: Council consideration and possible action to approve an amendment to the contract with Kasberg, Patrick and Associates, L.L.P. for professional services related to certain 2005 Street Rehabilitation Projects in the amount of $133,650.00. ITEM SUMMARY: Street system improvements (East side of IH 35) identified in the 2004/2005 CIP include Forest, College, Ash, Morrow, Maple, Vine Laurel and Olive Streets. These targeted streets are in need of new curbing and/or resurfacing. If these streets are not rehabilitated soon, they will begin to deteriorate rapidly creating the need for total reconstruction. Engineering services are required to research existing facilities and design water and wastewater improvements as needed on specific projects in conjunction with street improvements. The engineer's final design of the roadways will include oversight of any rehabilitation of failed sections in the roadways as well as the installation of new curbs and gutters and driving surfaces. SPECIAL CONSIDERATIONS: None. FINANCIAL IMPACT: $133,650.00 to come from Account # 203-101-6035-00 GUS BOARD RECOMMENDATION: The GUS Board recommended approval of the award of the contract amendment at the January 18, 2005 meeting. Approved 6-0. Kostka absent. STAFF RECOMMENDATION: Staff supports the GUS Board recommendation to amend the contract with KPA. COMMENTS: None. ATTACHMENTS: Proposed Contract amendment Submitted By: Mark Miller, pmi:Transportation Services 'ty Manager Manager tili 'es AMENDMENT DATED JANUARY 11, 2005 TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND KASBERG, PATRICK & ASSOCIATES, L.L.P. FOR PROFESSIONAL SERVICES FOR 2005 STREET REHABILITATION PROJECTS EAST The General Services Agreement between the CITY OF GEORGETOWN (City) and Kasberg, Patrick & Associates, L.L.P., (Engineer) last authorized on March 14, 1995, is hereby amended as follows: The scope and cost of the anticipated services are set forth in the attached Exhibit A. The charges for the work in Amendment dated January 11, 2005 are to be paid on a lump sum basis unless additional work due to change in scope is authorized. Your signatures below will constitute your acceptance of Amendment dated January 11, 2005. Executed in duplicate original this day of 2005 at Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Party of the First Part: CITY OF GEORGETOWN, TEXAS Patricia E. Carls City Attorney Gary Nelon Mayor Attest: Sandra D. Lee Party of the Second Part: City Secretary KASBERG, PATRICK & ASSOCIATES, L.L.P. By: R. David Patrick, P.E. Principal Engineer STATE OF TEXAS COUNTY OF BELL -1, This instrument as acknowledged before me on this the 13 — day of an k of 2005. —44rir.s d n, .Jot" Notary Public DORIS M. WALTERS Notary Nbl�-, Stole of Tezm my camfT1lr6 M Expkes y�toit,+ December 27, 2005 Printed name: 0QL% M. WA L-TERS Commission Expires: 1 �2 - 2'7 - OA Exhibit A (Updated January 11, 2005) This updated Exhibit A to the original General Services Agreement between the City of Georgetown and Kasberg, Patrick & Associates, L.L.P., dated March 14, 1995, provides for the scope of engineering services required for developing design for the 2005 Street Rehabilitation Projects East. The attached letter details the services and associated charges for the proposed work. KAKASBERG, PATRICK & ASSOCIATES, L.L.P. CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail@kpaengineers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E. January 11, 2005 Mr. Jim Briggs Assistant City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627-0409 Re: City of Georgetown Proposal for The 2005 Street Rehabilitation Projects East Georgetown, Texas Dear Mr. Briggs: This letter proposal is in response to your request for basic and special engineering services required to provide construction drawings for street improvements for: The 2005 Street Rehabilitation Projects East The charges for this work are shown on Attachment "A" of this letter. We have priced the work according to the facts that we know about the project as of this date. Lump Sum charges are shown and will not change unless the scope of work is expanded, at which time we will meet with you and plan accordingly. The following are tasks that we have included in the work schedule: PRELIMINARY ENGINEERING PHASE. This phase involves determination of project scope and economic and technical evaluation of feasible alternatives. Services during this phase include: 1. Obtaining and reviewing available data and consulting with the City to clarify and define the CITY's requirements for the project. 2. Advising the CITY as to the necessity of providing or obtaining from others additional data or services. These additional services may include photogrammetry, investigations and consultations, compilation of hydrological data, traffic studies, materials engineering, assembly of zoning, deed, and other restrictive land use information, and environmental assessments and impact statements. Mr. Jim Briggs January 11, 2005 Page Two 3, Identifying and analyzing requirements of governmental authorities having jurisdiction to approve the design of the project, and participating in consultations with such authorities. 4. Providing analyses of the CITY's needs, planning surveys, and comparative evaluations of prospective sites and solutions. 5. Providing a general economic analysis of the CITY's requirements applicable to various alternatives. 6. Consulting with the CITY, reviewing preliminary reports, clarifying and defining the project requirements, reviewing available data, and discussing general scheduling. Conferences may also be required with approving and regulatory governmental agencies and affected utilities. 7. Advising the CITY as to whether additional data or services are required, and assisting the CITY in obtaining such data and services. 8. Analysis of drainage conditions. 9. Analysis of project effects on downstream conditions. DESIGN PHASE. The basic services for the final design phase includes: 1. Preparing construction drawings and specifications showing the character and extent of the project based on the survey data. 2. Preparing and furnishing to the CITY a revised opinion of probable costs based on the final drawings and specifications. 3. Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities. This is distinguished from and does not include detailed applications and supporting documents for government grant-in-aid or planning grants that would be furnished as additional services. Fees for any local, state or federal construction permit applications are not included as part of the professional fee charges. These will be paid by the CITY. 4. Preparing basic documents related to construction contracts for review and approval by the CITY (and the CITY's legal and other advisors). These may include contract agreement forms, general conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract -related documents. Mr. Jim Briggs January 11, 2005 Page Three 5. Furnishing to the CITY the specified number of copies of drawings, specifications, and other contract documents. 6. Design the final plans for the project. 7. Design surveys including the transfer of validated benchmarks to the proposed area. 8. Design and submittal (if required) of WPAP reports to the TCEQ for project acceptance in the Re -charge Zone of the Edwards Aquifer. 9. Meet regularly with the City of Georgetown Staff to review the progress of the design and coordinate any conflicts that arise. BIDDING PHASE. Services under this phase include: 1. Assisting the CITY in advertising for and obtaining bids for each separate prime construction contract, maintaining a record of prospective bidders to whom bidding documents have been issued, attending pre-bid conferences, and receiving and processing fees for bidding documents. 2. Issuing addenda as appropriate to interpret, clarify or expand the bidding documents. 3. Assisting the CITY in determining the qualifications and acceptability of prospective constructors, subcontractors and suppliers. 4. Attending the bid openings, preparing bid tabulation sheets and providing assistance to the CITY in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. CONSTRUCTION PHASE. Services under this phase involve consulting with and advising the CITY during construction and are limited to those services associated with performing as the CITY's representative. Such services comprise: 1. Preparing for and conducting a pre -construction conference and issuing a Notice to Proceed on behalf of the CITY. 2. Reviewing shop and erection drawings submitted by the constructors for compliance with design concept. 3. Reviewing laboratory, shop and mill test reports on materials and equipment. Mr. Jim Briggs January 11, 2005 Page Four 4. Visiting the project site as construction proceeds to observe and report on the progress and the quality of the executed work. 5. Issuing necessary interpretations and clarifications of contract documents, preparing change orders requiring special inspections and testing of the work, and making recommendations as to the acceptability of the work. 6. Preparing sketches required to resolve problems due to actual field conditions encountered. 7. Preparing record drawings from information submitted by the CONTRACTOR. SPECIFIC INFRASTRUCTURE DESIGN FEATURES FOR THE PROJECT • Research of existing facilities • Research of existing utilities • Review and prepare project design for Forest Street, College Street, Ash Street, Morrow Street, Maple Street, Vine Street, Laurel Street, and Olive Street. • Review and design improvements for wastewater facilities in conjunction with the street improvements for Forest Street and College Street. • Review and design improvements for water facilities in conjunction with the street improvements for College Street and Ash Street. • Survey curb and gutter and establish a project baseline • Connections to existing streets, driveways and sidewalks • Final Design Schematics of the plans • Clearance from state and federal environmental agencies • Project to be bid and awarded • Construction Administration of the project • Record drawing produced and delivered to the City If this proposal is agreeable, please return two executed originals to our office. Sincerely, R. David Patrick, P.E. RDP/crc ATTACHMENT A SUMMARY OF CHARGES FOR SERVICES 2005 CAPITAL IMPROVEMENTS PROJECT FOR THE 2005 STREET REHABILITATION PROJECTS EAST GEORGETOWN, TEXAS TASK The 2005 Street Rehabilitation Projects East I. BASIC SERVICES A. Preliminary Design $ 22,300.00 B. Final Design $ 44,150.00 C. Bidding $ 4,000.00 D. Construction Administration $ 34,550.00 TOTAL BASIC SERVICES $ 105,000.00 11. SPECIAL SERVICES A. Design Surveys $ 19,150.00 B. Construction Staking $ 9,500.00 TOTAL SPECIAL SERVICES $ 28,650.00 Agenda Item Check List Financial Impact Agenda Item: Contract amendment for KPA for Street rehabilitation (East)engineering Agenda Item Subject: Engineering services for the rehabilitation of East side streets. (Forest, College, Ash, Morrow, Maple, Vine, Laurel and Olive.) Is this a Capital Improvement 0 Yes O No Project: Council Date: 01/25/2005 link to Agenda database => 4b Need Help? Was it budgeted? • Yes O No Is it within the approved budgeted amount? • Yes O No If not, where is the money coming from? G/L Account Number 203-101-6035-00 Amount Going to Council $ 133,650.00 Is there something (budgeted) that won't get Yes • No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's Yes • No budget? If so, please explain. Does this project have future revenue Yes 0 No impact? Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes • No If so, what division(s)? Prepared by: Mark Miller Date: 01/20/2005 Aaepda Item Checklist: Approved on 01/20/2005 Approvers[Title Assigned iNotified IReceived Status Changed iStatus Jim Briggs Assistant City 01/20/2005 01/20/2005 1/20/2005 01/20/2005 Approved Jose Lara Manager 01/20/2005 01/20/200501/20/2005 01/20/2005 Approved Utility Financial Analyst Approval Cycle Settings Council Meeting Date: January 25, 2005 h.1(H;1.n7:�400DO3WMSIVA;RRR; non4M Item No.� SUBJECT: Consideration and possible action to approve an amendment to the contract with Kasberg, Patrick and Associates, L.L.P. for Professional services related to certain 2005 Street Rehabilitation Projects in the amount of $49,200.00. ITEM SUMMARY: Street System improvements (West side of IH 35) identified in the 2004/2005 CIP include Ranch Road and Parkway Drive. River Bend (identified on the drainage CIP) was included because of its proximity to the other streets and the similarity of scope. These targeted streets are in need of new curbing and/or resurfacing. If these streets are not rehabilitated soon they will begin to deteriorate rapidly creating a need for total reconstruction. Engineering services are required to research existing facilities and design water and wastewater improvements as needed on specific projects in conjunction with street improvements. The engineer's final design of the roadways will include oversight of any rehabilitation of failed sections in the roadways as well as the installation new curb and Gutters and Driving Surfaces. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: $49,200.00 to come from Account # 203-101-6029-00 GUS BOARD RECOMMENDATION: The GUS Board recommended approval of the award of the contract amendment at the January 18, 2005 meeting. Approved 6-0. Kostka absent. STAFF RECOMMENDATION: Staff supports the GUS Board recommendation to amend the contract with KPA. COMMENTS: None ATTACHMENTS: Proposed contract amendment Submitted By: Mark Miller, Transportation Manager Services For Uti"li Manager AMENDMENT DATED JANUARY 12, 2005 TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND KASBERG, PATRICK & ASSOCIATES, L.L.P. FOR PROFESSIONAL SERVICES FOR 2005 STREET REHABILITATION PROJECTS WEST The General Services Agreement between the CITY OF GEORGETOWN (City) and Kasberg, Patrick & Associates, L.L.P., (Engineer) last authorized on March 14, 1995, is hereby amended as follows: The scope and cost of the anticipated services are set forth in the attached Exhibit A. The charges for the work in Amendment dated January 12, 2005 are to be paid on a lump sum basis unless additional work due to change in scope is authorized. Your signatures below will constitute your acceptance of Amendment dated January 12, 2005. Executed in duplicate original this day of 2005 at Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Parry of the First Part: CITY OF GEORGETOWN, TEXAS Patricia E. Carls City Attorney Parry of the Second Part: KASBERiGG,RIC &ASSOCI E , L.L.P. By: R. David Patrick, P.E. Principal Engineer STATE OF TEXAS COUNTY OF BELL Gary Nelon Mayor Attest: Sandra D. Lee City Secretary +h This instrument as acknowledged before me on this the 3- 2005. `-J)Ort;� a -n, cJ,Ltz�s Notary Public DORIS M. WALTER$ Notary PIN,, State of te%a6 My Convnls5on EVIres d +,,.p„'„,.• December 27, 2005_ day of oA (l u A /' Printed name: VVIZIS fn. WAS -'HERS Commission Expires: I�Z - 21- 05 Exhibit A (Updated January 12, 2005) This updated Exhibit A to the original General Services Agreement between the City of Georgetown and Kasberg, Patrick & Associates, L.L.P., dated March 14, 1995, provides for the scope of engineering services required for developing design for the 2005 Street Rehabilitation Projects West. The attached letter details the services and associated charges for the proposed work. KAKASBERG, PATRICK & ASSOCIATES, L.L.P. CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail@kpaengineers.com RICK N. KASBERG, P.E. R. DAVE) PATRICK, P.E. January 12, 2005 Mr. Jim Briggs Assistant City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627-0409 Re: City of Georgetown Proposal for The 2005 Street Rehabilitation Projects West Georgetown, Texas Dear Mr. Briggs: This letter proposal is in response to your request for basic and special engineering services required to provide construction drawings for street improvements for: The 2005 Street Rehabilitation Projects West The charges for this work are shown on Attachment "A" of this letter. We have priced the work according to the facts that we know about the project as of this date. Lump Sum charges are shown and will not change unless the scope of work is expanded, at which time we will meet with you and plan accordingly. The following are tasks that we have included in the work schedule: PRELIMINARY ENGINEERING PHASE. This phase involves determination of project scope and economic and technical evaluation of feasible alternatives. Services during this phase include: 1. Obtaining and reviewing available data and consulting with the City to clarify and define the CITY's requirements for the project. 2. Advising the CITY as to the necessity of providing or obtaining from others additional data or services. These additional services may include photogrammetry, investigations and consultations, compilation of hydrological data, traffic studies, materials engineering, assembly of zoning, deed, and other restrictive land use information, and environmental assessments and impact statements. 3. Identifying and analyzing requirements of governmental authorities having jurisdiction to approve the design of the project, and participating in consultations with such authorities. Mr. Jim Briggs January 12, 2005 Page Two 4. Providing analyses of the CITY's needs, planning surveys, and comparative evaluations of prospective sites and solutions. 5. Providing a general economic analysis of the CITY's requirements applicable to various alternatives. 6. Consulting with the CITY, reviewing preliminary reports, clarifying and defining the project requirements, reviewing available data, and discussing general scheduling. Conferences may also be required with approving and regulatory governmental agencies and affected utilities. 7. Advising the CITY as to whether additional data or services are required, and assisting the CITY in obtaining such data and services. 8. Analysis of drainage conditions. 9. Analysis of project effects on downstream conditions. DESIGN PHASE. The basic services for the final design phase includes: 1. Preparing construction drawings and specifications showing the character and extent of the project based on the survey data. 2. Preparing and furnishing to the CITY a revised opinion of probable costs based on the final drawings and specifications. 3. Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities. This is distinguished from and does not include detailed applications and supporting documents for government grant-in-aid or planning grants that would be furnished as additional services. Fees for any local, state or federal construction permit applications are not included as part of the professional fee charges. These will be paid by the CITY. 4. Preparing basic documents related to construction contracts for review and approval by the CITY (and the CITY's legal and other advisors). These may include contract agreement forms, general conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract -related documents. 5. Furnishing to the CITY the specified number of copies of drawings, specifications, and other contract documents. 6. Design the final plans for the project. Mr. Jim Briggs January 12, 2005 Page Three 7. Design surveys including the transfer of validated benchmarks to the proposed area. 8. Design and submittal (if required) of WPAP reports to the TCEQ for project acceptance in the Re -charge Zone of the Edwards Aquifer. 9. Meet regularly with the City of Georgetown Staff to review the progress of the design and coordinate any conflicts that arise. BIDDING PHASE. Services under this phase include: 1. Assisting the CITY in advertising for and obtaining bids for each separate prime construction contract, maintaining a record of prospective bidders to whom bidding documents have been issued, attending pre-bid conferences, and receiving and processing fees for bidding documents. 2. Issuing addenda as appropriate to interpret, clarify or expand the bidding documents. 3. Assisting the CITY in determining the qualifications and acceptability of prospective constructors, subcontractors and suppliers. 4. Attending the bid openings, preparing bid tabulation sheets and providing assistance to the CITY in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. CONSTRUCTION PHASE. Services under this phase involve consulting with and advising the CITY during construction and are limited to those services associated with performing as the CITY's representative. Such services comprise: 1. Preparing for and conducting a pre -construction conference and issuing a Notice to Proceed on behalf of the CITY. 2. Reviewing shop and erection drawings submitted by the constructors for compliance with design concept. 3. Reviewing laboratory, shop and mill test reports on materials and equipment. 4. Visiting the project site as construction proceeds to observe and report on the progress and the quality of the executed work. Mr. Jim Briggs January 12, 2005 Page Four 5. Issuing necessary interpretations and clarifications of contract documents, preparing change orders requiring special inspections and testing of the work, and making recommendations as to the acceptability of the work. 6. Preparing sketches required to resolve problems due to actual field conditions encountered. 7. Preparing record drawings from information submitted by the CONTRACTOR. SPECIFIC INFRASTRUCTURE DESIGN FEATURES FOR THE PROJECT • Research of existing facilities • Research of existing utilities • Review and prepare project design for River Bend Drive, Ranch Road, and Parkway Street. • Review and design improvements for water facilities in conjunction with the street improvements for Ranch Road Street. • Survey curb and gutter and establish a project baseline • Connections to existing streets, driveways and sidewalks • Final Design Schematics of the plans • Clearance from state and federal environmental agencies • Project to be bid and awarded • Construction Administration of the project • Record drawing produced and delivered to the City If this proposal is agreeable, please return two executed originals to our office. Sincerely, R. David Patrick. P.E. RDP/crc ATTACHMENT A SUMMARY OF CHARGES FOR SERVICES 2005 CAPITAL IMPROVEMENTS PROJECT FOR THE 2005 STREET REHABILITATION PROJECTS WEST GEORGETOWN, TEXAS TASK The 2005 Street Rehabilitation Projects West I. BASIC SERVICES A. Preliminary Design $ 8,000.00 B. Final Design $ 14,700.00 C. Bidding $ 4,000.00 D. Construction Administration $ 9,700.00 TOTAL BASIC SERVICES $ 36,400.00 II. SPECIAL SERVICES A. Design Surveys $ 9,100.00 B. Construction Staking $ 3,700.00 TOTAL SPECIAL SERVICES $ 12,800.00 Agenda Item Check List rrt Financial Impact Agenda Item: Contract amendment with KPA for Street rehabilitation Project West in amount of $49,200.00 Agenda Item Subject: Engineering contract for Steel rehabilitation on Ranch Road, Parkway, and River Bend. Is this a Capital Improvement • Yes U No Project: Council Date: 01/25/2005 link to Agenda database => 46 Need Help? Was it budgeted? • Yes U No Is it within the approved budgeted amount? • Yes C) No If not, where is the money coming from? GIL Account Number 203-101-6029-00 Amount Going to Council $ 49,200.00 Is there something (budgeted) that won't get Yes 0 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's Yes 9 No budget? If so, please explain. Does this project have future revenue Yes • No impact? Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes • No If so, what division(s)? Prepared by: Mark Miller Date: 01/20/2005 Agenda Item Checklist:Approved on 0112012005 Approvers Title signed Notified Received Status Changed Status Jim Briggs Assistant City 01/20/2005 01/20/2005 1/20/2005 01/20/2005 Approved Jose Lara Manager 01/20/2005 01/20/2005 01/20/2005 01/20/2005 Approved Utility Financial Analyst Approval Cycle Settings Council Meeting Date: January 25, 2005 1 \ AGENDA ITEM COVER :SHEET Item No. V-3 Con ideratio of an award of the annual bid for Hot Mix As alt to RTI Materials in the estimated ann unt of $273,000.00. ITEM SUMMARY Bids were received t provide the City with Type and Type A Hot Mix Asphalt for a one year period beginning Februa 1, 2005. The staff reco mendation is to award this bid to the low bidder responding, RTI Materi of Austin. This asphalt will be used " the construction a d repair of City streets and is ordered on an as needed basis. SPECIAL CONSIDERATIONS This bid was approved by the G S at the January 18, 2005 meeting. FINANCIAL IMPACT (cost of item, funan divisi 'on name, budgeted amt.) Total estimated amount of t bid is $273,000.00. Funds were budgeted for this expenditure in Maintenance -Streets arid Ove y-CIP. COMMENTS (from City Attorn�, staff, boards and mmissions) none ATTACHMENTS (list in 1. Bid Tabulation Miller, Transportation Manager Terry Jones, Support Services Director Jim Briggs, Assistant City Manager for Uti Hot Mix Asphalt Bid 25011 February 1, 2005 - January 31, 2006 Type D Hot Mix Asphalt Total Type A Hot Mix Asphalt Total Estimated Total Type A & D Asphalt *Low Bidder - RTI Materials Centex Materials - No Bid Bridges Asphalt - no response APPROX CITY 10.000 ton 500 ton CAPITOL AUSTIN RTI * AGGREGATES APHALT MATERIALS PRICE PER PRICE PER PRICE PER TON TON TON $27.50 $29.75 $26.00 $275.000.00 $297,500.00 $260,000.00 $24.00 $25.75 $26.00 $12,000.00 $12,875.00 $13,000.00 $287,000.00 $310,375.00 $273,000.00 Agenda Item Check List Financial Impact Agenda Item: Agenda Item Subject: Possible action awarding Type A and D Hot Mix Asphalt Action to award Bid to RTI Materials in the amount of $273,000.00 for the City's Annual bid for Asphalt. Is this a Capital Improvement • Yes No Project: Council Date: 01/25/2005 link to Agenda database => 4& Need Help? Was it budgeted? • Yes - No Is it within the approved budgeted amount? • Yes t No If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? Year: If so, how? 100-134-5804/100-134-5801 $ 273,000.00 Yes • No Yes 9 No Yes * No Department: Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes • No If so, what division(s)? Prepared by: Mark Miller Date: 01/20/2005 A46W4Item Checklist:: Approved on 0140/2005 Approvers signed Notified Received Status Changed Status Jim Briggs t City 01/20/2005 01/20/2005 01/20/2005 01/20/2005 Approved Jose Lara rAnalyst 01/20/2005 01/20/2005 01/20/2005 01/20/2005 Approved :if Approval Cycle Settings Council Meeting Date: January 24,2005 EXECUTIVE SESSION AGENDA ITEM COVER SHEET Item No. SUBJECT: Consideration and possible action to award bids for Electric System Construction and Maintenance and Electric system Construction Trenching and Conduit Installation for F.Y.2005 in the amount of $900,000 to Flowers Construction Company, of Hillsboro Texas. ITER SUMMARY: On October 28, 2004, bids were opened and read, by McCord Engineering for the City of Georgetown Electric System Construction and Maintenance bid NO.GEO-05-2005, and Georgetown Electric System Construction Trenching and Conduit Installation, bid NO.GEO-05-ED- 2-2005. McCord Engineering evaluated the bids and determined that the low bids should be awarded to Flowers Construction of Hillsboro, Texas, as this firm most closely conformed to allthe specifications contained in the Electric System Construction and Maintenance contract and the Annual System Construction Trenching and Conduit Installation contract. SPECIAL CONSIDERATIONS: NONE GUS BOARD RECOMMENDATION: GUS Board recommends approval to Council at its January 18, 2005 meeting. STAFF RECOMMENDATION: Staff recommends approval of the Electric System Construction and Maintenance contract and the Annual System Construction Trenching and Conduit Installation contract. FINANCIAL IMPACT: Payments not to exceed $900,000.00 will be paid from the Electric Capital Projects budget as appropriate. COMMENTS NONE ATTACHMENTS: Bid evaluations from McCord Engineering. Michael W,tg9yben Jim Briggs, Energy Serviices Manager Assistant City Manager Utility Operations Mr. Mike Mayben Energy Services Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78628 McCORD ENGINEERING, INC. 916 Southwest Parkway East, P.O. Box 10047 College Station, Texas 77842 (979) 764-8356 Fax (979) 764.9644 January 7, 2005 RE: Contract No. GEO-05-ED-2 - 2005 Annual Electric System Construction Trenching and Conduit Installation Dear Mike: On October 28, 2004, sealed proposals received were opened and read for an Electric System construction bid under the contract designation GEO-05-ED-2. The purpose of this bid is to acquire the services of contract construction personnel and equipment to supplement your City's current Electric Department work crews in the performance of trenching and conduit installation in your City Electric Dual Certificated areas. The subject bid solieitation addressed the furnishing of construction labor and equipment to assist your City on an "as needed" basis for a one (1) year time period and this Contract may be extended for additional one (1) year terms up to a maximum of five (5) years at the City's option and with the consent of the Contractor. Bid prices were requested from prospective Contractors on both an assembly unit bid basis and an hourly basis, and no quantities of construction units were specified. Henceforth, no total bid price restnits for this bid solicitation and for tabulation herewith. We anticipate that the majority of construction work to be performed under this contract will be specified on a unit basis; the hourly prices were requested simply to provide for billing rates for any speeial whieh does not lead itself te billing under--"tandard construction unit billing basis. All work can be specified on an "as requested" basis, and the contract can be terminated at the City's directive. Bid proposals were received from the following Contractors for the performance of the subject Electric System construction work: Flowers Construction Company - Hillsboro, Texas Henkels & McCoy, Inc. - Elkhart, Indiana Texas Electric Utility Construction - Sherman, Texas City of Georgetown January 7, 2005 Page Two After bids were opened Henkels & McCoy, Inc. withdrew their bid due to an error in their unit prices. We have reviewed and evaluated the two remaining bids received, and the results of our bid evaluation are summarized in the exhibit included herewith. The construction assembly unit totals used for each of these bid evaluations are based on quantities from invoices billed to the City for projects constructed in the electric system dual certificated area in the fiscal year 2002/2003. All construction assembly units included in the Bid Proposal are evaluated. For the bid evaluation, we find the bid proposal of Flowers Construction Company to be the low and satisfactory proposal. Based on our bid evaluation, we recommend your City award Contract No. GEO-05-ED-2 to Flowers Construction Company of Hillsboro, Texas, whom we have deemed to be the satisfactorily qualified firm to provide the proposed supplemental construction labor and equipment for your City's Electric Division for the subject award period. Also enclosed are the original bid books for your files; we have made copies of the bids for our files. We appreciate very much the opportunity to assist your City in the preparation of Specifications for this bid project and the solicitation and evaluation of bid proposals. If you have any questions, or need further information concerning this project, please do not hesitate to let me know. Yours very truly, MCCORD ENGINEERING, INC. David Witte Underground Line Design Div. Mgr. Enclosure cc: Mr. Jim Briggs (w/encl.) Mr. John Thomas (w/encl.) Mr. Ricky Jackson (w/encl.) Ms. Marsha Iwers (w/encl.) McCord Engineering, Inc. P.O. Box 10047 College Station, Texas 77842 November 1, 2004 EXHIBIT A CITY OF GEORGETOWN 2005 ANNUAL ELECTRIC SYSTEM TRENCHING AND CONDUIT INSTALLATION (LABOR ONLY) Bid No. 25003 Contract No. GEO-05-ED-2 TEXAS ELECTRIC UTILITY CONSTRUCTION OVERALL TOTAL $ 14,284.33 $ 403,252.09 Z:C lients/Georgetown/Geo-21.6 Unit Labor Price Evaluated Labor Total Price Total Group UM $ 5,981.68 $ 15,559.02 Group UR $ 1,299.70 $ 387,693.07 Section S $ 1,014.00 $ - Section 1 $ 4,173.93 $ - Section HW $ 726,02 $ - Section HW - OT $ 1,089.00 $ - OVERALL TOTAL $ 14,284.33 $ 403,252.09 Z:C lients/Georgetown/Geo-21.6 McCord Engineering, Inc. P.O. Box 10047 College Station, Texas 77842 November 1, 2004 EXHIBIT A CITY OF GEORGETOWN 2005 ANNUAL ELECTRIC SYSTEM TRENCHING AND CONDUIT INSTALLATION (LABOR ONLY) Bid No. 25003 Contract No. GEO-05-ED-2 FLOWERS CONSTRUCTION COMPANY OVERALL TOTAL $ 13,734.92 $ 387,715.99 Z: CI ientsi GeorgetownlG eo-21.6 Unit Labor Price Evaluated Labor Price Total Total Group UM 5 5,751.61 $ 14,955.38 Group UR $ 1,249.71 $ 372,760.61 Section S $ 975.00 $ - Section 1 $ 4,013.40 $ Section HW $ 698.08 $ Section HW - OT $ 1,047.12 $ OVERALL TOTAL $ 13,734.92 $ 387,715.99 Z: CI ientsi GeorgetownlG eo-21.6 Agenda Item Check List Financial Impact Agenda Item: Award bids for Electric System Construction and Maintenance and Electric system Construction Trenching and Conduit Installation for F.Y.2005 Agenda Item Subject: Award of bids to Flowers Construction Company of Hillsboro Texas Is this a Capital Improvement Yes O No Project: Council Date: 01/24/2005 link to Agenda database => 1® Need Help? Was it budgeted? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? • Yes 0No • Yes 0No 611-101 $ 900,000.00 O Yes • No , Yes • No * Yes -) No Year: Department: Georgetown Utility Systems If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Electric system revenue Cross -divisional impact: Yes • No If so, what division(s)? Prepared by: Mike Mayben Date: 01/19/2005 Agenda Item Checklist 'AopAU tl ori o1701200 Approvers Title signed Notified Received Status Changed Status Jim Briggs Assistant City 01/19/2005 01/19/2005 01/19/2005 01/19/2005 Approved Jose Lara Manager 01/19/2005 01/19/2005 1/19/2005 01/19/2005 Approved utility Financial Analyst Approval Cycle Settings 71 Council Meeting Date: January 25, 2005 AGENDA ITEM COVER SHEET Item No. y �� SUBJECT: Consideration and possible action to award the contract for the construction of the Smith Branch Wastewater Improvements Phase IV to C.C. Carlton Industries, Ltd and establish a project budget of $1,075,000.00 ITEM SUMMARY: The design and engineering of the Smith Branch Wastewater Improvements Phase IV has been completed by Bury & Partners (Bury) and Camp, Dresser & McKee, Inc (CDM). Sealed bids for the construction of the improvements were received January 11, 2005. Three bids were received. The design engineer (Bury) has reviewed the bids and has recommended the award of the bid to C.C. Carlton Industries, Ltd. C.C. Carlton's base bid was $999,822.00, plus an add alternate for boring vs. open cut of the gravity line to remove the Southfork Lift Station from service for $20,880.00. The Staff recommends that a total project budget be set at $1,075,000.00. The cost of the Smith Branch Wastewater Improvements is subject to the maximum offsite utility costs of $3,500,000.00 for the Wolf Ranch Project. However, the City is responsible for costs related to removing the Southfork Lift Station from service and has requested the oversizing of some piping to provide for regional wastewater demand. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Funding from the wastewater Capital Fund 651-101-6902-00. GUS BOARD RECOMMENDATION: GUS Board recommended approval of the award of contract at their January 18, 2005 meeting. Approved 6-0. Kostka absent. STAFF RECOMMENDATION: Staff supports the GUS Board recommendation to award the bid for construction of the Smith Branch Wastewater Improvements Phase IV to C.C. Carlton Industries, Ltd. COMMENTS: NONE ATTACHMENTS: // Letter of recomy[9ndatioji-�ard and bid tab try2f ry & Partners. Submitted By: �Wn Dishong Water Services Manager bBury+Partners ENGINEERING SOL UTI ON January 13, 2005 Mr. Tom Benz City of Georgetown 300 Industrial Avenue Georgetown, TX 78626 Re: Smith Branch Phase 4 Wolf Ranch Force Main Recommendation of Award Dear Tom: Bids were received on January 11, 2005 for the Smith Branch Phase 4 - Wolf Ranch Force Main project for the City of Georgetown. Three (3) bids were received from general contractors for this project. C.C. Carlton Industries, Ltd. was the low bidder on the project. While the bids included several options, the best long-term selection for the City appears to be Alternate Bid #1 in the amount of $999,822.50. Alternate Bid #1 included the 16 -inch diameter force main and 21 -inch diameter gravity section to serve the new lift station on the west side of Interstate 35 in private easement gravity line and abandonment of the existing lift station on the same side of the highway as designed by CDM. The alignment for Alternate Bid #1 versus the Base Bid included crossing the Post Office tract. This alternative minimizes the quantity of pipeline inside TxDOT right -0f -way, thereby limited the City's future exposure to relocation costs. In addition, I would recommend the inclusion of Alternate Bid #2 in the award of the Contract. This alternate includes boring of 12 -inch gravity section across the South San Gabriel in lieu of open cut and is an add of $20,880.00 to the Contract price. This would minimize the potential for spoil material entering the waterway. The 8 -inch gravity line serving the Wolf tract on the east side of Interstate 35 is shown in Alternate #3. Transmitted herewith is a certified copy of the bid tabulations for the project showing the unit pricing from the three general contractors. The low bidder, C.C. Carlton Industries, Ltd. is capable of performing the required elements to accomplish the work on this project. Finally, the unit prices for the work appear to be in line with standard pricing for similar work. We recommend award of the bid to C.C. Carlton Industries, Ltd. If you have any questions or need additional information, please contact me. Sincerely,, J4 F.Winkler, P.E. aging Principal, Public Work BURY+PARTNERS, INC. Consulting Engineers and Surveyors Austin Dallas Houston San Antonio Washington, D.C. Bl262\231AdmiuU.etters\0113056eoz docks 3345 Bee Caves Road Suite 200 Austin, Texas 78746 (512) 328-0011 'rFl.En10NE (512) 328-0325 rnx www.bur)partner%.com BURY+PARTNERS BID TABULATION SHEET OWNER: City of Georgetown PROJECT: Smith Branch Phase 4 - Wolf Ranch Force Main BPI JOB NO.: 1262-23 LOCATION: 300 Industrial Avenue;Georgetown, TX 78626 BIDS OPENED Tuesday January 11, 2005 @ 3:OOPM CONTRACTOR C.C. Carlton IndustnejV Ltd. Lewis Contractors, Inc. McLean Construction, Ltd. ADDRESS 6207 Bee Caves Rd., Suite 320 P.O. Box 1623 P.O. Box 10759 Austin, Texas 78746 Bertram, Texas 78605 Killeen, Texas 76547 BID BOND Yes - 5% Yes - 5% Yes - 5% BASE BID ITEM UNIT UNIT UNIT NO. CITY. UNIT DESCRIPTION PRICE COST PRICE COST PRICE COS 1 1 LS Mobilization, Bonds and Insurance $48,000.00 $48,000.00 $30,000.00 $30,000.00 $79,069.00 $79,069.00 2 2,961 LF 16" PVC C905 -DR 18 Force Main $42.00 $124,362.00 $83.00 $245,763.00 $76.00 $225,036.00 3 986 LF 21" PVC ASTM F679 SDR -26 $62.00 $61,132.00 $90.00 $88,740.00 $89.00 $87,754.00 4 210 LF 10" SDR-26PVC Wastewater Line $68.00 $14,280.00 $50.00 $10,500.00 $136.00 $28,560.00 5 370 LF 12 -inch SDR -26 PVC Wastewater Line $82.00 $30,340.00 $79.00 $29,230.00 $268.00 $99,160.00 6 1,014 LF Directional Bore Services for 16" PVC Pipe $300.00 $304,200.00 $320.00 $324,480.00 $323.00 $327,522.00 7 261 LF 30" Bore w/ Steel Encasement $414.00 $108,054.00 $520.00 $135,720.00 $424.00 $110,664.00 8 75 LF Bore and Pressure Grout a 16" Pipe $430.00 $32,250.00 $597.00 $44,775.00 $301.00 $22,575.00 9 865 LF Concrete Encasement of Pipe $125.00 $108,125.00 $30.00 $25,950.00 $38.00 $32,870.00 10 1 EA Air Release Valve and Vault $3,460.00 $3,460.00 $5,505.00 $5,505.00 $6,308.00 $6,308.00 11 1 EA Pig Launching Station with Gate Valve $19,100.00 $19,100.00 $28,000.00 $28,000.00 $40,145.00 $40,145.00 12 1 EA Pig Receiving Station with Air Release Valve $9,500.00 $9,500.00 $17,000.00 $17,000.00 $15,716.00 $15,716.00 13 9 EA 4' Diameter Precast Manholes $6,600.00 $59,400.00 $4,440.00 $39,960.00 $7,381.00 $66,429.00 14 1 EA Connection to Existing Manhole $2,550.00 $2,550.00 $2,700.00 $2,700.00 $3,618.00 $3,618.00 15 3 EA 16"90 -Degree Bends $1,400.00 $4,200.00 $2,250.00 $6,750.00 $2,036.00 $6,108.00 16 2 EA 16"45 -Degree Bends $1,200.00 $2,400.00 $2,050.00 $4,100.00 $1,813.00 $3,626.00 17 4 EA 16" 11 Y.- Degree Bends $1,100.00 $4,400.00 $2,000.00 $8,000.00 $1,821.00 $7,284.00 18 7 EA Concrete Retards $425.00 $2,975.00 $1,100.00 $7,700.00 $2,000.00 $14,000.00 19 20 LF Repair of Fencing, Damaged by Construction $63.00 $1,260.00 $20.00 $400.00 $12.00 $240.00 20 40 LF Replacement of Stone Riprap $86.00 $3,440.00 $20.00 $800.00 $57.00 $2,280.00 21 26 LF Crushed Limestone Backfill $75.00 $1,950.00 $10.00 $260.00 $16.00 $416.00 22 26 LF Asphalt Surface Replacement $200.00 $5,200.00 $75.00 $1,950.00 $12.00 $312.00 23 3,565 LF Silt Fencing $3.00 $10,695.00 $2.00 $7,130.00 $2.00 $7,130.00 24 6,913 SY Hydromulching $0.50 $3,456.50 $1.00 $6,913.00 $1.00 $6,913.00 25 4 EA Rock Berms $40.00 $160.00 $330.00 $1,320.00 $847.00 $3,388.00 26 1 LS Trench Safety Plan $690.00 $690.00 $1,000.00 $1,000.00 $3,553.00 $3,553.00 27 3,177 LF Trench Safety Plan Implementation $1.00 $3,177.00 $2.00 $6,354.00 $2.00 $6,354.00 28 2 EA Stabilized Construction Entrance $2,600.00 $5,200.00 $1,000.00 $2,000.00 $1,131.00 $2,262.00 29 1 LS Rehabilitation Work on existing Southfork Lift $25,000.00 $25,000.00 $17,000.00 $17,000.00 $28,624.00 $28,624.00 Station TOTAL BASE BID $998,966.50 $1,100,000.00 $1,237,916.00 1 of 3 CONTRACTOR 1C.C. Carfton Industries, Ltd. Lewis Contractors, Inc. McLean Construction, Ltd. ALTERNATE BID NO. 1 ITEM UNIT UNIT UNIT NO. CITY. UNIT DESCRIPTION PRICE COST PRICE COST PRICE COST 1 1 LS Mobilization, Bonds and Insurance $48,000.00 $48,000.00 $30,000.00 $30,000.00 $79,069.00 $79,069.00 2 2,915 LF 16" PVC C905-DR18 Force Main $42.00 $122,430.00 $83.00 $241,945.00 $84.00 $244,860.00 3 986 LF 21" PVC ASTM F679 SDR -26 $62.00 $61,132.00 $90.00 $88,740.00 $89.00 $87,754.00 4 210 LF 10" SDR-26PVC Wastewater Line $68.00 $14,280.00 $50.00 $10,500.00 $136.00 $28,560.00 5 370 LF 12 -inch SDR -26 PVC Wastewater Lute $82.00 $30,340.00 $79.00 $29,230.00 $268.00 $99,160.00 6 1,014 LF Directional Bore Services for 16" PVC Pipe $300.00 $304,200.00 $320.00 $324,480.00 $323.00 $327,522.00 7 277 LF 30" Bore w/ Steel Encasement $410.00 $113,570.00 $520.00 $144,040.00 $424.00 $117,448.00 8 75 LF Bore and Pressure Grout a 16" Pipe $430.00 $32,250.00 $597.00 $44,775.00 $301.00 $22,575.00 9 865 LF Concrete Encasement of Pipe $125.00 $108,125.00 $30.00 $25,950.00 $38.00 $32,870.00 10 1 EA Air Release Valve and Vault $3,460.00 $3,460.00 $5,505.00 $5,505.00 $6,308.00 $6,308.00 11 1 EA Pig Launching Station with Gate Valve $19,100.00 $19,100.00 $28,000.00 $28,000.00 $40,145.00 $40,145.00 12 1 EA Pig Receiving Station with Air Release Valve $9,500.00 $9,500.00 $17,000.00 $17,000.00 $15,716.00 $15,716.00 13 9 EA 4' Diameter Precast Manholes $6,600.00 $59,400.00 $4,440.00 $39,960.00 $7,381.00 $66,429.00 14 1 EA Connection to Existing Manhole $2,550.00 $2,550.00 $2,700.00 $2,700.00 $3,618.00 $3,618.00 15 3 EA 16"90 -Degree Bends $1,400.00 $4,200.00 $2,250.00 $6,750.00 $2,036.00 $6,108.00 16 4 EA 16" ll''/. -Degree Bends $1,100.00 $4,400.00 $2,000.00 $8,000.00 $1,821.00 $7,284.00 17 7 EA Concrete Retards $425.00 $2,975.00 $1,100.00 $7,700.00 $2,000.00 $14,000.00 18 20 LF Repair of Fencing, Damaged by Construction $63.00 $1,260.00 $20.00 $400.00 $12.00 $240.00 19 40 LF Replacement of Stone Riprap $86.00 $3,440.00 $20.00 $800.00 $57.00 $2,280.00 20 25 LF Crushed Limestone Backfill $75.00 $1,875.00 $10.00 $250.00 $16.00 $400.00 21 25 LF Asphalt Surface Replacement $200.00 $5,000.00 $75.00 $1,875.00 $12.00 $300.00 22 3,661 LF Silt Fencing $3.00 $10,983.00 $2.00 $7,322.00 $2.00 $7,322.00 23 6,775 SY Hydromulching $0.50 $3,387.50 $1.00 $6,775.00 $1.00 $6,775.00 24 4 EA Rock Berms $40.00 $160.00 $330.00 $1,320.00 $847.00 $3,388.00 25 1 LS Trench Safety Plan $690.00 $690.00 $1,000.00 $1,000.00 $3,553.00 $3,553.00 26 3,115 LF Trench Safety Plan Implementation $1.00 $3,115.00 $2.00 $6,230.00 $2.00 $6,230.00 27 2 FA Stabilized Construction Entrance $2,500.00 $5,000.00 $1,000.00 $2,000.00 $1,131.00 $2,262.00 28 1 LS Rehabilitation Work on existing Southfork Lift $25,000.00 $25,000.00 $17,000.00 $17,000.00 $28,824.00 $28,624.00 Station TOTAL ALTERNATE BID NO. 1 j $999,822.50 $1,100,247.00 $1,260,800.00 2of3 CONTRACTOR C.C. Carlton Industries, Ltd. Lewis Contractors, Inc. jMcLean Construction Ltd. ALTERNATE BID NO. 2 - ADD/(DEDUC McLean Construction, Ltd. ALTERNATE BID NO. 3 ITEM ITEM UNIT UNIT UNIT NO. CITY. UNIT DESCRIPTION PRICE COST PRICE COST PRICE COST 1 1,014 LF ADD/(DEDUCT) - 16' HDPE -SDR -11 Force $5.00 $5,070.00 ($20.00) ($20,280.00) ($44.00) ($44,616.00) $30,336.00 Main to Lieu of PVC C905-DR18 Force Main $59,294.24 2 3 EA 4' Diameter Precast Manholes $5,500.00 $16,500.00 Add/(Deduct) - for Boring and Steel $13,320.00 $3,984.00 $11,952.00 3 75 LF 2 186 LF Encasement of 12' Pipe in Lieu of Trenching $85.00 $15,810.00 $270.00 $50,220.00 ($48.00) ($8,928.00) 557 and Concrete Encasement as indicated on Plan Concrete Encasement of Pipe $110.00 $61,270.00 $28.00 $15,596.00 $36.00 $20,052.00 Sheet 13 Sation 2+00 to 3+86 40 LF Replacement of Stone Ripmp $100.00 ¢1,000.00 $20.00 $800.00 TOTAL ALTERNATE BID NO. 2 - ADDI(DEDUCT)j $2,280.00 $20,880.00 1 620 $29,940.00 1 Hydromulching ($53,544.00) CONTRACTOR 1C.C. Carlton Industries, Ltd. Lewis Contractors, Inc. McLean Construction, Ltd. ALTERNATE BID NO. 3 ITEM UNIT UNIT UNIT NO. QTY. UNIT DESCRIPTION PRICE COST PRICE COST PRICE COST 1 632 LF 8' SDR -26 PVC Wastewater Line $90.00 $56,880.00 $48.00 $30,336.00 $93.82 $59,294.24 2 3 EA 4' Diameter Precast Manholes $5,500.00 $16,500.00 $4,440.00 $13,320.00 $3,984.00 $11,952.00 3 75 LF Bore and Pressure Grout an 8" Pipe $400.00 $30,000.00 $460.00 $34,500.00 $212.00 $15,900.00 4 557 LF Concrete Encasement of Pipe $110.00 $61,270.00 $28.00 $15,596.00 $36.00 $20,052.00 5 40 LF Replacement of Stone Ripmp $100.00 ¢1,000.00 $20.00 $800.00 $57.00 $2,280.00 6 620 SY Hydromulching $3.00 $1,860.00 $2.00 $1,240.00 $1.00 $620.00 7 90 LF Silt Fencing $5.00 $450.00 $2.00 $180.00 $2.00 $180.00 8 632 LF Trench Safety Plan Implementation $1.00 $632.00 $2.00 $1,264.00 $2.00 $1,264.00 TOTAL ALTERNATE BID NO. 3 $171,592.00 $97,236.00 $111,542.24 TOTAL BASE BID TOTAL ALTERNATE BID NO. 1 TOTAL ALTERNATE BID NO. 2 - ADD/(DEDUCT) TOTAL ALTERNATE BID NO. 3 3of3 $998,956.50 $1,100,000.00 $999,822.50 $1,100,247.00 $20,880.00 $29,940.00 $171,592.00 $97,236.00 $1,237,916.00 $1,260,800.00 -$53,544.00 $111,542.24 Agenda Item Check List Agenda Item: Agenda Item Subject: Is this a Capital Improvement Project: Council Date: Was it budgeted? &MMM Financial Impact Smith Branch Wastewater Phase IV Consideration and possible action to award the contract for the construction of the Smith Branch Wastewater Improvements Phase IV to CC Carlton Industries, Ltd and establish a project budget. 40 Yes No 01/25/2005 link to Agenda database => 4b Need Help? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue impact? • Yes -) No 0 Yes _ No However, some oversizing costs may require inclusion in FY 05/06 CIP budget. 651-101-6902-00 $ 1,075,000.00 Yes 0 No • Yes (_i No Possible inclusion of oversizing costs in FY 05/06 CIP budget. Yes • No Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes • No If so, what division(s)? Prepared by: Glenn Dishong Date: 01/19/2005 Agenda Item Checklist: Approved on 01/20/2005 Approvers Title ssigned Notified Received Status Changed Status Jim Briggs Assistant City 01/20/2005 01/20/2005 01/20/2005 01/20/2005 Approved Jose Lara Manager 01/20/2005 01/20/2005 1/20/2005 01/2012005 Approved Utility Financial Analyst Approval Cycle Settings Council Meeting: January 25, 2005 Item No. v " AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve a contract amendment between the City of Georgetown and Kasberg, Patrick and Associates, L.L.P. for professional services related to the design of the West Loop and North Austin Water Line Improvements for $113,900.00. ITEM SUMMARY: This project is a combination of two water line projects. The West Loop water line is a continuation of the multi-year project for a major transmission line along D.B. Woods that will eventually allow the transport of water from the Lake Water Treatment Plant to the southernmost portions of the City's water service area. The North Austin Avenue Water Line establishes water service to properties on North Austin Avenue, across from Georgetown High School. Completion of this line will establish or upgrade water service to an area within the City limits. The total cost for engineering services is $113,900.00. SPECIAL CONSIDERATIONS: None. FINANCIAL IMPACT: Funds will come from the Water Capital Fund 661-101-6617-04 and 661- 101-6300-02. GUS BOARD RECOMMENDATION: GUS Board recommended approval of a contract amendment to Kasberg, Patrick and Associates, L.L.P. for professional services related to the design of the West Loop and North Austin Water Line Improvements at the January 18, 2005 meeting. Approved 6-0. Kostka absent. STAFF RECOMMENDATION: Staff supports the recommendation by the GUS Advisory Board for the contract amendment for engineering services by KPA. COMMENTS: None. ATTACHMENTS: Proposal for en 'neering from Kasberg dd Submitted by: Ilii W. Dishong, Water Services Man er Associates. VCj�ty Manager ity perations AMENDMENT DATED JANUARY 13, 2005 TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND KASBERG, PATRICK & ASSOCIATES, L.L.P. FOR PROFESSIONAL SERVICES FOR WEST LOOP AND NORTH AUSTIN AVENUE WATER IMPROVEMENTS The General Services Agreement between the CITY OF GEORGETOWN (City) and Kasberg, Patrick & Associates, L.L.P., (Engineer) last authorized on March 14, 1995, is hereby amended as follows: The scope and cost of the anticipated services are set forth in the attached Exhibit A. The charges for the work in Amendment dated January 13, 2005 are to be paid on a lump sum basis unless additional work due to change in scope is authorized. Your signatures below will constitute your acceptance of Amendment dated January 13, 2005. Executed in duplicate original this day of 2005 at Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Patricia E. Carls City Attorney Parry of the First Part: CITY OF GEORGETOWN. TEXAS Gary Nelon Mayor Attest: Sandra D. Lee Party of the Second Part: City Secretary KASBERG� RI�SO� L.L.P. By: R. David Patrick, P.E. Principal Engineer STATE OF TEXAS COUNTY OF BELL This instrument as acknowledged before me on this the 3 day of -J-a nun err 2005. '-Ali—(i-Y1• JX" Printed name: POQ►s M. WAL-- -E-QS Notary Public Commission Expires: 12-27-05 i',Y�"•,,_:•;;F� NofaY ftM, stare �Rexas My Commmbn Evkes December 27, 2005 Exhibit A (Updated January 13, 2005) This updated Exhibit A to the original General Services Agreement between the City of Georgetown and Kasberg, Patrick & Associates, L.L.P., dated March 14, 1995, provides for the scope of engineering services required for developing design for the West Loop and North Austin Avenue Water Improvements. The attached letter details the services and associated charges for the proposed work. KASBERG, PATRICK & ASSOCIATES, L.L.P. KA CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail@kpaengin n.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E. January 13, 2005 Mr. Jim Briggs Assistant City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627-0409 Re: City of Georgetown Proposal for The West Loop and North Austin Avenue Water Improvements Georgetown, Texas Dear Mr. Briggs: This letter proposal is in response to your request for basic and special engineering services required to provide construction drawings for water improvements for: The West Loop and North Austin Avenue Water Improvements The charges for this work are shown on Attachment "A" of this letter. We have priced the work according to the facts that we know about the project as of this date. Lump Sum charges are shown and will not change unless the scope of work is expanded, at which time we will meet with you and plan accordingly. The following are tasks that we have included in the work schedule: PRELIMINARY ENGINEERING PHASE. This phase involves determination of project scope and economic and technical evaluation of feasible alternatives. Services during this phase include: 1. Obtaining and reviewing available data and consulting with the City to clarify and define the CITY's requirements for the project. 2. Advising the CITY as to the necessity of providing or obtaining from others additional data or services. These additional services may include photogra unetry, investigations and consultations, compilation of hydrological data, traffic studies, materials engineering, assembly of zoning, deed, and other restrictive land use information, and environmental assessments and impact statements. Mr. Jim Briggs January 13, 2005 Page Two 3. Identifying and analyzing requirements of governmental authorities having jurisdiction to approve the design of the project, and participating in consultations with such authorities. 4. Providing analyses of the CITY's needs, planning surveys, and comparative evaluations of prospective sites and solutions. 5. Providing a general economic analysis of the CITY's requirements applicable to various alternatives. 6. Consulting with the CITY, reviewing preliminary reports, clarifying and defining the project requirements, reviewing available data, and discussing general scheduling. Conferences may also be required with approving and regulatory governmental agencies and affected utilities. . 7. Advising the CITY as to whether additional data or services are required, and assisting the CITY in obtaining such data and services. 8. Analysis of existing system conditions. 9. Analysis of existing or required easements and rights-of-way. DESIGN PHASE. The basic services for the final design phase includes: 1. Preparing construction drawings and specifications showing the character and extent of the project based on the survey data. 2. Preparing and furnishing to the CITY a revised opinion of probable costs based on the final drawings and specifications. 3. Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities. This is distinguished from and does not include detailed applications and supporting documents for government grant-in-aid or planning grants that would be furnished as additional services. Fees for any local, state or federal construction permit applications are not included as part of the professional fee charges. These will be paid by the CITY. 4. Preparing basic documents related to construction contracts for review and approval by the CITY (and the CITY's legal and other advisors). These may include contract agreement forms, general conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract -related documents. Mr. Jim Briggs January 13, 2005 Page Three 5. Furnishing to the CITY the specified number of copies of drawings, specifications, and other contract documents. 6. Design the final plans for the project. 7. Design surveys including the transfer of validated benchmarks to the proposed area. 8. Design and submittal (if required) of WPAP and water system reports to the TCEQ for project acceptance in the Re -charge Zone of the Edwards Aquifer. 9. Meet regularly with the City of Georgetown Staff to review the progress of the design and coordinate any conflicts that arise. BIDDING PHASE. Services under this phase include: 1. Assisting the CITY in advertising for and obtaining bids for each separate prime construction contract, maintaining a record of prospective bidders to whom bidding documents have been issued, attending pre-bid conferences, and receiving and processing fees for bidding documents. 2. Issuing addenda as appropriate to interpret, clarify or expand the bidding documents. 3. Assisting the CITY in determining the qualifications and acceptability of prospective constructors, subcontractors and suppliers. 4. Attending the bid openings, preparing bid tabulation sheets and providing assistance to the CITY in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. CONSTRUCTION PHASE. Services under this phase involve consulting with and advising the CITY during construction and are limited to those services associated with performing as the CITY's representative. Such services comprise: 1. Preparing for and conducting a pre -construction conference and issuing a Notice to Proceed on behalf of the CITY. 2. Reviewing shop and erection drawings submitted by the constructors for compliance with design concept. 3. Reviewing laboratory, shop and mill test reports on materials and equipment. Mr. Jim Briggs January 13, 2005 Page Four 4. Visiting the project site as construction proceeds to observe and report on the progress and the quality of the executed work. 5. Issuing necessary interpretations and clarifications of contract documents, preparing change orders requiring special inspections and testing of the work, and making recommendations as to the acceptability of the work. 6. Preparing sketches required to resolve problems due to actual field conditions encountered. 7. Preparing record drawings from information submitted by the CONTRACTOR. SPECIFIC INFRASTRUCTURE DESIGN FEATURES FOR THE PROJECT • Research of existing facilities • Research of existing utilities • Review and prepare project design for the twenty -four -inch water line system loop from Mesa Ranch Drive to State Highway 29 along D.B. Wood Road. • Review and prepare project design for the eight -inch water line system connecting to the existing twelve -inch waterline and connection to existing businesses along Austin Avenue. • Design of an eighteen inch steel encasement by bore under Austin Avenue • Permitting through the Texas Department of Transportation • Review and design improvements for water facilities in conjunction with the street improvements for College Street and Ash Street. • Survey existing topography as well as existing utilities and connection within the existing water system • Repair and/or replacement to existing streets, driveways and sidewalks impaired by the system construction. • Final Design Schematics of the plans • Clearance from state and federal environmental agencies • Project to be bid and awarded • Construction Administration of the project • Record drawing produced and delivered to the City If this proposal is agreeable, please return two executed originals to our office. Sincerely, R. David Patrick, P.E. RDP/crc ATTACHMENT A SUMMARY OF CHARGES FOR SERVICES 2005 CAPITAL IMPROVEMENTS PROJECT FOR THE WEST LOOP AND NORTH AUSTIN AVENUE WATER IMPROVEMENTS GEORGETOWN, TEXAS TASK The 2005 West Loop and North Austin Avenue Water Improvements I. BASIC SERVICES A. Preliminary Design $ 17,200.00 B. Final Design $ 34,000.00 C. Bidding $ 4,000.00 D. Construction Administration $ 26,600.00 TOTAL BASIC SERVICES $ 81,800.00 11. SPECIAL SERVICES A. Design Surveys $ 12,000.00 B. Construction Staking $ 9,800.00 C. TxDOT Permitting $ 1,200.00 D. TCEQ Submittals $ 1,600.00 E. Archeological Investigations $ 4,500.00 F. Environmental Investigations $ 3,000.00 TOTAL SPECIAL SERVICES $ 32,100.00 Agenda Item Check List n Financial Impact Agenda Item: West Loop and North Austin Water Line (ENG) Agenda Item Subject: Consideration and possible action to amend the contract between Kasberg, Patrick, and Associates, LLP for professional services relating to the design of the West Loop and North Austin Water Line Improvements. Is this a Capital Improvement Project: Council Date: Was it budgeted? • Yes (-) No 01/25/2005 link to Agenda database => 46 Need Help? Is it within the approved budgeted amount? If not, where is the money coming from? G/L Account Number Amount Going to Council Is there something (budgeted) that won't get done because you are spending these funds? If so, please explain. Will this have an impact on the next year's budget? If so, please explain. Does this project have future revenue Impact? • Yes,,- No • Yes -) No 661-101-6617-04 and 661-101-6300-02 $ 113,900.00 Yes • No ` Yes • No Yes 0 No Year: Department: If so, how? Identify all on-going costs (i.e., insurance, None annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes • No If so, what division(s)? Prepared by: Glenn Dishong Date: 01/19/2005 Agenda Item Checklist. Approved on 0111912005 Approvers Title signed Notified Received tatus Changed Status Jim Bnggs Assistant City 01/19/2005 01/19/2005 1/19/2005 01/19/2005 Approved Jose Lara Manager 01/19/2005 01/19/2005 1/19/2005 01/19/2005 Approved Utility Financial Analyst Approval Cycle Settings Council Meeting Date: January 25, 2005 AGENDA ITEM COVER SHEET Item No. SUBJECT: Consideration and possible action to approve an amendment to the contract between Kasberg, Patrick and Associates, L.L.P. and the City of Georgetown in the amount of $76,000.00 for professional services related to the Final Design and construction phase of the Rivery Boulevard to Highway 29 Connector. ITEM SUMMARY: Council approved a contract amendment with Kasberg, Patrick and Associates in May of 2004 in the amount of ($120,000.00) for preliminary engineering services related to the Rivery Boulevard to Highway 29 Connector. The final design phase will provide all required engineering through completion of the project. The original estimate in 2003 for engineering services was ($120,000.00). Total engineering costs will now total ($196,000.00) Additional cost is due to change in scope by the addition of Storm water, Water Quality, Curb and Gutter and Sidewalk design. SPECIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: $76,000.00 to come from GTEC accounts # 400-101-6023-00 "Rivery to SH Connector". GTEC BOARD RECOMMENDATIONS The GTEC board recommended approval of the amendment to the contract at the January 19, 2005 meeting. STAFF RECOMMENDATIONS Staff recommends approval of the amendment to the KPA contract. COMMENTS: This road project was approved by GTEC as part of the 2003/2004 TIP on August 6th, 2003 and recommended for approval of preliminary Engineering in May of 2004. ATTACHMENTS: 1. Proposed Contract amendment. 2. Engineer's letter of project update Submitted By: Mark Miller %Jim ri s Transportation Services ist t Manager Manager of Utili s KAKASBERG, PATRICK & ASSOCIATES, L.L.P. CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail®kpaengineers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E. January 19, 2005 Mr. Thomas R. Benz, P.E. Manager of Systems Engineering City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown Rivery to State Highway 29 Connector Project Update Dear Mr. Benz: This letter serves as preliminary update and status report the Rivery to State Highway 29 Connector Project in Georgetown, Texas. Preliminary design and investigations has been completed. The preliminary right-of-way and utility easement alignments have been determined and staked in the field. This alignment has been coordinated with the State Highway 29 and County Road 265 project and existing Hacias Las Lobos. The alignment has been set with current design guidelines for both the horizontal and vertical geometry of the proposed roadway. We have also completed the drainage analysis based on the proposed right-of-way. The environmental investigations have been completed by conducting an on site investigation of the proposed right-of-way. The report was completed on January 6, 2005 and submitted to all appropriate state and federal entities. The Phase I Environmental Site Assessment and Evaluation did not fmd or identify any recognized environmental conditions in connection with the proposed right-of-way. The only comment received from the entities came from Ms. Jana Milliken of the U.S. Fish and Wildlife Service. Ms. Milliken stated that no response would be mailed unless there had been a finding of potential impact. Her comments also stated that the Golden Cheeked Warblers and Warbler habitat had been identified in the area of DB Wood Road, however it did not appear that the site included suitable habitat based on the report that was submitted. The USFWS will not issue a formal response and has cleared the proposed right-of-way for the project. A complete Phase I Archaeological Site Investigation has been conducted. The proposed right-of- way was reviewed for any potential historic or pre -historic cultural resources or archaeological sites. The investigations yielded no cultural deposits and a full report has been submitted to the Texas iistorical Commission. The project acceptance is expected in the near future. Mr. Thomas R. Benz, P.E. `anuary 19, 2005 'age Two The geotechnical phase of the project is underway. Currently the soils have been tested by taking soil borings at approximately five -hundred foot intervals within the proposed right-of-way. These samples are being tested for classification and soil bearing capacity to determine the roadway pavement section for the project. Within the next two weeks we will have a proposed roadway section to review with the City of Georgetown staff. The project is on schedule for completion of the design phase and will be ready to begin the acquisition phase of the proposed right-of-way in March 2005. If there are any questions concerning the project, please do not hesitate to contact me. Sincerely, ze�9�9 R. David Patrick. P.E. RDP/jas xc: Mr. Joel Weaver, City of Georgetown File:2004-120-20 AMENDMENT DATED NOVEMBER 18, 2004 TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND KASBERG, PATRICK & ASSOCIATES, L.L.P. FOR PROFESSIONAL SERVICES FOR RIVERY TO HIGHWAY 29 CONNECTOR The General Services Agreement between the CITY OF GEORGETOWN (City) and Kasberg, Patrick & Associates, L.L.P., (Engineer) last authorized on March 14, 1995, is hereby amended as follows: The scope and cost of the anticipated services are set forth in the attached Exhibit A. The charges for the work in Amendment Dated November 18, 2004 are to be paid on a lump sum basis unless additional work due to change in scope is authorized. Your signatures below will constitute your acceptance of Amendment Dated November 18, 2004. Executed in duplicate original this day of Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Patricia E. Carls City Attorney Party of the Second Part: KASBERG, P TRICK & ASS CIATES, L.L.P. By: R. David Patrick, P.E. Principal Engineer STATE OF TEXAS COUNTY OF BELL 2004 at Parry of the First Part: CITY OF GEORGETOWN, TEXAS Gary Nelon Mayor Attest: Sandra D. Lee City Secretary �E This instrument as acknowledged before me on this the $ _ 2004. rh . InYwX Notary Public �„qzy DORIS M. WALTERS Notary Public, Stale of Texas E w CommLswn Expifes December 27, 2005 day of Novvr„1�,r Printed name: wars /K. WAL4-Z;RS Commission Expires: 12-2-7-0-5 Exhibit A (Updated November 18, 2004) This updated Exhibit A to the original General Services Agreement between the City of Georgetown and Kasberg, Patrick & Associates, L.L.P., dated March 14, 1995, provides for the scope of basic and special services required for developing construction plans, specifications and contract documents for Rivery to Highway 29 Connector. The attached letter details the services and associated charges for the proposed work. KAKASBERG, PATRICK & ASSOCIATES, L.L.P. CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail®kpaengineers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E. November 18, 2004 Mr. Jim Briggs Assistant City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627-0409 Re: City of Georgetown Proposal for Rivery to Highway 29 Connector Georgetown, Texas Dear Mr. Briggs: This letter proposal is in response to your request for basic and special engineering services required to provide construction drawings for street and drainage improvements for: Rivery to Highway 29 Connector The charges for this work are shown on Attachment "A" of this letter. We have priced the work according to the facts that we know about the project as of this date. Lump Sum charges are shown and will not change unless the scope of work is expanded, at which time we will meet with you and plan accordingly. The following are tasks that we have included in the work schedule: FINAL DESIGN PHASE. This phase of project development is undertaken only after the CITY has approved the preliminary engineering phase material. The basic services for the final design phase includes: Preparing construction drawings and specifications showing the character and extent of the project based on the accepted preliminary engineering documents. Preparing and furnishing to the CITY a revised opinion of probable costs based on the final drawings and specifications. Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities. This is distinguished from and does not include detailed applications and supporting documents for government grant-in-aid or planning grants that would be furnished as additional services. Fees for any local, state or federal construction permit applications are not included as part of the professional fee charges. These will be paid by the CITY. Mr. Jim Briggs November 18, 2004 Page Two 4. Preparing basic documents related to construction contracts for review and approval by the CITY (and the CITY's legal and other advisors). These may include contract agreement forms, general conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract -related documents. 5. Furnishing to the CITY the specified number of copies of drawings, specifications, and other contract documents. 6. Design of a three lane roadway section that can be incorporated to a four lane boulevard section in the future. 7. Design the final schematic of the four lane boulevard roadway section. 8. Design of a storm drainage system that will convey for the three lane section and can be improved and incorporated for the future four lane boulevard section. 9. Completion of environmental, archaeological and geotechnical surveys and exploration. 10. Design surveys including the transfer of validated benchmarks to the proposed area. 11. Design and submittal of WPAP reports to the TCEQ for project acceptance in the Re -charge Zone of the Edwards Aquifer. 12. Meet regularly with the City of Georgetown Staff to review the progress of the design and coordinate any conflicts that arise. BIDDING PHASE. Services under this phase include: 1. Assisting the CITY in advertising for and obtaining bids for each separate prime construction contract, maintaining a record of prospective bidders to whom bidding documents have been issued, attending pre-bid conferences, and receiving and processing fees for bidding documents. 2. Issuing addenda as appropriate to interpret clarify or expand the bidding documents. 3. Assisting the CITY in determining the qualifications and acceptability of prospective constructors, subcontractors and suppliers. Mr. Jim Briggs November 18, 2004 Page Three 4. When substitution prior to the award of contracts is allowed by the bidding documents, consultation with and advising the CITY as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 5. Attending the bid openings, preparing bid tabulation sheets and providing assistance to the CITY in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. CONSTRUCTION PHASE. Services under this phase involve consulting with and advising the CITY during construction and are limited to those services associated with performing as the CITY's representative. Such services comprise: 1. Preparing for and conducting a pre -construction conference and issuing a Notice to Proceed on behalf of the CITY. 2. Reviewing shop and erection drawings submitted by the constructors for compliance with design concept. 3. Reviewing laboratory, shop and mill test reports on materials and equipment. 4. Visiting the project site as construction proceeds to observe and report on the progress and the quality of the executed work. 5. Issuing necessary interpretations and clarifications of contract documents, preparing change orders requiring special inspections and testing of the work, and making recommendations as to the acceptability of the work. 6. Prepare sketches required to resolve problems due to actual field conditions encountered. 7. Preparing record drawings from information submitted by the CONTRACTOR. SPECIFIC INFRASTRUCTURE DESIGN FEATURES FOR THE PROJECT • Research of existing facilities • Research of existing utilities • Final Design of the roadway section Mr. Jim Briggs November 18, 2004 Page Four • Hydrology and drainage design for both the three lane and future four lane sections • WPAP reports to be submitted to the TCEQ for project acceptance in account for both three lane and four lane sections. • Vertical geometry for roadway section • Connection design and signage • Coordination with outside entities • Contract Documents and Specifications • Project to be bid and contracted • Construction Administration during the project If this proposal is agreeable, please return two executed originals to our office. Sincerely, X1 Zk R. David Patrick, P.E. RDP/crc ATTACHMENT A SUMMARY OF CHARGES FOR SERVICES 2004 — 2005 CAPITAL IMPROVEMENTS PROJECT FOR RIVERY TO HIGHWAY 29 CONNECTOR GEORGETOWN, TEXAS TASK Rivery to Highway 29 Connector I. BASIC SERVICES A. Final Design $ 78,000.00 B. Bidding $ 6,500.00 C. Construction Administration $ 38,000.00 TOTAL BASIC SERVICES $ 122,500.00 II. SPECIAL SERVICES A. WPAP Design & Submittals $ 5,000.00 B. Construction Staking $ 9,000.00 TOTAL SPECIAL SERVICES $ 14,000.00 Agenda Item Check List Financial Impact Agenda Item: Engineering services from KPA for Final engineering on Rivery to Highway 29 connector Agenda Item Subject: Final engineering for Rivery to Highway 29 connector Is this a Capital Improvement • Yes O No Project: Council Date: 01/25/2005 link to Agenda database => 46 Need Help? Was it budgeted? • Yes O No Is it within the approved budgeted amount? • Yes C) No If not, where is the money coming from? G/L Account Number 400-101-6023-00 Amount Going to Council Is there something (budgeted) that won't get Yes 0 No done because you are spending these funds? If so, please explain. Will this have an impact on the next year's Yes 9 No budget? If so, please explain. Does this project have future revenue Yes • No impact? Year: Department: If so, how? Identify all on-going costs (i.e., insurance, annual maintenance fees, licenses, operational costs, etc...). Estimated staff hours: Cross -divisional impact: Yes 9 No If so, what division(s)? Prepared by: Mark Miller Date: 01/20/2005 Agenda Item Checklist. Approved on 01120/2005 Approvers Title[Assigned Notified iReceived iStatus Changed Status Jim Briggs Assistant City 01/20/2005 01/20/2005 01/20/2005 01/20/2005 Approved Jose Lara Manager 01/20/2005 01/20/2005 01/20/2005 01/20/2005 Approved Utility Financial Analyst Approval Cycle settings