HomeMy WebLinkAboutAgenda CC 01.11.2005Notice of Meeting of the
Governing Body of the
City of Georgetown, Texas
Tuesday, January 11, 2005
The Georgetown City Council will meet on Tuesday, January 11, 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.551.087 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
C Sec.551.072 Deliberation on Real Property
- Discussion and possible action regarding acquisition of property for downtown parking
D Sec.551.074 personnel matters
- Discussion regarding approaching director vacancy in Human Resources Department
- Annual Performance Evaluation of City Secretary
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 deadline extension to January 14 for applications to City Boards and Commissions
- Announcement of new procedure for addressing the City council
- Announcement of Williamson County Tax Assessor Deborah Hunt having received the title of Tax
Assessor of the Year by the Tax Assessors' Association of Texas
H Announcements and Comments from City Manager
City Council Agenda/January 11, 2005
Page 1 of 4 Pages
I Public Wishing to Address Council
- Sandra Taylor of Pedernales Electric Cooperative regarding update on Cooperative activities
- Keith Peshak regarding prosecution of citations by police and courts and "Minimal Wear"
J Action from Executive Session
Statutory Consent Agenda
K Consideration and possible action to approve the Minutes of the Joint Workshop with the Planning and
Zoning Commission on Tuesday, December 7; the Council Workshop on Monday, December 13, and the
Council Meeting on Tuesday, December 14, 2004 -- Sandra Lee, City Secretary
L Consideration and possible action to authorize the Georgetown Public Library to apply for a $5,000 grant
from the 2004 Texas Book Festival, to be used to hire a contract employee to teach computer classes --
Eric Lashley, Library Director and Randy Morrow, Director of Community Services
Legislative Regular Agenda
Council will individually consider and possibly take action on any or all of the following items:
M Consideration and possible action to authorize an additional School Resource Officer at Georgetown
High School — Kevin Stofie, Assistant Police Chief and David Morgan, Police Chief
N Considereation and possible action to approve an agreement for investment advisory services with Valley
View Consulting, L.L.C. for $9,000 -- Laurie Brewer, Controller and Micki Rundell, Director of Finance &
Administration
O Consideration and possible action to approve a resolution revising the current City of Georgetown
Investment Policy -- Laurie Brewer, Controller and Micki Rundell, Director of Finance & Administration
P Consideration and possible action regarding a Joint Resolution of the Georgetown City Council and
Williamson County Commissioner Court requesting the Texas Department of Transportation to conduct a
speed and traffic study on Williams Drive between Lakeway Drive and County Road 245 to investigate
the possibility of lowering speeds and providing additional safety features — Mark Miller, Transportation
Services Manager and Jim Briggs, Assistant City Manager for Utility Operations
Q Consideration and possible action to reconsider the 2004/05 Budget for Georgetown Transportation
Enhancement Corporation (GTEC), adopted on September 26, 2004, with specific reference to the item
for Riveroaks Road — Patty Eason, Councilmember for District 1
1. Consideration and possible action to award a contract to rePipe Texas, Inc. and to approve a project
budget, for part 3 of the Phase It EARZ Rehabilitation Project, for $167,500 — Glenn Dishong, Water
Services Manager and Jim Briggs, Assistant City Manager for Utility Operations
2. Consideration and possible action to award a contract to Dave Cole Decorators, Inc. of Sparta,
Michigan and to establish a project budget for the rehabilitation of the Leander Elevated Storage
Tank in the amount of $230,000.00 — Glenn Dishong, Water Services Manager and Jim Briggs,
Assistant City Manager for Utility Operations
3. Consideration and possible action to approve a contract amendment to the existing Professional
Services Agreement, between the City of Georgetown and Camp, Dresser, and McKee, Inc., to provide
engineering services related to the design of the Hwy 29 Off-site Utility Improvements in the amount
of $60,500 — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for
Utility Operations
4. Consideration and possible action to authorize the execution of an agreement with Lower Colorado
River Authority (LCRA), Brazos River Authority (BRA), City of Liberty Hill, and Chisholm Trail Special
Utility District (CTSUD) regarding the provision of wastewater services and service territory
City Council Agenda/January 11, 2005
Page 2 of 4 Pages
boundaries -- Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for
Utility Operations
5. Consideration and possible action to approve a contract amendment between the City of Georgetown
and Raymond Chan & Associates, Inc. for professional services related to Downtown Master Plan
Regional Water Quality and Drainage, Phase 2, in an amount not to exceed $110,000.00 - Mark
Miller, Transportation Services Manager and Jim Briggs, Assistant City Manager for Utility Operations
S Second Readings
1. Second Reading of an ordinance providing for the annexation into the City of 5.24 acres in Joseph P.
Pulsipher and Clement Stubblefield Survey, located approximately .75 miles west of IH 35 and north
of State Highway 29 - Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of
Planning and Development
2. Second Reading of on an ordinance providing for the annexation into the City of 5.04 acres in Joseph
P. Pulsipher Survey, located approximately 1.1 miles west of IH 35 and north of State Highway 29 -
Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director, Planning and Development
3. Second Reading of an Ordinance to consider a Comprehensive Plan Amendment to amend the
Intensity Level from Level 3 to Level 4 for 12.20 acres in the William Roberts Survey to be known as
Berry Creek, Section Five, Phase 1, Block A, Lot 13, located on SH -195 - David Munk, Development
Engineer and Amelia Sondgeroth, Director, Planning and Development
4. Second Reading of an Ordinance to consider a Comprehensive Plan Amendment to amend the
Intensity Level from Level 1 to Level 3 for 16.63 acres in the John Sutherland, Daniel Monroe, and A.
Williams Surveys to be known as Fountainwood Plaza, located on FM 2338 south of Jim Hogg Road
- David Munk, Development Engineer and Amelia Sondgeroth, Director, Planning and Development
T Public Hearings/First Readinas
1. Public Hearing to consider a 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
2. First 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
3. Public Hearing to consider a 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
4. First 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
Appointments
1. Consideration and possible action to appoint Dianne Painter, Administrative Assistant to County
Commissioner Tom McDaniel, as the County Representative on the Main Street Advisory Board --
Mayor Gary Nelon
2. Consideration and possible action to confirm the appointment of John William Wood, Sr. to fill the
current vacancy on the Firefighters' Civil Service Commission - Paul Brandenburg, City Manager
3. Consideration and possible action to appoint Councilmember Patty Eason to the Animal Shelter
Advisory Board -- Mayor Gary Nelon
City Council Agenda/January 11, 2005
Page 3 of 4 Pages
of
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 11, 2005
Page 4 of 4 Pages
SUBJECT
Approval of an agreement for investment advisory services with Valley View Consulting, L.L.C. for
$9,000.
ITEM SUMMARY
P
Council Meeting Date: January 11, 2005
AGENDA ITEM COVER SHEET
Item No. 9' q
SUBJECT:
Consideration and possible action to authorize the execution of an
agreement with Lower Colorado River Authority (LCRA), Brazos River
Authority (BRA), Liberty Hill and Chisholm Trail SUD (CTSUD) regarding the
provision of wastewater services and service territory boundaries.
ITEM SUMMARY:
The representatives of LORA, BRA, Liberty Hill and CTSUD have been
meeting over the last several months to form an agreement for service area
that would identify the service relationships between the various
utilities. During the process of creating this agreement it became evident
that Georgetown Utility Systems (GUS) needed to be included in this
agreement for the purpose of identifying the service territory
relationships around the intersection of Parmer Lane and SH29. Discussions
have been held and a draft agreement formed as a result of those meetings.
Attached is the final draft agreement related to these discussions.
Summarizing the contents, this agreement basically calls for CTSUD to serve
the areas west of Parmer Lane at the retail level and contract for
wholesale services to some other serving entity, including GUS. The areas
east of Parmer would be primarily in the GUS service area unless there were
reasons to service the area by CTSUD. Either way the wholesale service to
the area would be served by another entity, not CTSUD. Since this area is
in the CTSUD water CCN there is greater consistency if they also have the
wastewater retail service in some cases. The protection to Georgetown is
that someone, other than CTSUD, will provide the wholesale services and
that would also include GUS as a provider.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
NONE
GUS BOARD RECOMMENDATION:
The GUS Board recommended approval at the December 21, 2004 meeting.
Approved 5-0. Gavernik abstained, Brown absent.
STAFF RECOMMENDATION:
Staff supports the GUS Board recommendation for execution of an
agreement with LORA, BRA, Liberty Hill and Chisholm Trail SUD regarding the
provision of Wastewater services and service territory boundaries.
COMMENTS:
NONE
ATTACHMENTS:
Agreement between LORA, BRA, COG, Liberty Hill and CTSUD.
Submitted By: Glenn Dishong Jim Briggs,
Water Services Manager Assistant City Manager
for Utilities
•
AGREEMENT REGARDING SEWER SERVICE AREAS AND CUSTOMERS
BY AND BETWEEN
LOWER COLORADO RIVER AUTHORITY, BRAZOS RIVER AUTHORITY,
CITY OF GEORGETOWN, CITY OF LIBERTY HILL
G\G 7
. CHISHOLM TRAIL SPECIAL UTILITY DISTRICT
FEBRUARY 1, 2005
Go
THE STATE OF TEXAS §
• §
COUNTY OF WILLIAMSON §
This Agreement Regarding Sewer Service Area and Customers (this "Agreement") is
entered into as of 1st day of February, 2005 (the "Effective Date'), by and between the Lower
Colorado River Authority ("LCIW), the Brazos River Authority ("Brazos'), the City of
Georgetown, Texas ("Georgetown"), the City of Liberty Hill, Texas ("Liberty Hill'), and
Chisholm Trail Special Utility District ("CTSUD'). LCRA, Brazos, Georgetown, Liberty Hill
and CTSUD are hereinafter collectively referred to as the "Parties."
RECITALS
A. WHEREAS, Section 13.248 of the Texas Water Code authorizes retail public
utilities to enter into contracts designating areas and customers to be served by those retail public
utilities, and each of the Parties to this Agreement is a retail public utility as defined in Chapter
13 of the Texas Water Code (or will be upon approval by TCEQ of the pending application for
approval of the Liberty Hill Sewer CCN, as hereinafter defined); and
B. WHEREAS, on August 26, 2003, Liberty Hill, LCRA and Brazos (collectively
the "CCN Applicants') jointly filed an application with the Texas Commission on
Environmental Quality ("TCEQ") for a certificate of convenience and necessity to provide retail
. sewer service ("Liberty Hill Sewer CCN') for the area described on "Exhibit A" which is
attached hereto and incorporated herein by reference for all purposes (the '-'Liberty Hill Sewer
CCN Service Area'); and
40
C. WHEREAS, a portion of the area that would be in the Liberty Hill Sewer CCN
Service Area is also in the area for which CTSUD holds a Certificate of Convenience and
Necessity ("CCN') to provide retail potable water service as shown on "Exhibit B", which is
attached hereto and incorporated herein by reference for all purposes ("CTSUD Water CCN
Service Area"); and
D. WHEREAS, CTSUD has filed a protest with the TCEQ requesting that the CCN
Applicants' application for the Liberty Hill Sewer CCN be denied; and
E. Whereas, CTSUD has the statutory authority to provide retail sewer service
pursuant to the laws of the State of Texas, including without limitation, Section 65.201 of the
Texas Water Code, and CTSUD intends to file an application with the TCEQ for a CCN or to
otherwise provide retail sewer service to the lands and customers located in the area shown on
"Exhibit C-1 " and "Exhibit C-2" both of which are attached hereto and incorporated herein by
reference for all purposes (collectively, the "CTSUD Sewer CCN Service Area"); and
F. WHEREAS, Georgetown currently provides retail and/or wholesale sewer service
to lands and customers within Georgetown's corporate limits, and to portions of its
1
extraterritorial jurisdiction, and other areas beyond its ETJ, including areas within CTSUD's
. Water CCN Service Area; and
G. WHEREAS, in order to resolve the differences between the Parties, to provide
certainty with regard to the provision of retail sewer service, and to ensure the eventual and
orderly development of regional sewer treatment service, the Parties desire to enter into this
Agreement in order to specify the areas to be served and retail customers to be served by each of
the Parties, to dismiss CTSUD's protest of the Liberty Hill Sewer CCN application, and to set
forth certain additional terms relating to the provision of regional sewer treatment service.
NOW, THEREFORE, in consideration of the mutual covenants and agreements hereafter
set forth, the receipt and sufficiency of which is hereby acknowledged, the Parties hereby agree
as follows:
I.
DESIGNATION OF SEWER SERVICE AREAS AND
RETAIL SEWER SERVICE PROVIDERS
1.1 Liberty Hill Sewer CCN Service Area. The Parties agree that the CCN Applicants shall be
the exclusive retail sewer service providers to the lands and customers within the Liberty Hill
Sewer CCN Service Area as shown on "Exhibit A" under the terms and conditions of this
Agreement, and in accordance with the Liberty Hill Sewer CCN to be issued by TCEQ. The
CCN Applicants represent and warrant that the area shown on "Exhibit A" is the same real
. property that is the subject of the Liberty Hill Sewer CCN application pending at TCEQ in
TCEQ Docket No. 2004-0455-UCR.
E ,
1.2 CTSUD Sewer CCN Service Area. The Parties agree that CTSUD shall be the exclusive
retail sewer service provider to the lands and customers within the CTSUD Sewer CCN Service
Area as shown on "Exhibit C-1" and "Exhibit C-2" under the terms and conditions of this
Agreement, and in accordance with the CTSUD Sewer CCN to be issued by the TCEQ. It is
expressly understood and agreed by all Parties that the CTSUD Sewer CCN Area includes the
lands located within Williamson County MUD No. 12, Williamson County MUD No. 17, and
Williamson County MUD No. 18. In the event that the CTSUD Sewer CCN application includes
any lands other than those set forth in "Exhibit C-1 " and "Exhibit C-2 ", then the other Parties to
this Agreement may protest said application as it relates to said other lands.
1.3 Sewer Service to the Georgetown ETJ Lands. The Parties agree that Georgetown shall be
the exclusive retail sewer service provider to all lands and customers located within the
"Georgetown ETJ Lands," as that term is defined herein, and notwithstanding the fact that
certain areas included in the Georgetown ETJ Lands are also included in the CTSUD Water
CCN Service Area. For the purposes of this Agreement, the term "Georgetown ETJ Lands" shall
include (a) all of the land within the City of Georgetown's statutory ETJ as of the Effective Date
of the Agreement, as depicted on the map attached hereto as "Exhibit D"; and (b) the lands more
particularly described on the map attached hereto as "Exhibit E".
2
1.4 Sewer Service to the East Partner Lane Lands. The Parties agree that either Georgetown
• or CTSUD or both of them may provide retail sewer service to any lands located outside of the
Georgetown ETJ Lands but east and south of the extension of Parmer Lane from the South San
Gabriel River to its intersection with Interstate Highway 35, as finally aligned, save and except
the lands located within Williamson County MUD No. 12, Williamson County MUD No. 17,
and Williamson County MUD No. 18, which are part of the CTSUD Sewer CCN Area and shall
be provided retail sewer service by CTSUD (said area collectively being referred to hereinafter
as the "East Parmer Lane Lands').
1.5 Definition of Retail Sewer Service. For purposes of this Agreement, all references to "retail
sewer service" shall have the meaning set forth in Section 13.002(20) of the Texas Water Code
with regard to sewer service, but not with regard to potable water service.
1.6 Definition of Wholesale Sewer Service. For the purposes of this Agreement, all references
to "wholesale sewer service" shall have the meaning set forth in Section 13.002(25) of the Texas
Water Code with regard to sewer service, but not with regard to potable water service.
1.7 Permanent Boundaries. The Parties agree that the service area boundaries set forth in
Section 1.1 through Section 1.3 above shall be permanent service area boundaries upon approval
of this Agreement by TCEQ in accordance with Section 13.248 of the Texas Water Code and
Article III below as it relates to the areas made the subject of this Agreement.
H.
PENDING CCN APPLICATION MATTERS
2.1 Withdrawal of CTSUD's Protest of the Liberty Hill Sewer CCN Application. Upon
execution of this Agreement by all Parties, CTSUD agrees to promptly file correspondence with
the Chief Clerk of TCEQ and the State Office of Administrative Hearings withdrawing its protest
of the application for the Liberty Hill Sewer CCN application (TCEQ Docket No. 2004-0455-
UCR; SOAH Docket No. 582-04-6308).
2.2 Amendment of Pending Liberty Hill Sewer CCN Application. The CCN Applicants
agree that they individually and collectively shall not file, or allow to be filed, any amendment to
the Liberty Hill Sewer CCN application prior to its approval by TCEQ without the prior written
consent of all other Parties.
2.3 Agreement not to Protest Pending CTSUD Sewer CCN Application. Upon execution of
this Agreement by all Parties, the CCN Applicants and Georgetown agree that they individually
and collectively shall not file any protests, or otherwise oppose, or support any opposition, or
cause to be opposed, the application filed by CTSUD for the CTSUD Sewer CCN Service Area,
provided that the application is limited to the CTSUD Sewer CCN Service Area shown on
Exhibit Gl and Exhibit C-2 and that CTSUD is in compliance with all terms of this Agreement.
2.4 Amendment of CTSUD Sewer CCN Application. CTSUD agrees that it shall not file any
amendment to its initial application for the CTSUD Sewer CCN Area as shown on "Exhibit Gl"
Mand "Exhibit C-2" prior to its approval by TCEQ without the prior written consent of all other
3
Parties; provided, however, that CTSUD may file amendments that decrease the size of the
. CTSUD Sewer CCN Area in response to any protests that may be received by persons who are
not a party to this Agreement.
2.5 Sewer CCN Application for the East Parmer Lane Lands. CTSUD agrees that it shall not
include the East Parmer Lane Lands in its initial CTSUD Sewer CCN application. In the event
that CTSUD includes the East Parmer Lane Lands in any subsequent sewer CCN application,
then any Party to this Agreement may protest said application. Similarly, in the event that
Georgetown or any of the CCN Applicants file a sewer CCN application for the East Parmer
Lane Lands, then any other Party or Parties to this Agreement may protest said application.
2.6 Sewer Service to Lands and Customers within the CTSUD Water CCN Service Area.
(a) Except as otherwise provided in this Agreement, Georgetown, LCRA and Brazos
agree that upon execution of this Agreement and for a five year period thereafter, or so
long as any wholesale wastewater service contract (to be entered into) between any of
them and CTSUD remains in effect, whichever is longer, each such entity shall neither
individually nor collectively engage in any of the following activities within CTSUD's
Water CCN Service Area without CTSUD's prior written consent, unless CTSUD is first
given an adequate opportunity to provide retail sewer service to the subject lands and
declines or refuses to do so:
(i) file a sewer CCN application for certification of any such lands,
. (ii) provide retail sewer service to any such lands;
40
(iii) provide wholesale sewer service to another retail public utility (other than
CTSUD) that would provide retail sewer service to any such lands; or
(iv) provide a wholesale or retail sewer service commitment to, or otherwise
assist, any retail public utility, in obtaining the right, authorization or
ability to provide retail sewer service.
(b) Except as otherwise provided in this Agreement, Liberty Hill agrees that for a period
of five (5) years after the effective date of this Agreement, it shall not engage in any of
the following activities within CTSUD's Water CCN Service Area without CTSUD's
prior written consent, unless CTSUD is first given an adequate opportunity to provide
retail sewer service to the subject lands and declines or refuses to do so:
(v) file a sewer CCN application for certification of any such lands,
(vi) provide retail sewer service to any such lands;
(vii) provide wholesale sewer service to another retail public utility (other than
CTSUD) that would provide retail sewer service to any such lands; or
Cl
(viii) provide a wholesale or retail sewer service commitment to, or otherwise
. assist, any retail public utility, in obtaining the right, authorization or
ability to provide retail sewer service.
(c) Because a portion of the Georgetown ETJ Lands are also included in the CTSUD
Water CCN Service Area, CTSUD expressly understands and agrees that Georgetown
may provide retail sewer service to the Georgetown ETJ Lands, and that the provisions of
Section 2(a) do not apply to Georgetown's provision of retail sewer service to the
Georgetown ETJ Lands either now or in the future.
(d) Notwithstanding Section 2.6(a) above, CTSUD acknowledges and agrees that in the
event any of the Parties or another retail public utility secures a CCN for retail sewer
service within the CTSUD Water CCN Service Area, then LCRA, Brazos or Georgetown
may provide wholesale service to such retail public utility.
(e) CTSUD agrees that upon execution of this Agreement and for a five year period
thereafter, or so long as any wholesale wastewater service contract (to be entered into)
between LCRA, Brazos, and/or Georgetown and CTSUD remains in effect, it shall not
file an application for a waste disposal permit with the TCEQ for a new or expanded
sewer treatment plant in the CTSUD Water CCN Service Area unless CTSUD first
provides LCRA, Brazos or Georgetown an opportunity (to be given by written notice) to
construct and operate a regional sewer treatment plant for wholesale sewer service to
CTSUD, or otherwise extend wholesale sewer service to CTSUD, on an economically
. feasible basis. In the event that CTSUD does not enter into an agreement within ninety
(90) days after written notice is given with LCRA, Brazos or Georgetown pursuant to
which one or more of such entities shall extend or provide wholesale sewer service to
CTSUD for the subject lands, then CTSUD agrees to provide LCRA, Brazos and
Georgetown an additional ninety (90) day period opportunity to agree to permit,
construct, own and operate a "package plant" that would provide interim sewer treatment
service to CTSUD for the subject lands. In the event no such agreement is entered into
during this subsequent 90 day period, then either LCRA, Brazos or Georgetown may
protest any waste disposal permit filed thereafter by CTSUD and may file its own permit
application for construction of the wastewater package plant that would provide interim
wholesale wastewater treatment service to CTSUD for the subject lands. However, each
of the Parties agree that if a package plant is placed into operation in accordance with the
provisions of this Section, all the Parties will support taking the package plant out of
service as soon as it is economically feasible to extend permanent regional wastewater
treatment service to the subject lands. The Parties agree that the terms of this Section
2.6(e) shall not be applicable to Permit No. 14371-001 or the wastewater treatment plant
and operations authorized thereunder, nor does this Agreement modify the terms of the
Agreement Concerning Operation of Wastewater Treatment Plant entered into by
CTSUD and Georgetown relating to such permit and wastewater treatment plant.
(t) The Parties agree to cooperate in good faith in all respects for purposes of making
wholesale and retail sewer service available to CTSUD for lands in CTSUD's Water
40 CCN Service Area. In that regard, the Parties agree to negotiate in good faith for
purposes of having LCRA, Brazos or Georgetown own and operate sewer treatment and
5
disposal facilities that would provide wholesale service to CTSUD, which in tum would
. provide retail sewer service within the CTSUD Water CCN Service Area.
2.7 Other Lands. Except as specifically set forth herein, each of the Parties shall be free to file
any sewer CCN application or provide retail sewer service as they may determine appropriate in
the exercise of its sole discretion.
40
TCEQ APPROVAL
3.1 Application for Approval. CTSUD agrees to prepare, file and prosecute at its sole
expense and on behalf of all Parties an application for TCEQ approval of this Agreement;
provided, however, that in the event that TCEQ requests a description of any real property that is
designated the exclusive service territory of CTSUD, the CCN Applicants, or Georgetown in
Sections 1.1 through 1.3 above, then the exclusive service provider shall be responsible for
preparation of such property description and shall do so at its sole cost and expense within thirty
(30) days receipt of a request for such description by TCEQ, or within such shorter time period
as may be specified by TCEQ.
3.2 Notice and Hearing. CTSUD shall provide at its expense all required notices for TCEQ
consideration and approval of this Agreement, and shall participate in all hearings required to
obtain TCEQ approval of this Agreement.
3.3 Assistance. The Parties agree to not oppose any and all efforts by CTSUD related to
securing TCEQ approval of this Agreement, and further agree to not support, cause, or assist any
person or entities that may protest CTSUD's application for approval of this Agreement.
IV.
WHOLESALE SEWER SERVICE AGREEMENTS
4.1 Good Faith. The Parties recognize and agree that the provision and terms of wholesale
sewer service to CTSUD will differ depending on the wholesale service provider, location of
lands, proximity of regional facilities, and other circumstances. As a result, the Parties agree to
negotiate in good faith the terms of wholesale sewer service.
V.
MISCELLANEOUS
5.1 Execution. This Agreement may be simultaneously executed in any number of counterparts,
each of which will serve as an original and, will constitute one and the same instrument.
5.2 Governing Law. This Agreement will be governed by the Constitution and laws of the State
of Texas.
D
5.3 Successors and Assigns. The assignment of this Agreement by any Party is prohibited
. without the prior written consent of the other Parties, which consent will not be unreasonably
withheld. All of the respective covenants, undertakings, and obligations of each of the Parties
will bind that Party until the consent to assignment is received from the other Parties, and will
thereafter apply to and bind any successors or assigns of that Party.
5.4 Headings. The captions and headings appearing in this Agreement are inserted merely to
facilitate reference and will have no bearing upon its interpretation.
5.5 Partial Invalidity. If any of the terms, covenants or conditions of this Agreement, or the
application of any term, covenant, or condition, is held invalid as to any person or circumstance
by any court with jurisdiction, the remainder of this Agreement, and the application of its terms,
covenants, or conditions to other persons or circumstances, will not be affected; provided,
however, in the event that any of the service territories established by this Agreement is ever
invalidated by a court of law, then any of the Parties may choose to terminate this Agreement as
it relates to said party.
5.6 Waiver. Any waiver by any Party of its rights with respect to a default or requirement under
this Agreement will not be deemed a waiver of any subsequent default or other matter.
5.7 Amendments. This Agreement may be amended or modified only by written agreement duly
authorized by all Parties.
5.8 Cooperation. Each Party agrees to execute and deliver all such other and firrther instruments
and undertake such actions as are or may become necessary or convenient to effectuate the
purposes and intent of this Agreement.
5.9 Venue. All obligations of the Parties are performable in Williamson County, Texas and
venue for any action arising hereunder will be in Williamson County.
5.10 Third Party Beneficiaries. Nothing in this Agreement, express or implied, is intended to
confer upon any person, other than the Parties, any rights, benefits, or remedies under or by
reason of this Agreement.
5.11 Exhibits. All exhibits attached to this Agreement are hereby incorporated in this
Agreement as if the same were set forth in full in the body of this Agreement.
5.12 Entire Agreement. This Agreement, including the attached exhibits, contains the entire
agreement between the Parties with respect to the subject matter hereof and supersedes all
previous communications, representations, or agreements, either verbal or written, between the
Parties with respect to such matters, including any agreements between CTSUD and Georgetown
to the extent they relate to the provision of retail sewer service by either entity.
Ul
IN WITNESS WHEREOF, the Parties hereto have caused this instrument to be signed,
• sealed and attested in duplicate by their duly authorized officers, as of the date first set forth
above.
CTSUD: Chisholm Trail Special Utility District
By:
Name: Ed Pastor
Title: President
Secretary
LORA: Lower Colorado River Authority
Title:
Brazos: Brazos River Authority
Title:
Georgetown: City of Georgetown
ATTEST:
Sandra D. Lee, City Secretary
APPROVED AS TO FORM:
Patricia E. Carts, City Attorney
City of Georgetown
Brown & Carls, LLP
•
By:
Name:Gary Nelon
Title: Mayor
E
Liberty Hill: City of Liberty Hill
ATTEST:
City Secretary
APPROVED AS TO FORM:
Kerry Russell, Special Counsel
City of Liberty Hill
Russell, Moorman & Rodriguez, LLP
�i
Name:
Title:
0
a
10
Council Meeting Date: January 11, 2005
AGENDA ITEM COVER SHEET
Item No. P
SUBJECT:
A JOINT RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
GEORGETOWN AND THE COMMISSIONERS COURT OF WILLIAMSON COUNTY, TEXAS
REQUESTING THE TEXAS DEPARTMENT OF TRANSPORTATION TO CONDUCT A
SPEED SURVEY AND TRAFFIC STUDY ON FM 2338 (WILLIAMS DRIVE) BETWEEN
LAKEWAY DRIVE AND COUNTY ROAD 245 TO INVESTIGATE THE POSSIBILITY OF
LOWERING SPEEDS AND PROVIDING ADDITIONAL SAFETY FEATURES.
ITEM SUMMARY:
Growth along Williams Drive the past several years has caused
a considerable increase in traffic. In the month of December, two
major accidents occurred along this section of Williams Drive. An
engineering traffic study of this area will insure that speeds are
appropriate and help determine if any additional safety features
are needed for the existing roadway conditions.
SPECIAL CONSIDERATIONS:
None.
FINANCIAL IMPACT:
None.
STAFF RECOMMENDATION:
Staff recommends passing resolution. Williamson County
Commissioners court to consider resolution as early as January 18,
2005.
ATTACHMENTS:
1. Proposed Resolution
2. Statistics taken from Georgetown Accident Report
Submitted By: Mark Miller, Jim Briggs,
Transportation Services Mgr Assistant City Manager
for Utilities
RESOLUTION NO.
A JOINT RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF GEORGETOWN AND THE COMMISSIONERS COURT OF
WILLIAMSON COUNTY, TEXAS REQUESTING THE TEXAS
DEPARTMENT OF TRANSPORTATION TO CONDUCT A SPEED
SURVEY AND TRAFFIC STUDY ON FM 2338 (WILLIAMS
DRIVE) BETWEEN LAKEWAY DRIVE AND COUNTY ROAD 245
TO INVESTIGATE THE POSSIBILITY OF LOWERING SPEEDS
AND PROVIDING ADDITIONAL SAFETY FEATURES.
WHEREAS, the City Council of the City of Georgetown is committed to
promoting traffic safety within its corporate limits, its extraterritorial jurisdiction ('ETJ)
and surrounding areas; and
WHEREAS, the Commissioner's Court of Williamson County is interested in
pursuing safety enhancements for all roads within the County; and
WHEREAS, the subject portion of FM 2338 (Williams Drive) lies within the
City limits of Georgetown, its ETJ and Williamson County; and
WHEREAS, the subject section of FM 2338 has experienced a considerable
increase in traffic past several years due to both residential and commercial development
in that area; and
NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF GEORGETOWN, TEXAS, THAT:
SECTION 1. The facts and recitations contained in the preamble of this
resolution are hereby found and declared to be true and correct, and are incorporated by
reference herein and expressly made a part hereof, as if copied verbatim. The City
Council hereby finds that this resolution implements the Transportation Policy End 10.00
of the Century Plan - Policy Plan Element, which states: "Citizens and commercial goods
move safely and efficiently throughout all parts of the City," and fiuther fords that the
adoption of this resolution is not inconsistent or in conflict with any other Century Plan
Policies, as required by Section 2.03 of the Administrative Chapter of the Policy Plan.
SECTION 2. The City Council of the City of Georgetown and the
Commissioners Court of the County of Williamson hereby find it to be in the best interest
of the citizens of Georgetown, its ETJ and Williamson County to request that the Texas
Department of Transportation perform a traffic speed study for the segments of FM 2338
(Williams Drive) lying within those areas.
SECTION 2. The Mayor is hereby authorized to sign this Resolution and the City
Secretary to attest thereto on behalf of the City of Georgetown. The County Judge is
hereby authorized to sign this Resolution and the County Clerk to attest thereto on behalf
of the County of Williamson.
SECTION 3. This resolution shall be effective immediately upon adoption by
the City of Georgetown and the County of Williamson.
RESOLVED THIS
THE CITY OF GEORGETOWN
Gary Nelon, Mayor
APPROVED AS TO FORM:
Patricia E. Carls
Brown & Carls, LLP, City Attorney
COUNTY OF WILLIAMSON
John Doerfler, County Judge
APPROVED AS TO FORM:
DAY OF .2005.
ATTEST:
Sandra D. Lee, City Secretary
ATTEST:
Title:
,County Attorney
William Drive Accident History over the oast 12 Month period
Numbers reflect accidents North of Lakeway Drive in the time period between Dec. 03 and Dec. 04.
72 Minor accidents (parking accidents not included) *Dec to June -36 *June to Dec -36
9 Major accidents (7 out of the 9 accidents were North of Cedar Breaks/Shell Rd. intersection)
Council Meeting Date: January 11, 2005 Item No. R —
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to award a contract to rePipe-
Texas, Inc for Part 3 of the Phase II EARZ Rehabilitation Project and tc
approve the budget for $167,500.00.
ITEM SUMMARY:
Chapter 213 - Edwards Aquifer Recharge Zone (EARZ) rules of the TAC
requires the repair of structural damage and defects that pose a threat to
the Edwards Aquifer. The engineering and design of the Phase II EARZ
Repairs was completed by Kasberg, Parker, and Associates (KPA).
The bid opening was conducted on December 2, 2004. The Project was
divided into three parts: 1) Wastewater System Rehabilitation by Open Cut
for various collection system repairs, 2) Manhole Rehabilitation for
manhole repairs, and 3) Wastewater System Rehabilitation by Trenchless
Technology. This bid award is for the third part of the project. Two (2)
companies presented bids for Part 3 of the project.
The design engineer (KPA) has received the bids and the low bidder
for the Wastewater System Rehabilitation by Trenchless Rehabilitation was
rePipe-Texas, Inc. for $159,156.25.
SPECIAL CONSIDERATIONS:
None.
FINANCIAL IMPACT:
Funds will come from the Wastewater Capital Fund 651-101-6618-02.
GUS BOARD RECOMMENDATION:
GUS Board recommended approval of the award of contract at their
December 21, 2004 meeting. Approved 6-0. Brown absent.
STAFF RECOMMENDATION:
Staff recommends awarding the bid for EARZ Phase II Wastewater System
Rehabilitation by Trenchless Rehabilitation to rePipe-Texas, Inc. and to
establish a project budget of $167,500.00.
COMMENTS:
None.
ATTACHMENTS:
1) KPA Recommendation letter and Bid Tabulations.
Submitted by: Glenn W. Dishong, Jim Briggs,
Water Services Manager Assistant City Manager
for Utilities
KASBERG, 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.
December 7, 2004
Mr. Glenn Dishong
Water and Wastewater Systems Manager
City of Georgetown
300 Industrial Avenue
Georgetown, Texas 78626
Re: City of Georgetown
Edwards Aquifer Recharge Zone Rehabilitation, Phase II — Trenchless Rehabilitation
Georgetown, Texas
Dear Mr. Dishong:
Attached is the Bid Tabulation Sheet for the bids received at 2:00 p.m. on Thursday, December 2,
2004 for the above referenced project.
There were two bids received for this project as shown on the attached tabulation sheet. After
tabulation of the bids, we have concluded that rePipe-Texas, Inc. is the low bidder with a Total Bid
of $159,156.25.
We have reviewed the current workload and construction history of rePipe-Texas, Inc., as well as
contacted several references. As a result of our findings, we recommend that a contract be awarded
to rePipe-Texas, Inc. for the Total Bid in the amount of $159,156.25. If you have questions, please
call.
Sincerely,
X�dr'?�
R. David Patrick, P.E.
RDP/
2004-130-40(T)
^^9x-130-EARZ
Treocnless
BID TABULATION
CITY OF GEORGETOWN
Edwards Aquifer Recharge Zone Rehabilitation
BIDDER INFORMATION
rePipe-Texas, Inc.
Insituform Technologies, Inc.
Phase R - Trenchless Rehabilitation
YES
7600 S. Santa Fe, Bldg. "E"
702 Spirit 40 Park Drive
Bids Received December 2, 2004 2:00 P.M.
Houston, Texas 77061
Chesterfield, Missouri 63005
BASE BID
(713) 634-0439
(636) 530-9000
Item
Fsdmated
Unit
Bid Dara
Unit
Emended
Unit
Extended
No.
Descruttion
Pace
Amoum
Price
Amount
1
100%
IS
Mobilization, Bonds and Insurance
f 7,500.00
$ 7,500.00
f 12,900.00
f 12,900.00
2
100%
LS
Develop and Fumish Trench Safety Plan
600.00
600.00
1,570.00
1,570.00
3
1,750
SF
Trench Safety Implementation (Structures. Connections & Point Repairs over 5 feet deep)
0.10
175.00
1.25
2,18T50
Replacement of Existing 8" Wastewater Line with 8" Wastewater Line by Pipe Burs'
including pre -construction video of pipe interior, all necessary excavation, pipe, appurtenance
4
475
LF
equipment, tying in all existing service connections, traffic control plan(s) & implementation
77.00
36,575.00
80.00
38,000.00
bypass pumping of all flows, erosion counol, restoring surface conditions, all applicable testa
and inspection by closed circuit video camera after isompletion
For Rehabilitation of Existing 8 -inch Wastewater Lim with 8 -inch Wastewater Line by Cured -in
Place Pipe including pre-consmetion video of pipe interior, all necessary pipe, appurtenances;
5
1,500
LF
equipment, tying in all existing .servlce connections, traffic control plan(s) and implementation
39.00
58,.500.00
40.00
60,000.00
bypass pumping of all Bows, erosion control, restoring surface conditions, all applicable testing
and inspection by closed circuit video camera after completion
6
4
EA
Reforming/ Replacing Manhole Invert to allow Proper Flow Pattern, prior to Coating
875.00
3,500.00
750.00
3,000.00
7
15
VF
Sealing Manhole Interior with Quadex in accordance with Technical Specification WW6
125.00
1,875.00
125.00
1,675.00
me udm arm licable by -pus in and traffic control Ian and i lementation
8
65
VF
Completely Coating Manhole Interior with Raven in accordance with Technical Specificauo
Completely
11,781.25
170.00
11,050.00
p W6, including applicable by-pass pumping and traffic control plan and Implementation
9
4
Furnish all Materials. Equipment. Tools and labor necessary for Hydrostatic (or Vacuum
225.00
900.00
315.00
1,260.00
Testing Rehabilitated (Replaced/Reformed Inverts) Manholes, including any Necessary Re airs
10
5
FA
Point Repairs necessary to perform Trenchless Rehabilitation, including restoring ground cover
1,500.00
7,500.00
3.750.00
18,750.00
it
200
SY
Furnish & Installing St. Augustine or Bermuda Gress Sodding Including Watering to Stan,
10.00
2,0(10.00
6.00
1,200.00
Growth
12
100
1.F
Remove and Replace Concrete Curb and Gutter
5.00
500.00
20.00
2,000.00
13
50
SY
Remove and Replace Concrete Driveway including saw -cutting limits
75.00
3,750.00
65.00
3,250.00
14
50
SY
Remove and Replay Concrete Sidewalk including saw -cutting Iirn)s
40.00
2,000.00
50.00
2,500.00
15
300
SY
sphalt Overlay, including necessary saw -cm; and asphalt removal o allow for smoo
15.00
4,500.00
25.00
0
7,500.00
mansition at limis of Atoll Overly
16
100%
LS lVideo
Taping Project Steels) Before the Stan of Concoction on the Project
2,500.00
2,500.00
1,500.00
1,500.00
17
100%
IS
Items Requested by the Owner not shown on the Concoction Plans
15,000.00
15,000.00
15,000.00
15.000.00
TOM BASE BID AMOUNT (ITEMS I -17)
f 159,156.25
$ 183,542.50
Did Bidder Ackmwledge Addendum No. i?
YES
YES
id Bidder Acknowledge Addendum No. 2?
YES
YES
Did Bidder Acknowledge Addendum No. 3?
YES
YES
Did Bidder Acknowledge Addendum No. 4?
YES
YES
Did Bidder Provide Bid Security?
YES
YES
1 hereby certify that this is a correct and true tabulation of all bids received.
Kosberg, Patrick & Associate, LLP
Agenda Item Check List
Financial Impact
Agenda Item: Phase II EARZ Rehab Part 3 Bid Award
Agenda Item Subject: Award of bid to rePipe-Texas and establish budget for Phase II EARZ
part 3 rehabiliation using trenchless technology.
Is this a Capital Improvement • Yes O No
Project:
Council Date: 01/11/2005
link to Agenda database => 46
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 651-101-6618-02
Amount Going to Council $ 167,500.00
Is there something (budgeted) that won't get O Yes • No
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's O Yes • No
budget?
If so, please explain.
Does this project have future revenue O 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:
If so, what division(s)?
Potential cost savings due to reduction in
Inflow/Infiltration.
C Yes 0 No
Prepared by: Glenn Dishong Date: 12/14/2004
Agenda Item Checklist Approved on 1211512004'
Approvers
ITifie
Assigned
lNotified
IReceived
Status Changed
Status
Jim BriggsAssistant
City
12/14/2004
12/14/2004
12/15/2004
12/15/2004
Approved
Jose Lara
Manager
12/15/2004
12/15/2004
12/15/2004
12/15/2004
Approved
Utility Financial
Analyst
Approval Cycle Settings
h
Council Meeting Date: January 11, 2005
AGENDA ITEM COVER SHEET
Item No. R , i---
SUBJECT:
Consideration and possible action to award a contract to Dave Cole
Decorators, Inc. of Sparta, Michigan and to establish a project budget for
the rehabilitation of the Leander Elevated Storage Tank of $230,000.00.
ITEM SUMMARY:
This item continues the process of the rehabilitation of the City's
water tanks based upon recommendations of Dunham Engineering following the
annual inspections conducted in 2001. Sealed bids were received and opened
on December 2, 2004 for the rehabilitation of the Leander Elevated Storage
Tank.
The bids were presented in the form of a base bid to sandblast and
repaint the interior and exterior of the tank with two potential adders for
pressure washing of the tank interior (if needed) and repairs to the James
Street Tank overflow pipe.
The engineering firm responsible to review the bids, Dunham
Engineering, has recommended that the bid be awarded to Dave Cole
Decorators, Inc. of Sparta, Michigan. Dave Cole Decorators, Inc. was the
low bidder with a total bid of $219,000.00. Staff recommends establishing
the project budget at $230,000.00.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
This project will be funded out of the Water Operations Fund 660-108-
5805-00.
GUS BOARD RECOMMENDATION:
GUS Board recommended approval of the award of a contract to Dave Cole
Decorators, Inc. of Sparta, Michigan at the December 21, 2004 meeting.
Approved 6-0. Brown absent.
STAFF RECOMMENDATION:
Staff recommends that the bid for the Leander EST rehabilitation be
awarded to Dave Cole Decorators, Inc. and the project budget be set at
$230,000.00.
COMMENTS:
NONE
ATTACHMENTS:
1. Dunham Engineering Bid Award Letter.
2. Financial Impact Checklist.
Submitted by: Glenn Dishong Jim Briggs,
Water Services Manager Assistant City Manager
for Utilities
DUNHAM ENGINEERING
Water Tank Consultants
13141 Hill Rd. • College Station, TX 77845 • (979) 690-6555 • Mobile (979) 820-1648 • FAX (979) 690-7034
www.DunhaniEngineering.com
December 6, 2004
City of Georgetown
300 Industrial Ave.
Georgetown, Texas 78626
Attn: Joel Weaver, C.I.P Coordinator Systems Engineering
Ref.: Leander Road Water Tank Rehabilitation Project
The purpose of this letter is to recommend award of the low bidder for the ref.
project. See bid tabulation sheet attached.
The low bidder, Dave Cole Decorators, Inc., is an established firm from Sparta,
Michigan that specializes in water tank painting and rehabilitation projects.
Dave Cole Decorators, Inc. has never performed a water tank rehabilitation or
painting project for our firm; however, their references are extensive and good. They
have performed several similar water tank rehabilitation projects over the past two years.
The project managers reported that their projects were completed on time and the work
was satisfactory.
Dave Cole Decorators, Inc. has an excellent reputation for this type of specialty
work. They are qualified to perform the work and can start the project now.
We recommend award of the contract to them.
Please call if you need additional information.
Sincerely,
Jimmy D. Dunham, P.E.
DUNHAM ENGINEERING
Water Tank Consultants
13141 Hill Rd. • College Station, TX 77845 • (979) 690-6555 • Mobile (979) 820.1648 • FAX (979) 690-7034
w .DunhamEngineering.com
N/l/mI Bid Tabulation Sheet
City of Georgetown, Texas
Leander Road Elevated Water Storage Tank Rehabilitation Project
Bids opened December 2, 2004 @ 2:00 p.m. @ City office.
Contractor
Base Bid Amount
Tenyre Coatings
$393,200.
N. G. Painting
$245,000.
David Cole Decorators
$219,000. low bidder
Classic Protective Coatings
$234,700.
Gulf States Protective Coatings
$245,365.
TNU Coatings
$249,000.
Utility Service Houston
$233,800.
Sherman Williams Painting
$222,742.
DeLoughery Painting
$250,500.
Leher Painting
$298,800.
Ni K. Painting
$267,900.
L. C. United Painting
$362,000.
The low bidder is recommended for award.
J�Amy D. Dunham, P.E.
Agenda Item:
Agenda Item Check List
iswmm
Financial Impact
Leander EST Bid Award
Agenda Item Subject: Consideration and action to award a contract to Dave Cole
Decorators, Inc. of Sparta, Michigan and to establish a project budget
for the rehabilitation of the Leander Elevated Storage Tank of
$230,000.00.
Is this a Capital Improvement
Project:
Council Date:
• Yes O No
01/11/2005
link to Agenda database => Q
Need Help?
Was it budgeted? • Yes O No
Is it within the approved budgeted amount? 0 Yes O No
If not, where is the money coming from?
G/L Account Number 660-108-5805-00
Amount Going to Council $ 230,000.00
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 (-1 Yes • No
budget?
If so, please explain.
Does this project have future revenue Yes 9 No
impact?
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 0 No
If so, what division(s)?
Prepared by: Glenn Dishong Date: 12/15/2004
Agenda (tem Checklist:' Approved on 12/15!2004
Approvers
Title[Assigned
Notified
Received
Status Changed
Status
Jim Briggs
Assistant City
12/15/2004
12/15/2004
12/15/2004
12/15/2004
Approved
Jose Lara
Manager
12/15/2004
12/15/2004
12/15/2004
12/15/2004
Approved
utility Financial
Analyst
Approval Circle Settings
Council Meeting Date: January 11, 2005
AGENDA ITEM COVER SHEET
Item No.
SUBJECT:
Consideration and possible action to award a contract to Dave Cole
Decorators, Inc. of Sparta, Michigan and to establish a project budget for
the rehabilitation of the Leander Elevated Storage Tank of $230,000.00.
ITEM SUMMARY:
This item continues the process of the rehabilitation of the City's
water tanks based upon recommendations of Dunham Engineering following the
annual inspections conducted in 2001. Sealed bids were received and opened
on December 2, 2004 for the rehabilitation of the Leander Elevated Storage
Tank.
The bids were presented in the form of a base bid to sandblast and
repaint the interior and exterior of the tank with two potential adders for
pressure washing of the tank interior (if needed) and repairs to the James
Street Tank overflow pipe.
The engineering firm responsible to review the bids, Dunham
Engineering, has recommended that the bid be awarded to Dave Cole
Decorators, Inc. of Sparta, Michigan. Dave Cole Decorators, Inc. was the
low bidder with a total bid of $219,000.00. Staff recommends establishing
the project budget at $230,000.00.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
This project will be funded out of the Water Operations Fund 660-108-
5805-00.
GUS BOARD RECOMMENDATION:
GUS Board recommended approval of the award of a contract to Dave Cole
Decorators, Inc. of Sparta, Michigan at the December 21, 2004 meeting.
Approved 6-0. Brown absent.
STAFF RECOMMENDATION:
Staff recommends that the bid for the Leander EST rehabilitation be
awarded to Dave Cole Decorators, Inc. and the project budget be set at
$230,000.00.
COMMENTS:
NONE
ATTACHMENTS:
1. Dunham Engineering Bid Award Letter.
2. Financial Impact Checklist.
Submitted by: Glenn Dishong Jim Briggs,
Water Services Manager Assistant City Manager
for Utilities
DUNHAM ENGINEERING
Water Tank Consultants
13141 Hill Rd. • College Station, TX 77845 • (979) 690-6555 • Mobile (979) 820-1648 • FAX (979) 690-7034
www.DunhamEngineering.com
December 6, 2004
City of Georgetown
300 Industrial Ave.
Georgetown, Texas 78626
Attn: Joel Weaver, C.I.P Coordinator Systems Engineering
Ref.: Leander Road Water Tank Rehabilitation Project
The purpose of this letter is to recommend award of the low bidder for the ref.
project. See bid tabulation sheet attached.
The low bidder, Dave Cole Decorators, Inc., is an established firm from Sparta,
Michigan that specializes in water tank painting and rehabilitation projects.
Dave Cole Decorators, Inc. has never performed a water tank rehabilitation or
painting project for our firm; however, their references are extensive and good. They
have performed several similar water tank rehabilitation projects over the past two years.
The project managers reported that their projects were completed on time and the work
was satisfactory.
Dave Cole Decorators, Inc. has an excellent reputation for this type of specialty
work. They are qualified to perform the work and can start the project now.
We recommend award of the contract to them.
Please call if you need additional information.
Sincerely,
Jimmy D. Dunham, P.E.
DUNHAM ENGINEERING
Water Tank Consultants
13141 Hill Rd. • College Station, TX 77845 • (979) 690-6555 • Mobile (979) 820-1648 • FAX (979) 690-7034
www.DunhamEnginearing.com
Bid Tabulation Sheet
City of Georgetown, Texas
Leander Road Elevated Water Storage Tank Rehabilitation Project
Bids opened December 2, 2004 @ 2:00 p.m. @ City office.
Contractor Base Bid Amount
Tenyre Coatings $393,200.
N. G. Painting $245,000.
David Cole Decorators $219,000. low bidder
Classic Protective Coatings $234,700.
Gulf States Protective Coatings $245,365.
TM Coatings $249,000.
Utility Service Houston $233,800.
Sherman Williams Painting $222,742.
DeLoughery Painting $250,500.
Leher Painting $298,800.
M. K. Painting $267,900.
L. C. United Painting $362,000.
The low bidder is recommended for award.
y D. Dunham, P.E.
Agenda Item:
Agenda Item Check List
amom
Financial Impact
Leander EST Bid Award
Agenda Item Subject: Consideration and action to award a contract to Dave Cole
Decorators, Inc. of Sparta, Michigan and to establish a project budget
for the rehabilitation of the Leander Elevated Storage Tank of
$230,000.00.
Is this a Capital Improvement
Project:
Council Date:
• Yes O No
01/11/2005
link to Agenda database => 46
Need Help?
Was it budgeted? 0 Yes O No
Is it within the approved budgeted amount? 0 Yes O No
If not, where is the money coming from?
G/L Account Number 660-108-5805-00
Amount Going to Council $ 230,000.00
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 O Yes 0 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, None
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: Yes 0 No
If so, what division(s)?
Prepared by: Glenn Dishong Date: 12/15/2004
Agenda Item.Checklist: Approved on 1211512004
Approvers
Title
Assigned
Notified
Received
Status Changed
Status
Jim Briggs
Assistant City
12/15/2004
12/15/2004
12/15/2004
12/15/2004
Approved
Jose Lara
Manager
12/15/2004
12/15/2004
12/15/2004
12/15/2004
Approved
Utility Financial
Analyst
Approval Cycle Setiting _. _
Council Meeting Date: January 11, 2005
AGENDA ITEM COVER SHEET
Item No.
SUBJECT:
Consideration and possible action to approve a contract
amendment to the existing Professional Services Agreement between
the City of Georgetown and Camp, Dresser, and McKee, Inc., to
provide engineering services related to the design of the Hwy 29
Off-site Utility improvements in the amount of $60,500.
ITEM SUMMARY:
The Highway 29 Offsite Utility project provides for the
extension of off-site utilities (water and wastewater) from the
Wolf Ranch project to the properties on the north side of Highway
29. When completed, the plans will be included in the TxDOT
construction plans for Highway 29 improvements.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
Funds are to be paid from account number 400 -101 -6017 -WR.
GUS BOARD RECOMMENDATION:
GUS Board recommended approval of the contract amendment to
Camp, Dresser, and McKee, Inc., in the amount of $60,500 at their
December 21, 2004 meeting. Approved 6-0. Brown absent.
STAFF RECOMMENDATION:
Staff supports the
amendment to the contract
COMMENTS:
NONE
GUS Board recommendation to approve the
with Camp, Dresser, and McKee, Inc.
ATTACHMENTS:
Letter and Amendment from Camp, Dresser & McKee.
Submitted By: Glenn Dishong Jim Briggs,
Water Services Manager ACM Utility Operations
.CDM
12357-A plata Trace Parkway, Suite 210
Austin,Tems 78727
tel: 512346-1100
faX: 512 345-1483
October 26, 2004
Mr. Tom Benz
City of Georgetown
Georgetown Utility Systems
300 Industrial Avenue
Georgetown, Texas 78626
Subject City of Georgetown
State Highway 29 Offsite Utilities Design
Dear Mr. Benz:
Attached, please find two (2) partially -executed originals of the amendment to our Professional Service
Agreement for the State Highway 29 Offsite Utilities Design project.
Please have the Honorable Gary Nelon fully execute these amendments and, at your earliest
convenience, return one back to me for our files.
As always, we appreciate the opportunity to work with the City of Georgetown and look forward to
proceeding with this project.
If you have any questions regarding the attached amendment, please contact me.
M
t'�'&4d
Allen D. Woelke, P.E.
Vice President
Camp Dresser & McKee Inc.
Attachments
consulting • engineering • construction • operations
AMENDMENT
TO THE AGREEMENT BETWEEN OWNER AND ENGINEER
FOR PROFESSIONAL SERVICES
TO DESIGN THE STATE HIGHWAY 29
OFFSITE UTILITIES
The General Services Agreement between OWNER and ENGINEER last authorized on
November 26, 1991, is hereby amended as follows:
The scope and cost of the anticipated services are set forth in the attached Exhibit 1. The fee for
the work in this Amendment is to be paid on a lump sum basis.
Your signature below will constitute your acceptance of this Amendment.
EXECUTED in duplicate original this _ day of . 2004 at Georgetown, Texas, where
this contract is performable and enforceable.
Approved as to form:
City Attorney
Party of the Second Part:
CAMP DRESSER & McKF&E INC.
Party of the First Part:
CITY OF GEORGETOWN, TEXAS
Gary Nelon
Mayor
Attest:
Sandra D. Lee
City Secretary
V/ ,'VV-` 3a V /yVv.'qy
By: Allen D. Woelke, P.E. a„” ... KAREN HUT LER BAKER
Vice President Notary Public, Stets of Ts"s
My Commission Expires
August to, 2006
t '+urw•
STATE OF TEXAS
COUNTY OF TRAVIS
This instrument was acknowledged before me on this the Allay of &r, 200Yby Mr. Allen
D. Woelke in his capacity as Vice President of Camp Dresser & McKee Inc.
Printed name: Paan A, -�e /r/
<No""Public, S e of Texas Commission Expires:
A4272AMD_N I12.doc
EXHIBIT 1
SCOPE OF WORK
Project Description: The project consists of approximately 1,214 linear feet of 24 -inch, 16 -inch
and 8 -inch water line and 2,259 linear feet of 8 -inch wastewater line connecting the Simon Mall
utilities to properties along and north of State Highway 29. Plans and specs will be included in
TxDOT construction plans for State Highway 29 improvements.
Project Need: The project is needed to provide water and wastewater service to the area north of
State Highway 29.
Preliminary Engineering Phase. This phase involves determination of project scope and
economic and technical evaluation of feasible alternatives. Services during this phase include:
1) Reviewing available data and consulting with the OWNER to clarify and define the
OWNER's requirements for the project.
2) Advising the OWNER as to the necessity of providing or obtaining from others additional
data or services. These additional services may include photogrammetry, reconnaissance
surveys, property surveys, topographic surveys, geotechnical 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.
The scope of work includes the following special services:
a. Geologic assessment of the route.
b. Preparation of SCS and submittal to TCEQ including applicable fees.
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 OWNER's needs, planning surveys, and comparative evaluations
of prospective sites and solutions.
5) Consulting with the OWNER, 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.
6) Advising the OWNER as to whether additional data or services are required, and assisting
the OWNER in obtaining such data and services.
7) Preparing preliminary design documents consisting of final design criteria, preliminary
drawings, outline of specifications, and written descriptions of the project. A maximum of
five copies will be provided to the OWNER.
A4272AMD NI12Am
8) Preparing revised opinions of probable total project costs.
Final Design Phase. This phase of project development is undertaken only after the OWNER has
approved the preliminary engineering phase material. 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 accepted preliminary engineering documents.
2) Preparing and furnishing to the OWNER a revised opinion of probable total project 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.
4) Preparing basic documents related to construction contracts for review and approval by the
OWNER (and the OWNER'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 OWNER a maximum of five copies of drawings, specifications, and other
contract documents.
Bidding Phase. Services under this phase include:
1) Assisting the OWNER 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
deposits for bidding documents.
2) Issuing addenda as appropriate to interpret, clarify, or expand the bidding documents
Construction Phase. Services under this phase involve consulting with and advising the OWNER
during construction and are limited to those services associated with performing as the OWNER's
representative. Such services comprise:
1) Reviewing shop and erection drawings submitted by the constructors for compliance with
design concepts.
2) Reviewing laboratory, shop, and mill test reports on materials and equipment.
3) Visiting the project site monthly as construction proceeds to observe and report on the
progress and the quality of the executed work.
A4272AMD NI 12.doc
4) 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.
5) Preparing sketches required to resolve problems due to actual field conditions encountered.
6) Preparing record drawings from information submitted by the CONTRACTOR.
7) Making a final
recommendations
percentages.
A4272AMD-N 112.dm
inspection and reporting on completion of the project, including
concerning final payments to constructors and release of retained
CITY OF GEORGETOWN
PROFESSIONAL SERVICES
TO DESIGN THE STATE HIGHWAY 29
OFFSITE UTILITIES
ENGINEERING FEE ESTIMATE
■ Preliminary Engineering Phase: $11,000.00
■ Design Phase: $19,000.00
■ Bid Phase: $ 3,500.00
■ General Services During Construction Phase: $13,500.00
■ Other Direct Costs, including: $ 2,000.00
Travel
Telephone
Copying(bluelines
Postage/facsimile
Computer time
Total Basic Engineering Services $49,000.00
■ Geologic Assessment $ 1,500.00
■ SCS including Fee $10,000.00
Total Special Services $ 11,500.00
TOTAL $ 60,500.00
A4272AMD_N 112.dm
Agenda Item:
Agenda Item Check List
L� �,
Financial Impact
Hwy 29 Offsite Utility Improvements
Agenda Item Subject: Action to approve a contract amendment to the existing Professional
Services Agreement between the City of Georgetown and Camp,
Dresser, and McKee, Inc., to provide engineering services related to
the design of the Hwy 29 Off-site Utility improvements in the amount of
$60,500.00.
Is this a Capital Improvement
Project:
Council Date:
0 Yes No
01/11/2005
link to Agenda database => Q
Need Help?
Was it budgeted? 0 Yes O No
Is it within the approved budgeted amount? 0 Yes O No
If not, where is the money coming from?
G/L Account Number 400 -101 -6017 -WR
Amount Going to Council $ 60,500.00
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 0 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, 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: 12/15/2004
Agenda Item Checklist: Approved on 01/0612005
pprovers itle sslgned
Notified
Received
Status Changed
Status
Jim Briygs Assistant City ;01/05/2005
01/05/2005
01/06/2005
01/06/2005
Approved
Jose Lara Manager 01!06/2005
01/0672005
01/06/2005
01!06/2005
Approved
Utility Financial
L_ Analyst
Approval Cycle Settings
C]
Council Meeting Date: January 11, 2005 Item No.
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to authorize the execution of an
agreement with Lower Colorado River Authority (LORA), Brazos River
Authority (BRA), Liberty Hill and Chisholm Trail SUD (CTSUD) regarding the
provision of wastewater services and service territory boundaries.
ITEM SUMMARY:
The representatives of LORA, BRA, Liberty Hill and CTSUD have been
meeting over the last several months to form an agreement for service area
that would identify the service relationships between the various
utilities. During the process of creating this agreement it became evident
that Georgetown Utility Systems (GUS) needed to be included in this
agreement for the purpose of identifying the service territory
relationships around the intersection of Parmer Lane and SH29. Discussions
have been held and a draft agreement formed as a result of those meetings.
Attached is the final draft agreement related to these discussions.
Summarizing the contents, this agreement basically calls for CTSUD to serve
the areas west of Parmer Lane at the retail level and contract for
wholesale services to some other serving entity, including GUS. The areas
east of Parmer would be primarily in the GUS service area unless there were
reasons to service the area by CTSUD. Either way the wholesale service to
the area would be served by another entity, not CTSUD. Since this area is
in the CTSUD water CCN there is greater consistency if they also have the
wastewater retail service in some cases. The protection to Georgetown is
that someone, other than CTSUD, will provide the wholesale services a
that would also include GUS as a provider.tel^ ' 1 1
At ,,.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
NONE
GUS BOARD RECOMMENDATION:
The GUS Board recommended approval at the December 21, 2004 meeting.
Approved 5-0. Gavernik abstained, Brown absent.
STAFF RECOMMENDATION:
Staff supports the GUS Board recommendation for execution of an
agreement with LCRA, BRA, Liberty Hill and Chisholm Trail SUD regarding the
provision of Wastewater services and service territory boundaries.
COMMENTS:
NONE
ATTACHMENTS:
Agreement between LCRA, BRA, COG, Liberty Hill and CTSUD.
Submitted By: Glenn Dishong Jim Briggs,
Water Services Manager Assistant City Manager
for Utilities
AGREEMENT REGARDING SEWER SERVICE AREAS AND CUSTOMERS
BY AND BETWEEN
LOWER COLORADO RIVER AUTHORITY, BRAZOS RIVER AUTHORITY,
CITY OF GEORGETOWN, CITY OF LIBERTY HILL
110-11
to CHISHOLM TRAIL SPECIAL UTILITY DISTRICT
FEBRUARY 1, 2005
49
THE STATE OF TEXAS §
40 §
COUNTY OF WILLIAMSON §
This Agreement Regarding Sewer Service Area and Customers (this "Agreement") is
entered into as of 1st day of February, 2005 (the "Effective Date'), by and between the Lower
Colorado River Authority ("LCIW), the Brazos River Authority ("Brazos'), the City of
Georgetown, Texas ("Georgetown"), the City of Liberty Hill, Texas ("Liberty Hill'), and
Chisholm Trail Special Utility District ("CTSUD'). LCRA, Brazos, Georgetown, Liberty Hill
and CTSUD are hereinafter collectively referred to as the "Parties."
RECITALS
A. WHEREAS, Section 13.248 of the Texas Water Code authorizes retail public
utilities to enter into contracts designating areas and customers to be served by those retail public
utilities, and each of the Parties to this Agreement is a retail public utility as defined in Chapter
13 of the Texas Water Code (or will be upon approval by TCEQ of the pending application for
approval of the Liberty Hill Sewer CCN, as hereinafter defined); and
B. WHEREAS, on August 26, 2003, Liberty Hill, LCRA and Brazos (collectively
the "CCN Applicants') jointly filed an application with the Texas Commission on
Environmental Quality C I'CEQ') for a certificate of convenience and necessity to provide retail
. sewer service ("Liberty Hill Sewer CCN') for the area described on "Exhibit A" which is
attached hereto and incorporated herein by reference for all purposes (the '—'Liberty Hill Sewer
CCN Service Area'); and
0
C. WHEREAS, a portion of the area that would be in the Liberty Hill Sewer CCN
Service Area is also in the area for which CTSUD holds a Certificate of Convenience and
Necessity ("CCN') to provide retail potable water service as shown on "Exhibit B" which is
attached hereto and incorporated herein by reference for all purposes ("CTSUD Water CCN
Service Area'); and
D. WHEREAS, CTSUD has filed a protest with the TCEQ requesting that the CCN
Applicants' application for the Liberty Hill Sewer CCN be denied; and
E. Whereas, CTSUD has the statutory authority to provide retail sewer service
pursuant to the laws of the State of Texas, including without limitation, Section 65.201 of the
Texas Water Code, and CTSUD intends to file an application with the TCEQ for a CCN or to
otherwise provide retail sewer service to the lands and customers located in the area shown on
"Exhibit C-1 " and "Exhibit C-2 ", both of which are attached hereto and incorporated herein by
reference for all purposes (collectively, the "CTSUD Sewer CCN Service Area"); and
F. WHEREAS, Georgetown currently provides retail and/or wholesale sewer service
to lands and customers within Georgetown's corporate limits, and to portions of its
1
extraterritorial jurisdiction, and other areas beyond its ETJ, including areas within CTSUD's
Water CCN Service Area; and
G. WHEREAS, in order to resolve the differences between the Parties, to provide
certainty with regard to the provision of retail sewer service, and to ensure the eventual and
orderly development of regional sewer treatment service, the Parties desire to enter into this
Agreement in order to specify the areas to be served and retail customers to be served by each of
the Parties, to dismiss CTSUD's protest of the Liberty Hill Sewer CCN application, and to set
forth certain additional terms relating to the provision of regional sewer treatment service.
NOW, THEREFORE, in consideration of the mutual covenants and agreements hereafter
set forth, the receipt and sufficiency of which is hereby acknowledged, the Parties hereby agree
as follows:
I.
DESIGNATION OF SEWER SERVICE AREAS AND
RETAIL SEWER SERVICE PROVIDERS
1.1 Liberty Hill Sewer CCN Service Area. The Parties agree that the CCN Applicants shall be
the exclusive retail sewer service providers to the lands and customers within the Liberty Hill
Sewer CCN Service Area as shown on "Exhibit A" under the terms and conditions of this
Agreement, and in accordance with the Liberty Hill Sewer CCN to be issued by TCEQ. The
CCN Applicants represent and warrant that the area shown on "Exhibit A" is the same real
property that is the subject of the Liberty Hill Sewer CCN application pending at TCEQ in
TCEQ Docket No. 2004-0455-UCR.
1.2 CTSUD Sewer CCN Service Area. The Parties agree that CTSUD shall be the exclusive
retail sewer service provider to the lands and customers within the CTSUD Sewer CCN Service
Area as shown on "Exhibit G1" and `Exhibit G2" under the terms and conditions of this
Agreement, and in accordance with the CTSUD Sewer CCN to be issued by the TCEQ. It is
expressly understood and agreed by all Parties that the CTSUD Sewer CCN Area includes the
lands located within Williamson County MUD No. 12, Williamson County MUD No. 17, and
Williamson County MUD No. 18. In the event that the CTSUD Sewer CCN application includes
any lands other than those set forth in "Exhibit C-1 " and "Exhibit C-2 ", then the other Parties to
this Agreement may protest said application as it relates to said other lands.
1.3 Sewer Service to the Georgetown ETJ Lands. The Parties agree that Georgetown shall be
the exclusive retail sewer service provider to all lands and customers located within the
"Georgetown ETJ Lands," as that term is defined herein, and notwithstanding the fact that
certain areas included in the Georgetown ETJ Lands are also included in the CTSUD Water
CCN Service Area. For the purposes of this Agreement, the term "Georgetown ETJ Lands" shall
include (a) all of the land within the City of Georgetown's statutory ETJ as of the Effective Date
of the Agreement, as depicted on the map attached hereto as "Exhibit D"; and (b) the lands more
particularly described on the map attached hereto as "Exhibit E".
2
1.4 Sewer Service to the East Parmer Lane Lands. The Parties agree that either Georgetown
or CTSUD or both of them may provide retail sewer service to any lands located outside of the
Georgetown ETJ Lands but east and south of the extension of Parmer Lane from the South San
Gabriel River to its intersection with Interstate Highway 35, as finally aligned, save and except
the lands located within Williamson County MUD No. 12, Williamson County MUD No. 17,
and Williamson County MUD No. 18, which are part of the CTSUD Sewer CCN Area and shall
be provided retail sewer service by CTSUD (said area collectively being referred to hereinafter
as the "East Parmer Lane Lands').
1.5 Definition of Retail Sewer Service. For purposes of this Agreement, all references to "retail
sewer service" shall have the meaning set forth in Section 13.002(20) of the Texas Water Code
with regard to sewer service, but not with regard to potable water service.
1.6 Definition of Wholesale Sewer Service. For the purposes of this Agreement, all references
to `wholesale sewer service" shall have the meaning set forth in Section 13.002(25) of the Texas
Water Code with regard to sewer service, but not with regard to potable water service.
1.7 Permanent Boundaries. The Parties agree that the service area boundaries set forth in
Section 1.1 through Section 1.3 above shall be permanent service area boundaries upon approval
of this Agreement by TCEQ in accordance with Section 13.248 of the Texas Water Code and
Article III below as it relates to the areas made the subject of this Agreement.
H.
40 PENDING CCN APPLICATION MATTERS
2.1 Withdrawal of CTSUD's Protest of the Liberty Hill Sewer CCN Application. Upon
execution of this Agreement by all Parties, CTSUD agrees to promptly file correspondence with
the Chief Clerk of TCEQ and the State Office of Administrative Hearings withdrawing its protest
of the application for the Liberty Hill Sewer CCN application (TCEQ Docket No. 2004-0455-
UCR; SOAH Docket No. 582-04-6308).
2.2 Amendment of Pending Liberty Hill Sewer CCN Application. The CCN Applicants
agree that they individually and collectively shall not file, or allow to be filed, any amendment to
the Liberty Hill Sewer CCN application prior to its approval by TCEQ without the prior written
consent of all other Parties.
2.3 Agreement not to Protest Pending CTSUD Sewer CCN Application. Upon execution of
this Agreement by all Parties, the CCN Applicants and Georgetown agree that they individually
and collectively shall not file any protests, or otherwise oppose, or support any opposition, or
cause to be opposed, the application filed by CTSUD for the CTSUD Sewer CCN Service Area,
provided that the application is limited to the CTSUD Sewer CCN Service Area shown on
Exhibit GI and Exhibit C-2 and that CTSUD is in compliance with all terms of this Agreement.
2.4 Amendment of CTSUD Sewer CCN Application. CTSUD agrees that it shall not file any
amendment to its initial application for the CTSUD Sewer CCN Area as shown on "Exhibit GI"
and "Exhibit C-2" prior to its approval by TCEQ without the prior written consent of all other
Parties; provided, however, that CTSUD may file amendments that decrease the size of the
CTSUD Sewer CCN Area in response to any protests that may be received by persons who are
not a party to this Agreement.
2.5 Sewer CCN Application for the East Parmer Lane Lands. CTSUD agrees that it shall not
include the East Parmer Lane Lands in its initial CTSUD Sewer CCN application. In the event
that CTSUD includes the East Panner Lane Lands in any subsequent sewer CCN application,
then any Party to this Agreement may protest said application. Similarly, in the event that
Georgetown or any of the CCN Applicants file a sewer CCN application for the East Parmer
Lane Lands, then any other Party or Parties to this Agreement may protest said application.
2.6 Sewer Service to Lands and Customers within the CTSUD Water CCN Service Area.
(a) Except as otherwise provided in this Agreement, Georgetown, LCRA and Brazos
agree that upon execution of this Agreement and for a five year period thereafter, or so
long as any wholesale wastewater service contract (to be entered into) between any of
them and CTSUD remains in effect, whichever is longer, each such entity shall neither
individually nor collectively engage in any of the following activities within CTSUD's
Water CCN Service Area without CTSUD's prior written consent, unless CTSUD is first
given an adequate opportunity to provide retail sewer service to the subject lands and
declines or refuses to do so:
(i) file a sewer CCN application for certification of any such lands,
(ii) provide retail sewer service to any such lands;
(iii) provide wholesale sewer service to another retail public utility (other than
CTSUD) that would provide retail sewer service to any such lands; or
(iv) provide a wholesale or retail sewer service commitment to, or otherwise
assist, any retail public utility, in obtaining the right, authorization or
ability to provide retail sewer service.
(b) Except as otherwise provided in this Agreement, Liberty Hill agrees that for a period
of five (5) years after the effective date of this Agreement, it shall not engage in any of
the following activities within CTSUD's Water CCN Service Area without CTSUD's
prior written consent, unless CTSUD is first given an adequate opportunity to provide
retail sewer service to the subject lands and declines or refuses to do so:
(v) file a sewer CCN application for certification of any such lands,
(vi) provide retail sewer service to any such lands;
(vii) provide wholesale sewer service to another retail public utility (other than
CTSUD) that would provide retail sewer service to any such lands; or
4
• (viii) provide a wholesale or retail sewer service commitment to, or otherwise
assist, any retail public utility, in obtaining the right, authorization or
ability to provide retail sewer service.
(c) Because a portion of the Georgetown ETJ Lands are also included in the CTSUD
Water CCN Service Area, CTSUD expressly understands and agrees that Georgetown
may provide retail sewer service to the Georgetown ETJ Lands, and that the provisions of
Section 2(a) do not apply to Georgetown's provision of retail sewer service to the
Georgetown ETJ Lands either now or in the future.
(d) Notwithstanding Section 2.6(a) above, CTSUD acknowledges and agrees that in the
event any of the Parties or another retail public utility secures a CCN for retail sewer
service within the CTSUD Water CCN Service Area, then LCRA, Brazos or Georgetown
may provide wholesale service to such retail public utility.
(e) CTSUD agrees that upon execution of this Agreement and for a five year period
thereafter, or so long as any wholesale wastewater service contract (to be entered into)
between LCRA, Brazos, and/or Georgetown and CTSUD remains in effect, it shall not
file an application for a waste disposal permit with the TCEQ for a new or expanded
sewer treatment plant in the CTSUD Water CCN Service Area unless CTSUD first
provides LCRA, Brazos or Georgetown an opportunity (to be given by written notice) to
construct and operate a regional sewer treatment plant for wholesale sewer service to
CTSUD, or otherwise extend wholesale sewer service to CTSUD, on an economically
feasible basis. In the event that CTSUD does not enter into an agreement within ninety
(90) days after written notice is given with LCRA, Brazos or Georgetown pursuant to
which one or more of such entities shall extend or provide wholesale sewer service to
CTSUD for the subject lands, then CTSUD agrees to provide LCRA, Brazos and
Georgetown an additional ninety (90) day period opportunity to agree to permit,
construct, own and operate a "package plant" that would provide interim sewer treatment
service to CTSUD for the subject lands. In the event no such agreement is entered into
during this subsequent 90 day period, then either LCRA, Brazos or Georgetown may
protest any waste disposal permit filed thereafter by CTSUD and may file its own permit
application for construction of the wastewater package plant that would provide interim
wholesale wastewater treatment service to CTSUD for the subject lands. However, each
of the Parties agree that if a package plant is placed into operation in accordance with the
provisions of this Section, all the Parties will support taking the package plant out of
service as soon as it is economically feasible to extend permanent regional wastewater
treatment service to the subject lands. The Parties agree that the terms of this Section
2.6(e) shall not be applicable to Permit No. 14371-001 or the wastewater treatment plant
and operations authorized thereunder, nor does this Agreement modify the terms of the
Agreement Concerning Operation of Wastewater Treatment Plant entered into by
CTSUD and Georgetown relating to such permit and wastewater treatment plant.
(f) The Parties agree to cooperate in good faith in all respects for purposes of making
wholesale and retail sewer service available to CTSUD for lands in CTSUD's Water
CCN Service Area. In that regard, the Parties agree to negotiate in good faith for
40 purposes of having LCRA, Brazos or Georgetown own and operate sewer treatment and
5
disposal facilities that would provide wholesale service to CTSUD, which in tum would
' provide retail sewer service within the CTSUD Water CCN Service Area.
2.7 Other Lands. Except as specifically set forth herein, each of the Parties shall be free to file
any sewer CCN application or provide retail sewer service as they may determine appropriate in
the exercise of its sole discretion.
n
TCEQ APPROVAL
3.1 Application for Approval. CTSUD agrees to prepare, file and prosecute at its sole
expense and on behalf of all Parties an application for TCEQ approval of this Agreement;
provided, however, that in the event that TCEQ requests a description of any real property that is
designated the exclusive service territory of CTSUD, the CCN Applicants, or Georgetown in
Sections 1.1 through 1.3 above, then the exclusive service provider shall be responsible for
preparation of such property description and shall do so at its sole cost and expense within thirty
(30) days receipt of a request for such description by TCEQ, or within such shorter time period
as may be specified by TCEQ.
3.2 Notice and Hearing. CTSUD shall provide at its expense all required notices for TCEQ
consideration and approval of this Agreement, and shall participate in all hearings required to
obtain TCEQ approval of this Agreement.
. 3.3 Assistance. The Parties agree to not oppose any and all efforts by CTSUD related to
securing TCEQ approval of this Agreement, and further agree to not support, cause, or assist any
person or entities that may protest CTSUD's application for approval of this Agreement.
IV.
WHOLESALE SEWER SERVICE AGREEMENTS
4.1 Good Faith. The Parties recognize and agree that the provision and terms of wholesale
sewer service to CTSUD will differ depending on the wholesale service provider, location of
lands, proximity of regional facilities, and other circumstances. As a result, the Parties agree to
negotiate in good faith the terms of wholesale sewer service.
►y
MISCELLANEOUS
5.1 Execution. This Agreement may be simultaneously executed in any number of counterparts,
each of which will serve as an original and, will constitute one and the same instrument.
5.2 Governing Law. This Agreement will be governed by the Constitution and laws of the State
of Texas.
Cl
5.3 Successors and Assigns. The assignment of this Agreement by any Party is prohibited
40 without the prior written consent of the other Parties, which consent will not be unreasonably
withheld. All of the respective covenants, undertakings, and obligations of each of the Parties
will bind that Party until the consent to assignment is received from the other Parties, and will
thereafter apply to and bind any successors or assigns of that Party.
a
5.4 Headings. The captions and headings appearing in this Agreement are inserted merely to
facilitate reference and will have no bearing upon its interpretation.
5.5 Partial Invalidity. If any of the terms, covenants or conditions of this Agreement, or the
application of any term, covenant, or condition, is held invalid as to any person or circumstance
by any court with jurisdiction, the remainder of this Agreement, and the application of its terms,
covenants, or conditions to other persons or circumstances, will not be affected; provided,
however, in the event that any of the service territories established by this Agreement is ever
invalidated by a court of law, then any of the Parties may choose to terminate this Agreement as
it relates to said party.
5.6 Waiver. Any waiver by any Party of its rights with respect to a default or requirement under
this Agreement will not be deemed a waiver of any subsequent default or other matter.
5.7 Amendments. This Agreement may be amended or modified only by written agreement duly
authorized by all Parties.
5.8 Cooperation. Each Party agrees to execute and deliver all such other and further instruments
and undertake such actions as are or may become necessary or convenient to effectuate the
purposes and intent of this Agreement.
5.9 Venue. All obligations of the Parties are performable in Williamson County, Texas and
venue for any action arising hereunder will be in Williamson County.
5.10 Third Party Beneficiaries. Nothing in this Agreement, express or implied, is intended to
confer upon any person, other than the Parties, any rights, benefits, or remedies under or by
reason of this Agreement.
5.11 Exhibits. All exhibits attached to this Agreement are hereby incorporated in this
Agreement as if the same were set forth in full in the body of this Agreement.
5.12 Entire Agreement. This Agreement, including the attached exhibits, contains the entire
agreement between the Parties with respect to the subject matter hereof and supersedes all
previous communications, representations, or agreements, either verbal or written, between the
Parties with respect to such matters, including any agreements between CTSUD and Georgetown
to the extent they relate to the provision of retail sewer service by either entity.
7
IN WITNESS WHEREOF, the Parties hereto have caused this instrument to be signed,
' sealed and attested in duplicate by their duly authorized officers, as of the date first set forth
above.
CTSUD:
Secretary
LORA:
Brazos:
40
Georeetown:
ATTEST:
Sandra D. Lee, City Secretary
APPROVED AS TO FORM:
Patricia E. Carts, City Attorney
City of Georgetown
Brown & Carls, LLP
40
Chisholm Trail Special Utility District
By:
Name: Ed Pastor
Title: President
Lower Colorado River Authority
By.
Name:
Title:
Brazos River Authority
By
Name:
Title:
City of Georgetown
By.
Name:Gary Nelon
Title: Mayor
Liberty Hill: City of Liberty Hili
i BY:
ATTEST:
City Secretary
APPROVED AS TO FORM:
Kerry Russell, Special Counsel
City of Liberty Hill
Russell, Moorman & Rodriguez, LLP
40
M
Title:
0
0
a
W4 -19 -VTI -W,
10
Council Meeting Date: January 11, 2005
AGENDA ITEM COVER SHEET
Item No. X.5
SUBJECT:
Consideration and possible action to approve a contract amendment
between the City of Georgetown and Raymond Chan & Associates, Inc. for
professional services related to Downtown Master Plan Regional Water
Quality and Drainage, Phase 2, in an amount not to exceed $110,000.00.
ITEM SUMMARY:
Phase 1 of this project identified existing conditions and Best
Management Practices (BMP) locations for treating storm water runoff in
the Downtown Overlay District.
Phase 2 of the project will include professional engineering
services to obtain information necessary for a final design and the
development of construction plans for the two proposed Best Management
Practices (BMP) locations identified in Phase I. The information will
include design survey and geotechnical investigations. A Phase I report
recommends water quality pond BMP sites identified as the Main Street
location and the VFW Park location. Council directed staff to move
forward with the design and construction of these BMP's. The BMP's will
be designed as extended detention basins in accordance with TCEQ
requirements and guidelines.
SPECIAL CONSIDERATIONS:
None.
FINANCIAL IMPACT:
Funding for this project will come from Stormwater Capital
Improvement accounts 641-101-6317-00 and 641-101-6318-00.
GUS BOARD RECOMMENDATION:
GUS Board recommended approval of the amendment of contract at their
December 21, 2004 meeting. Approved 6-0. Brown absent.
STAFF RECOMMENDATION:
Staff supports the GUS Board recommendation to award the contract
amendment between the City of Georgetown and Raymond Chan & Associates,
Inc. for professional services related to Downtown Master Plan Regional
Water Quality and Drainage, Phase 2, not to exceed $110,000.00.
COMMENTS:
None.
ATTACHMENTS:
Council Agenda Cover sheet for Phase 1 dated March 9, 2004.
Raymond Chan & Associates, Inc. Engineering Services Proposal.
Submitted By: Mark Miller Jim Briggs,
Transportation Services Mgr Assistant City Manager
for Utilities
City Council meeting: March 9, 2004 Item No. A n
AGENDA ITEM COVER SHEET
SUBJECT: Consideration and possible action to apprme an amendment to the contract
between the City of Georgetown and Raymond Chan & Associates, Inc. to add an Engineering
Services Proposal Downtown Master Plan (Downtown Overlay) Regional Water Quality and
Drainage Feasibility Study, Phase 1 in the amount of $41,640.
ITEM SUMMARY:
Summary/Issues
The proposed Regional Water Quality and Drainage Feasibility Study for the Downtown Overlay
(See Exhibit A) will determine a more holistic approach to re -development within the Downtown
Overlay District. This approach should eliminate individual water quality and storm water
detention ponds on each re -developing tract. The study will evaluate re -development of the
district on a tract by tract basis from the existing levels of impervious cover to an ultimate
impervious cover level of 95%. Phase l of the study will include the preliminary water quality
pond capture volume, pond land area, pond or ponds locations and conceptual costs. A
preliminary study of the capacity of the drainage improvements within the district will also be
completed in Phase 1.
The water quality pollutant removal needed to re -develop to 95% impervious cover will be
calculated according to Texas Commission on Environmental Quality (TCEQ) methodology.
During the early stages of Phase 1, coordination with TCEQ will be performed to ensure that the
agency would conceptually approve a "regional" water quality plan for the Downtown Overlay
District.
SPECIAL CONSIDERATIONS: None.
FINANCIAL IMPACT: See attached impact statement.
COMMENTS: None.
RECOMMENDED MOTION: Approval of an amendment to the contract between the City of
Georgetown and Raymond Chan & Associates, Inc. to add an Engineering Services Proposal
Downtown Master Plan (Downtown Overlay) Regional Water Quality and Drainage Feasibility Study,
Phase 1 in the amount -of $41,640.
ATTACHMENTS: Contract, Financial Impact Statement
Submitted BV.
Amelia C. Sondgercth, At
Director, Planning and Development Services
Tom Yanti
Assistant anager
David Munk
Development Engineer
RAYMOND CHAN & ASSOCIATES, INC.
Consulting Civil Engineers
4319 James Casey Street, Suite 300 ♦ Austin, Texas 78745
Office: (512) 480-8155 ♦ Fax: (512) 480-8811
December 14, 2004
Mr. Thomas R. Benz, P.E.
Systems Engineering Manager
300 Industrial Avenue
Georgetown, Texas 78626
RE: Engineering Services Proposal
Downtown Master Plan
Regional Water Quality and Drainage, Phase 2
Dear Mr. Benz:
Pursuant to our previous work, conversations with David Munk, P.E., City of Georgetown
engineer, and our phone conversation on December 13, 2004, Raymond Chan & Associates, Inc.
(RC&A) is pleased to submit this engineering services proposal for your review and approval.
PROJECT DESCRIPTION
The City of Georgetown (COG) has developed a master plan to provide a development strategy
for the historic downtown area of the city. The Downtown Overlay District (DOD) defines the
limits of the downtown area for the purposes of this proposal. The District comprises
approximately 110 acres consisting of varied commercial, institutional and residential land uses.
Phase 1 of this project identified existing conditions and potential Best Management Practices
(BMP) locations for treating storm water runoff due to increased impervious cover from re-
developing tracts within the DOD. Coordination with TCEQ staff is ongoing to ensure that the
proposed BMP locations identified in Phase 1 will be supported in a Water Pollution Abatement
Plan (WPAP) for the DOD.
Phase 2 of the project will obtain the information necessary for final design and development of
construction plans for the two proposed BMP locations. This information will include design
survey data and geotechnical investigations. In the Phase 1 report, the recommended water
quality pond BMP sites are identified as the Main Street location and the VFW Park location.
The decision was made by the City Council to move forward with the design and construction of
these BMP's. The BMP's will be designed as extended detention basins in accordance with
TCEQ requirements and guidelines and required COG development permits will be obtained.
The permanent water quality and geologic components of a WPAP for the DOD will be prepared
and processed through the TCEQ. A method of tracking re -development within the DOD will be
developed with input from the COG and TCEQ.
Page 1 of 5
RAYMOND CHAN & ASSOCIATES, INC.
A detailed scope of services for Phase 2 follows.
SCOPE OF SERVICES — PHASE 2
Final Design of BMP's at two (2) selected locations:
1. Perform detailed field reconnaissance of BMP sites to identify existing site conditions
and constraints.
2. Coordinate with City of Georgetown and area utility companies to obtain existing utility
information.
3. Perform detailed survey within the project area (Vara Land Surveying, Inc.). Anticipated
tasks include:
A. Collect sufficient data points to develop a 1 -foot contour topographic
map within project area.
B. Locate all trees 8 -inches in diameter and larger and identify species.
C. Locate all visible utilities, fences and other features within the project
area.
D. Setting of benchmarks for construction at each project. The Surveyor
will show these control points on the hardcopy drawings.
E. Property Lines: The Surveyor will plot record deeds and/or subdivision
plats and locate sufficient monumentation to establish a graphic
depiction of property lines of all lots adjacent to the project areas. This
is not a boundary survey (Preparation of field notes for Real Estate
purposes, if required, are not included in this submittal and will be
considered as additional services).
4. Perform geotechnical investigation within project area (Holt Engineering, Inc.)
A. Drill, log, and sample up to nine (9) borings to a depth of 10 feet at the proposed
BMP locations. Drilling data shall be recorded including visual observations of
the samples, drilling rates, water losses, and sample recovery (percent recovery
and rock quality designation).
B. Perform laboratory tests on representative. field samples, as determined
appropriate, including:
(1) Atterburg limits,
(2) Moisture content,
(3) Permeability,
(4) Minus 200 mesh sieves and grain size analysis.
C. Prepare a geotechnical data report for the explorations including boring logs,
sampling, bore hole location, test results, and recommendations for pond
excavation techniques and procedures.
5. Develop one set of construction plans to cover both BMP locations.
A. Main Street Pond. It is anticipated that the improvements at this location will
include the following sheets:
(1) Temporary Erosion and Sedimentation and Tree Protection plan.
(2) Drainage Plan.
(3) Water Quality Calculations.
Phase 2 Dowatow Master Plan Page 2 of 5
RAYMOND CHAN & ASSOCIATES, INC.
(4)
Grading Plan.
(5)
Pond Cross Sections.
(6)
Utility relocation plan (if required).
(7)
Upstream Junction Box plan and details.
(8)
Inlet piping plan and profile.
(9)
Outlet structure plan and details.
(10)
Outlet piping plan and profile.
(11)
Re -vegetation and landscaping (this proposal does not cover the
services of a Landscape Architect. If these services are desired, they
will be considered as additional services).
(12)
Construction details.
B. VFW Park Pond. It is anticipated that the improvements at this location will
include the following sheets:
(1)
Cover Sheet.
(2)
General Notes Sheet
(3)
Temporary Erosion and Sedimentation and Tree Protection plan.
(4)
Drainage plan.
(5)
Water Quality Calculations.
(6)
Grading plan.
(7)
Pond cross sections.
(8)
Utility relocation (if required).
(9)
Upstream Junction Box plan and details.
(10)
Inlet piping plan and profile.
(11)
Outlet structure plan and details.
(12)
Outlet piping plan and profile.
(13)
Re -vegetation and landscaping (this proposal does not cover the
services of a Landscape Architect. If these services are desired, they
will be considered as additional services).
(14)
Construction Details.
C. Develop
project quantity take -off and engineer's opinion of probable construction
cost.
D. Perform
QA/QC.
E. Obtain governmental agency permits and approvals.
WPAP Application
I. Coordinate with a geologist to perform a geologic investigation of the DOD to satisfy
TCEQ WPAP requirements.
2. Develop the permanent water quality portion of the WPAP for the DOD.
3. Process WPAP application through TCEQ and address review comments.
4. Develop system for tracking re -development within the DOD that satisfies TCEQ And
COG requirements.
Bid Phase
Phase 2 Downtown Master Plan Page 3 of 5
RAYMOND CHAN & ASSOCIATES, INC.
1. Develop Storm Water Pollution Prevention Plan (SWPPP) for the project.
2. Develop construction specifications for the project manual.
3. Assist COG staff in bidding the project, including preparing addendum, clarifying
construction documents, attending pre-bid conference, reviewing of contractor bids and
providing recommendation of award.
BASIS OF COMPENSATION
A detailed man-hour breakdown with the associated task/budget is presented with this letter as
Attachment 1. The maximum not -to -exceed amount for the Basic Services described above is
$92,370.00.
Based on our discussion, it is our understanding that there are anticipated works outside the Basic
Services. The anticipated additional services are:
I. Archaeological survey for the two pond sites.
2. Geological assessment for the entire DOD and the two pond sites.
3. Preparation of easement documents for the Main Street water quality pond.
4. Reproduction of construction plans and project manuals for bidding and record drawings.
5. Construction Phase engineering services.
As indicated in Attachment 1, the estimated budget for the anticipated additional services is
$33,262.00.
Invoice(s) will be billed monthly or based on project completion. Payments are due within 30
days of receipt of invoice.
SPECIAL CONDITIONS
No construction phase services are included in this proposal. If requested, these hours
will be billed on a time and materials basis. Should the Owner request other changes to
the above defined SCOPE OF SERVICES or if additional services are requested, all
incurred costs shall be billed on a time and materials basis. An estimate of additional
costs will be provided and approved prior to proceeding with the project.
2. Construction testing and inspection services are not included in this proposal.
3. The Client will be responsible for reproduction of construction plans and project manuals,
and bidding of the project.
Outside services and in-house reproductions shall be considered as reimbursable items.
Outside services shall be compensated for at cost plus 5%. In-house reproduction for 24"
x 36" sheet shall be billed at $0.50 per square feet.
Phase 2 Downtown Master Plan Page 4 of 5
RAYMOND CHAN & ASSOCIATES, INC.
Thank you for providing this project opportunity for RC&A. We look forward to working with
you on this project. Should this proposal be acceptable to you, please sign in the space provided
and return one executed copy to us. This will serve as our agreement. This proposal is valid for
60 days. If you have any questions, please do not hesitate to call me 480-8155.
Sincerely,
RAYMOND CHAN & ASSOCIATES, INC. CONCURRENCE:
Raymond M. Chan, P.E.
President
Attachment
Phase 2 Downtown Master Plan Page 5 of 5
Thomas R. Benz, P.IE.
City of Georgetown
Date
ATTF :NT 1
RAYMOND CHAN AND ASSOCIATES, INC.
Manhours Breakdown and Direct Labors
City of Georgetown
Regional Water Quality and Drainage Phase 2
Regional Water Quality and Drainage, Phase 2 Attachment 1
Principal
Senior Project
Project
i Graduate
Engineering
Engineer
Engineer
Engineer
Engineer
Technician
Clerical
(Hrs.)
(Hm.)
(Hrs)
(Hrs.)
(Hrs.)
Mrs.)
Tasks
$140/Hr.
$1201`11110
$90/Hr.
$75/1-1r.
$60/Hr.
$50/Hr.
Tack Budget
Final Design of BMP's
$
1. Field Reconnaissance
4
_
4
_
$
920.00
2. Utility Coordination
4
a
4
1 $
860.00
3. Survey Coordination
1
4
_
$
500.00
4. Geotechnical Coordination
4
$
360.00
5. Construction Plans
$
A. Main Street Pond
_
_
$
1 E&S and Tree Protection -
1 _
_ 2
4
a
$
1,100.00
2 Drainage Plan
1
_ 8
8
12
$
2,180.00
3 Water Quality Calculations
2
8
8
4
$
1840.00
4 Grading Plan
2
8
16
32
$
4120.00
5 Pond Crass Sections
1 _
2
8
16
$
1,880.00
6 Utility Relocation Plan
1 _
4
8
1e
$
2,060.00
Upstream Junction Box Pian and Details
2
a
8 1
16
$
2,560.00
8 Inlet Piping Plan and Profile
1
4
8
8
$
1,580.00
9 Outlet Structure Plan and Details
1
4
8
8
$
1,580.00
10 Outlet Piping Plan and Profile
1
4
8
16
$
2,060.00
11 Revegetation and Landscaping
_ _
1
4
4
8
$
1,280.00
12 Construction Details
2
8
12
24
$
3,340.00
B. VFW Park Pond
$
1 Cover Sheet
1
2
4
4
$
860.00
2 General Notes Sheet
1
4
8
4
$
1,340.00
3 E&S and Tree Protection
_
1
2
4
8
4 DrainagePlan
1
12
8
16
5 Water QualityCalculations
2
8
8
4
L$4,480.00
6 Gradin Plan _
2
12
16
32
Pond Cross Sections
1
2
8
to
8 Utili Relocation Plan
1
4
8
16
Regional Water Quality and Drainage, Phase 2 Attachment 1
ATTA NT 1
RAYMOND CHAN AND ASSOCIATES, INC.
Manhours Breakdown and Direct Labors
City of Georgetown
Regional Water Quality and Drainage Phase 2
Tasks
Principal
Engineer
(Firs.)
$140/Hr.
Senior Project
Engineer
(Hrs.)
$120/Hr.
Project
Engineer
(Hrs.)
$90/Hr.
Graduate Engineering
Engineer Technician
(Hra.) (Hrs.)
$75/Hr. $60/Hr.
Clerical
(Hra.)
$501Hr.
13udget
9 Upstream Junction Box Plan and Details
10 Inlet Piping Plan and Profile
2
1
12
4
16 16
8 16
$
$
3,520.00
2,060.00
11 Outlet Structure Plan and Details
1
4
8 8
$
1,580.00
12 Outlet Piping Plan and Profile
2
_
_ 4
8 16
$
2,200.00
13 Revegelladon and Landscaping
1
4
8 12
1 $
1,820.00
14 Construction Details
2
12
16 24
$
4.000.00.
C. Quantity Takeoff and Cost Estimate
D. QA/QC
1
8
_ _
8
8 4
$
$
1,700.00
960.00
E. Governmental Permits and Approvals
WPAP Application
2
8
8
$
$
1,400.00
1. Geologic component coordination
1
4
$
500.00
2. Permanent Water Quality component
2
24
24
$
3,880.00
3. Processing Application
2
8
8
4
$
1,680.00
4. Develop Tracking System
4
16
4
$
2.200.00
Bid Phase
$
1. Develop SWPPP
1
4
a 12
$
1,820.00
3. Construction Specifications
1
4
4
4
$
1,000.00
4. Assist COG In bidding.
1
6
$
680.00
55
8
248
252 408
24
$
75 560.00
Vara
Surveying Including 5% handling
fee
$
9,660.00
Halt Geotechnical Including 5% handling fee
$
5,700.00
Reproduction fees
$
750.00
Non4abor services:mileages, computer time, etc.
$
700.00
BASIC SERVICES TOTAL
$
92,370.00
ANTICIPATED ADDITIONAL SERVICES:
1. Archaed Ical Survey
$
4,462.00
2. Geological Assessment
$
5,700 nn
Regional Water Quality and Drainage, Phase 2 Attachment 1
ATTA NT 1
RAYMOND CHAN AND ASSOCIATES, INC.
Manhours Breakdown and Direct Labors
City of Georgetown
Regional Water Quality and Drainage Phase 2
Principal
Engineer
(Hrs.)
Tasks $140/1-1r.
Senior Project
Engineer
(Hrs.)
$120/Hr.
Project
Engineer
(Hra.)
r.
Graduate Engineering
Engineer Technician
(Hrs.) (Hra)
$75/Hr. 860/Hr.
Clerical
S50Mr.
Task Budget
3. Easement documents
_ _
$ 600.00
_
4. Bidding and record dravAngs reproductimVprinting$
6.500.00
5. Construction Phase Services
$ 16,000.00
ANTICIPATED ADDITIONAL SERV. TOTALT
33,262.00
Regional Water Quality and Drainage, Phase 2 Attachment 1
Agenda Item Check List
Financial Impact
Agenda Item: Consideration and possible action to approve a contract amendment
between the city of Georgetown adn Raymond Chan & Associates,
Inc. for professional services related to Downtown Master Plan
Regional Water Quality and Drainage, Phase 2, in an amount not to
exceed $110,00.00.
Agenda Item Subject: Engineering services required to design and develop construction
plans for Downtown Regional Ponds. This engineering will take the
ponds through the bidding phase up to construction.
Is this a Capital Improvement • Yes O No
Project:
Council Date: 01/11/2005
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?
• Yes 0No
• Yes V No
641-101-6317-00,641-101-6318-00
$ 110,000.00
) Yes 0 No
Yes • No
_ Yes • No
Year:
If so, how?
Identify all on-going costs (i.e., insurance,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Department:
Cross -divisional impact: Yes • No
If so, what division(s)?
Prepared by: Mark Miller Date: 01/06/2005
Agenda Item Checklist. Approved on 0110612005
Approvers
Title
signed
Notified
Received
Status Changed
IStatus
Jim Briggs
Assistant City
01/06/2005
01/06/2005
01/06/2005
01/06/2005
Approved
Jose Lara
Manager
01/06/2005
01/06/2005
1/06/2005
01/06/2005
Approved
Utility Financial
Analyst
Approval Cycle Settings