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