Loading...
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