Loading...
HomeMy WebLinkAbout12/10/2009 - Regular Agenda Packet - City CouncilMayor Ben White Mayor Pro Tem Dave Ruesink City Manager Glenn Brown Council members John Crompton James Massey Dennis Maloney Katy-Marie Lyles Lawrence Stewart Agenda College Station City Council Regular Meeting Thursday, December 10,2009 at 7:00 PM City Hall Council Chamber, 1101 Texas Avenue College Station, Texas 1. Pledge of Allegiance, Invocation, Consider absence request. Introduction of New Community Librarian Hear Visitors: A citizen may address the City Council on any item which does not appear on the posted Agenda. Registration forms are available in the lobby and at the desk of the City Secretary. This form should be completed and delivered to the City Secretary by 6:30 pm. Please limit remarks to three minutes. A timer alarm will sound after 2 1/2 minutes to signal thirty seconds remaining to conclude your remarks. The City Council will receive the information, ask staff to look into the matter, or place the issue on a future agenda. Topics of operational concerns shall be directed to the City Manager. Consent Agenda Individuals who wish to address the City Council on a consent or regular agenda item not posted as a public hearing shall register with the City Secretary prior to the Mayor's reading of the agenda item. Registration forms are available in the lobby and at the desk of the City Secretary. The Mayor will recognize individuals who wish to come forward to speak for or against the item. The speaker will state their name and address for the record and allowed three minutes. A timer will sound at 2 1/2 minutes to signal thirty seconds remaining for remarks. 2. Presentation, possible action and discussion of consent agenda items whlch consists of ministerial or "housekeeping" items required by law. Items may be removed from the consent agenda by majority vote of the Council. a.Presentation, possible action, and discussion of minutes for City Council Workshop and Regular meeting, November 9,2009, and November 16,2009. b.Presentation, possible action, and discussion regarding an ordinance amending Chapter 10, "Traffic Code", of the Code of Ordinances of the City of College Station, Texas, by repealing Section 11 AUTOMATIC TRAFFIC SIGNAL ENFORCEMENT(Red Light Camera Program); and providing an effective date. c. Presentation, possible action, and discussion of an ordinance approving Oversize Participation (OP) for a water line improvement in the Sonoma Subdivision, Phase 3 for a total requested City participation of $147,614.50. City Council Regular Meeting Page 2 Thursday, December 10,2009 d.Presentation, possible action, and discussion on the consideration of an ordinance amending Chapter 10, "Traffic Code," Section 2G (1) of the Code of Ordinances of the City of College Station to repeal the existing bicycle prohibition on Texas Avenue. e. Presentation, possible action, and discussion regarding an Interlocal Agreement (ILA) between the Cities of college Station and Bryan for the design costs of a traffic signal at the intersection of Wellborn Road with F&B and Old College. The City of College Station's portion is estimated not to exceed $21,000. A second ILA will come at a later date for the Council to consider participating in the construction costs. f. Presentation, possible action, and discussion regarding approval of a contract with HGAC for purchase of Motorola radio equipment and services to upgrade the handheld and mobile radios in preparation for activation of the Brazos Valley Wide Area Communications System (BVWACS) in an amount not to exceed $2,500,000.00. g.Presentation, possible action, and discussion to ratify medical claims expenses of $291,633.88 and authorize additional projected claims of $364,183.75 for a combined increase to the 2009 Blue Cross Blue Shield purchase order 090433, in the amount of $655,8 17.63. h.Presentation, possible action, and discussion regarding contract renewal for Third Party Claims Administration with A S & G Claims Administration, Inc. for an annual expenditure of $52,000. Anticipated workers compensation claims for FYlO are $100,000 and anticipated liability claims for FY 10 are $330,000. i. Presentation, possible action, and discussion regarding the annual renewal of Property and Casualty insurance policies for the term October 1, 2009 to September 30,2010 for a total of $412,835 to include: Excess Liability/WorkerYs Compensation with Star National Insurance Co. for $289,801: PropertyIBoiler and Machinery with Affiliated FM for $10 1,434 Crime Coverage with Federal Insurance Co. for $4,522 EMT Liability with Western World Insurance Co. for $5,078 Brokerage fees with McGriff, Siebels, & Williams for $12,000 j. Presentation, possible action, and discussion on approving renewal contracts with Blue Cross and Blue Shield of TX for medical and dental coverage, Deer Oaks for the employee assistance program, and Standard Insurance Company for long term disability insurance. k.Presentation, possible action, and discussion on approving total health plan expenditures for the period of January 1,20 10 through December 3 1, 2010. The projected amount for both the renewals and total projected expenditures is $7,82 1,243.80. 1. Presentation, possible action, and discussion regarding a resolution approving a construction contract (Contract No. 10-049) with The Ground Crew, LLC for the amount of $246,739.29 for the construction of the University Drive Beautification Project. m. Presentation, possible action, and discussion for the approval of a Real Estate Contract with JILL MARY DUNLAP, as Independent Executrix of the ESTATE OF WAYNE ALAN DUI\TLAP, deceased and as Trustee of THE DUNLAP FAMILY TRUST, created under the Will of Wayne Alan Dunlap, deceased, BEVERLY J. FURRER, PATRICIA J. VOGEL and THOMAS L. BROWN, JR., ("SELLERS") for a 26 foot variable width strip of right of way and a 10 foot wide public utility easement needed to widen Barron Road. The purchase price for the property is $85,351.00. Closing costs, title insurance and incidentals will not exceed $3,000.00. City Council Regular Meeting Page 3 Thursday, December 10,2009 n.Presentation, possible action, and discussion regarding a resolution designating the request for Construction Manager at Risk (CMAR) as an alternative delivery method for the Larry J. Ringer Library Expansion (GG 10 10). o.Presentation, possible action, and discussion concerning a resolution awarding the professional services contract (Contract No. 10-067) with HDRIClaunch & M-iller in the amount not to exceed $778,725.00 for engineering design services for the Raymond Stotzer West project. p.Presentation, possible action, and discussion regarding a resolution awarding the bid and approval of a construction contract (Contract Number #lo-037) with Wade Contractors, Inc. in the amount of $71,073 for replacement construction improvements in Windwood Park. q.Presentation, possible action, and discussion on a Construction Contract with Gamey Companies, Inc., in the amount of $3,592,544, for the construction of the Well No. 8 Collection Line and the Parallel Wellfield Collection Line and approval of a resolution declaring intention to reimburse certain expenditures with proceeds from debt. r. Presentation, possible action, and discussion on approving the award of an annual contract for gasoline and diesel fuel (Contract # 10-054) to Brenco Marketing Corp. (Bryan, TX) for the amount of $1,014,8 15.00. s. Presentation, possible action, and discussion on approving the award of an amual contract for gasoline and diesel fuel to Brenco Marketing Corp. (Bryan, TX). The amual estimated expenditure for gasoline and diesel fuel for BVSWMA is $296,973.00. t. Presentation, possible action, and discussion approving an Advance Funding Agreement (AFA) between The City of College Station and TxDOT allowing the City to construct improvements within the FM 2818 right of way related to the Holleman Extension project. u.Presentation, possible action, and discussion regarding the approval to submit an application to the Department of Homeland Security SAFER Grant Program in the amount of $1,857,775 to hire 15 firefighters and agreeing to provide the balance of $1,0 10,132 to complete the cost of the staffing for year 3 to meet the requirements as set forth in the SAFER Grant program. v.Presentation, possible action, and discussion regarding the purchase of 48 replacement and 19 upgrades for Mine Safety Appliance (MSA) manufactured self contained breathing apparatus (SCBA) distributed by Casco Industries Inc. for $320,879.20. w. Presentation, possible action, and discussion regarding approval of a resolution awarding Bid No. 10-16 to Re-Con Company for the rebid for construction of Dowling Road Substation in the amount of $2,975,960.21, plus owner furnished material of $1,785,536.00, for a total bonded project requirement of $4,761,496.21, and approval of a resolution declaring intention to reimburse certain expenditures with proceeds from debt. Also, the rejection of Bid No. 09-86 for the construction of Dowling Road Substation. x.Presentation, possible action, and discussion regarding approval of settlement agreements with the Brazos River Authority and Wellborn Special Utilities District to resolve their protests to the City's Bed and Banks Permit application before the TCEQ. City Council Regular Meeting Page 4 Thursday, December 10,2009 y.Remove from table, presentation, possible action and discussion regarding an Oil and Gas Operations Permit for the McCullough-Olden Unit, Well #IRE as requested by the operator, EnerVest Operating, LLC. of Houston, Texas. z.Remove from table, presentation, possible action, and discussion regarding an Oil and Gas Operations Permit for the McCullough-McCullough Unit, Well #IRE as requested by the operator, EnerVest Operating, LLC. of Houston, Texas. Regular Agenda Individuals who wish to address the City Council on a regular agenda item not posted as a public hearing shall register with the City Secretary prior to the Mayor's reading of the agenda item. The Mayor will recognize you to come forward to speak for or against the item. The speaker will state their name and address for the record and allowed three minutes. A timer will sound at 2 112 minutes to signal thirty seconds remaining for remarks. Individuals who wish to address the City Council on an item posted as a public hearing shall register with the City Secretary prior to the Mayor's announcement to open the public hearing. The Mayor will recognize individuals who wish to come forward to speak for or against the item. The speaker will state their name and address for the record and allowed three minutes. A timer alarm will sound at 2 112 minutes to signal thirty seconds remaining to conclude remarks. After a public hearing is closed, there shall be no additional public comments. If Council needs additional information from the general public, some limited comments may be allowed at the discretion of the Mayor. If an individual does not wish to address the City Council, but still wishes to be recorded in the official minutes as being in support or opposition to an agenda item, the individual may complete the registration form provided in the lobby by providing the name, address, and comments about a city related subject. These comments will be referred to the City Council and City Manager. 1. Public hearing, presentation, possible action, and discussion on an ordinance adopting Chapter 3, "Building Regulations" of the Code of Ordinances of the City of College Station, Texas, approving the 2009 International Codes with related amendments and the 2008 National Electrical Code with related amendments for use in College Station. 2. Presentation, possible action, and discussion on an ordinance amending Chapter 6, "Fire Protection", of the Code of Ordinances of the City of College Station, Texas by amending certain sections as set out, adopting the 2009 International Fire Code with related amendments and the 2009 NFPA Life Safety Code. 3. Public hearing, presentation, possible action, and discussion regarding an ordinance amending Chapter 12, "Unified Development Ordinance", Section 7.5 "Landscaping and Tree Protection" of the Code of Ordinances of the City of College Station, Texas and discussion of riparian area protection. 4. Public hearing, presentation, possible action, and discussion on an ordinance amending Chapter 12, "Unified Development Ordinance," Section 4.2, "Official Zoning Map" of the Code of Ordinances of the City of College Station, Texas by rezoning from C-1 General Commercial to a Planned Development District 1.3 17 acres located at 300 A Holleman Drive East. 5. Presentation, possible action, and discussion regarding the establishment of a Code Coordination Sub- committee of various Boards, Commissions, and Council involved in the implementation and City Council Regular Meeting Page 5 Thursday, December 10,2009 enforcement of the Unified Development Ordinance and other development related regulations and standards and appointment of membership to the same. 6. Adjourn. If litigation issues arise to the posted subject matter of this Council Meeting an executive session will be held. APPROVED: City Manager Notice is hereby given that a Regular Meeting of the City Council of the City of College Station, Texas will be held on the Thursday, December 10, 2009 at 7:00 PM at the City Hall Council Chambers, 110 1 Texas Avenue, College Station, Texas. The following subjects will be discussed, to wit: See Agenda. Posted this 7th day of December, 2009 at 2:00 p.m. City Secretary I, the undersigned, do hereby certify that the above Notice of Meeting of the Governing Body of the City of College Station, Texas, is a true and correct copy of said Notice and that I posted a true and correct copy of said notice on the bulletin board at City Hall, 1101 Texas Avenue, in College Station, Texas, and the City's website, www.cstx.go,v . The Agenda and Notice are readily accessible to the general public at all times. Said Notice . ........................ .. . and Agenda were posted on December 7, 2009 at 2:00 p.m. and remained so posted continuously for at least 72 hours proceeding the scheduled time of said meeting. This public notice was removed fiom the official posting board at the College Station City Hall on the following date and time: by Dated this day of ,2009 By Subscribed and sworn to before me on this the day of ,2009. Notary Public - Brazos County, Texas My commission expires: The building is wheelchair accessible. Handicap parking spaces are available. Any request for sign interpretive service must be made 48 hours before the meeting. To make arrangements call (979) 764-3517 or (TDD) 1-800-735-2989. Agendas may be viewed on www.cstx.~~. Council meetings are broadcast live on Cable Access Channel 19. - Mayor Ben White Mayor Pro Tem David Ruesink City Manager Glenn Brown Councilmembers John Crompton Jaines Massey Dennis Maloney Katy-Marie Lyles Lawrence Stewart Minutes City Council Regular Meeting Monday, November 09,2009 at 12:OO p.m. City Hall Council Chambers, 1101 Texas Avenue College Station, Texas COUNCIL PRESENT: Mayor Ben White, Mayor Pro Tem Ruesink, Council members Crompton, Massey, Maloney, Lyles, and Stewart STAFF PRESENT: City Manager Brown, Assistant City Manager Merrill, Assistant City Manager Neeley, City Attorney Cargill Jr., City Secretary Hooks, Deputy City Secretary McNutt, Management Team 1. Pledge of Allegiance, Invocation, Considerabsence request. Mayor White called the meeting to order at 12:00 pm with all Council members present. Mayor White led the audience in the Pledge of Allegiance. Chief R.B. Alley provided the invocation. 2. Hear Visitors. - Christian Ede, 1304 Todd Trail CS - Operator of Taxicab in Bryan/College Station Community expressed concerns on changes being proposed to Taxicab businesses in College Station. Alston Thom, TAMU - Dept. of Anthology reported an upcoming public event for citizens to come and learn of the Comanche Nation. This event will be held on November 13-15, 2009 at the Veterans Park. 3. Presentation, possible action and discussion of consent agenda items which consists of - ministerial or "housekeeping" items required bv law. Items may be removed from the consent a~enda by maiority vote of the Council. Item No 3j - Mayor Pro Tem Ruesink inquired about changes to the tax roll. Jeff Kersten, Chief Financial Officer explained that a minimal amount has changed on tax roll. Council member Maloney present at 12:30. a. Approved minutes for City Council Workshop and Regular meeting, October 8, 2009 and October 19,2009. Page 12 City Council Minutes Monday, November 09, 2009 b. Approved renewal of an annual price agreement with Ergon Asphalt & Emulsions to provide emulsified asphalt products for the maintenance of streets in an amount not to exceed $478,104. c. Approved Resolution No. 11-09-09-3c accepting the Governors Division of Emergency Management (GDEM) the 2009 Homeland Security Grant Program Sub-recipient of $75,000, naming a City staff member as manager of those grant funds, and approving the 2009 City of College Station Equipment List for purchase. d. Approved Resolution No. 11-09-09-3d increasing the food establishment health permit fee collected by the Brazos County Health Department to a flat fee of $400 a year, beginning with the 201 0 pennit. e. Approved the purchase of a Roll-Off Truck from East Texas Mack Sales, LLC and B & C Body Company be used by the Brazos Valley Solid Waste Management Agency in the amount of $145,432.00. f. Approved the purchase of a Ford F750 Truck from Philpott Ford to be used by the Brazos Valley Solid Waste Management Agency in the amount of $1 19,734.00. g. Approved settlement agreement with Wellborn SUD and Main Street Homes, which is the third of three agreements that will allow the City to pursue TCEQ approval of our application to extend our sewer certificated area into parts of the ETJ. h. Approved funding agreement between the City of College Station and the Arts Council of Brazos Valley for FY 10 in the amount of $18 1,000 for Affiliate hnding. i. Approved authorized FY 10 expenditures for the Brazos County Appraisal District in the amount of $236,692 pursuant to the Property Tax Code 6.06D. j. Approved the 2009 Property Tax Roll in the amount of $23,623,086.36. k. Approved : (1) an amendment to the Professional Services Contract 04-1 76 with Epsilon Engineering, Inc. for the purpose of foregoing transfer and novation of the contract to Jacobs Engineering Group Inc and also modifying the date for which all design work and other professional services provided under the Contract must be completed to July 30, 2012, and (2) a change order to the Professional Services Contract 04-176 with Epsilon Engineering, Inc., now Jacobs Engineering Group, Inc., in the amount of $60,870.40, for additional services to design improvements to the intersection of Barron Road and SH 40. 1. Approved Change Order to Contract #08-277 to Brazos Valley Services in the amount of $233,373.70 for additional construction services related to the College ParWBreezy Heights Rehabilitation Project. m. Approved Change Order No. 1 to the Water Reclamation Project design contract in the amount of $24,000.00 to Contract No. 09-147 with Lockwood, Andrews, & Newnaln for design services Page 13 City Council Minutes Monday, November 09,2009 to provide programming deliverables for control of the water reclamation system. n. Approved Change Order to Professional Services Contract #05-160 with McClure & Brown Engineering in the amount of $21 1,397.50 related to revisions and updates to the Tauber and Stasney Streets Rehabilitation design. o. Approved Resolution No. 11-09-09-30 for Professional Services Contract with Lockwood, Andrews, and Newnam, Inc. in the amount of $225,477; for the design of the Carters Creek Wastewater Treatment Plant Lab and SCADA Building and Resolution No. 11-09-09-30-a declaring intention to reimburse certain expenditures with proceeds from debt. p. Approved Interlocal Agreement between the cities of Bryan and College Station in an amount not to exceed $60,000; for turn lanes and signals at the intersection of University Drive and Copperfield. q. Approved Resolution No. 11-09-09-3q to purchase 5.5 Wetland Mitigation Credits in the Steele Creek Mitigation Bank from OXBOW Investments Inc. in the amount of $137,500.00. r. Approved the execution of a Right-of-way Easement Agreement with the Texas A&M University System (TAMUS), for the construction of Penberthy Road Extension. Mayor Pro tem Ruesink moved to approve consent items 3a thru 3r. Council member Lyles seconded the motion, which carried 7 - 0. FOR: Mayor Ben White, Mayor Pro tem Ruesink, Council member Crompton, Massey, Maloney, Lyles, and Stewart AGAINST: None 1. Public hearing, presentation, possible action, and discussion regarding a proposed amendment - to the City's smoking; ordinance. Hayden Migl, Assistant to the City Manager presented (2) options for proposed amendment to the City's smoking ordinance. Amendment Options: Option A b Tobacco specialty shop defined b Clarifies that smoking is not allowed at any public meeting, in any public place, or in a workplace unless specifically permitted Option B b Same as Option A b Defines a hookah bar and adds it as an exception Mayor White opened the public hearing. Wayne Rife, Attorney for Business Owner, 9502 Brookwater Cr., CS - presented Council information on supporting Option B and grant exception for Hookah Bar to continue operations. Mark Sweidon, Owner, 14 105 Renee Ln., CS - explained the environment of Hookah Bars. Page (4 City Council Minutes Monday, November 09,2009 Timothv Kvkon, 2021 Yaupon, CS - requested Council to support Option B to exempt Hookah Station from the smoking ordinance. Mayor White closed the public healing. Council inember Maloney moved to approve Ordinance No. 3212 that defines hookah bars and adds them as an exception in addition to defining tobacco specialty shops, with a requirement to receive at least 30% of their revenues from sales or rental of hookah tobacco products as shown in Option B. Council member Lyles seconded the motion, which carried 4 - 3. FOR: Mayor Ben White, Council member Lyles, Maloney, and Stewart AGAINST: Mayor Pro tem Ruesink, Council member Crompton, and Massey 2. Public hearing, presentation, possible action, and discussion on an ordinance amending; - Chapter 12, "Unified Development Ordinance," Section 7.9, "Non-Residential Architectural Standards," of the Code of Ordinances of the City of College Station as it relates to parking lot screening. Lindsay Kramer, Senior Planner presented a proposed ordinance amendment with the intension to modify the requirements for parking lot screening required in conjunction with the Non-Residential Architectural standards. Existing Ordinance Proposed Changes - NRA - All development - Berms req. (20k s.f. +) - Options for design by LA - Allows shrubs, berms, masonry walls Points are doubled and screening certified NRA Req. - Options for - Berms required if 150k s.f. or greater redevelopment, tree preservation, LA design Mayor White opened the public hearing. No one spoke. Mayor White closed the public hearing. Council member Crompton moved to approve Ordinance No. 3213 amending the UDO that relates to parking lot screening. Council member Massey seconded the motion, which carried 7 - 0. FOR: Mayor Ben White, Mayor Pro tem Ruesink, Council member Crompton, Massey, Maloney, Lyles, and Stewart AGAINST: None 3. Public Hearing, presentation, possible action and discussion regarding an Oil and Gas - Operations Permit for the McCullough-Olden Unit, Well #IRE as requested by the operator, EnerVest Operating, LLC. of Houston, Texas. Alan Gibbs, City Engineer presented the McCullough-Olden Unit Well #I RE which is the re-entry of a pre-existing well bore is located at the corner of William D. Fitch and Williams Creek Drive. The original well was permitted in 1993 as a "Rural" classification well. Based on the encroachment by development the re-entry of this well is classified as "High Impact," in the area of the proposed oil or Page 15 City Council Minutes Monday, November 09,2009 gas operation. Access to the site during drilling operations will be from the existing private access drive coming off William D. Fitch. Access to the site during production will be from a proposed private access road off Williams Creek Drive. The Project Review Committee concurred with the attached City Engineer's Report which detail the permit application deficiencies in regard to the associated requirements outlined in the Chapter 4: Business Regulations, Section: Oil and Gas Regulations. Per the ordinance, the City retained CSC Engineering & Environmental Consultants, Inc., a third party consultant, to evaluate the public impact of the proposed activity. The applicant is responsible for the consultant's fee of $4,752.1 1 per the ordinance. The consultant's findings were provided to the applicant and incorporated into the City Engineer's Report to the Project Review Committee. The Project Review Committee, comprised of the Planning and Zoning Commission Chair, the City Engineer, and the Director of Planning and Development Services, met on October 5, 2009 and recommended denial of the permit. Recommendation for Denial: Well Site Encroachment: - 50 ft of an Right-of-way (No Exception) Screening: - Fencing - Landscaping with Irrigation Well Site Access Drive Design: - Sight Vehicle Triangle to be determined and Vegetation Cleared Description of Fire Control Measures Proof of Contractual Site Maintenance Mayor White opened the public hearing. Ernest V. Bruchez, 4343 Carter Creek, representing EnerVest Operating, LLC. in the interest of applicant - Requesting Council to support an Oil and Gas Operations Permit for the McCullough- Olden Unit, Well #IRE. Jim Wilson, Property Owner beside the wells in question, stated he doesn't mind the well but traffic coming through to the well destroy the road but if road is paved and improved to handle the traffic, he would support. Mayor White closed the public hearing. Council member Crompton moved to approve denial of applicant's request. Motion died due to lack of second. Council member Massey moved to table for future agenda. Council member Crompton seconded the motion, which carried 7 - 0. FOR: Mayor Ben White, Mayor Pro tem Ruesink, Crompton, Massey, Maloney, Lyles, and Stewart AGAINST: None Page 16 City Council Minutes Monday, November 09, 2009 4. Public Hearing, presentation, possible action and discussion regarding an Oil and Gas - Operations Permit for the McCu1loug;h- McCullough Unit, Well #IRE as requested by the operator, EnerVest Operating, LLC. of Houston, Texas. Alan Gibbs, City Engineer presented second Oil and Gas Operations Pennit for the McCullough- McCullough Unit, Well #l. The Project Review Committee, comprised of the Planning and Zoning Coininission Chair, the City Engineer, and the Director of Planning and Development Services, met on October 5, 2009 and recommended denial of the pennit. Recommendation for Denial: Well Site Encroachment: - 600 fi of Residences (Exception: Ownev / Occupant Waivevs) - 50 fi of an Easement (No Exception) Screening: - Fencing - Landscaping with Imgation Well Site Access Drive Design - Sight Vehicle Triangle to be determined and Vegetation Cleared - (Relocated Dvive may be addressed undev sepavate pevmit) Description of Fire Control Measures Proof of Contractual Site Maintenance Mayor White opened the public hearing. Ernest V. Bruchez, 4343 Carter Creek, representing EnerVest Operating, LLC. in the interest of applicant - Requesting Council to support second Oil and Gas Operations Permit for the McCullough-Olden Unit, Well #IRE. Mayor White closed the public hearing. Council member Crompton moved to table for future agenda. Council member Stewart seconded the motion, which camed 7 - 0. FOR: Mayor Ben White, Mayor Pro tem Ruesink, Crompton, Massey, Maloney, Lyles, and Stewart AGAINST: None 5. Public Hearing, presentation, possible action, and discussion approving an ordinance vacating - and abandoning a 1,265 square foot, 20-foot wide public utility easement, which is located on Lot 3C of Block 1 of the Gateway Phase 3 Subdivision according to the plat recorded in Volume 9112, Page 138 of the Deed Records of Brazos County, Texas. Alan Gibbs, City Engineer presented an easement abandonment that accommodates the development of Lot 3C of Block I of the Gate way Phase 3 Subdivision. Mayor White opened the public hearing. No one spoke. Mayor White closed the public hearing. Council member Massey moved to approve Ordinance No. 3214 to abandon an easement located on Lot 3C of Block 1 of the Gateway Phase 3 Subdivision. Council member Massey seconded the motion, which carried 7 - 0. Page (7 City Council Minutes Monday, November 09,2009 FOR: Mayor Ben White, Mayor Pro tem Ruesink, Council member Croinpton, Massey, Maloney, Lyles, and Stewart AGAINST: None 6. Presentation, possible action, and discussion on an update regarding the Bicycle, Pedestrian - and Greenway Master Plan. Vanessa Garza, Greenway Program Manager updated Council on the timeline, system management and design guidelines recommendation on the Bicycle, Pedestrian and Greenway Master Plan, a component of the College Station Comprehensive Plan. Also, on new proposed completion date of early 201 0. No formal action was taken. 7. Presentation, possible action, and discussion regarding the extension of Holleman Drive from - its intersection with FM 2818 and making a connection to the existing Jones-Butler roadway just east of the Dowling Road Pump Station. Mark Smith, Director of Public Works updated Council on the developer's plans that have been put on hold due to economic conditions and unable to construct Holleman extension within time frame desired by the City. Staff proposed that the City construct the roadway and recover the developer's share of construction cost through a paving assessment. The key ingredient to making this project happen is that the necessary right-of-way and easements be dedicated by the developer. Staff is in the process of negotiating these dedications. Once the land is dedicated the project will be ready to bid. The bidding and construction process will take 6 to 8 months. No formal action was taken. 8. Presentation, possible action, and discussion regarding an update on the convention center - proiect. David Gwin, Director of Economic and Community Development updated Council on staffs process on Convention Center Project Study and the draft of new Request for Qualifications (RFQ) that will now update the 2005 market study and feasibility analysis which supported the construction of the convention center. Also, staff is engaging the major stakeholders into this assessment process. Jeff Kersten, Chief Financial Officer updated Council on Preliminary Conventioil Center Pro Forma of the future Convention Center Project. Staff seeking Council's input and direction of this project. Council directed staff to move forward with study and would like to see a risk analysis with pro and con's to educate the citizens of College Station. No formal action was taken. 9. Presentation, possible action, and discussion regarding the establishment of a Code Coordination Sub-committee of various Boards. Commissions, and Council involved in the implementation and enforcement of the Unified Development Ordinance and other development related regulations and standards and appointment of membership to the same. No discussion was held. 10. Council Calendar No discussion was held. 11. Presentation, possible action, and discussion on future agenda items: A Council Member may Page (8 City Council Minutes Monday, November 09,2009 inquire about a subiect for which notice has not been given. A statement of specific factual information or the recitation of existing policy may be given. Any deliberation shall be limited to a proposal to place the subiect on an agenda for a subsequent meet in^. No discussion was held. 12. Discussion, review and possible action regarding the following meetings: Arts Council of the Brazos Valley, Audit Committee, Brazos County Health Dept., Brazos Valley Council of Governments, Brazos Valley Wide Area Communications Task Force, Cemetery Committee, Code Review Committee, Design Review Board, Historic Preservation Committee, Interfaith Dialogue Association, Intergovernmental Committee, Joint Relief Funding Review Committee, Landmark Commission, Library Committee, Metropolitan Planning Organization, National League of Cities, Outside Agency Funding Review, Parks and Recreation Board, Planning and Zoning Commission, Sister City Association, TAMU Student Senate, Research Valley Partnership, Regional Transportation Committee for Council of Governments, Texas Municipal League, Transportation Committee, Wolf Pen Creek Oversight Committee, Wolf Pen Creek TIF Board, Zoning Board of Adiustments, BVSWMA, Signature Event Task Force, lNotice of Agendas posted on Citv Hall bulletin board). No discussion was held. At 3:00 pm, Mayor White announced that the City Council would convene into executive session pursuant to Sections 551.071, 551.072, and 551.74 of the Open Meetings Act to seek the advice of our city attorney, to consider the purchase of real property, and to consider the evaluation of public officers. 13. Executive Session will immediately follow the workshop meeting in the Administrative - Conference Room. Consultation with Attorney (Gov't Code Section 551.0711; possible action. The City Council may seek advice from its attorney regarding a pending or contemplated litigation subject or settlement offer or attorney-client privileged information. Litigation is an ongoing process and questions may arise as to a litigation tactic or settlement offer, which needs to be discussed with the City Council. Upon occasion the City Council may need information from its attorney as to the status of a pending or contemplated litigation subiect or settlement offer or attorney-client privileged information. After executive session discussion, any final action or vote taken will be in public. The following subiect(s) may be discussed: a. Application with TCEQ for permits in WestsideIHighway 60 area, near Brushy Water Supply Corporation b. Sewer CCN permit requests for Brushy & Wellborn Services Areas c. Water CCN pennit requests for Brushy & Wellborn Services Areas d. Bed & Banks Water Rights Discharge Permits for College Station and Bryan e. Legal aspects of Water Well, permits and possible purchase of or lease of water well sites f. Cliff A. Skiles, DVM & C.A. Skiles Family Partnership, Ltd. Water pennit applications with the Brazos Valley Groundwater Conservation District g. TMPA v. PUC (College Station filed Intervention) h. City of Bryan suit filed against College Station, Legal issues and advise on Brazos Valley Solid Waste Management Agency contract, on proposed methane gas contract Page 19 City Council Minutes Monday, November 09,2009 i. Update on legal proceedings for Grimes County Landfill site and contracts for development of Grimes County site j. Weingarten Realty Investors v. College Station, Ron Silvia, David Ruesink, Lynn McIlhaney, and Ben White k. Chavers et a1 v. Tyrone Morrows, Michael Ikner, City of Bryan, City of College Station, et a1 1. Rogers Sheridan v. Barbara Schob & Greg Abbott m. Clancey v. College Station, Glenn Brown, and Kathy Meirill n. Legal rights and obligations regarding ATS and the results of the election Real Estate {Gov't Code Section 551.072); possible action The City Council may deliberate the purchase, exchange, lease or value of real property if deliberation in an open meeting would have a detrimental effect on the position of the City in negotiations with a third person. After executive session discussion, any final action or vote taken will be in public. The following subject(s) may be discussed: a. Possible Purchase or Exchange of Property near E. University and Tarrow Personnel {Gov't Code Section 551.074); possible action The City Council may deliberate the appointment, employment, evaluation, reassignment, duties, discipline, or dismissal of a public officer. After executive session discussion, any final action or vote taken will be in public. The following public officer(s) may be discussed: a. Mayor & Council Self Evaluation 14. Action on executive session, or any workshop agenda item not completed or discussed in today's workshop meeting may be discussed in tonight's Regular Meeting if necessary. No formal action was taken. 15. Adiourn. Hearing no objections, Mayor White adjourned the meeting at 4:30 p.m. on Monday, November 9, 2009. PASSED AND APPROVED this December 10,2009 ATTEST: APPROVED: City Secretary Connie Hooks Mayor Ben White Mayor Ben White Mayor Pro Tem David Ruesink City Manager Glenn Brown Councilmembers John Crompton James Massey Dennis Maloney Katy-Marie Lyles Lawrence Stewart Minutes City Council Special Workshop Meeting Monday, November 16,2009 at 4:00 p.m. City Hall Council Chambers, 1101 Texas Avenue College Station, Texas COUNCIL PRESENT: Mayor White, Mayor Pro Tem Ruesink Council members Crompton, Massey, Maloney, and Lyles STAFF PRESENT: City Manager Glenn Brown, Assistant City Manager Neeley, Assistant City Manager Memll, City Attorney Cargill Jr., City Secretary Hooks, Deputy City Secretary McNutt, Management Team COUNCIL MEMBER ABSENT: Council member Stewart 1. Call meeting to order. - Mayor White called meeting to order at 4:00 p.m. Gary Erwin, Chair of Parks & Recreation Advisory Board called meeting to order at 4:00 p.m. Board Present: Gary Erwin, George Jessup, Glenn Schroeder, Jon Denton, Douglas Becker, and Gerald Kyle Board Absent: Donald Williams, David Scott, and Jody Ford Glenn Schroeder, Parks & Recreation Board Member made a motion to approve the absence request. Jon Denton, Parks & Recreation Board Member secoilded the motion which carried 6-0. 2. Presentation, possible action, and discussion concerning. Private Use of Public Park - Activities, and the Proposed College Station Parks and Recreation Department Park Page (2 City Council Minutes Monday, November 16,2009 Use Concessions Policy. (Joint Meeting with Parks & Recreation Advisorv Board) David Schmitz, Assistant Director of Parks and Recreation presented options for CS Park Use Concessions Policy. Board and Staff reported on the proposed College Station Parks and Recreation Department Park Use Concessions Policy. The Board explained to City Council their process on determining a Concessions Policy, and staff explained their research through looking at other cities processes on having Private Use in their facilities. There were questions on whether or not a fee should be charged to the groups using the facility, and if a fee is necessary, how will that fee be determined? It was determined that a policy should be in place for individuals privately using the facility. This process will help the city also see the ainount of people involved in the private use and also the ainount of time placed in the facilities. He explained that while the driving force for the proposed policy was the emergence of the "Fitness Boot Camps" in the parks, the policy certainly could apply to other for profit operations that also occur in the parks such as: 1. Private tennis lessons being taught on City tennis courts 2. Dog obedience classes being taught in parks 3. Private swimming lessons in City pools 4. Sports skills camps being conducted on athletic fields 5. Sale of food goods in parks Council directed Staff to do further detailed research on other cities' processes similar to private use of public parks. The research needs to show an impact study, and how maintenance is affected by the impact. Staff also needs to consider whether or not to pursue a fee for the use. Council reported that a permit and modest fee would be an acceptable approach to this issue. Council directed that Staff and the Board move forward with a permit and modest fee suggestion. After Staff researches this in detail and make a knowledgeable suggestion toward this then Staff will bring it back to the Board for discussion. Following Board discussion this issue will then be brought back to Council for consideration. No fonner action was taken. Glenn Schroeder, Parks & Recreation Board Member moved to adjourn the meeting at 4:46 p.m. Jon Deqton, Parks & Recreation Board Member secoilded the motion, which carried 6-0. 3. Presentation, possible action and discussion on Parks and Recreation fees for calendar - year 2010. Jeff Kersten, Chief Financial Officer presented the proposed users fees have a 50% differential in resident and nonresident fees in some fee categories. This fee schedule is anticipated to generate approximately $1 million in Parks and Recreation fee revenues, given projected participation levels and is in line with Parks fee revenue estimate included in the FY 10 Budget. On Behalfof the Citizens of College Station, Home of Texas A&M University, We will continue to Promote and Advance the Community's Quality of Lifi Page 13 City Council Minutes Monday, November 16,2009 Policy Questions: k Will the proposed parks and recreation fees result in a fairer distribution of costs to residents of College Station? I Will the proposed parks and recreation fees generate the FY 10 estimated revenue? Fees: f Current fees are the same for residents and non residents. B Original Staff Proposal - 30% Fee discount or differential between residents and non residents P Council Direction - 50% Fee discount or differential between residents and non residents Key Conclusions: P Proposed fees meet revenue estimates Resident discount differential in selected fee areas is 50% f Impacts on participation C More capacity for College Station Residents Council directed staff to hold a future workshop on Parks Enterprise funds for the user's fees for better understanding of cost and expenses. No formal action was taken. At 5:40 pm, Mayor White announced that the City Council would convene into executive session pursuant to Sections 551.071, of the Open Meetings Act to seek the advice of our city attorney. 4. Executive Session will immediately follow the Special meeting in the Administrative - Conference Room. Consultation with Attorney {Gov't Code Section 55 1.071 ) ; possible action. The City Council may seek advice from its attorney regarding a pending or contemplated litigation subject or settlement offer or attorney-client privileged information. Litigation is an ongoing process and questions may arise as to a litigation tactic or settlement offer, which needs to be discussed with the City Council. Upon occasion the City Council inay need information froin its attorney as to the status of a pending or contemplated litigation subject or settlement offer or attorney-client privileged information. After executive session discussion, any final action or vote taken will be in public. The following subject(s) inay be discussed: a. Application with TCEQ for permits in WestsideIHighway 60 area, near Brushy Water Supply Corporation b. Sewer CCN permit requests for Brushy & Wellborn Services Areas c. Water CCN permit requests for Brushy & Wellborn Services Areas d. Bed & Banks Water Rights Discharge Pennits for College Station and Bryan On Behalfof the Citizens of College Slalion, Home of Texas AM University, We 1.vil1 continue to Pf*omote and Advance the Communily 's Q~lality of Life Page 14 City Council Minutes Monday, November 16,2009 e. Legal aspects of Water Well, permits and possible purchase of or lease of water well sites f. Cliff A. Skiles, DVM & C.A. Skiles Family Partnership, Ltd. Water permit applications with the Brazos Valley Groundwater Conservation District g. TMPA v. PUC (College Station filed Intervention) h. City of Bryan suit filed against College Station, Legal issues and advise on Brazos Valley Solid Waste Management Agency contract, on proposed methane gas contract 1. Update on legal proceedings for Griines County Landfill site and contracts for development of Grimes County site j. Weingarten Realty Investors v. College Station, Ron Silvia, David Ruesink, Lynn Mcllhaney, and Ben White k. Chavers et a1 v. Tyrone Morrows, Michael Ikner, City of Bryan, City of College Station, et a1 1. Rogers Sheridan v. Barbara Schob & Greg Abbott m. Clancey v. College Station, Glenn Brown, and Kathy Merrill n. Legal rights and obligations regarding ATS and the results of the election and Red Light Camera Litigation. 5. Final action on executive session. Council returned to Council Chambers at 6:40 p.m. Council member Massey made that the motion to authorize the City Manager to terminate the contract with ATS as soon as possible in accordance with the law. Council member Maloney seconded the motion. Motion carried 6-0, Council member Stewart absent. 6. Adjourn. - Hearing no objections, Mayor White adjourned the meetings at 6:40 pm on Monday, November 16,2009. PASSED AND APPROVED this December 10,2009 ATTEST: APPROVED: City Secretary Connie Hooks Mayor Ben White On Behalfof the Cilizens of College Station, Honze of Texas A&M University, We will contintie to Promote and Advance the Community's Qtlality of Life To: Glenn Brown, City Manager Fnm Mark Smith, Director of Public Works Pgenca CqAin: Presentation, possible action, and discussion regarding an ordinance amending Chapter 10, "Traffic Code", of the Code of Ordinances of the City of College Station, Texas, by repealing Section 11 AUTOMATIC TRAFFIC SIGNAL ENFORCEMENT(Red Light Camera Program); and providing an effective date. -s)Staff recommends the repeal of the ordinance. SLnrrrry: On November 23, 2009, the City Council authorized the City Manager to settle the lawsuit against the City concerning the red light camera program by terminating the contract with ATS to end the red light camera program. The system was turned off the following day on November 24. Staff is recommending repealing the original ordinance that authorized automatic traffic signal enforcement. Under state law, a city may only .implement a red light camera program by adopting an ordinance authorizing such a program. By repealing Chapter 10, Section 11 of the City of College Station Code of Ordinances, College Station will be prohibited from having a red light camera program in the future unless a new ordinance is adopted. 1. Ordinance OKDINANC'I< NO. AN ORDINANCE AMENDING CE-IAPTER 10. "TRAFFIC C101:)l3", OF '1'1-IE CODE OF O.RI]~JA~\~'CES 01; '1'1-1fj CI.)"Y 01 c()12LE(';I-: STi\l'lON, TEXAS, By l{EPEAL.lNC; SuC'rION 1 ] AlJC)h,fA'I'E.I> 'I'KAI'I'IC SIC.;NAl., E.KFORC'F,h~lEY'I': AN11 I'KOVIL)IN(i Ah EFFECTIVE 1:)rZ'T'E. RE IT ORDAINED RY THE CITY COUNCIL 01: Tl-ili CI'I'Y 01.' COLLE(;E S'I'AI'ION, TEXAS: PA:R?' 1: l'llat Chapter 10, "Traftic C'ode", of the (::ode of Ordinances of the City of College Station: 'l'exils, be all~e~ltled by repealing Section 1 1 "Automated Traffic Signal Enforcement". PART 2 : That by repealing Section 1 1, the use of cameras for red light violations is hereby banned in Collegc Slalion. PART 3 : 'T'hat the Ordinance shall take cflkct in~rncdic~tely from and ai?er its passage. PASSED; ADOPTED and APPROVE11 this day ol'L)ecernber; 2009. APPROVED: ATTEST: Connie Hooks, City Secretary December 10, 2009 Consent Agenda Item No. 2c Sonoma Subdivision, Phase 3 - Water Oversize Participation Request To : Glenn Brown, City Manager From: Mark Smith, Director of Public Works Agenda Caption: Presentation, possible action, and discussion of an ordinance approving Oversize Participation (OP) for a water line improvement in the Sonoma Subdivision, Phase 3 for a total requested City participation of $147,614.50. Recommendation(s): Staff recommends approval. Summary: Associated with the development of Sonoma Subdivision, Phase 3, the City required the construction of a 24 inch water line for the larger City system. Subsequently, the developer's engineer demonstrated that an 8 inch water line was adequate for the developer's specific development. This oversized participation request is the construction cost difference for upsizing an 8 inch water line to a 24 inch water line for a 1,577 linear feet section along William D. Fitch Pkwy. Budget & Financial Summary: Funds for this oversized participation request are budgeted and available in the Water Capital Improvement Projects Fund. A total of $100,000 is included in the approved FYlO budget. If this request is approved, the additional $46,615 will be transferred from the Parellel Wellfield Collection project, which is anticipated to come in under budget. Attachments: 1. Location map 2. Ordinance approving OP agreement (exhibits available for review in City Engineer's office) 3. Letter requesting oversize participation (supporting materials available for review in City Engineer's office) AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS, APPROVING A PARTICIPATION AGREEMENT BY AND BETWEEN THE CITY AND BCS DEVELOPMENT COMPANY FOR THE DEVELOPMENT OF THE SONOMA SUBDIVISION, PHASE 3 PROJECT AND AUTHORIZING THE EXPENDI- TURlE OF FUNDS. WHEREAS, BCS Development Company is a developer developing the Sonoma Subdivision, Phase 3 Project; and WHEREAS, as part of said development, the construction of certain public infrastructure is required; and WHEREAS, pursuant to Section 212.071 et seq. Texas Local Government Code the City of College Station and the developer have agreed to jointly participate in the construction of certain public infrastructure to wit: the Sonoma Subdivision, Phase 3 Project ("Project") as further set forth in a Pal-ticipation Agreement ; now, therefore, BE IT ORDAINED BY THE CITY COLrNCIL OF THE CITY OF COLLEGE STATION, TEXAS: PART 1 : That the City Council hereby finds it to be in the best interests of its citizens to enter into that one certain Participation Agreement with BCS Development Company for the construction of the Sonolna Subdivision, Phase 3 Project. A copy of said Participation Agreement is attached as Exhibit "A" and incorporated herein by reference. PART 2: That the City Council hereby approves the contract with BCS Development Company obligating the CITY to pay a maximw~~ of $147,614.50 out of a total estimated amount of $896,254 for-the labor, matel-ials and equipment required for the improvements related to the Sonoma Subdivision, Phase 3 Project. PART 3 : That the funding for this Contract shall be as budgeted from the Water Capital Improveinent Projects Fund, in the amount of $147,614.50. PART 4 : That this ordinance shall take effect immediately from and after its passage. ADOPTED this 10 day of December, A.D. 2009. ATTEST: APPROVED: City Secretary MAYOR APPROVED: city Attorney McCLURE & BROWNE ENGINEERINGISURVEYING, INC. 1008 Woodcreek Dr. Suite 103 . College Station, Tx. 77845 . (979) 693-3838 Engineer Reg. No. F-458 1314 10th Street, Suite 210. Huntsville, Tx. 77320. (936) 294-9749 Survey Reg. No. 101033-00 November 23,2009 Mr. Josh Norton, P.E. Assistant City Engineer City of College Station Post Office Box 9960 College Station, Texas 77842 Re: Sonoma Subdivision, Phase 3 - Oversize Participation Request Dear Josh: On behalf of the owner, BCS Development Co., I wish to request Oversize Participation by the City of College Station for costs associated with the development of Sonoma Subdivision, Phase 3. The City's Master Utility Plan shows a 24" water line to be extended along the east side of William D. Fitch Parkway. This letter is to request oversize participation from the City for the cost difference between the 24" water line and an 8" water line which would normally be required for this development. Accompanying this letter are two exhibits. Exhibit A is a copy of the output file from a KYPIPE computer model of the Sonoma Subdivision including an 8" water line (Pipe No. 19) along William D. Fitch Parkway to serve Lot 1, Block 9. This model shows that the lowest pressure in the system with the 8 is 64 psi under fire flow conditions (hydrant located @ Lot 1, Block 9). This exceeds the minimum pressure of 20 psi required by TCEQ. This proves that the system performs adequately with the 8" line. Exhibit B is a series of estimates that shows the cost differential between the 24 and the 8" water line. That difference is $147,614.50. This number is value of the oversize participation the owner is requesting from the City. Additionally, the following items are attached as required for the oversize participation request: Copy of Corporate Resolution Copy of Preliminary Plat Copy of Title Policy If you need additional information, please contact me at your convenience. s&i#& J e L. Rq e on, P.E. $he ~resideht - Engineering xc: Mr. Randy French, BCS Development ~d attachments F:\l053 - Randy French\0015 - Sonoma Phase 3\Docs\OP request\COCS - Norton01 - OP Request-doc December 10, 2009 Consent Agenda Item No. 2d Texas Avenue Bicycle Prohibition Repeal To: Glenn Brown, City Manager From: Mark Smith, Director of Public Works Agenda Caption: Presentation, possible action, and discussion on the consideration of an ordinance amending Chapter 10, "Traffic Code," Section 2G(1) of the Code of Ordinances of the City of College Station to repeal the existing bicycle prohibition on Texas Avenue. Recommendation(s): Staff recommends approval of the ordinance amendment. Summary: In 1987, Ordinance 1719 was passed to prohibit the use of bicycles on Texas Avenue between Southwest Parkway and University Drive due to the narrow outside lane width of the roadway. In the mid 1990s and recently in 2008, TxDOT widened Texas Avenue between University Drive (FM 60) and Harvey Mitchell Parkway (FM 2818). During the planning stages of the widening projects, meetings were held with the local bicycling community and an agreement was reached that Texas Avenue would have a wide outside lane (15 feet) for the use of both vehicles and bicyclists. Today, the widening projects are complete and a wide outside lane exists on Texas Avenue between University Drive and Harvey IYitchell Parkway. With the passage of this ordinance, bicyclists will again be able to ride along Texas Avenue to access Texas A&M University and other destinations along the way. This roadway will be designated a bike route as indicated in the Bikeway and Pedestrian Master Plan. Budget & Financial Summary: The "Bike Route" signs are planned operation and maintenance expenses accounted for in the Public Works Traffic Operation budget. Attachments: 1. Copy of Draft Ordinance 2. Location lYap ORDINANCE NO. AN ORDINANCE OF THE ClTY COUNCIL OF THE ClTY OF COLLEGE STATION, TEXAS (1) REPEALING ORDINANCE NO. 1719 ADOPTED AUGUST 13, 1987 AND (2) ALLOWING THE USE OF BICYCLES ON TEXAS AVENUE. WHEREAS, the City Council of the City of College Station, Texas, establishes and enacts laws for the City of College Station, Texas; and, WHEREAS, on August 13, 1987, the City Council of the City of College Station passed an ordinance to prohibit the use of bicycles on Texas Avenue between University Drive (FM 60) and Southwest Parkway; and, WHEREAS, during the Texas Department of Transportation's (TxDOT) design process to develop the construction plans to widerr Texas Avenue, discussions between TxDOT, City of College Station, and the bicycle community were held and an agreement was reached to allow bicycles on Texas Avenue after the completion of the Texas Avenue construction projects; now, therefore, BE IT ORDAINED BY THE ClTY COUNCIL OF THE ClTY OF COLLEGE STATION, TEXAS: PART 1: That ORDINANCE NO. 1719; TRAFFIC COIVTROL DEVICE INVEIVTORY - SCHEDULE VI, part II BlKE PROHIBITION SIGNS, A. Texas Avenue Prohibition (between Southwest Parkway and University) adopted on August 13, 1987 is hereby REPEALED, the remaining portions are in full force. PART 2: The repeal of ORDINANCE NO. 1719; TRAFFIC CONTROL DEVICE IIVVENTORY - SCHEDULE VI, part II BlKE PROHIBITIOIV SIGNS, A. Texas Avenue Prohibition (between Southwest Parkway and University) becomes effective ten (10) days after the passage of the repeal. ADOPTED this loth day of December, A.D. 2009. AlTEST: APPROVED: City Secretary APPROVED: city Attorney ' Mayor Texas Avenue Bike Prohibition Repeal December 10, 2009 Consent Agenda Item No. 2e Wellborn Road at F&B and Old College To : Glenn Brown, City Manager From: Mark Smith, Director of Public Works Agenda Caption: Presentation, possible action, and discussion regarding an Interlocal Agreement (:[LA) between the Cities of College Station and Bryan for the design costs of a traffic signal at the intersection of Wellborn Road with F8B and Old College. The City of College Station's portion is estimated not to exceed $21,000. A second ILA will come at a later date for the Council to consider participating in the construction costs. Recommendation(s): Staff recommends approval of the ILA providing for College Station to share the design costs. Summary: The cities of College Station and Bryan are seeking to enhance safety and improve the traffic flow through the Wellborn Road corridor at the intersections of F&B Road and Old College Road. The proposed improvements in the area include the signalization of the two intersections: Wellborn Road at F&B Road and Wellborn Road at Old College Road, including adding a new signal at both intersections to improve safety and operations, including communication, vehicle detection, and required traffic signal preemption for the railroad. The ILA provides for the two cities to equally share in the design costs associated with the installation of a signal at the intersection of Wellborn Road with F&B and Old College in the City of Bryan. The City of Bryan will hire an engineering firm to do the design and College Station will pay one-half of the fees for this design. The total design fee is $42,000 with the City of College Stations portion not to exceed $21,000. A second ILA will come at a later date for the Council to consider participating in the construction costs. Budget & Financial Summary: The City of College Station's estimated total cost for this signal is $250,000. Budget for this signal was not included in the FYlO approved budget. It is anticipated that the budget will be included on a future FYlO budget amendment and will be appropriated to the Streets Capital Improvement Projects Fund. Funding for this project will come from GOB funds approved in 2008. Attachments: 1. ILA 2. Location map INTERLOCAL AGREEMENT BETWEEN THE CITY OF COLLEGE STATION AND THE CITY OF BRYAN 1'UBLIC INIPROVEMENTS FOR TRAFFIC SIGNALS AND INTERSECTION IMPROVEMENTS FOR WELLBORN / F&B AND WELLBORN / OLD COLLEGE This Interlocal Agreement ("Agreement") is effcctive as of the day of , 2009, by and between thc City of College Station, a Texas Hoine Rule Municipal Corporation (hereinafter referred to as "COLLEGE STATION") and the City of Bryan (hereinafter referred to as "BRYAN") each acting herein by and tlrough its City Council. WHEREAS, Chapter 791 of the TEXAS GOVERNMENT CODE, also known as the INTERLOCAL COOPERATION ACT, authorizes all local governments to contract with each other to perform functions or services that each pai-ty to the contract is authorized to perform individually; and WHEREAS, the pasties are seeking to enhance safety and improve the traffic flow through the Wellborn Road corridor at the intersections of F&B Road and Old College Road along the city limits of the Cities of COLLEGE STATION and BRYAN; and WHEREAS, the improvements include intersection and signal improvements to the two intersections of Wellborn Road at F&B Road and Wellboill Road at Old College Road; and WI-IEREAS, BRYAN plans to improvc the intersection and signalization at the two intersections: .Wellborn Road at F&B Road and Wellborn Road at Old College Road, including adding a new signal at both intersections to improve safety and operations, including communication, vehicle detection, and required traffic signal preemption for the railroad.; and WHEREAS, BRYAN and COLLEGE STATION intends to share in the cost of the design and construction of the intersection and signalization improvements; and WI-IEKEAS, BRYAN will manage the construction of the new signal and maintain it once construction is complete, and will send construction drawings for review and approval by COLLEGE STATION; and WHEREAS, the pai-ties agree to expedite the design and review of these projects so that the project call move forward as soon as possible; and NOW, TI-TEREFORE, the parties hercin enter into this Agreement between BRYAN and COLLEGE STATION regarding the above Projects: 1. BRYAN AND COLLEGE STATION ngrce to: (a) BRYAN will contract for the design of the traffic signals and intersection improvements at Wellborn / F&B and Wellborn / Old College intersections: The scope of work for the Wellborn Road traffic signals and intersection improvements will include engineering ailalysis and design of the traffic signals and related pavement inlpsovements and communication infrastructure necessary to make the signals perform in synchronization. . . Page 1 - -- The plans will be presented at the end of the 90% Final Engineering phase for review by both cities. The scope also incIudes bidding documents. (b) COLLEGE STATION will reimburse BRYAN for fifty percent (50%) of the actukl total costs of the project design, not to exceed $21,000 within thirty (30) days of invoice. (c) COLLEGE STATION will consider through approval of a subsequent ILA approving half the construction costs of the signal and intersection improvements based on the engineer's estimate prior to BRYAN bidding. 4. Invalidity If any portion of this Agreement shall be held to be invalid, illegal or unenforceable by a coui-t or other tribunal of competellt jurisdiction, the validity, legality, and enforceability of the remaining provisioils shall not in any way be affected or impaired thereby. The pal-ties shall use their best effoi-ts to replace the respective provisions of this Agreement with legal terms and conditions approximatiilg the original intent of the parties. 5. Written Notice Unless otherwise specified, written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the film or to any officer of the corporation for whom it is intended or if it is delivered or sent certified mail to the last business address as listed herein. Each party will have the right to change its business address by at least Thii-ty (30) calendar days written notice to the other parties in writing of such change. 6. Entire Agreement It is understood that this Agreement contains the entire agreement between the parties and supersedes any and all prior agreements, arrangements, or understandings betwccn the parties relating to the subject matter. No oral understandings, statements, promises, or inducemeilts contrary to the terms of this Agreement exist. This Agreement cannot be changed or terminated orally. No verbal agreement or conversation with any officer, agent or employee of the City, either beforc or after the execntion of this Agreement, shall affect or modify any terms or obligations hereunder. 7. Consent to Suit. Nothing in this Agreement will be construed as a waiver or relinquishment by any party of its right to claim such exemptions, privilegcs, and immunities as may be provided by law, nor as an ascent to assumc additional liabilities to third parties. 8. Amendment The tcrlns and conditions of the Agreement may be modified at any lime by the mutual consent of both parties, but ollly in writing, signed by the governing bodies of both entities. No Amendment to this Agreement shall be effective and binding unless and until it is reduced lo writing and signed by duly authorized representatives of both parties. 9. Texas Law This Agreement has been made under and shall be governed by the laws of the State of Texas. Page 2 10. Place of Performance Performance and all matters related thereto shall be in Brazos County, Texas, United States of America. 1 I. Authority to Enter Contract Each party has the full power and authority to enter into and perform this Agreement, and the person signing this Agreement on behalf of each party has been properly authorized and empowered to enter into this Agreement. The persons executing this Agreement hereby represent that they have authorization to sign on behalf of their respective corporations. 12. Waiver Failure of any party, at any time, to enforce a provision of this Agreement, shall in no way constitute a waiver of that provision, nor in anyway affect the validity of this Agreement, any part hereof, or the light of the City party thereafter to enforce each and every provision hereof. No tern of this Agreement shall be deemed waived or breach excused unless the waiver shall be in writing and signed by the party claimed to have waived. Fui-themore, any consent to or waiver of a breach will not constitute consent to or waiver of or excuse of any other different or subsequent breach. 13. Agreement Read The parties acknowledge that they have read, understand and intend to be bound by the terms and conditions of this Agreement. 14. Multiple Originals It is understood and agreed that this Agreement may be executed in a number of identical counterparts, each of which shall be deemed an original for all purposes. SIGNED this the day of ,2009. CITY OF BRYAN CITY OF COLLEGE STATION BY: BY: Mark Conlee, Mayor Ben White, Mayor ATTEST: ATTEST: Mary Lynne Stratta, City Secretary Connie Hooks, City Secretary Page 3 APPROVED: David Watkins, City Manager Janis Hampton, City Attorney APPROVED: Glenn Brown, City Manager Harvey casgiil, City Attorney Jeff Kersten, Chief Financial Offtcer Page 4 Signalization of Wellborn with Old College and F&B December 10, 2009 Consent Agenda Item No. 2f Radio Replacement - Equipment Purchase To : Glenn Brown, City Manager From: Ben Roper, IT Director Agenda Caption: Presentation, possible action, and discussion regarding approval of a contract with HGAC for purchase of Motorola radio equipment and services to upgrade the handheld and mobile radios in preparation for activation of the Brazos Valley Wide Area Communications System (BVWACS) in an amount not to exceed $2,500,000.00. Recommendation(s): Staff recommends approval. Summary: : On June 26, 2008, Council approved the ILA establishing the BVWACS and the :[LA appointing the Brazos Valley Council of Government (BVCOG) to act as the Managing Entity for the BVWACS. The BVWACS creates a wide area communications system that promotes radio system interoperability for Public Safety and Emergency Management operations. The BVWACS system will require replacement of all of the old analog radios in the city. This purchase is being made through a purchase agreement with the Houston Galveston Area Council. Budget & Financial Summary: Funds in the amount of $4,885,000 are budgeted for the Radio System Replacement project in the General Government Capital Improvement Projects Fund. $163,616 have been expended or committed to date, leaving a balance of $4,721,384 for this contract and future expenses. A portion of the budget ($2,395,000) for this project came from the Equipment Replacement Fund, where funds had been set aside for the purpose of replacing the system. The balance of the budget ($2,490,000) came from Certificates of Obligation issued in FY09. Attachments: 1. Motorola Contract (Signed copy will be presented at Council meeting) 2. Motorola Contract Exhibit "C"> on p,'I in C,'C~ secretkry Is 0$Flce 3. Motorola Contract Exhibit "D" iC needed. PURCHASE AGREEMENT THIS AGREEMENT ("Agreement"), made and entered into this day of December, 2009 by and between Motorola Inc., a Delaware corporation duly authorized to conduct business in the State of Texas ("Motorola" or "Seller"), the Houston-Galveston Area Council, a body corporate and politic ("H-GAC") and the City of College Station, a body corporate and politic ("Purchaser"). WITNESSETH: WHEREAS, the Purchaser desires to purchase Mobile and Handheld radio equipment and accessories, and services consisting of engraving and installation of mobile radios in vehicles; and WHEREAS, Motorola desires to sell Mobile and Handheld radio equipment and accessories, and services consisting of engraving and installation of mobile radios in vehicles to Purchaser; and WHEREAS, H-GAC, acting as the agent for various local governmental entities who are "End Users" under interlocal agreements (including the Purchaser) has solicited quotations for radio communications equipment and conducted discussions with Motorola concerning its proposal and, where applicable, in accordance with the competitive procurement procedures of Texas law; and WHEREAS, H-GAC and Motorola entered into that certain Radio Communications Equipment & Systems Agreement dated as of January 1, 2008 (the "Contract"), which provided that End Users may purchase radio communications equipment from Motorola pursuant to certain terms contained therein; and WHEREAS, pursuant to Article 34 of the Contract, Motorola and Purchaser now wish to enter into this Purchase Agreement to delineate the specific terms of the purchase of radio communications equipment and services from Motorola by the Purchaser. THEREFORE, the parties hereby enter into an agreement pursuant to which Motorola shall perform the work and furnish the equipment and services as more fully set forth herein and in the following exhibits, which are either attached hereto or incorporated by reference and hereby made a part of this Agreement: Exhibit A General Provisions. Exhibit B Motorola Software License Agreement Exhibit C Motorola's Equipment List dated IVovember 25, 2009 Exhibit D Motorola/H-GAC Radio Communications Equipment & Systems Agreement dated January 1,2008. System Purchase Ag~nt. NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein, the parties agree as follows: System Purchase Agmt. Section 1 SCOPE OF WORK A. Motorola shall furnish all of the equipment as outlined in Exhibit B and provide the tools, supplies, labor and supervision necessary for the installation of the items purchased in accordance with Exhibit C. B. Purchaser shall perform the following coincident with the performance of this Agreement: (I) Provide a designated Project Director. (2) Provide ingress and egress to Purchaser's facilities and/or sites as requested by Motorola. (3) Provide a designated work area with adequate heat and light, and a secure storage area for equipment delivered to the Purchaser. The Purchaser shall be solely liable for loss or damage to equipment prior to, during and following illstallation when such equipment is on or within Purchaser's facilities and/or vehicles. Section 2 PERIOD OF PERFORMANCE B. Whenever Motorola knows or reasonably should know that any actual or potential condition due to circumstances beyond its control is delaying or threatens to delay the timely performance of the work, Motorola shall within thirty (30) days give Purchaser notice thereof and may request an extension of time to perform the work. C. In order to successfully integrate and implement this project, shipments will be made F.O.B. Destination to Purchaser facilities, local Motorola staging facilities, warehousing facilities, or any combination thereof. It is agreed that this plan is acceptable to Purchaser and that Motorola will advise prior to shipment of actual destination and that purchaser will accept shipment, and make payment as required by this Agreement. D. It is also agreed that equipment shipping dates reflected in this agreement or in Motorola proposals are estimates only, and that shipment may be made at any time prior to, or subsequent to these estimated shipping dates. System Purchase Agmt. Section 3 PAYMENT SCHEDULE A. Motorola agrees to sell all of the equipment and perform the services as outlined in the Scope of Work, and Purchaser agrees to buy the aforementioned equipment and services for the sum of Two Million Ten Thousand Three Hundred Twenty Six Dollars and Eighty Cents ($ 2,010,326.80), including the H-GAC administration fee. The final price may be adjusted by change orders approved pursuant to Exhibit A, Section 4. B. Payments to Motorola shall be made according to the following milestones: 1. 20% of the total contract price is due when Purchaser executes this Agreement; 2. 60% of the total contract price will be invoiced immediately after the Equipment is shipped from Motorola's facilities; 3. 20% of the total contract price will be invoiced immediately after arrival of all equipment at Purchaser's facilities and completion of engraving and installation services. C. In the event of failure or delay by the Purchaser in providing sites, space, approvals, licenses, or any other Purchaser obligations required preceding delivery of Motorola equipment, it is agreed that Motorola, at its sole discretion, may ship equipment as planned and that the Purchaser will accept the equipment and make payment in accordance with the terms of this Agreement. D. Payments to Motorola shall be made as follows: (i) Motorola shall immediately forward an invoice for the payment requested in Section 6(B) above to Purchaser. (ii) Purchaser shall pay the Motorola invoice within thirty (30) calendar days of receipt. E. Payment of H-GAC's administrative fee: Motorola will pay H-GAC in accordance with the payment terms of Contract No. RAO1- 08. F. TERM. Unless terminated in accordance with other provisions of this Agreement or extended by mutual agreement of the Parties, the term of this Agreement begins on the date as set forth above and continues until the date of Final Equipment Delivery and radio installation, or expiration of the Warranty Period, whichever occurs last. Section 4 PROJECT MANAGEMENT System Purchase Agmt. A. If the size or complexity of the project warrants, Motorola will assign a Project Manager, who is authorized to exercise technical direction of this project. Motorola, at any time, may designate a new or alternate Project Manager with written notice to Purchaser and H-GAC. B. All matters affecting the terms of this Agreement or the administration thereof shall be referred to Motorola's cognizant Contract Administrator who shall have authority to negotiate changes in or amendments to this Agreement. Section 5 NOTICE ADDRESSES A. Motorola, Inc. 6450 Sequence Drive San Diego, Ca 92121 Attn.: Law Department B. City of College Station Department of Information Technology 3 10 Krenek Tap Rd College Station, Texas 77842 Attn: Catherine Roberts C. Houston-Galveston Area Council 3555 Timmons Lane, Suite 120 Houston, Texas 77027 Attn.: Public Services Manager Section 6 ORDER OF PRECEDENCE In the event of an inconsistency in this Agreement, the inconsistency shall be resolved in the following order: Exhibit A General Provisions. Exhibit B Motorola Software License Agreement Exhibit C Motorola's Equipment List. Exhibit D MotorolaIH-GAC Radio Communications Equipment & Systems Agreement dated January 1, 2008. Section 7 DISPUTES Motorola and the Purchaser will attempt to settle any claim or controversy arising out of this Agreement through consultation and negotiation in good faith and a spirit of mutual cooperation. If those attempts fail, then the dispute will be mediated by a mutually acceptable mediator to be MotorolaIH-GACI -5- System Purchase Agmt. chosen by Motorola and the Purchaser within thirty (30) days after written notice by one of the parties demanding non-binding mediation. Neither party may unreasonably withhold consent to the selection of a mediator, and Motorola and the Purchaser will share the cost of the mediation equally. By mutual agreement, however, Motorola and Purchaser may postpone mediation until both parties have completed some specified but limited discovery about the dispute. The parties may also agree to replace mediation with some other form of non-binding alternate dispute resolution procedure ("ADR"). Any dispute which cannot be resolved between the parties through negotiation or mediation within two (2) months of the date of the initial demand for it by one of the parties may then be submitted to a state or federal court having jurisdiction in Brazos County, Texas. Both Motorola and Purchaser consent to jurisdiction over it by such a court. The use of any ADR procedures will not be considered under the doctrine of laches, waiver or estoppel to affect adversely the rights of either party. Nothing shall prevent either of the parties from resorting to the judicial proceedings mentioned in this paragraph if (a) good faith efforts to attempt resolution of the dispute under these procedures have been unsuccessful or (b) interim relief from the court is necessary to prevent serious and irreparable injury to one of the parties or others. Section 8 SEVERABILITY If any portion of this Agreement or any exhibits hereto is held to be invalid, such provision or portion of such provision shall be considered severable, and the remainder of this Agreement shall not be affected. Section 9 HEADINGS AND SECTION REFERENCES The headings given to the paragraphs are inserted for convenience only and are in no way to be construed as part of this Agreement or as a limitation of the scope of the particular paragraph to which the heading refers. System Purchase Agmt. Section 10 FULL AGREEMENT This Agreement and its Exhibits constitute the final expression of the agreement of the parties and supersedes all previous agreements and understandings, whether written or oral, relating to the work. This Agreement may not be altered, amended, or modified except by written instrument signed by duly authorized representatives of the parties. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives as of the last day and year written below. MOTOROLA, INC. PURCHASER By: By: (Signature) (Signature) Name: IVame: (Print - Block Letters) (Print - Block Letters) Title: Title: (Print - Block Letters) (Print - Block Letters) Date: Date: System Purchase Agmt. EXHIBIT A GENERAL PROVISIONS MOTOROLA, INC. Section 1 STANDARDS OF WORK Motorola agrees that the performance of work described in this Agreeinent and pursuant to this Agreeinent shall be done in a professional manner and shall conform to professional standards. All packaging and packing shall be in accordance with good com~nercial practice. Section 2 TAXES The prices set forth in the Agreement are exclusive of any amount for Federal, State or Local excise, sales, lease, gross income service, rental, use, property, occupation or similar taxes. If any taxes are determined applicable to this transaction or Motorola is required to pay or bear the burden thereof, the Purchaser agrees to pay to Motorola the amount of such taxes and any interest or penalty thereon no later than thirty (30) days after receipt of an invoice therefor. Section 3 SHIPPING, TITLE AND RISK OF LOSS All sales and deliveries are F.O.B. Destination. Motorola reserves the right to make deliveries in installments and the Agreement shall be severable as to such installments. Title to the equipment shall pass to the Purchaser upon receipt at the F.O.B. Destination. After delivery to the F.O.B. Destination, risk of loss and damage to the articles shall be borne by the Purchaser. The above notwithstanding, title to software and any third party supplied software shall not pass upon payment of the license fee therefor or under any circumstances. Section 4 CHANGES IN THE WORK A. The Purchaser may, at any time, by written order, make changes within the general scope of the work, including but not limited to revisions of, or additions to, portions of the work, or changes in method of shipment or packaging and place of delivery. B. If any order under this Section 4 causes an increase or decrease in the cost of or time required for the performance of any part of the work under this Agreement, an equitable adjustment shall be made in the Agreeinent price or delivery schedule, or both, and the Agreeinent shall be modified in writing accordingly. Motorola is not obligated to comply with any order hereunder unless and until the parties reach agreement as to the aforementioned equitable adjustment and same is reflected as an addendum to this Agreement. Sysle~n Purchase Agml Section 5 LIMITATION OF LIABILITY Except for personal injury or death, Motorola's total liability whether for breach of contract, warranty, negligence, indemnification, strict liability in tort or otherwise, is limited to the price of the particular products or services sold hereunder with respect to which losses or damages are claimed. Purchaser's sole remedy is to request Motorola at Motorola's option to either refund the purchase price, repair or replace product(s) that are not as warranted. IN NO EVENT WILL MOTOROLA BE LIABLE FOR ANY LOSS OF USE, LOSS OF TIME, INCONVENIENCE, COMMERCIAL LOSS, LOST PROFITS OR SAVINGS OR OTHER INCIDENTAL, SPECIAL, OR CONSEQUENTIAL DAMAGES TO THE FULL EXTENT SUCH MAY BE DISCLAIIVIED BY LAW. No action shall be brought for any breach of this contract more than one (I) year after the accrual of such cause of action except for money due upon an open account. Section 6 EXCUSABLE DELAYS A. Neither Motorola nor the Purchaser shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but are not be limited to, acts of God; fire; strikes; material shortages; compliance with laws or regulations; riots; acts of war; or any other conditions beyond the reasonable control of the party or parties. B. Delays as identified herein may cause an impact on the Period of Performance stated in the Agreement. Such delays will be subject to an Agreement addendum as described in Section 4. Section 7 DEFAULT A. If Motorola is wholly responsible for failure to make delivery or complete installation under the Agreement, the Purchaser may consider Motorola to be in default, unless such failure has been caused by the conditions set forth in Section 6 of these General Provisions. B. The Purchaser shall give Motorola written notice of such default and Motorola shall have thirty (30) days to provide a plan of action to cure the default. If Motorola fails to cure the default, the Purchaser may terminate any unfulfilled portion of this Agreement or complete the system through a third party. In the event the Purchaser completes the system through a third party, Motorola shall be responsible for an amount in excess of the Agreement price, not to exceed the value of the terminated portion, incurred by the Purchaser in completing the system to a capability not exceeding that specified in the Agreement. IN THE EVENT OF DEFAULT, MOTOROLA SHALL NOT BE LIABLE FOR ANY IIVCIDENTAL, LIQUIDATED, SPECIAL OR CONSEQUENTIAL DAMAGES. System Purcl~ase Agnl Section 8 LICENSESIAUTHORIZATION The Purchaser is solely responsible for obtaining any licenses or other authorizations required by the Federal Communicatiolls Commission and for complying with FCC rules. Neither Motorola nor any of its employees is an agent or representative of the Purchaser in FCC matters or otherwise. Section 9 INDEMNIFICATION - Motorola agrees to and hereby indemnifies and saves Purchaser andlor H-GAC harmless from all liabilities, judgments, costs, damages and expenses which may accrue against, be charged to, or recovered from the Purchaser andlor H-GAC by reason of or on account of damage to the tangible property of the Purchaser or the property of, injury to, or death of any person, to the extent and in the proportion that such damage or injury is caused by Motorola's negligent acts or omissions or that of its employees, subcontractors, or agents while on the premises of the Purchaser during the delivery and installation of the communications equipment. IN NO EVENT WILL MOTOROLA BE LIABLE FOR INCIDENTAL, SPECIAL OR CONSEQUENTIAL DAMAGES. Section 10 EQUIPMENT COMPATIBILITY; PRODUCT SUPPORT Motorola agrees that the equipment, will perform in accordance with the specifications and representations stated in Motorola's Proposal and Equipment List included in this Agreement. This Agreement does not extend to the performance of the equipment as a part of a larger system generally nor specifically to equipment in combination with products, elements or components not supplied by Motorola. Motorola will use commercially reasonable efforts to provide replacement parts for Motorola manufactured subscriber equipment for five (5) years and for Motorola manufactured fixed infrastructure equipment for seven (7) years, both from the date of last manufacture. Motorola reserves the right to supply either assemblies or piece parts. Section 11 WARRANTIES A. WARRANTY PERIOD. The Equipment and Motorola Software is warranted for a period of one (1) year after Equipment Delivery ("Warranty Period") in accordance with the applicable limited warranties shown below. In no event will the warranty period last longer than eighteen (18) months after the Equipment is shipped from Motorola. Purchaser must notify Motorola in writing if Equipment or Motorola Software does not conform to these warranties no later than one month after the expiration of the Warranty Period. B. EQUIPMENT WARRANTY. Motorola warrants the Equipment against material defects in material and workmanship under ilormal use and service during the Warranty Period. Unless otherwise specified in writing, the Warranty Period for non-Motorola manufactured Equipment will be as stated in this Section. At no additional charge and at its option, Motorola will either repair the defective Equipment, replace it with the same or equivalent Equipment, or refund the purchase price of the defective Equipment, and such action on the part of Motorola will be the full extent of Motorola's liability hereunder. Repaired or replaced Equipment is warranted for the balance of the original applicable warranty period. All replaced parts of the Equipment shall become the property of Motorola. THIS WARRANTY DOES NOT APPLY TO a) Defects or damage resulting from use of the Equipment in other than its normal and customary manner. b) Defects or damage occurring from misuse, accident, water or neglect. c) Defects or damage occurring from testing, maintenance, installation, alteration, modification, or adjustment not provided by Motorola pursuant to this Agreement. d) Breakage of or damage to antennas unless caused directly by defects in material or workmanship. e) Equipment that has been subjected to unauthorized modifications, disassembly or repairs (including the addition to the Equipment of non- Motorola supplied equipment if not authorized by Motorola) which adversely affect performance of the Equipment or interfere with Motorola's normal warranty inspection and testing of the Equipment to verify any warranty claim. f) Equipment that has had the serial number removed or made illegible. g) Batteries (because they carry their own separate limited warranty). h) Freight costs to the repair depot. i) Equipment that has been subject to illegal or unauthorized alteration of the softwarelfirmware in the Equipment. j) Scratches or other cosmetic damage to Equipment surfaces that does not affect the operation of the Equipment. k) Software. 1) Normal or customary wear and tear. C. Motorola Software Warranty. Motorola Software is warranted in accordance with the terms of the Software License Agreement attached as Exhibit B. D. These express limited warranties as set forth in this Section are extended by Motorola to the original end user purchasing or leasing the Equipment for commercial, industrial, or governmental use only, and are not assignable or transferable. These are the complete warranties for the Equipment provided pursuant to this Agreement. E. THESE WARRANTIES ARE GIVEN IN LIEU OF ALL OTHER WARRANTIES. MOTOROLA DISCLAIMS ALL OTHER WARRANTIES OR CONDITIOIVS, EXPRESS OR IMPLIED, INCLUDING THE IMPLIED WARRANTIES OR CONDITIONS OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. IN NO EVENT WILL MOTOROLA BE LIABLE FOR DAMAGES IN EXCESS OF THE PURCHASE PRICE OF THE EQUIPMENT. IN NO EVENT WILL MOTOROLA BE LIABLE FOR ANY LOSS OF USE, LOSS OF TIME, IJVCONVENIEIVCE, COMWIERCIAL LOSS, LOST PROFITS OR SAVINGS OR OTHER INCIDENTAL, SPECIAL, INDIRECT OR CONSEQUENTIAL DAMAGES ARISING OUT OF THE USE OR INABILITY TO USE THE EQUIPMENT, TO THE FULL EXTENT SUCH MAY BE DISCLAIMED BY LAW. Section 12 CONFIDENTIAL INFORMATION Motorola proprietary computer programs will be released in accordance with the Software License provisions set forth elsewhere, if applicable. All other material and informatioil of confidential nature marked Motorola PROPRIETARY and CONFIDENTIAL will be released as necessary under the following conditions: (1) Purchaser shall exercise reasonable and prudent measures to keep these items in confidence. (2) Purchaser shall not disclose these items to third parties without prior written permission, unless Motorola makes them public or Purchaser learns them rightfully from sources independent of Motorola, or it is required by law to be disclosed. Sysle~n Pul-chase Agmt (3) Motorola, where necessary, retains the right to prescribe specific security measures for the Purchaser to follow to maintain the confidentiality. In the event disclosure of such information is necessary, a separate Non-Disclosure Agreement will be required. Section 13 SOFTWARE LICENSE A. Motorola Software. Any Motorola Software hmished will be licensed to Purchaser solely according to the terms and restrictions of the Software License Agreement attached as Exhibit B. Purchaser hereby accepts all of the tenns and restrictions of the Software License Agreement. B. Non-Motorola Software. Any Non-Motorola Software hmished by Motorola will be subject to the terms and restrictions of its copyright owner unless such copynght owner has granted to Motorola the right to sublicense such Non-Motorola Software, in which case the Software License Agreement (including any addendum to satisfy such copyright owner's requirements) shall apply. System Purchase Ay~nt Section 14 PATENT INDEMNIFICATION Motorola will defend at its expense any suit brought against Customer to the extent it is based on a third party claim alleging that the Equipment manufactured by Motorola or the Motorola Software infringes upon the third party's United States patent or copyright ("Infringement Claim"), and Motorola will indemnify Customer for those costs and damages finally awarded against Customer for an Infringement Claim. Motorola's duties to defend and indemnify are conditioned upon: Customer promptly notifying Motorola in writing of the Infringement Claim; Motorola having sole control of the defense of the suit and all negotiations for its settlement or compromise; and Customer providing to Motorola cooperation and, if requested by Motorola, reasonable assistance in the defense of the Infringement Claim. If an Inhngement Claim occurs, or in Motorola's opinion is likely to occur, Motorola may at its option and expense procure for Customer the right to continue using the Equipment or Motorola Software, replace or modify it so that it becomes non-infringing while providing functionally equivalent performance, or grant Customer a credit for the Equipment or Motorola Software as depreciated and accept its return. The depreciation amount will be calculated based upon generally accepted accounting standards for such Equipment and Motorola Software. Motorola will have no duty to defend or indemnify for any Infringement Claim that is based upon the combination of the Equipment or Motorola Software with any software, apparatus or device not furnished by Motorola; the use of ancillary equipment or software not furnished by Motorola and that is attached to or used in connection with the Equipment or Motorola Software; any Equipment that is not Motorola's design or formula; a modification of the Motorola Software by a party other than Motorola; or the failure by Customer to install an enhancement release to the Motorola Software that is intended to correct the claimed inhngement. The foregoing states the entire liability of Motorola with respect to inhngeinent of patents and copyrights by the Equipment, Motorola Software, or any of their parts. Section 15 DISCLAIMER OF PATENT LICENSE Nothing contained in this Agreement shall be deemed to grant, either directly or by implication, estoppel, or otherwise, any license under any patents or patent applications of Motorola, except that Purchaser shall have the normal non-exclusive royalty-free license to use that is implied, or otherwise arises by operation of law, in the sale of a product. Section 16 WAIVER Failure or delay on the part of Motorola or Purchaser to exercise right or power hereunder shall not operate as a waiver thereof. Section 17 GOVERNING LAW System Purcliase Ag~nt This Agreement shall be governed by and construed in accordance with the laws of the State of Texas. Section 18 ASSIGNABILITY The Agreement inay not be assigned by any party hereto other than Motorola may assign this order to one of its Subsidiaries as in the nonnal course of business. System Purcliase Ag~nt Exhibit B Software License Agreement This Exhibit B, Software License Agreement ("Agreement") is between Motorola, Inc., ("Motorola"), and the City of College Station ("Licensee"). For good and valuable consideration, the parties agree as follows: Section 1 DEFINITIONS 1.1 "Designated Products" means products provided by Motorola to Licensee with which or for which the Software and Documentation is licensed for use. 1.2 "Documentation" means product and software documentation that specifies technical and performance features and capabilities, and the user, operation and training manuals for the Software (including all physical or electronic media upon which such information is provided). 1.3 "Open Source Software" means software with either freely obtainable source code, license for modification, or permission for free distribution. 1.4 "Open Source Software License" means the terms or conditions under which the Open Source Software is licensed. 1.5 "Primary Agreement" means the agreement to which this exhibit is attached. 1.6 "Security Vulnerability" means a flaw or weakness in system security procedures, design, implementation, or internal controls that could be exercised (accidentally triggered or intentionally exploited) and result in a security breach such that data is compromised, manipulated or stolen or the system damaged. 1.7 "Software" (i) means proprietary software in object code format, and adaptations, translations, de- compilations, disassemblies, emulations, or derivative works of such software; (ii) means any modifications, enhancements, new versions and new releases of the software provided by Motorola; and (iii) may contain one or more items of software owned by a third party supplier. The term "Software" does not include any third party software provided under separate license or third party software not licensable under the terms of this Agreement. Section 2 SCOPE Motorola and Licensee enter into this Agreement in connection with Motorola's delivery of certain proprietary Software or products containing embedded or pre-loaded proprietary Software, or both. This Agreement contains the terms and conditions of the license Motorola is providing to Licensee, and Licensee's use of the Software and Documentation. Section 3 GRANT OF LICENSE 3.1. Subject to the provisions of this Agreement and the payment of applicable license fees, Motorola grants to Licensee a personal, limited, non-transferable (except as pennitted in Section 7) and non-exclusive license under Motorola's copyrights and Confidential Information (as defined in the Primary Agreement) embodied in the Software to use the Software, in object code form, and the Documentation solely in connection with Licensee's use of the Designated Products. This Agreement does not grant any rights to source code. System Purcllase Ag~nl 3.2. If the Software licensed under this Agreement contains or is derived from Open Source Software, the terms and conditions governing the use of such Open Source Software are in the Open Source Software Licenses of the copyright owner and not this Agreement. If there is a conflict between the ternls and conditions of this Agreement and the terms and conditions of the Open Source Software Licenses governing Licensee's use of the Open Source Software, the terms and conditions of the license grant of the applicable Open Source Software Licenses will take precedence over the license grants in this Agreement. If requested by Licensee, Motorola will use commercially reasonable efforts to: (i) determine whether any Open Source Software is provided under this Agreement; (ii) identify the Open Source Software and provide Licensee a copy of the applicable Open Source Software License (or specify where that license may be found); and, (iii) provide Licensee a copy of the Open Source Software source code, without charge, if it is publicly available (although distribution fees may be applicable). Section 4 LIMITATIONS ON USE 4.1. Licensee may use the Software only for Licensee's internal business purposes and only in accordance with the Documentation. Any other use of the Software is strictly prohibited. Without limiting the general nature of these restrictions, Licensee will not make the Software available for use by third parties on a "time sharing," "application service provider," or "service bureau" basis or for any other similar commercial rental or sharing arrangement. 4.2. Licensee will not, and will not allow or enable any third party to: (i) reverse engineer, disassemble, peel components, decompile, reprograin or otherwise reduce the Software or any portion to a human perceptible form or otherwise attempt to recreate the source code; (ii) modify, adapt, create derivative works of, or merge the Software; (iii) copy, reproduce, distribute, lend, or lease the Software or Documentation to any third party, grant any sublicense or other rights in the Software or Documentation to any third party, or take any action that would cause the Software or Documentation to be placed in the public domain; (iv) remove, or in any way alter or obscure, any copyright notice or other notice of Motorola's proprietary rights; (v) provide, copy, transmit, disclose, divulge or make the Software or Documentation available to, or permit the use of the Software by any third party or on any machine except as expressly authorized by this Agreement; or (vi) use, or permit the use of, the Software in a manner that would result in the production of a copy of the Software solely by activating a machine containing the Software. Licensee may make one copy of Software to be used solely for archival, back-up, or disaster recovery purposes; provided that Licensee may not operate that copy of the Software at the same time as the original Software is being operated. Licensee may make as many copies of the Documentation as it may reasonably require for the internal use of the Software. 4.3. Unless otherwise authorized by Motorola in writing, Licensee will not, and will not enable or allow any third party to: (i) install a licensed copy of the Software on more than one unit of a Designated Product; or (ii) copy onto or transfer Software installed in one unit of a Designated Product onto one other device. Licensee may temporarily transfer Software installed on a Designated Product to another device if the Designated Product is inoperable or malhnctioning, if Licensee provides written notice to Motorola of the temporary transfer and identifies the device on which the Software is transferred. Temporary transfer of the Software to another device must be discontinued when the original Designated Product is returned to operation and the Software must be removed from the other device. Licensee must provide prompt written notice to Motorola at the time temporary transfer is discontinued. 4.4. When using Motorola's Radio Service Software ("RSS"), Licensee must purchase a separate license for each location at which Licensee uses RSS. Licensee's use of RSS at a licensed location does not entitle Licensee to use or access RSS remotely. Licensee may make one copy of RSS for each licensed location. Licensee shall provide Motorola with a list of all locations at which Licensee uses or intends to use RSS upon Motorola's request. 4.5. Licensee will maintain, during the term of this Agreement and for a period of two years thereafter, accurate records relating to this license grant to verify compliance with this Agreement. Motorola or an independent third party ("Auditor") may inspect Licensee's premises, books and records, upon reasonable prior notice to Licensee, during Licensee's nonnal business hours and subject to Licensee's facility and security regulations. Motorola is responsible for the payment of all expenses and costs of the Auditor. Any information obtained by Motorola and the Auditor will be kept in strict confidence by Motorola and the Auditor and used solely for the purpose of verifying Licensee's compliance with the terms of this Agreement. Section 5 OWNERSHIP AND TITLE Motorola, its licensors, and its suppliers retain all of their proprietary rights in any form in and to the Software=and Documentation, including, but not limited to, all rights in patents, patent applications, inventions, copyrights, trademarks, trade secrets, trade names, and other proprietary rights in or relating to the Software and Documentation (including any corrections, bug fixes, enhancements, updates, modifications, adaptations, translations, de-compilations, disassemblies, emulations to or derivative works from the Software or Documentation, whether made by Motorola or another party, or any improvements that result from Motorola's processes or, provision of information services). No rights are granted to Licensee under this Agreement by implication, estoppel or otherwise, except for those rights which are expressly granted to Licensee in this Agreement. All intellectual property developed, originated, or prepared by Motorola in connection with providing the Software, Designated Products, Documentation or related services, remains vested exclusively in Motorola, and Licensee will not have any shared development or other intellectual property rights. Section 6 LIMITED WARRANTY; DISCLAIMER OF WARRANTY 6.1. The commencement date and the term of the Software warranty will be a period of one hundred fifty (1 50) days from Motorola's shipment of the Software (the "Warranty Period"). If Licensee is not in breach of any of its obligations under this Agreement, Motorola warrants that the unmodified Software, when used properly and in accordance with the Documentation and this Agreement, will be free from a reproducible defect that eliminates the functionality or successful operation of a feature critical to the primary functionality or successful operation of the Software. Whether a defect occurs will be determined by Motorola solely with reference to the Documentation. Motorola does not warrant that Licensee's use of the Software or the Designated Products will be unintempted, error-free, completely free of Security Vulnerabilities, or that the Software or the Designated Products will meet Licensee's particular requirements. Motorola makes no representations or warranties with respect to any third party software included in the Software. 6.2 Motorola's sole obligation to Licensee and Licensee's exclusive remedy under this warranty is to use reasonable efforts to remedy any material Software defect covered by this warranty. These efforts will involve either replacing the media or attempting to correct significant, demonstrable program or documentation errors or Security Vulnerabilities. If Motorola cannot correct the defect within a reasonable time, then at Motorola's option, Motorola will replace the defective Software with functionally-equivalent Software, license to Licensee substitute Software which will accomplish the same objective, or terminate the license and refund the Licensee's paid license fee. 6.3. Warranty claims are described in the Primary Agreement. 6.4. The express warranties set forth in this Section 6 are in lieu of, and Motorola disclaims, any and all other warranties (express or implied, oral or written) with respect to the Software or Documentation, including, without limitation, any and all implied warranties of condition, title, non- infringement, merchantability, or fitness for a particular purpose or use by Licensee (whether or not Motorola knows, has reason to know, has been advised, or is otherwise aware of any such pnrpose or use), whether arising by law, by reason of custom or usage of trade, or by course of dealing. In addition, Motorola disclaims any warranty to'any person other than Licensee with respect to the Software or Documentation. Section 7 TRANSFERS Licensee will not transfer the Software or Documentation to any third party without Motorola's prior written consent. Motorola's consent may be withheld at its discretion and may be conditioned upon transferee System Purcliase Ag~nl paying all applicable license fees and agreeing to be bound by this Agreement. If the Designated Products are Motorola's radio products and Licensee transfers ownership of the Motorola radio products to a third party, Licensee may assign its right to use the Software (other than RSS and Motorola's FLASHportB software) which is embedded in or furnished for use with the radio products and the related Documentation; provided that Licensee transfers all copies of the Software and Documentation to the transferee, and Licensee and the transferee sign a transfer form to be provided by Motorola upon request, obligating the transferee to be bound by this Agreement. Section 8 TERM AND TERMINATION 8.1 Licensee's right to use the Software and Documentation will begin when the Primary Agreement is signed by both parties and will continue for the life of the Designated Products with which or for which the Software and Documentation have been provided by Motorola, unless Licensee breaches this Agreement, in which case this Agreement and Licensee's right to use the Software and Documentation may be terminated immediately upon notice by Motorola. 8.2 Within thirty (30) days after termination of this Agreement, Licensee must certify in writing to Motorola that all copies of the Software have been removed or deleted from the Designated Products and that all copies of the Software and Documentation have been returned to Motorola or destroyed by Licensee and are no longer in use by Licensee. 8.3 Licensee acknowledges that Motorola made a considerable investment of resources in the development, marketing, and distribution of the Software and Documentation and that Licensee's breach of this Agreement will result in irreparable harm to Motorola for which monetary damages would be inadequate. If Licensee breaches this Agreement, Motorola may terminate this Agreement and be entitled to all available remedies at law or in equity (including immediate injunctive relief and repossession of all non-embedded Software and associated Documentation unless Licensee is a Federal agency of the United States Government). Section 9 UNITED STATES GOVERNMENT LICENSING PROVISIONS This Section applies if Licensee is the United States Government or a United States Government agency. Licensee's use, duplication or disclosure of the Software and Documentation under Motorola's copyrights or trade secret rights is subject to the restrictions set forth in subparagraphs (c)(l) and (2) of the Commercial Computer Software-Restricted Rights clause at FAR 52.227-19 (JUNE 1987), if applicable, unless they are being provided to the Department of Defense. If the Software and Documentation are being provided to the Department of Defense, Licensee's use, duplication, or disclosure of the Software and Documentation is subject to the restricted rights set forth in subparagraph (c)(l)(ii) of the Rights in Technical Data and Computer Software clause at DFARS 252.227-7013 (OCT 1988), if applicable. The Software and Documentation may or may not include a Restricted Rights notice, or other notice referring to this Agreement. The provisions of this Agreement will continue to apply, but only to the extent that they are consistent with the rights provided to the Licensee under the provisions of the FAR or DFARS mentioned above, as applicable to the particular procuring agency and procurement transaction. Section 10 CONFIDENTIALITY Licensee acknowledges that the Software and Doculllentation contain Motorola's valuable proprietary and Confidential Information and are Motorola's trade secrets, and that the provisions in the Primary Agreement concerning Confidential Information apply. Section 11 LIMITATION OF LIABILITY The Limitation of Liability provision is described in the Primary Agreement. System Purchase Agml Section 12 NOTICES Notices are described in the Primary Agreement. Section 13 GENERAL 13.1. COPYRIGHT NOTICES. The existence of a copyright notice on the Software will not be construed as an admission or presumption of publication of the Software or public disclosure of any trade secrets associated with the Software. 13.2. COMPLIANCE WITH LAWS. Licensee acknowledges that the Software is subject to the laws and regulations of the United States and Licensee will comply with all applicable laws and regulations, including export laws and regulations of the United States. Licensee will not, without the prior authorization of Motorola and the appropriate governmental authority of the United States, in any form export or re-export, sell or resell, ship or reship, or divert, through direct or indirect means, any item or technical data or direct or indirect products sold or otherwise hrnished to any person within any territory for which the United States Government or any of its agencies at the time of the action, requires an export license or other governmental approval. Violatioil of this provision is a material breach of this Agreement. 13.3. ASSIGNMENTS AND SUBCONTRACTING. Motorola may assign its rights or subcontract its obligations under this Agreement, or encumber or sell its rights in any Software, without prior notice to or consent of Licensee. 13.4. GOVERNING LAW. This Agreement is governed by the laws of the United States to the extent that they apply and otherwise by the internal substantive laws of the State to which the Software is shipped if Licensee is a sovereign government entity, or the internal substantive laws of the State of Illinois if Licensee is not a sovereign government entity. The terms of the U.N. Convention on Contracts for the International Sale of Goods do not apply. In the event that the Uniform Computer Information Transaction Act, any version of this Act, or a substantially similar law (collectively "UCITA") becomes applicable to a party's perfonnance under this Agreement, UCITA does not govern any aspect of this Agreement or any license granted under this Agreement, or any of the parties' rights or obligations under this Agreement. The governing law will be that in effect prior to the applicability of UCITA. 13.5. THIRD PARTY BENEFICIARIES. This Agreement is entered into solely for the benefit of Motorola and Licensee. No third party has the right to make any claim or assert any right under this Agreement, and no third party is deemed a beneficiary of this Agreement. Notwithstanding the foregoing, any licensor or supplier of third party software included in the Software will be a direct and intended third party beneficiary of this Agreement. 13.6. SURVIVAL. Sections 4, 5, 6.3, 7, 8, 9, 10, 11 and 13 survive the termination of this Agreement. 13.7. ORDER OF PRECEDENCE. In the event of inconsistencies between this Exhibit and the Primary Agreement, the parties agree that this Exhibit prevails, only with respect to the specific subject matter of this Exhibit, and not the Primary Agreement or any other exhibit as it applies to any other subject matter. 13.8 SECURITY. Motorola uses reasonable means in the design and writing of its own Software and the acquisition of third party Software to limit Security Vulnerabilities. While no software can be guaranteed to be free from Security Vulnerabilities, if a Security Vulnerability is discovered, Motorola will take the steps set forth in Section 6 of this Agreement. December 10, 2009 Consent Agenda Item No. 29 2009 Medical Claims Additional Authorization To : Glenn Brown, City Manager From: Alison Pond, Human Resources Director Agenda Caption: Presentation, possible action, and discussion to ratify medical claims expenses of $291,633.88 and authorize additional projected claims of $364,183.75 for a combined increase to the 2009 Blue Cross Blue Shield purchase order 090433, in the amount of $655,817.63. Recommendation(s): Staff recommends approval of the additional authorization to pay medical claims expenses. Summary: In October 2008, City Council approved anticipated 2009 claims costs in the amount of $ 3,447,713.28. Staff is requesting the City Council ratify $291,633.88 for claims already paid above the originally approved amount and authorize additional expenditures for projected medical claims of $364,183.75, for a total change order amount of $655,817.63. The additional amount is due to large, unexpected medical claims that were incurred throughout the 2009 plan year. Blue Cross Blue Shield has paid several of these claims and this formal action will ensure proper ratification of the change order, as well as ensure the funding is available to pay the remaining claims incurred during the 2009 plan year. Budget and Financial Summary: Funds are available in the employee benefits fund. Attachments: none December 10, 2009 Consent Agenda Item No. 2h Third Party Claims Administration To: Glenn Brown, City Manager From: Alison Pond, Human Resources Director Agenda Caption: Presentation, possible action, and discussion regarding contract renewal for Third Party Claims Administration with A S & G Claims Administration, Inc. for an annual expenditure of $52,000. Anticipated workers compensation claims for FYlO are $100,000 and anticipated liability claims for FYlO are $330,000. Recommendation(s): In September of 2008 Abercrombie, Simmons & Gillette, Inc. was selected from a group of ten proposals for third-party claims administration. The approved contract provides for four (4) one year renewals. Staff recommends renewal of the contract with A S & G Claims Administration, Inc. for the City's third-party claims administration, and authorization to pay up to $430,000 for anticipated workers compensation and liability claims. 'Summary: The City of College Station is self-insured, which requires the services of claims adjustment on all workers compensation claims and significant liability claims. A S & G Claims Administration, Inc. has provided excellent customer service while continuing to assist the City in reducing the costs of claims administration. This is the first renewal option and is effective October 1, 2009 through September 30, 2010. Budget & Financial Summary: Funds are available in the FYlO budget in the Property Casualty Fund and the Workers Compensation Fund. Forecast of expenditures for claims administration in FYI0 are decreased $301,000 or 41 percent from the revised FY09 budget. Attachments: Contract renewal for third-party claims administration is available in the City Secretary's Office. December 10, 2009 Consent Agenda Item No. 2i Policy Renewal for Fiscal Year 2010 To: Glenn Brown, City Manager From: Alison Pond, Human Resources Director Agenda Caption: Presentation, possible action, and discussion regarding the annual renewal of Property and Casualty insurance policies for the term October 1, 2009 to September 30, 2010 to include: Excess Liability/Worker's Compensation with Star National Insurance Co. for $289,801 Property/Boiler and Machinery with Affiliated FM for $101,434 Crime Coverage with Federal Insurance Co. for $4,522 EMT Liability with Western World Insurance Co. for $5,078 Brokerage fees with McGriff, Siebels, 8 Williams for $12,000 Total of the above annual premiums and fees: $412,835 Recommendation(s): Staff recommends approval of the renewal of these insurance policies for the period October 1, 2009 to September 30, 2010. Summary: In September of 2009, council approved a three month renewal for the coverage listed, for the first quarter of FY10. Since then, Staff has worked with the City's broker of record, McGriff, Siebels, and Williams of Texas, Inc., to obtain a renewal of coverage for the remainder of FY10. Therefore, this recommended renewal encompasses the entire 12 month period for FY10. During the third quarter of FYlO a Request for Proposal (RFP) is planned to competitively obtain insurance coverage for FY11. Budget & Financial Summary: Funds are available in the FYlO budget in the Property Casualty Fund and the Workers Compensation Fund. Premiums in FYI0 are increased 3.9 percent ($15,313), from the FY09 premiums. Premiums for Crime and EMT Liability remain unchanged from FY09. Premium increase for Excess Liability 8 Worker's Comp. is due to increased payroll values. Premium increase for Property and Machinery Coverage is primarily due to the addition of Chimney Hill and the Memorial Cemetery, and corrected values on Chimney Hill, City Hall, and the Parking Garage. Attachments: Broker's recommendation letter \ ,I I I' MCGRIFF. SEIBELS & WILLIAMS OF TEXAS. INC. Q.0 5080 Spectruln Drive, Suite 900E Addison, TX 7500 1 TEL - (469) 232-2 100 FAX - (469) 232-2 10 1 November 23,2009 Mr. Dwayne Walters Human Resources City of College Station 1 101 Texas Ave. College Station, TX 77840 Re: Property/Casualty Insurance Renewals effective October 1, 2009 Dwayne, Per the City's request, we have asked the City's Property and Casualty insurance carriers to renew the expiring policies effective 10/01/09 for a full annual term to expire 09/30/10. All terms and conditions will remain the same as the expiring coverages, with any changes in premium due solely to changes in underwriting information submitted by the City, such as payroll and property values. All rates remain the same. The renewal premiums and carriers by line of coverage are as follows: PropertyBoiler & Machinery - $101,434 Premium with Affiliated FM Crime Coverage - $4,522 Premium with Federal Insurance Company Excess Liability and Workers' Compensation - $289,801 Premium with Star Insurance Company EMT Liability - $5077.64 Premium with Western World Attached you will find a comparison of the expiring versus the renewal programs. Please review this information and let us know if you have any questions. We look forward to continuing our relationship with the City of College Station.. Thank you. Sincerely, ; JO~&I~ Fontenot, CPCU, ARM, AIC Senior Vice President January 10, 2009 Consent Agenda Item No. 2j Health Plan Renewals January 1, 2010 - December 31, 2010 To: Glenn Brown, City Manager From: Alison Pond, Human Resources Director Agenda Caption: Presentation, possible action, and discussion on approving renewal contracts with Blue Cross and Blue Shield of TX for medical and dental coverage, Deer Oaks for the employee assistance program, and Standard Insurance Company for long term disability insurance. Recommendation(s): Staff recommends approval of 2010 renewal contracts. Summary: The Blue Cross and Blue Shield medical and dental and Deer Oaks employee assistance plan 2010 renewals are the second renewal of the original contract and there is one additional option to renew under the original contract. The long term disability coverage under Standard Insurance Company renews annually. The City's health plan includes: = Blue Cross and Blue Shield - Medical/Dental/Stop Loss Coverage; CVS Caremark - Prescription Drug Coverage; Minnesota Life - Basic Life Insurance and Accidental death and dismemberment; = Standard Insurance Company - Long-term Disability; Deer Oaks - Employee Assistance Program; Total Administrative Services Corp - Flexible Spending Account Administration; and = United Health Care - Vision Plan BIueCross/BlueShield requested a renewal increase for the Specific and Aggregate Stop Loss contracts of approximately 1g0/0. However, BlueCross/BlueShield requested no increase to the medical and dental administration fees. Standard Insurance Company also requested no increase to the long term disability fee. The City's Prescription Drug Coverage, Basic Life/AD&D, EAP, and Vision programs are currently under a rate guarantee period and therefore will renew at the existing rate structure. The 2010 plan year projected costs are based on a monthly average of 875 employees on the plan. This represents a cost to the City of approximately $ 752.57 per employee per month. Budget and Financial Summary: Funds are available and budgeted in the employee benefits fund. Attachments: 1. Consultant Recommendation Letter 2. 2010 Cost Projections 3. Blue Cross and Blue Shield Administrative Services Only - Medical 4. Blue Cross and Blue Shield Administrative Services Only - Dental , e ~n 5. Deer Oaks Employee Assistance Program Contract City $eretrrry '5 > On 6. Standard Insurance Company Long Term Disability Policy Renewal &rice Gr vie~c'r, 3 bls. Alisc>~~ I'o~iiI I-IUIII~III l<e:;oun:c.: lli~cciol. Cli(y (~I'ColIege S~aliol~ I I01 'lesws Aver~ue College Stnlion, T): 77824 Dcar M.s. Pond, As your Brolccr or lieco~d, \ve \\roulcl lilte to l~l,o\iiclc )!ou \.vitll au esl~lanntior~ of'llie general sluk of the m:u.l<cll~lace lor he:ll-tll r11ic1 \~fcll'~l.i: pl'ogr'anis a~icl Ilo\\; lhey relxle to llle City of Colle[;c. Slation. Ovel;?ll f~~o~n a nalional perspecli\~e, eml)loyers are un:k)rtunaleIy exl)ecletl lo see anotlnci* inc,.reese in their ~iieilicol benciit expenclitures. 'Sllc projecled national average cost of orovicling li~edical benc-lits per e~inployee per year ror 2010 is -prc?jected lo i~icl.ense 7%): anel (lie average RI~IILI~I~ pe~--employee spend will k)r [lie fist lime cl.oss Llle $10,000 11iasl<. During lhe ~nost ]went 12 monlh periocl, tlie City of College Slation's benefits cost per ernl~loyee per year has been $7,816 (Meclical, Ilenlal, & RS) \<\rhich is still .well below ~hc national averosc of $8,945. It is i~nportant to note that the Clily has a self-fit~ltletl uleclicnl pl:.io i.111cl il is made: up ofl111.ee 11itljo.1. cotnpont:lits. 'l''1iese inclucle ncl~iiil~isl~,ati\re fees: re-jnsu~.alice lj~.en~ii~ln (stop-loss), ant1 act~~al clain-1s. For 201 0 klcC';lsif \V;IS able lo negotiale u fat or 0'K illcrease on both the metlicnl nnd dental aclmi~iis~~~t~tio~~ I'ces. FJ.OIII a re-insurance or slo1)-loss pe~~spccti\lc, tlie ninrltet has esperie~~ced R Ligl~re~iing al~tl liartlcning of 1r1Les cluring thc Inlter hnIT of 2009 and inlo 2010. t"\nnt1:.11 slop loss renewals Iiave commo~lly ~.ene\ved bct\veen 10'!4) /;,and 25?/0. 20 1 C) ~'enewuls arc ra~lging betweell 10% nncl 50%. illso, Inany i~ei~is~lrnnce mtu.kcts are choosing lo clecline a~itl not iluole due lo poor -1.is1c Sz1clo1.s nlttl ii~icumpeli~i\~e rates. ?:he ~il.i\ri~lg force l)elii~~cl ~IICI.CRS~JI~ S:IOI) ICISS p~.e~llitl~it is tlie l~rolongecl I.BCFSS~~II? Je\;c~.ngecl tlxncl, ivhich is clue Lo inl'la1io11o1.y jnc~.eiises in ~iieclical tecli~iology, iltlva~~cecl procedu~~es.. anel large cilni~ns. Iluring the lasl 12 nlolilhs l.3C:/l.3S has p:.lid $627,342 in stop-loss rejmbu~.se~iients and hl~s col lectecl an cstimatecl $325,457 in l?remiu~ii; cqt~aling a loss salio o:V 192.76%. '.l'lic~.e:Li~rc, tluc to [he c:.url-e~il high claims, U(1'/13S \vas the only ~.einst~m~ice' carrier Lhal olli:~.etl :.I quok -for 2010, arid it ~,cflcc~ccl n 20% rare inct.case. i\le\~cl.~heless, (he senc\\:nl coulcl have bcen 111\1ch \verse clue to the poor experience. , . 1 hc tliircl coml,onenl ofscl~.fi~~itling is the actual clain~ liability. 'I'liis is tlie Cily's Itirgest esl)t.lisi: and gsealcst espos~~~,r. 1:)uring llic mosl recent 1:!-1nontl1 pcl.iocl, Ilie (::ily':; nclttal paid meclicol cl;lims were !15,016,1 0 1 ; Ilo\\ie\ier, :w pre\iiclvsly ~l~c~~lionecl, rciils~~i~anct: paitl oul $;627,34? I,ringi~lg [lie C.'ity':; tr)~i~l clairll liability il0\\;11 to $4,405,750 01. $5,'l.'$X.ill pei' cmployec pel ye:li: 1.11 suininnly, ~hc I-isecl cosls (~iln~i~~is~i~ati~~e fees and ~.c-insu~.nilce) p~~n~liiinis c:o~~~bi~i~il iilcreasetl 8.35% 01. $89 I .3G I~:I elnl?lu>lee ])el. yea\,. Ililc to tllc cii~c~i~~~s~ailccs and Iligl~ (:li.~im~ esl)ei.ie~icc we I.)elievt: [lla[ ovcrall [he 10 10 ~.c~le\\:;~l is \\lell within ~~oi.i~~i~li\e l'nilge 01. lo\z~i' tlinn gclleral ~lial'kcl conclitio~is. -l'he Cil:y's I'iasic I,i!i/c\D&ll, l!/-\I', I:,'TD: Vision, :lnd 1'131\/1 l:)~'c)g~'nil-~s ;Ire eii~.i~elitly unties n 1':11c gi~al.alitcc 11el'iocl a~ltl (hei,efoi.e will sene\v :I[ [lle csisling inle slnicl~~~,e. M/c I,clievc. lllal l1.1~' ~~~~oi~iii~eli~l~tl lieallll uncl ~vellnl~e ~.e~le\vals ;~IY tlic 1110sL br:llc;li~.iill nntl cclsl e'l'lecti\lc ol)linlis .IYi)i. llic City ol'C:ollege St:llion. h/lcGriffal)l)rcciillcs [lie (:113poi.[l1iiily ID conli~i~ie wol~lti~~g \\~ilIi I:II(= Cily of College Slalioil 011 (he hcallh antl \?~el-hre 1:u.ogl3arns. 11'you shoultl have :11iy cl~lv.stions please tlo not licsitnre lo call. , .. . ... . - -. -., /. ,- .-- I----._.._. Iloclcl Dorsey ,./ , Ad.*+.'F Vice Prcsidenl a,L,-., ,,/;-...---' Executive Summary Projected Program Costs for Claims and Administrative Fees 01-01-2010 to 12-31-2010 Average Monthly Employees on Health Plan 8 75 Administration PEPlVl Annual Expense Medical (including wellness) $38.82 $ 407,610 Dental $3.72 $ 39,060 Pharmacy $0.00 $ Vision Voluntary Voluntary EAP $1.27 $ 13,335 Specific Stop Loss $33.29 $ 349,545 Aggregate Stop Loss $4.51 $ 47,355 Basic Life Insurance rate = .009% payroll volume $ 92,594 Basic AD&D rate = .003% payroll volume $ 30,865 Long Term Disability rate = .18% payroll volume $ 77,162 TASC Flexsystem** $ 5.18 $ 20,513 **based on l~otal Fixed Costs $1 10.36 $1,078,038.80 1 330 Ees Claims Medical Dental Pharmacy PEPlVl Annual Expense r. .~- . $5,027,400.00 $462,735.00 $1,253,070.00 l~otal Claims $642.21 $6,743,205.00 1 l~otal Proiected Cost $752.57 $7,821,243.80 1 January 10, 2009 Consent Agenda Item No. 2k Health Plan Expenditures January 1, 2010 - December 31, 2010 To: Glenn Brown, City Manager From: Alison Pond, Human Resources Director Agenda Caption: Presentation, possible action, and discussion on approving total health plan expenditures for the period of January 1, 2010 through December 31, 2010. The projected amount for both the renewals and total projected expenditures is $7,821,243.80. Recommendation(s): Staff recommends approval of 2010 health plan expenditures. Summary: The Blue Cross and Blue Shield medical and dental and Deer Oaks employee assistance plan 2010 renewals are the second renewal of the original contract and there is one additional option to renew under the original contract. The long term disability coverage under Standard Insurance Company renews annually. The City's health plan includes: Blue Cross and Blue Shield - Medical/Dental/Stop Loss Coverage; CVS Caremark - Prescription Drug Coverage; Minnesota Life - Basic Life Insurance and Accidental death and dismemberment; Standard Insurance Company - Long-term Disability; = Deer Oaks - Employee Assistance Program; Total Administrative Services Corp - Flexible Spending Account Administration; and United Health Care - Vision Plan BlueCross/BlueShield requested a renewal increase for the Specific and Aggregate Stop Loss contracts of approximately lgO/o. However, BlueCross/BlueShield requested no increase to the medical and dental administration fees. Standard Insurance Company also requested no increase to the long term disability fee. The City's Prescription Drug Coverage, Basic Life/AD&D, EAP, and Vision programs are currently under a rate guarantee period and therefore will renew at the existing rate structure. The 2010 plan year projected costs are based on a monthly average of 875 employees on the plan. This represents a cost to the City of approximately $ 752.57 per employee per month. Budget and Financial Summary: Funds are available and budgeted in the employee benefits fund. Attachments: 1. Consultant Recommendation Letter 2. 2010 Cost Projections kls. AI~SOII 1'c>11cI I-luma11 Resource Ilircc:~or Clily 01' C'ollqt: St:llio~l 1 1 0 1 'I'I:K~Is Avcoue College Sttilio~l, TX 77824 /4s you^. Brokcr ol'I<ccol.tl, \ve \\loultl lilte lo ~~roviclc yoi~ \\:itl~ all csl~lol~ntioi~ of Ilic ge~ler~~l slalc of [I-~e mtultcll~lace for liealtll al~d \,\le11211.e I)lLogrnnis a~itl ho\v they relale 10 Il~c City ol' Colle[.e Station. C)\~cralI finm a niltiol~al ])erspecli\le, employers ;Ire unfbrlunnlely expcclctl to see :~nolller i~ic.rease in tllcir 111eiIica1 benel.it exl)enclil~i~.es. Tl~e prqjeclecl nntional average cost of pi.ovicling medical be~~elils per eml~loyee per year for 2010 is projected to inc~.ense 7%; ailcl (lie alterage annual 1x1.-cmployec spencl will Ibr [lie Iisl ti111e cross the $10,000 marl<. Xluril~g [lie ~uost ~.ccenL 12 monlli periocl, tllc City of College Station's benefits cost per eniployee per year lins bcen $7,816 (Meclical, Tlental, & RS) \vhich is still well below the national average ofPn'8,945. It is impo~.tant lo note tl~at the C5ly has a self-fi111t1ed ~iieclicnl plan 211icl it is macle up of tllrce ~ilc~jos coinpo~~cnts. r17hese incl~lde acln~inisl~,ative fees: re-insurance l;renlium (stop-loss), ancl act~.~al cloin~s. For 201.0 McC;i~ifl'~\~ns able Lo negotii~le a IlaL or 0% iricresisc on both [he medicnl nncl clentnl ntlininisl~.ation .fees. 'I':~.oln a re-insui.:uice 01. slnj~-loss persl~ec~ive, he marltet Ilns esl,e~.ici~cccl n Ligl.i~ening ni~tl hal-tlc~ii~~~ of ~xles cl111,ing the lnlter l~alr 01'2000 a~icl illto 2010. tInn~1:11 slop loss rene\.vals I~n\le commonly ~.e~~e\vetl bet\\/een 10'% /oantl 25?4. 20 I0 ~~enewals arc ~.anging betwccll 10%) ancl 50%. Also? intuiy reins\llnnce ma1.ltets are clioosi~lp Lo clecline ant1 not ijt~ole clue to poor risli Saclors nntl uncurnl~elilive rates. 'l'he cll.ivi~ig force bel~incl iuc~,casiog stop loss ot.crnil1111 is the prolongcil recession. levcrngeil t~.encl, ivliich is clue lo inl'lzltionarp inci.eases in ~~letlical tech~~olog):, atl\ri~~ic(-:tl ~~'~:)cecl~r~~es.. aiicl Ini.ge cl;~ims. II~irill;.~ th~ st I2 1~1011111s 13C.'/1.3S l1;is \>:lid $627,342 ill stall-loss rejn.tburse~ncn[s aid has colleciocl all cs~i~narecl .$325,i,157 in preniiu~u, equaling a loss ~(io ol' 192.76'X,. 'l'hc~.cli,rc, tluc lo llie c:til.l.etll lligli claim:;, BC'/RS \\i:is tht: only ~,ei~~s\irnnci cnr~.icl. Ihnl olli:reel r.1 quole li)r 201 0, anil il ~.cl'lcc[ccl n %O'% ralc inci,easc. i\levc~~lhclcss, llle ~.euc:\\;nl co~ilcl II~ITT bcc11 rn\lcl~ \\iurst: c.1~~ to the poo~. csl>crienc:e. , - 1 lic thil.cl componenl oCsclfl~li~~icli~~j; is thc act\~;ll clai~ii Iiahili~y. 'I'his is the C'ily's largest cspel~sc ancl ::~,eatcsl esl)osui.e. I')urir~:; Ihe mosc recent I:?.-mo1iL11 pe~.iotl, the C:ily':; acll~nl 1)ait:l metlicnl cl:lims were S.5,036,10 l ; Ilo\vever, CIS ~xc\!iously rncnlio~letl, ~.ci~~sti~.ailce pnicl oul $627,?4:! bi.ingilig the City's told cleini liability clown to $:\:40S,75!) or $5,138.41 pel c~nployce pe:lIc. 111 SUIY~III~I-~, IIIC fixed cosls (nclri~inisi,~.ati\~e fcss ant1 re-insul'atlce) pre~niui,ls cor~lbinetl i~~c~.eesetl 8.3596 or $89 1 .3G ]>el. clnl~loyee 1x1. yenlm. Ilur: to Ille circ~n~~slallccs anti Iiigll cluims espel*ieiicc \ye l:)elie\w [hat n\:erall rhc: 201 0 veile\v:~l is \\;ell \\!ill~i~l noln~s~li\:c Iwlpe or lo\vel. t11:ln gencsnl 111nrlter cnuclitio~i:;. We believe Ih:~r tl.1~ ~.ccoinrnentlccl llealtll :incl \\!elfarc ~.i:l~e\.vals are the 111i!sI benefic.ial RIICI CUSI c'l'fectii~e ol>Lio~ls 1;)i. lllc City of Collegc S1:ilion. I\:lcCil.iff ap]>rccinles the o~~jiol.tu~lit)' lo cooli~~ue \pvo~.ltii~g ~vitll Il~e City OF College Sta~ii?~~ on !lie hcalrh o~cl \-\lelI!;lse 1:~rograins. If you shotlltl have ill\!' cl~lestiolls please (lo not I~csili~le to call. Executive Summary Projected Program Costs for Claims and Administrative Fees 01 -01 -201 0 to 12-31 -201 0 Average Monthly Employees on Health Plan 875 Administration PEPM Annual Expense Medical (including wellness) $38.82 $ 407,610 Dental $3.72 $ 39,060 Pharmacy $0.00 $ Vision Voluntary Voluntary EAP $1.27 $ 13,335 Specific Stop Loss $33.29 $ 349,545 Aggregate Stop Loss $4.51 $ 47,355 Basic Life Insurance rate = .009% payroll volume $ 92,594 Basic AD&D rate = .003% payroll volume $ 30,865 Long Term Disability rate = .18% payroll volume $ 77,162 TASC Flexsystem** $ 5.18 $ 20,511 3 **based on Total Fixed Costs $1 10.36 $1,078,038.80 1 330 Ees Claims PEPM Annual Expense Medical Dental Pharmacy (~otal Claims $642.21 $6.743.205.00 1 December 10, 2009 Consent Agenda Item No. 2L University Drive Beautification Project Construction Contract To: Glenn Brown, City Manager From: Chuck Gilman, Director of Capital Projects Agenda Caption: Presentation, possible action, and discussion regarding a resolution approving a construction contract (Contract No. 10-049) with The Ground Crew, LLC for the amount of $246,739.29 for the construction of the University Drive Beautification Project. Recommendation(s): Staff recommends Council approval of the resolution and award of the construction contract to The Ground Crew, LLC. Summary: University Drive Beautification Project (ST-0515) is part of the proposed Tree Beautification Program along the State Highway 6 Corridor. Due to favorable bids, the scope of this proiect is being expanded to provide approximatelv 500 trees in the four quadrants of the SH 6 and Universitv Drive interchanqe. The project includes the installation of irrigation in all four quadrants with pipeline borings under University Drive and the main lanes of State Highway 6 and the northbound frontage road, and grading for the preparation of landscape planters and other hardscape elements, which will be installed during Phase I1 of this project. Budget & Financial Summary: Six (6) competitive bids were produced in response to Bid No. 10-11. The Ground Crew, LLC was the low bid at $246,739.29, which includes two alternate bid items. Alternative bid items 1 and 2 were accepted as these additional scope items can be completed within the project budget. Alternative bid items 3 and 4 were not accepted, since funds were not available in the project budget. A description of the alternative bid items is listed on the attached bid tabulation. Funds have been budgeted in the amount of $324,000 from the Streets Capital Improvement Projects Fund. An additional $50,000 is budgeted in the Electric Utility Operating Fund. Funds in the amount of $67,549.37 have been expended or committed to date in the Streets Capital Projects Fund, leaving a balance of $256,450.63 for the construction of this project and other expenditures. No funds have been expended or committed to date from the Electric portion. Attachments: 1.) Resolution 2.) Bid Tabulation 3.) Project Location Map RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS, APPROVING A CONSTRUCTION CONTRACT FOR THE UNIVERSITY DRIVE BEAUTIFICATION PROJECT (ST-0515) AND AUTHORIZING THE EXPENDITURE OF FUNDS. WHEREAS, the City of College Station, Texas, solicited bids for the construction phase of the University Drive Beautification Project; and WHEREAS, the selection of The Ground Crew, LLC is being recommended as the lowest responsible bidder for the construction services related to the University Drive Beautilication project; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS: PART 1: That the City Council hereby finds that The Ground Crew, LLC is thc lowest responsible bidder. PART 2: That the City Council hereby approves the contract with The Ground Crew, LLC for $246,739.29 for the labor, materials and equipment required for the improvements related the University Drive Beautification Project. PART 3: That the funding for this Contract shall be as budgeted Irom the Streets Capital Improvement Projects Fund, in the amount of $196,739.29 and Electric Operating Fund in the amount of $50,000.00. PART 4: That this resol~~tion shall Lake effect inmediately fsom and afier its passage. ADOPTED this 10 day of December, A.D. 2009. ATTEST: APPROVED: City Secretary APPROVED: >. .? MAYOR 0 0 oooo= 4 - X : gg g 2 Yi 0 00003 0. 2. 0.3. q W PI zg C g W W 5 0 0 5005~ c? 5 05 0 0 0 0 om 2 z 10 rn.OPWP K. m -$ ;. 2. Ki ; g W W m- - m r, 0 OOOOC ;T 3 8 g z.: 8 E W V) 0'0r.WP . 3 2. c;" -. g CI m 69 m- W m a 0 0 005.JC 0 2 0 gggz: tn033r- 0. - " 2: 2; W '9 0 5035- 0 g gggsz 2 0 V)OOOC W 2 ;. ;. 2- z. ; W WWWWff 5 0 0 0053- g oqqor 0 0 5 00 0 C o oa3aar 0. w 7 g. z. 2" ;. W m --wmv WW 0 ggg.~~ 0 9 2 0 0 5 - 0 " W City of College Stah :chasing Division Bid Tabulatb,.. .or #lo-1 1 "Universily Drive Brautificatio~~ P1.ojectV Open Date: Monday. November 23,2009 @! 2:00 p.m. ITEM ALTERNATE 24-A 25-4 26-A LON CATHEDRAL LIVE OAK TO 45 GALLON I - 7-1 3 1-4 QTY The Ground Crew LLC (College Stntion. M) 59405 32-A NOTES: Dndlev Cunstrucl~on Lid nB~dder rounded sei~eral torals In the~r h~d Tlie lolais h~ghllgliled In yellow are correct \'NIT UESC RIPTION UNIT PRICE ALTERNA I'E 1 TOTAL ALTERNATE 2 - L4NDSCAPINGIIHRIGATlON Q114D 3 86 33-A 1 367 1 L.F. MAKERS 34-A 1 427 1 L.F. 12 ELECTRICAL CONDUIT IN CASING WEND CAP .ALTEllNATE 4 TOTAL i-,."tifi"~ti,," ,,l'Kicl Page 2 of 2 TOTAL PRICE Kieschniek General Contractors (Colleee Sinbon, TX) $1 1,003 85 .ALTERN.-\TE 3A TOTAL/ $11,003.85 1 $17.550.00 55 UNIT PRICE 1 - LANDSCAPINGIIRRICATION QII AD 2 TREES BED EXCAVATION BED PREPERATION INSTALL TIEDOWNS SHRUBS BED EXCAVATION BED PREPARATION INSTALL IRRIGATION SYSTEM LINES DRIP SYSTEMS VALVES ETC TREE TRIMMING TRlM BOTTOM BRANCHES OF EXISTING TREES TO 8-FOOT HEIGHT - 27-A 38-A 19-A S16.146.00 I EA. I $8,200.96 I 512,900.00 I $l4,l!J0.0ll $36 691 513.465 23 $5 12 1 $2.18b.24 $15,651 .47 J JaCody, Inc. (Colleze Stdnon, TXI TOTAL PRICE 171 1 1 $11848 $14 979 25 $202 0b ALTERNATE 2 TOTAL ALTERNATE 3A - TREE UPSlZlNG QUAD I & 4 $150 00 $1 1.162.97 I ALTERNATE 38 -THEE UPSlZlNG QU.AD 2 I I I I I I I I I I r $11),305.00 91 1.868.00 I $20.898.00 EA. Brztloa Pnv~og, Inc. UNIT PRICE $21,97008 $14,97925 $20206 106 1 1 $28.43 1.00 UPSIZE 30 GALLON CATHEDRAL LIVE OAK TO 45 GALLON Pd7.628.20 I ALTERNhTE 3C - TREE UPSlZlNG QUAD 3 I I I I I I I I 7-r $7,590.00 I .ALTEHN.ATE 3~ TOTAL( $5,398.25 $50.00 1 $18,350 00 $5 00 1 $2.135 00 $20,485.00 J TOT.4L PRICE EA EA L S $15000 $5,750 00 %I00000 EA EA L 5 $17.550 00 UPSIZE 30 GALLON CATHEDRAL LIVE OAK TO 45 GALLON $5,209.60 I ALTERNATE 4 - ELECTRICAL I I (ELECTRICAL BORE WI~ STL. CASING. END SEALS AND I I I I I 177- $9,075.00 $8,250.00 Blazos Valley Services TREES BED EXCAVATION BED PREPERATION INSTALL TIEDOWNS SHRUBS BED EXCAVATION BED PREPARATION INSTALL IRRIGATION SYSTEM LINES DRIP SYSTEM VALVES ETC TREE TRIMMING TRlM BOTTOM BRANCHES OF EXISTING TREES TO 8-FOOT HEIGHT $25,65000 $5 750 00 $1 00000 $37.151.39 $95 36 513,365.00 $40 00 1 $I4.ti80.00 $4 00 1 $1.708.00 $1 6.388.00 J Uudlry Conat~ uct~on Ltti. (B~ynn, TX) %I6500 $8,657 00 $85300 $12532 $1 1,187 89 $202 6 l $165 00 $98 15 U~ICE $16800 $8,700 00 $216 00 $2821500 $8 657 00 4853 00 $13,28392 $1 1.1 83 89 $203 61 $32,400.00 $8.200 96 $GIGO 1 $22.607.20 $5.25 1 $2,241 75 $24.848.95 J $24,670.42 $I5000 $5,000 00 51,000 00 Sl9.305 00 $5.398 25 TOTAL PRICE $28,72800 $8.700 00 $210 00 $37,725.00 $15,90000 %5,000 00 %1.000 00 $150 00 $20 00 1 $7,340 00 $3 00 1 $1.281.00 $8,62 1.00 J $I6500 $5 7 10 00 $800 00 $21,900.00 %143.00 $150.00 $34 60 1 $12,698.20 $4.20 I sl.819 02 $I 4.517.22 J UNIT PRICE $1749000 $5 71 0 00 $80000 $37,644.00 $11,90000 $24,000.00 $16800 $5,620 00 $21600 $18.431 00 $8,25000 TOTAL PRICE $17,80800 $5 620 00 $21 6 00 $30,371.U0 $165 00 $23,644.00 $141 00 $4,620 00 $915 00 $38,UI 7.55 $138 00 $165 00 UNIT PRICE $14100 $5.335 00 $925 00 $14,94600 $4,610 00 $935 00 $18605 $5 3 10 00 $1 57 00 514.19000 TOTAL PRICE $24II100 $5335 00 $925 00 $18605 $6.016 00 $187 00 $20,49 1 .00 $la721 70 $5,210 00 $187 00 E16.146 00 $9,075 00 %3181455 S6.016 00 5187 00 S25,IIR 30 $243 00 $95 41 $243.00 SI 1.16297 $30,898 00 $13,365 UIJ $138 00 $138 00 $1 1,868 00 $7,590 00 $88 70 17,625 10 $94.72 $5,209 60 December 10, 2009 Consent Agenda Item No. 2m Real Estate Contract for Right of Way and Easement Barron Road Widening Project To : Glenn Brown, City Manager From: Chuck Gilman, Director of Capital Projects Agenda Caption: Presentation, possible action, and discussion for the approval of a Real Estate Contract with JILL MARY DUNLAP, as Independent Executrix of the ESTATE OF WAYNE ALAN DLINLAP, deceased and as Trustee of THE DUNLAP FAMILY TRUST, created under the Will of Wayne Alan Dunlap, deceased, BEVERLY 3. FURRER, PATRICIA 3. VOGEL and THOMAS L. BROWN, JR., ("SELLERS") for a 26 foot variable width strip of right of way and a 10 foot wide public utility easement needed to widen Barron Road. The purchase price for the property is $85,351.00. Closing costs, title insurance and incidentals will not exceed $3,000.00. Recommendation(s): Staff recommends approval of the Real Estate Contract. Summary: The attached Real Estate Contract is for the purchase of right of way and easement needed to widen Barron Road, from WD Fitch Parkway (SH 40), east to Decatur Drive. The roadway will be widened from two lanes with open ditch drainage to four lanes with a raised median, underground drainage and sidewalks. The project is currently in design and expected to be in construction by this coming summer. Budget & Financial Summary: The current budget for the Barron Road Widening Land Acquisition project (ST0006) is $431,000. Funds in the amount of $346,191 have been expended or committed to date, leaving a balance of $84,809. This land purchase will bring the project slightly over budget. In addition, it is anticipated that funds of approximately $50,000 will be needed for the remaining land purchases. It is proposed that this additional budget be transferred from the Barron Road Design and Rehabilitation Phase I project (ST0409). This project is expected to come in under budget. Attachments: 1.) Project Map 2.) Property Location Map 3.) Real Estate Contract is located in the City Secretary's Office. To: Glenn Brown, City Manager From: Chuck Gilman, Director of Capital Projects PgenctlCaptbn: Presentation, possible action, and discussion regarding a resolution designating the request for Construction Manager at Risk (CMAR) as an alternative delivery method for the Larry J. Ringer Library Expansion (GG1010). Fs): Staff recommends approval of the resolution w This item provides for the use of CMAR for the expansion of the Larry J. Ringer Library (GG1010). CMAR is a process that allows the City to choose the Contractor or Construction Manager (CM) before the design is complete. The City chooses a CM based on qualifications and similar prior project experience. The CM will work with an Architect in order to develop an acceptable design that is agreed upon by all stakeholders and a guaranteed maximum construction price. Advantages of this method are that the CM coordinates all subcontract work, all costs and fees are known, and there is close coordination between the City, Architect, and Construction Manager to ensure that the construction is completed within the project budget. Bdget&FnancialSLnnrry: The total project budget (design, construction, staff time, material testing, etc) for the Larry J. Ringer Library Expansion Project (GG1010) is $8,385,000. 1. Resolution 2. Project Location Map RESOLUTION NO. A FUZSOLUTION OF THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS, DETERMINING THAT THE CONSTRUCTION MANAGER AT-RISK PROCUREMENT METHOD PROVIDES FOR THE BEST VALUE TO THE CITY OF COLLEGE STATION FOR THE RENOVATION AND EXPANSION OF THE LARRY J. RINGER LIBRARY EXPANSION PROJECT AND AUTHORIZING THE USE OF THIS PROCUREMENT METHOD IN ACCORDANCE WITH SECTION 271.114(A) OF THE TEXAS LOCAL GOVERNMENT CODE. WEIEREAS, the City Council of the City of College Station, Texas, has determined a need to renovate and expand the Lal-ry J. Ringer Library; and WHEREAS, the City has considered using a procurement method specified by Texas Local Goveinment Code Section 271.113(a) other than competitive bidding; and WHEREAS, the City Council has determined that the method which provides the best value for the City for the Renovation and Expansion of the Larry J. Ringer Library Project is the Construction Manager At-Risk method as permitted by Texas Local Government Code Section 27 1 .113(a)(4); now, therefore, BE IT RESOLVED by the City Council of the City of College Station, Texas: PART 1: That the City Council hereby finds that the use of the Construction Manager-at- Risk method provides the best value to the City for the Renovation and Expansion of the Larry J. Ringer Library Project. PART 2: That the City Council hereby authorizes the use of the Construction Manager-at- Risk method as the procurement method for the Renovation and Expansion to the Lai~y J. Ringer Library Project and directs staff to take any and all reasonable measures to implement same. PART 3: That this resolution shall take effect immediately from and after its passage. ADOPTED this day of , A.D. 20-. ATTEST: APPROVED: City Secretary MAYOR APPROVED: Larry J. Ringer Library Project Location Map December 10, 2009 Consent Agenda Item No. 20 Raymond Stotzer West Utility Extension Professional Services Contract To : Glenn Brown, City Manager From: Chuck Gilman, Director of Capital Projects Agenda Caption: Presentation, possible action, and discussion concerning a resolution awarding the professional services contract (Contract No. 10-067) with HDRl Claunch & Miller in the amount not to exceed $778,725.00 for engineering design services for the Raymond Stotzer West project. Recommendation(s): Staff recommends Council approval of the resolution and award of the professional services contract to HDRJClaunch & Miller for the final design of the Raymond Stotzer West project. Summary: The Raymond Stotzer West project consists of the design of water lines, gravity sanitary sewers, a wastewater lift station, and a wastewater force main. The project will provide water and wastewater utility service to an area along Raymond Stotzer West from FM 2818 to SH 47, which was annexed by the City in 1995. The City contracted with HDR in April 2009 to prepare a preliminary engineering report that included a route analysis of the proposed water, sewer, and force main utilities, as well as initial sizing and location of a wastewater lift station to convey flows to the existing wastewater collection system. This design contract will provide detailed design and bid documents for construction of the improvements identified in the route study from FM 2818 to SH 47. Budget & Financial Summary: Funds are budgeted and available for this project in the Water and Wastewater Capital Improvement Projects Funds. Attachments: 1.) Resolution 2.) Project Location Map RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS, SELECTING A PROFESSIONAL CONTRACTOR, APPROVING A PROFESSIONAL SERVICES CONTRACT AND AUTHORIZING THE EXPENDITURE OF FUNDS FOR THE RAYMOND STOTZER WEST PROJECT. WHEREAS, the City of College Station, Texas, solicited proposals for the engineering services; and WHEREAS, the selection of HDR Engineering, Inc., a Nebraslta Cosporation is being recommended as the most highly qualified provider of the engineering services; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS: PART 1: That the City Council hereby finds that HDR Engineering, Inc., a Nebraslta Coiporation is the most highly qualified provider of the services for the Raymond Stotzer West Project on the basis of demonstrated competence and qualifications. PART 2: That the City Council hereby approves the contract with HDR Engineering, Inc., a Nebraslta Col*poration for an amount not to exceed $778,725.00 for the engineering services related to the Raymond Stotzer West Project. PART 3: That the funding for this Contract shall be as budgeted from the Utility Revenue Bond, Water Division in the amount of $186,894.00; and Utility Revenue Bond, Wastewater Division in the amount of $ 591,83 1.00. PART 4: That this resolution shall take effect immediately from and after its passage. ADOPTED this 10 day of December, A.D. 2009. ATTEST: APPROVED: City Secretary MAYOR APPROVED: I City Attorney ! December 10, 2009 Consent Agenda Item No. 2p Construction Contract #lo-037 for Replacement Construction Improvements in Windwood Park To: Glenn Brown, City Manager From: David Schmitz, Assistant Director, Parks and Recreation Agenda Caption: Presentation, possible action, and discussion regarding a resolution awarding the bid and approval of a construction contract (Contract IVumber #lo-037) with Wade Contractors, Inc. in the amount of $71,073 for replacement construction improvements in Windwood Park. Recommendation(s): Staff recommends approval of the resolution and award of the construction contract with Wade Contractors, Inc., for replacement construction improvements in Windwood Park, in the amount of $71,073 and sixty (60) construction days. Summary: The proposed replacement improvements in Windwood Park include a playground, swings, site furnishings, and a fence. Budget & Financial Summary: Six (6) sealed, competitive bids were received and opened on November 11, 2009. The bid summary is attached. Funds are available and budgeted in the Zone 4 Park Land Dedication Fund. Attachments: 1) Resolution 2) Bid Number 10-07 Tabulation 3) Site Plan 4) Construction Contract 10-037 (This contract will be available in the City Secretary's Office) RESOLUTION NO. A faESQLUTION OF Tm CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS, APPROVING A CONSTRUCTION CONTIPACT FOR THE WINDWOOD PARK IMPROVEMENTS PROJECT AND AUTHORIZING THE EWPENDITUFtE OF FUNDS. WHEREAS, the City of College Station, Texas, solicited bids for the construction phase of the Windwood Park Improvements Project; and WHEREAS, the selection of Wade Contractors, Inc. is being recommended as the lowest responsible bidder for the conshuction services related to the Windwood Park Improvements Project; now, therefore, BE IT RESOLVED BY TEIE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS: PhRT 1: That the City Council hereby finds that Wade Contractors, Inc. is the lowest responsible bidder. PART2: That the City Council hereby approves the contract with Wade Contractors, Inc., for $71,073.00 and sixty (60) construction days for the labor, materials and equipment required for the improvements related to the Windwood Park Improvements Project. PART 3: That the funding for this Contract shall be as budgeted from the Park Zone 4 Fund in the amount of $71,073.00. PART 4: That this resolution shall take effect immediately from and after its passage. ADOPTED this day of , A.D. 20-. ATTEST: APPROVED: City Secretary MAYOR APPROVED: City Attollley City of College Station - Purchasing Department Bid Tabulation for #lo-07 "Windwood Park Improvements" Open Date: Wednesday, November 11 2009 @ 2:00 p.m. 5 6 7 IAddendums Acknowledged (4) 1 1 I 4 1 4 I 1 1 4 I 4 . . - . - . . . . . . - Lot Lot Lot I I Lot 188' Iron Fencing Along East S!<l< of P.II~. TOTAL BASE BII) WITH ALTERNATE Bid Certlfic;~tion Bid Bond TOTAL BASE BID Rcp;~~r sunken br~ck powrs, plrssutc w.!sh. ;mcl SI~II\ \rued ~l<ck.: iand signs ? BBQ Cirllls lns~alled ? Trash Cans l~lstalled $67,353.00 $3,720 001 $3,720.00 $71,073.U0 YES YES $809 00 $362.00 $920 00 $3.500 001 $3.500.00 $83,451 .00 YES YES $4,200 001 $4,200.00 $80,350.00 NO YES $76,150.00 $809.00 $365.00 $920.00 $6,670 001 $6,670.00 $85,584.00 YES YES , $79,951.00 $1,250 00 $I,lUO 00 $1.400.00 $4.250 00) $4.250.00 S87,25U.UU YES YES 978.9 14.00 $4,377 001 $4.377.00 $93.277.00 YES YES $1,250.00 8:l.lOO.OO $1.400 00 SB3~000.00 $2.064 00 $530 00 $700 00 .88Xq900.00 $2,06400 $530 00 $700 00 k1.080.00 %1.14l.00 %1.918.00 $1 ,080 00 $1.141 00 $1,918 00 $?.500.00 $900.00 S?,000 00 $2.500 00 $900 00 $2,000 00 $l,000,0IJ 'A'S00 00 %1,200 00 $1.000 OU $500 OU %I ,200 00 December 10, 2009 Consent Agenda Item No. 2q Well No. 8 Collection Line (WF1097967) and - Parallel Wellfield Collection Line (WF0352553) and a Resolution Declaring Intention to Reimburse Certain Expenditures with Proceeds From Debt To : Glenn Brown, City Manager From: Chuck Gilman, Director of Capital Projects Agenda Caption: Presentation, possible action, and discussion on a Professional Services Contract with Garney Companies, Inc., in the amount of $3,592,544, for the construction of the Well IVo. 8 Collection Line and the Parallel Wellfield Collection Line and approval of a resolution declaring intention to reimburse certain expenditures with proceeds from debt. Recommendation(s): - Staff recommends approval of this construction contract and recommends approval of the resolution declaring intention to reimburse certain expenditures with proceeds from debt. Summary: The scope of this project is to construct the Well 8 Collection Line (W8CL) and the Parallel Wellfield Collection Line (PWCL). The W8CL includes the construction of 10 linear feet of 16-inch discharge line, 7,940 linear feet of 30-inch collection line, and associated connections. The PWCL includes the construction of 288 linear feet of 16-inch discharge pipe, 4,870 linear feet of 42-inch collection line, 3,354 linear feet of 48-inch collection line, and associated connections and fiber optic cable. The two projects were bid as one project in order to obtain more competitive bids. With the projected construction budget of $3,592,544, Garney Construction Companies, Inc. was selected to construct the project because they were the lowest responsible bidder in response to the city's solicitation of bids. Budget 81 Financial Summary: Eleven (11) competitive bids were produced in response to Bid No. 10-04. Funds in the amount of $3,000,000 are currently budgeted for the W8CL project in the Water Capital Improvement Projects Fund. Funds in the amount of $330,058 have been expended or committed to date, leaving a balance of $2,669,942 for the W8CL portion of this contract and future W8CL expenses. The W8CL portion of this contract is $1,434,391. Funds in the amount of $5,081,362 are currently budgeted for the PWCL project in the Water Capital Improvement Projects Fund. Funds in the amount of $498,866 have been expended or committed to date, leaving a balance of $4,582,496 for the PWCL portion of this contract and future PWCL expenses. The PWCL portion of this contract is $2,158,153. The "Resolution Declaring Intention to Reimburse Certain Expenditures with Proceeds from Debt" is necessary for this item because a portion of the long term debt has not been issued for the project. The debt for the project is scheduled to be issued later this fiscal year. Attachments: 1.) Resolution 2.) Project Location Map 3.) Resolution Declaring Intention to Reimburse Certain Expenditures with Proceeds from Debt RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS, SELECTING A CONSTRUCTION CONTRACTOR, APPROVING A CONSTRUCTION CONTRACT AND AUTHORIZING THE EXPENDITURE OF FUNDS FOR THE WELL NO. 8 COLLECTION LINE AND PARALLEL WELLFIELD COLLECTION LINE PROJECT. WHEREAS, the City of College Station, Texas, solicited proposals for the construction of the Well No. 8 Collection Line and the Parallel Welliield Collection Line; and WHEREAS, the selection of Garney Companies, Inc. is being recommended as the lowest responsible bidder; now, therefore, BE IT RESOLVED BY ?'HE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS : PART 1: That the City Council hereby finds that Garney Companies, Inc. is the lowest responsible bidder PART 2: 'That the City Council hereby approves the contract with Garney Companies, Inc. for an amount not to exceed $3,592,544 for the labor, materials and equipment required for the improvements related to the Well ]\To. 8 Collection Line and the Parallel Wellfield Collection Line Project. PART 3: That the funding for this Contract shall be as budgeted fiom the Water Capital In~provelnent Projects Fund in the amount of $3,592,544. PART 4: That this resolution shall take effect immediately from and after its passage. ADOPTED this day of , A.D. 2009. ATTEST: APPROVED: City Secretary MAYOR PARALLEL WELL FIELD COLLECTION LlNE AND WELL 8 COLLECTION LlNE 4 $46 ,,, $4 6 4-0 4' <+ * 4+b + O' D SPAN^ 3 B +@O % 5 80 s 0 3% 9 v -9 ? G. LO@ 0 0~ % 5' d "9 RD ?'o o~ $ 0Q; 0 4- M~fiq $' sP Q- p' 3 '$9 3 Lake Bryan ,lj ".." d 8' 1 -- -- o\r" *Q p~~y ' cr V) 0 3 5,@5 L@ (0 .'s '% I RESOLLTTION NO. RESOLUTION DECLARING INTENTION TO REIMBURSE CERTAIN EXPENDITURES WITH PROCEEDS FROM DEBT WHEREAS, the City of College Station, Texas (the "City") is a home-rule municipality and political subdivision of the State of Texas; WHEREAS, the City expects to pay expenditures in connection with the design, planning, acquisition and construction of the projects described on Exhlbit "A" hereto (collectively, the "Project") prior to the issuance of obligations by the City in connection with thc financing of the Project from available funds; WHEREAS, the City fmds, considers, and declares that the reimbursement of the City for the payment of such expenditures will be appropriate and consistent with the lahl objectives of the City and, as such, chooses to declare its intention, in accordance with the provisions of Section 1.150-2 of the Treasury Regulations, to reimburse itself for such payments at such time as it issues obligations to finance the Project; THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS THAT: Section 1. The City reasonably expects it will incur debt, as one or more series of obligations, with an aggregate maximum principal amount not to exceed $2,500,000, for the purpose of paying the aggregate costs of the Project. Section 2. All costs to be reimbursed pursuant hereto will be capital expenhtures. No tax- exempt obligations will be issued by the City in furtherance of this Statement after a date which is later than 18 months after the later of (1) the date the expenditures are paid or (2) the date on which the property, with respcct to which such expenditures were made, is placed in service. Section 3. The foregoing notwithstanding, no tax-exempt obligation will be issued pursuant to thls Statement more than three years after the date any expenditure which is to be reimbursed is paid. PASSED AND APPROVED THIS 10th DAY OF DECEMBER, 2009 ATTEST Connie Hooks, City Secretary Ben White, Mayor APPROVED : Exhibit "A" The projects to be financed that are the subject of this Statement are: Parallel Wellfield Collection Line December 10, 2009 Consent Agenda Item No. 2r Annual Contract for Gasoline and Diesel Fuel Glenn Brown, City Manager From: Jeff Kersten, Chief Financial Officer Agenda Caption: Presentation, possible action, and discussion on approving the award of an annual contract for gasoline and diesel fuel (Contract #lo-054) to Brenco Marketing Corp. (Bryan, TX) for the amount of $1,014,815.00. Recommendation(s): Staff recommends award of the contract to the bidder offering the best value, Brenco Marketing Corp. with annual estimated expenditures totaling $1,014,815.00. Summary: Texas A&M University formally solicited bids for gasoline and diesel fuel for itself and on behalf of several local agencies including: City of College Station, City of Bryan, Brazos County, Bryan ISD and College Station ISD. Four (4) sealed bids were received and opened on July 20, 2009. Please see the attached bid tabulation for further details. Brenco Marketing Corporation's bid offers the best value meeting specifications. Martin Eagle Oil Company, Inc. (Denton, TX) bid the lowest unit price per gallon for gasoline and diesel fuel; however, City fuel requirements and purchasing trends indicate less than full transport truck delivery is necessary and Martin Eagle Oil Company, Inc. bid an additional $100 fee per order or drop site for such deliveries. Brenco Marketing Corp. is better equipped to service the City's account as it relates to their proximity and equipment as they currently service our area with six (6) fuel trucks and one (1) bobtail. The City's current and past experience with doing business with Brenco Marketing Corp., as it relates to fuel delivery service and their ability to meet their contractual obligations, has been excellent. The current fuel contract with Brenco Marketing Corp. is scheduled to expire on December 19, 2009. Fuel is placed in inventory and is available at two (2) locations: Public Works Fleet Operations and Public Utilities Warehouse. Budget & Financial Summary: Funds are available and budgeted in each fund. Expenses are charged to the appropriate fundldepartment as fuel is used. Attachments: Tabulation for TAMU Bid No. 09-0026 City of College Station Contract Joint Bid hosted by TAMU #09-0026 7-17-09 Bid Tabulation Annual Fuel Contract for the City of Bryan Participating Entities Page 1 of 3 .. .I..... ' ..... i.:. i ' ""."........... . ....................... . : ; : :~{.~~:~~,:?;~> ;', : .?:: :> ................................ ........-.. .. '.:.:'.''.: ,;:;- +::;;;; ;,::? :.-.:/)..\:: ~~~.?;~~i~;~$~6$85:i:~:~~~ ................. :..: ........................................ .;i;rCi$r;I;ig&s i:r - .. . .. =..:.:.:...::: :'! :' .. ...... .,;, ._... .r.;;:::':r-<>.:Y.: ::::::- ;;;;;;;;; :;;+.;,: ::;:;,; ;;:.;;: ..x. ........ ... =..:..:>.. ::::. ,;;i;:+;;;~;~:;j>~Ij~i.$j~,it; ........ Y y (B) N . : .................. .:- : -.. ........:_..... '- ......... ::::: >. y:. .:, .,: :. : 1,';. ..-.......... "' . :;.::: :, .: ": .: ;:::. .;, ;'., ; . G&j,.;.&r;,r-: ,., >:. ... ::.::. : .::,,.. ,;.- :::p&ro]em- . : -;.:I ,. - . .,. , .:, .:, ....... 1"~'. ': .... ':. .....".. .... . . . . . ::; .... ... .. {;: ,: :. :: ..;.:.: . ..j.:.:i, ,:. i.;: 'i: .: '.' ' ..i: ... Y y (B) Y Y ......... ............. ......................... .:.:. :;:.:: .-.. ............................................. ......... ........ ... ........................ :.:.: ..:> :.:x:r::-;:.: .:-..;:x ... ........ ........................ .................................. .............. __ ........... .....................; .. .... .......... ::. -:;.; ..:.:. _._ :.-.>.. ... . ...... . ............ - - ......... ......._ ~fi~e~jji~&ng;,o~~fi&~&j~~i/~$~~~fi~&.~~~~~~&~$$@~~f~&~~~ .......................... 1. :: .......... .. ::<:.:,::::z:?::..--. ....... .- ............................ -';i .............................. .'\..C;. ... <...=.. zTzr:.,._: ._._ .._._._.._........? ::: ... ::.: :-.: ..c...z-T=7 .. ::.. ..-:.::.::;: .as~.~a~~~,~~c~~t[Q~~~~.t~~t~~th;e.~;c~g~~~@r~a~o~~~~~~~fi~~~...~~~~~~~~.~~.~'~~..i.~~'~~~:~~~.~~.~~~~~'~~'~~~ ........ .." ................... “. " - ...- . :. .. :... .'::::-::':..:::.'.'.~".:L.;:..;;z:u:;.:.: :z-,z,-..:A.::. -iBELG;7i- ...... - .......... ..._. .... .. .:"..~ ... - ;i". .... ~~~crpa~,n:gij~i~~~~~fr:f4!~~~~~~@~~~f@~~Z~~&~~~<~~fdd~~~~~~~~.~~~~:i~o~~~,j<~~~ ........ 7.:: --..- ,.-.:zi-:....,, ....................... -.'==:.::i;;:.~:-.;-:::?.>:.. $~$:~~gf$~~~;f~~~$;;~~,j;j~$~$~$r'&~$~~$~~$f~jg$g~@ ~:::~~~:~~~;~i~~,~~~::j~,:z~i-.ii+~~~~~;j~;.~j;-j~;~~~~i~:~:~~ ~~~.:~-:~.~.'~::~jj::jjjjjjj ::::. jjjjjjjja~;::ii~~::::~ii:;~= ;g~gitz&".$f[) dust eica /~:~;&~~$.~~~~?~~:~@~~~;~~$~&g; ... ... -- - ..... -- ...,.-.:.. -- -- . iliY 5iitGLg~ggfst*~;jggj$gg=;;-*&g~$~$g$gg~p;-$~$~ . .=.> :.z:,: :,=:: ::>: v>2:.;:.. ?*+.:.: ::77:!y<:,!::; >: ;,7,:<.;>;;E:; ;<:::.:?<:<::::cz:;iE2*:>2;:=::;<$<F:;2- ~~~@~~~~II.j~1d@~2iVp6h~.Iwa~~i~~~~fi~~F~C~~~ri~tiI2FI . _ .......... ............. ................................ >.i.__i. ..._ One Original Complete Bid Submitted as Required (YIN) Addendum #I-Acknowledged as Required (YIN) ArlrlenCI_~m $2 - Wckno!edgd as !?er;l?ired (\/IN) HUB Submittals (YIN) Felony Conviction Submittal (YIN) Prompt Payment Discount (YIN) 1% Discount: Certification of Bid Package (YIN) References Provided .................. -:'- : i '7 .................. .......... ................... .......... -. .... ........ ., .~~:,;~::;~~~::~:;~;. .: <.I:;,:. ............... ................. .............. ......................... . , :. ::.;..;::::; ::;:<;:;::,:.: :: ~,:;,;..~~~~~~;!;::f+~<;: ... ,:. i. :... ..<,.; :.:: ::+:,:; .. :SGI:Fus]s::-: ::~:-:,,:.~..,i :i/iiLi:i'i'i' I::.: ... ... ..: .. ..: .......... ...... ..: ......... ......... .......... . : .............. " : ... . ,;:,:; ;;:j ,:..:;;::;::5::.: ............ . ................ . ._, i ........... ?. ;..;i;:j :: , :.: ,::,: ::.. ;;:;;;! ......... iii:&.,:? .-:... .... ":::.;'.;':'.' ...... .. :I: :: .................. : ii:::,. :; :.:;;:;.;;;:?;;-:: :. : :. ................:. : a@,"i~@&g[~-:.:;~: ............ .; .:!::;:,..-::I... .. -..,::: :-;-e$$p$ci;ilr-;: ................. .t;.:: .::.kc? i:: :,., ...:.::.i.. :.2:;... ._ ................... ncr::.: ..;> .i:i:,,. ;;;:;;: ;!;i;.>,;<;;;i;;:z<; :.t,!;:;::x.:.:..: :. ->.:::.z ji;;ysj-";- ~~~; ......... Y Y Y Y Y N Y Y Joint Bid hosted by TAMU #09-0026 7-17-09 Bid Tabulation No. Annual Fuel Contract for the City of Bryan Participating Entities Page 2 of 3 Joint Bid hosted by TAMU #09-0026 7-17-09 Bid Tabulation Annual Fuel Contract for the City of Bryan Participating Entities Rack Fax Sheet was pulled at different times, therefore the price was different. Purchasing changed the OPlS Rack Fax price to match across the board prior to evaluation. Minimum transport load in US Gallons A) OPlS ($/Gallon As of 6/30/04) 6) Profit ($/Gallon) C) Total Unit Price ($/Gallon) Martin Eagle Gold Star Brenco 4000-69999 1.9453 -0.1000 1.8453 Unacceptable rnin. gallons on #2, 3, 4, 6 and 8. There is a charge of $1 00.00 per order or drop site for less than 3999 gross gallons. Will not deliver loads of less than 4000 gallons of any bio-blend Contacted vendor and they would place two trucks in the area to service account if awarded. They also indicated they would allow split loads to meet the 3999 gallons. This would require coordination between different drop sites Bio-diesel not figured correctly - do not subscribe to Houston OPlS 6,500 1.9453 0.0800 2.0253 The account is currently services with 6 trucks and 1 bobtail 3,000 see bid 0.6820 0.6820 NO BID December 10, 2009 Consent Agenda Item No. 2s Annual Contract for Gasoline and Diesel Fuel - BVSWMA To : Glenn Brown, City Manager From: Jeff Kersten, Chief Financial Officer Agenda Caption: Presentation, possible action, and discussion on approving the award of an annual contract for gasoline and diesel fuel to Brenco Marketing Corp. (Bryan, TX). The annual estimated expenditure for gasoline and diesel fuel for BVSWMA is $296,973.00. Recommendation(s): Staff recommends award of the contract to the bidder offering the best value, Brenco Marketing Corp. with annual estimated expenditures totaling $296,973.00. Summary: Texas A&M University formally solicited bids for gasoline and diesel fuel for itself and on behalf of several local agencies including: City of College Station, City of Bryan, Brazos County, Bryan ISD and College Station ISD. BVSWMA's estimated quantities were also included in the bid. Four (4) sealed bids were received and opened on July 20, 2009. Please see the attached bid tabulation for further details. Brenco Marketing Corporation's bid offers the best value meeting specifications. Martin Eagle Oil Company, Inc. (Denton, TX) bid the lowest unit price per gallon for gasoline and diesel fuel; however, City fuel requirements and purchasing trends indicate less than full transport truck delivery is necessary and Martin Eagle Oil Company, Inc. bid an additional $100 fee per order or drop site for such deliveries. Brenco Marketing Corp, is better equipped to service BVSWMAfs account as it relates to their proximity and equipment as they currently service the Bryan/College Station area with six (6) fuel trucks and one (1) bobtail. Current and past experience with doing business with Brenco Marketing Corp., as it relates to fuel delivery service and their ability to meet their contractual obligations, has been excellent. The current fuel contract with Brenco Marketing Corp. is scheduled to expire on December 19, 2009. Budget & Financial Summary: Funds are available and budgeted in the Brazos Valley Solid Waste Management Agency Fund. As the BVSWMA portion of the gasoline and diesel expenditures is in excess of $50,000, the BVSWMA portion of the expenditures will require the approval of the Bryan City Council. Attachments: Tabulation for TAMU Bid No. 09-0026 Contract Joint Bid hosted by TAMU #09-0026 7-17-09 Bid Tabulation Annual Fuel Contract for the City of Bryan Participating Entities Page 1 of 3 .... .................. ............... :.:. ....... .....:.. '.: :...':'.-::;:.:.il):.iL;:::~~;:l:~.~..~~~ili.::j~::j:j~~. ......... :;........ .......... ..;.................. :::.. :: ::.::.:. :< .. ......... ............ .... ::.. . -::.; '.?... ':.?.:ii:::::->?..;:~.::~.> ..:..<:,--. :7,.: r~~~~..... ~~~~t;;~,~~fj~~,~~~~~~&~~~~;~~fii~~~~~~~;~~;;~g;~~~~f~~~~~;~ ................... - .. ............... - .. .- .... - .- .......... .- !t.:;rl-:.i:..~~ ...: ?,f:td:d:j ?:; 1~~~jii~;~-;:~ii:1+~~~ii<<:~~;~+~5:fi7i;::.ii~ ; : ..-.. ....... '::::...::-:..:::.~~L--: ..:..... ::.:::,: ?.... : 7.!y,:.,~..z:L.>: $jsE'E'E';<l': ..... .- . .. .... ...... -. -.......... ..................... ....... ... - .__.._._, ........ _ ... -. _ .. ... - ................ .--. - _... a~cfp~$i~g.:j~;@-my;i;ii:.;#e~Ja~~~+e;:If@~~~$~d;i;4ia.~ ....... .... .... . . :: : : :::. :.:::.; :::.:- .... :.. .......... : . .... ... .>7.-,.:,7; LT,7:.z::z.:: :z,.::.y 3 T..;::::: ?,. ....>..:.....?... :.< :. ,:::z.:.,~. >. -.::: .=..; c=-y::;::::,;z:: ;~~p~~~~gp~~i27~h@;;~~~.;;-a~,~~;~&$@fi~&f~~p~~: i::::<<>-;q-?:,:.$: B;:x.. :;G;:iiiT;.51i-+*!i :::-.:; ....- r.7. .:.~:?:_>;i::.::I~::~~I;:::.~~:::::~~~~=; - , : :;::::=::>.::;.- :.:. ;:. ;...-....-.. '.. ...... ......... .... .... ................ ,..- ...-....... ,.,;. ......... :. .:;::;::::.:: :... $s'::= ...?..~7..s:.?::.Bi. r. .................... ...., .:ii ..%. __ * :.,:.:. ... .... ~~j~~~@~~;~j~~~~;;~;~~;<jf~~g,+~.i:~~;~~~~~;;$p~@f~;;:;f~g ..... . ....... ................. ........ .. ... . ....... ..:-:::: :.:.:.- ......>...rrr.. .:.:; ::-.:;;:i:e+::<:fi< Iz.";lil. :; ...y-I-III C<:h?.:i;ji;:;? - - .- -. - ~~~~~s~l;;b{d~~~~~~~~@~~~d~@E;&6fi~$f~c~2~;~2;3i~~~i2 ..... - ........... ._.I.::.-. One Original Complete Bid Submitted as Required (YIN) Addendum #I-Acknowledged as Required (YIN) ,Addendum $2 - Wckr?c?!edgec! BE Rsq~Ired . HUB Submittals (YIN) Felony Conviction Submittal (YIN) Prompt Payment Discount (YIN) I% Discount: Certification of Bid Package (YIN) References Provided A) OPlS ($/Gallon As of 6130104) 0) Profit ($/Gallon) C) Total Unit Price ($/Gallon) ......... ................... . .............. ........ ::!;:,,:. ::. .:,. ... ;,::: ....... ........... ............. . ' . - - . - . - ::;!.:. :. ..: .:;.. .>::: : GoId;.staf:;:j . . ..... i.. ..:.. :. : .:: ,;., :; .; :, 1 .::;? T! . . . - . - ...... .... > :.;: ;. .:.: .... .. .. L;:..:;: :: :, :: .:.. :: ........... .... . : .;:::,:,::. i;.!.;:: ';: ,!,I, ':. .: ,: ..... Y y (B) Y Y ......... ................ ............. .... .............. .............. ::. ..... ...... ...... :...: . .'.:c;::c;:;i::.,;,:::{:! ; ..:.:~ ... :.:.. ,: :..- .:.:..... ..................... .. . - . '?T:;;..::.: '!:::;?;.::::.: ~;'~;~{~;:;~;:,:.j,~,:-~L:?:.~~;: .... .-... : =. -. -.":.:.. :. .Petrole~m..:j:::('~'G$ELjel~::..: .... :; :r.;.:e.:.::.;;:;;:3;::;: ... ............... ... .......... . ...... .......... : : :. :. .:.;.<;,::;:;. .,:, .; :;> ...... . .......... .::... :;:: .~::~~~~?~~~::: ...... .. :. !::..!; .:! :;.'~~~:~~~~~;{?:~~: ....... ............... .... .... , :::.: ........ j;.:,;;? ... .;;: ~~~f~:~~~i~ '...... ..: 7::::: ..; ?: . , : . . : aG ,,-;, :. ................ ~;-;;z;;::.;;o-~;~,:~~i~~;, : ............ I ......... .. ...' ??:.:.:.: .:.: .................... :y :... :.. flehpa~~ : L ...:: .........,.... , .:.. ..I.. . , . : :: "ci:y;:.:t;:: ::--- ..................... .............................. --: ::.!<.~~~::~:XGtji :.: .. .i. ,.<,<:: : .'.-2.:::. ;:;;;:!:.!:; 3:ji~~>~<.+?~~~~~ ... Y Y Y Y Y N Y Y 1.9438 0.0400 1.9838 . _L .:: ..; ............... ................... ::. :;:?;,Ti;. ;.:;:::;:' .. :.': ; .;; .... ........ :.'..'.... .- : '2 : ' : E3glg-:?;.::;;;;;:>ii;;:;::,::: :;;;;:: ............. ~;.;:i~~f~+~ :;!:::; ........ . .- :..: ..................... :i:w.gt@tif,g i; ............. -; : ::: . . : - - ,:..; <:,L;;:;..;.-:::; I:..:.: ..... .. I." .:. ;:<;;';.;;:;.;;:;: :::: :; : .:: ........... .:. .......... : ....:.... ; .:. ,~I.;i,~~~~~;;~~,~~~,{;;~~.~i ........ Y y (B) N Minimum transport load in US Gallons A) OPlS ($/Gallon As of 6/30/04) B) Profit ($/Gallon) C) Total Unit Price ($/Gallon) NO BID 1.9438 Q.0500 1.9938 4OOC-6999 2.0128 0.0400 2.0528 1.9438 0.3932 2.3370 250 2.0128 0.0500 2.0628 250 2.0128 0.3943 2.4071 250 NO BID Joint Bid hosted by TAMU #09-0026 7-17-09 Bid Tabulation No. Annual Fuel Contract for the City of Bryan Participating Entities Page 2 of 3 Joint Bid hosted by TAMU #09-0026 7-17-09 Bid Tabulation Annual Fuel Contract for the City of Bryan Participating Entities Deviat ionsf Minimum transport load in US Gallons A) OPlS ($/Gallon As of 6130104) 0) Profit ($/Gallon) C) Total Unit Price ($/Gallon) Rack Fax Sheet was pulled at different times, therefore the price was different. Purchasing changed the OPlS Rack Fax price to match across the board prior to evaluation. Martin Eagle 4000-69999 1.9453 -0.1000 1.8453 Gold Star Brenco Unacceptable min. gallons on #2, 3, 4, 6 and 8. There is a charge of $100.00 per order or drop site for less than 3999 gross gallons. Will not deliver loads of less than 4000 gallons of any bio-blend Contacted vendor and they would place two trucks in the area to service. account if awarded. They also indicated they would allow split loads to meet the 3999 gallons. This would require coordination between different drop sites 6,500 1.9453 0.0800 2.0253 Bio-diesel not figured correctly - do not subscribe to Houston OPlS The account is currently services with 6 trucks and 1 bobtail 3,000 see bid 0.6820 0.6820 Page 3 of 3 NO BI-D November 23, 2009 Consent Agenda Item No. 2t Holleman Extension AFA To : Glenn Brown, City Manager From: Mark Smith, Director of Public Works Agenda Caption: Presentation, possible action, and discussion approving an Advance Funding Agreement (AFA) between The City of College Station and TxDOT allowing the City to construct improvements within the FM 2818 right of way related to the Holleman Extension project. Recommendation(s): Staff recommends approval of the AFA Summary: This agreement provides TxDOT's authorization for the City to construct improvements at the intersection of the proposed Holleman Extension including pavement, traffic signals and pedestrian elements. The improvements will be constructed and financed by the City. The City will not be making any payment to TxDOT. Budget & Financial Summary: Funds in the amount of $998,046 have been appropriated to date in the Streets Capital Improvement Projects Fund for the Holleman Extension project. An additional $1,590,565 will be included on a budget amendment which will be brought to Council in the near future. This will bring the Streets portion of the budget to $2,588,611. In addition, $164,000 will be included on the budget amendment for the water component of this project. These funds will be budgeted in the Water Capital Improvement Projects Fund. Attachments: 1. Location Map 2. Advance Funding Agreement Proposed Improvements CSJ: 2399-01-061 District: 17 (Bwan) Code Chart 64: 09050 (Citv of Colleqe Station) Project: CC 2399-1-61 CFDA: None THE STATE OF 'TEXAS 5 THE COUNTY OF TRAVIS 5 ADVANCE FUNDING AGREEMENT FOR VOLUNTARY LOCAL GOVERNMENT CONTRIBUTIONS TO 'TRANSPORTATION IMPROVEMENT PROJECTS WITH NO REQUIRED MATCH THIS AGREEMENT IS MADE BY AND BETWEEN the State of Texas, acting by and through the Texas Department of Transportation, hereinafter called the "State", and the Citv of Collese Station, acting by and through its duly authorized officials, hereinafter called the "Local Government." WITNESSETH WHEREAS, Transportation Code, Chapters 201, 221, 227, and 361, authorize the State to lay out, construct, maintain, and operate a system of streets, roads, and highways that comprise the State Highway System; and, WHEREAS, Government Code, Chapter 791, and Transportation Code, 9201.209 and Chapter 221, authorize the State to contract with municipalities and political subdivisions; and, WHEREAS, Commission Minute Order Number 11 1634 authorizes the State to undertake and complete a highway improvement project; and, WHEREAS, the Local Government is undertaking a municipal project to extend Holleman Drive, a city operated and maintained facility, hereinafter called the "Local Project"; and, WHEREAS, a portion of the Local Project will be constructed within the right of way of FM 2818 (Harvey Mitchell Parkway), a state-maintained highway. This work will involve the construction of the street intersection including pavement, traffic signals and pedestrian elements, hereinafter called the "Improvements"; and, WHEREAS, the Local Goverr~ment will fund one hundred percent (1 00%) of the cost to design and construct the Improvements; and, WHEREAS, this Agreement is required in order for the Local Government to construct the portion of the lmprovements within the State's right of way; and, WHEREAS, the State has determined that such participation is in the best interest of the citizens of the State; NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, to be by them respectively kept and performed as hereinafter set forth, the State and the Local Government do agree as follows: AGREEMENT Article 1. Time Period Covered This agreement becomes effective when signed by the last party whose signing makes the agreement fully executed, and the State and the Local Government will consider it to be in full force AFA-AFA-VolTIP Page 1 of 8 Revised 09/23/2009 District: I7 (Bryan) Code Chart 64: 09050 (Citv of Colleae Station) Project: CC 2399-1 -61 CFDA: None and effect until the Project described herein has been completed and accepted by all parties or unless terminated, as hereinafter provided. Article 2. Project Funding and Work Responsibilities The State will authorize the performance of only those lmprovements which the Local Government has requested and has agreed to pay for as described in Attachment A, Payment Provision and Work Responsibilities, which is attached to and made a part of this contract. It is understood by the Parties that the lmprovements described in Attachment A, Payment Provision and Work Responsibilities, are the responsibility of the Local Government and will be carried out and completed by the Local Government at no cost to the State. Preliminary Engineering i. The Local Government will be responsible for the preparation of all the engineering contract documents required for the construction of the Project. ii. The Local Government shall prepare the preliminary engineering, specifications and estimates (PS&E) to be let by the Local Government in accordance with the latest AASHTO or State standards or the Local Government's standards, as approved by the State. The Local Government shall submit shop drawings for all materials intended for use on the traffic signals and related items to the State for the State's approval, prior to fabrication and/or use. iii. The Local Government shall submit the completed PS&E to the State for review and approval. The Local Government shall not advertise for the construction contract until the State has approved the PS&E documents. iv. The State shall review all plan work and associated documentation in a timely manner Article 3. Right of Access The Local Government shall permit the State or its authorized representative to access municipal owned property to perform any activities required under this Agreement. Article 4. Adjustments Outside the Project Site The Local Government will provide for all necessary right-of-way and utility adjustments needed for performance of the work on sites not owned or to be acquired by the State. Article 5. Responsibilities of the Parties The State and the Local Government agree that neither party is an agent, servant, or employee of the other party and each party agrees it is responsible for its individual acts and deeds as well as the acts and deeds of its contractors, employees, representatives, and agents. Article 6. Document and Information Exchange If requested by the State, the Local Government agrees to electronically deliver to the State any documents pertaining to the State's right of way including as-built construction plans and utility adjustments and relocations. Article 7. Funding No funds will be provided to the State by the Local Government as part of this Agreement. Article 8. Inspection and Conduct of Work The Local Government will be responsible for all work on the Local Project. Unless otherwise specifically stated in Attachment A, Payment Provision and Work Responsibilities, to this contract, the AFA-AFA-Voll-lP Page 2 of 8 Revised 09/23/2009 District: 17 /BN~>) Code Chart 64: 09050 (Citv of Colleqe Station) Project: CC 2399-1 -61 CFDA: None State will inspect all work performed hereunder that affects the operation and future maintenance of FM 2818 and provide such engineering inspection and testing services as may be required to ensure that the Local Project is accomplished in accordance with the approved plans and specifications. All correspondence and instructions ,from the State will be directed to the Local Government or their designated representative. Unless otherwise specifically stated in Attachment A to this contract, all work will be performed in accordance with the Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges adopted by the State and incorporated herein by reference, or special specifications approved by the State. In addition, the Local Government and its contractors will prosec~~te the work in accordance with the General Provisions listed in the Attachment A. Article 9. Increased Costs Any increased costs related to the Local Project will be paid by the Local Government. Article 10. Maintenance Upon completion of the Local Project, the maintenance responsibilities of the parties to this Agreement will be in accordance with the Municipal Maintenance Agreement or any other applicable current agreement between the Local Government and the State. Article 11. Termination This agreement may be terminated in the following manner: + by mutual written agreement and consent of both parties; + by either party upon the failure of the other party to fulfill the obligations set forth herein; + by the State if it determines that the performance of the Project is not in the best interest of the State. Article 12. Notices All notices to either party by the other required under this agreement shall be delivered personally or sent by certified or U.S. mail, postage prepaid or sent by electronic mail, (electronic notice being permitted to the extent permitted by law but or~ly after a separate written consent of the parties), addressed to such party at the following addresses: Mr. Glenn Brown City Manager, City of College Station P.O. Box 9960 College Station, Texas 77842-9960 Local Government: Robert A. Appleton, P. E. Director of Transportation Planning and Development Texas Department of Transportation 1 300 North Texas Avenue Bryan, Texas 77803-2760 State: All notices shall be deemed given on the date so delivered or so deposited in the mail, unless otherwise provided herein. Either party may change the above address by sending written notice of the change to the other party. Either party may request in writing that such notices shall be delivered personally or by certified U.S. mail and such request shall be honored and carried out by the other party. Revised 09/23/2009 District: 17 (Brvan) Code Chart 64: 09050 (City of Colleqe Station) Project: CC 2399-1 -61 CFDA: None Article 13. Sole Agreement In the event the terms of the agreement are in conflict with the provisions of any other existing agreements between the Local Government and the State, the latest agreement shall take precedence over the other agreements in matters related to the Project. Article 14. Successors and Assigns The State and the Local Government each binds itself, its successors, executors, assigns, and administrators to the other party to this agreement and to the successors, executors, assigns, and administrators of such other party in respect to all covenants of this agreement. Article 15. Amendments By mutual written consent of the parties, this contract may be amended prior to its expiration. Article 16. State Auditor The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98-502, ensuring that the single audit report includes the coverage stipulated in OMB Circular A-I 33. Whenever ARRA funds are used and the Local Government is performing any work, either directly or through a contractor, it must comply with the following provisions. If a Local Government is receiving ARRA funds, but is not performing any work, the following provisions apply, if appropriate, and to the extent necessary to comply with ARRA regulations. In accordance with Section 902 of the ARRA, should this agreement involve the expenditure of ARRA funds, then the U.S. Comptroller General and its representatives shall have the authority to: a. examine any records of the contractor or any of its subcontractors, or any State or local agency administering such contract, that directly pertain to, and involve transactions relating to the contract or subcontract; and b. interview any officer or employee of the contractor or any of its subcontractors, or any State or local agency administering the contract regarding such contracts. Nothing in the section previously mentioned shall be interpreted to limit or restrict in any way the existing authority of the Comptroller General. In accordance with Section 1515(a) of the ARRA, with respect to each contract or grant awarded using covered funds, any representative of an appropriate inspector general appointed under Section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), is authorized: a. to examine any records of the contractor or grantee, any of its subcontractors or subgrantees, or any State or local agency administering such contract that pertain to and involve transactions relating to the contract, subcontract, grant, or subgrant; and b. to interview any officer or employee of the contractor, grantee or subgrantee, or agency regarding such transactions. AFA-AFA-Voll'l P Page 4 of 8 Revised 09/23/2009 CSJ: 2399-01 -061 District: 17(Bryan) Code Chart 64: 09050 (City of College Station] Project: CC 2399-1 -61 CFDA: None Section 1515(b) further provides that nothing in the section previously mentioned shall be interpreted to limit or restrict in any way the existing authority of an inspector general. The ARRA requires that the Contractor report monthly employment information for its firm as well as that of all of its subcontractors. The Contractor, similarly, shall include this reporting requirement in all of its subcontracts. Failing to include the requirement in agreements with subcontractors can serve as grounds for contract termination. Form FHWA-1589, Monthly Employment Report, promulgated by the Federal Highway Administration (FHWA), captures the necessary monthly employment information and shall be submitted by the Contractor on a regular basis to the LG (Local Government). It is the responsibility of the LG to obtain this form from the prime Contractor and any subcontractors and, the LG shall verify the accuracy, completeness, and reasonableness of the data contained in the form. The LG shall ensure that this form is submitted by the LG to the State according to the policies and at the direction of the State. In order to nieet any other FHWA and ARRA reporting requirements, the LG shall provide to the State all information requested by the State, including data or information in possession of contractors and subcontractors for completing other necessary reporting forms, and the information shall be submitted in the manner required and according to all due dates as set by the State. Furthermore, the ARRA mandates that the U.S. Comptroller General's Office shall have authority to examine the records of the contractor, subcontractor, or local agency relating to the project at any time. Article 17. lnsurance If this agreement authorizes the Local Government or its contractor to perform any work on State right of way, before beginning work the entity performing the work shall provide the State with a fully executed copy of the State's Form 1560 Certificate of lnsurance verifying the existence of coverage in the amounts and types specified on the Certificate of lnsurance for all persons and entities working on State right of way. This coverage shall be maintained until all work on the State right of way is complete. If coverage is not maintained, all work on State right of way shall cease immediately, and the State may recover damages and all costs of completing the work. Article 18. Debarment The parties are prohibited from making any award at any tier to any party that is debarred or suspended or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549, "Debarment and Suspension." By executing this agreement, the [Contractor, Local Government, Engineer, or whatever] certifies that it is not currently debarred, suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549. The parties to this contract shall require any party to a subcontract or purchase order awarded under this contract to certify its eligibility to receive Federal funds and, when requested by the State, to furnish a copy of the certification. Article 19. Signatory Warranty The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party they represent. Page 5 of 8 Revised 09/23/2009 District: 17 (Bwan) Code Chart 64: 09050 (City of Colleqe Station) Project: CC 2399-1 -61 CFDA: None IN WITNESS WHEREOF, THE STATE AND THE LOCAL GOVERNMENT have executed duplicate counterparts to effectuate this agreement. THE STATE OF TEXAS Executed for the Executive Director and approved for the Texas Transportation Commission for the purpose and effect of activating andlor carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. BY Date District Engineer THE LOCAL GOVERNMENT Name of the Local Government Cityof Colleqe Station BY Date Typed or Printed Name and Title Ben White. Mavor, Citv of Colleqe Station ATTEST: Connie Hooks, City Secretary Date APPROVED: City Manager A City ~ttbbe~ ", Date Chief Financial Officer Date Page 6 of 8 Revised 09/23/2009 CSJ: 2399-01-061 District: 17 (Bryan) Code Chart 64: 09050 (City of Colleqe Station) Project: CC 2399-1-61 CFDA: None ATTACHMENT A Payment Provision and Work Responsibilities The Local Government will pay for the cost of constl-ucting the Improvements at the intersection of Holleman Drive, a city street, and FM 2818 (Harvey Mitchell Parkway), a state-maintained highway. The Local Government's participation is 100% of the cost of the lmprovements as tabulated below. Estimated Project Budget Engineering Phase Direct State Costs lnd~rect State Costs The Local Government's total estimated cost of this work is $2,790,000, including preliminary engineering, construction items, and construction engineering and contingencies. AFA-AFA-VolTI P Page 7 of 8 Revised 09/23/2009 District: 17 (Bryan) Code Chart 64: 09050 (City of Colleqe Station) Project: CC 2399-1 -61 CFDA: None General Provisions 1. A trafCic control plan (TCP) is required prior to the start of construction within the State right of way. This TCP shall be developed in accordance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD). Any lane closures on the state highway facility shall be confined to the hours between 8:30 a.m. and 4:30 p.m. unless otherwise approved in writing by the State. 2. Areas within the state right of way disturbed by construction, including any appurtenances, sidewalks, drainage structures, etc., shall be restored to a condition equal or better than existed prior to construction. 3. Any modifications to the existing pavement markings and markers along the state highway facility must have prior approval from the Bryan Area Enqineer. 4. The Local Government, its contractors or its approved representatives is responsible for locating all utilities within the state right of way that may be affected by this construction. Contact with the affected utility companies and utility locators is required. 5. All construction shall be in accordance with the Local Government's / TxDOT's approved construction plans, standard details and specifications. 6. The contractor shall notify Norman Maurer, TxDOT Brazos County Maintenance, at 979- 778-8054 for handling of any roadway signs in conflict with the proposed construction. 7. Where applicable, ditches shall be graded to drain. 8. Any concrete curb placed within the state right of way and located within 30 feet of the nearest highway travel lane shall be a mountable curb section. 9. No undercutting of existing asphalt pavement will be allowed. 10. Acceleration lanes, deceleration lanes, sidewalks, pavement markings and markers, etc. shall be in accordance with plan details. Width of existing roadway travel lanes along the state highway facility shall remain unchanged. 11. Sidewalk / ramp construction in TxDOT right-of-ways shall be in accordance with TxDOT's ADA requirements. (See PED-05 Standards.) (Maximum sidewalk cross-slope within a driveway is 2.096.) 12. No color texturing shall be used for ramps at private or commercial driveways. 13. Highway surfaces shall be kept clean of mud, debris, etc. All sediment control devices shall be placed and maintained such that erosion within the state right of way is kept to a minimum. 14. The Local Government or its prime contractor shall contact the TxDOT Brazos Countv Maintenance Su~ervisor at 979-778-8054 at least 48 hours prior to starting work within the state right of way. Page 8 of 8 Revised 0912312009 December 10, 2009 Consent Agenda Item No. 2u Homeland Security SAFER Program Grant To : Glenn Brown, City Manager From: Robert Alley, Fire Chief Agenda Caption: Presentation, possible action, and discussion regarding the approval to submit an application to the Department of Homeland Security SAFER Grant Program in the amount of $1,857,775 to hire 15 firefighters and agreeing to provide the balance of $1,010,132 to complete the cost of the staffing for year 3 to meet the requirements as set forth in the SAFER Grant program. Recommendation(s): Staff recommends approval of the application and acceptance of the grant if awarded from the Department of Homeland Security and recommends the City Council to authorize and designate the Fire Chief or their designee, to sign agreements with the Department of Homeland Security for these grants on behalf of the City of College Station. Summary: The City of College Station has prepared a Grant Application in accordance with the requirements of the Department of Homeland Security who is responsible to administer the grant funds which has provided FEMA with $210 million dollars to improve staffing levels in Fire Departments. The College Station Fire Department will utilize these firefighters to improve staffing levels and emergency response capabilities in our city. Budget & Financial Summary: This Firefighter Staffing Grant process is competitive, if awarded the full Grant the City of College Station would receive $1,857,775 from the federal grant to pay for 15 firefighter's salaries and benefits for their lSt two years of employment. The City of College Station would be responsible to pay for the next 12 months of employment under the Grant program which would total approximately $1,010,132. After year 3 the City of College station will have successfully met the requirements under the grant and would be responsible for the full funding of these positions in the future. A tax increase would likely be required in year 3 of this program to pay for the 15 firefighters under our current projected budget funding scenario. If the grant is not received future discussions and decisions will have to occur to address the Operations and Maintenance costs for Fire Station # 6. Attachments: Homeland Security Application on file in City Secretary's office Resolution RESOLU'I'ION NO. A RESOLUTION OF THE CITY OF COLLEGE STATION, TEXAS, APPROVING GRANT APPLICATION WITH THE IJ.S. DEPAK'I'MENT OF HOMELAND SECURITY FOR FUNDING FROM ?'I-IE STAFFING FOR ADEQUATE FIRE AND EMERGENCY RESPONSE (SAFER) GRANT PROGRAM. WHEREAS, The Department of Homeland security (DHS) Grant Office for Domestic, has authorized and established the application process for the SAFER Grant to improve firefighter staffing; and WHEREAS, the City of Collegc Station will submit the grant for the funding of 15 firefighters under the guidelines of this grant, if awarded from the Department of Homeland Security the Federal Share of this grant would be in the amount of $1,857,775; BE IT RESOLVED BY'THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS: PAK'T I: That the City or College Station hereby approves the grant application. PART 2: That The City Council hereby authorizes and designates the Fire Chief for the City of College Station Fire Department, or his designee, to sign the grant application for this grant on behalf of the City of College Station. PART3: That this resolution shall talce effect immediately from and alter its passage. ADOPTED this day of , A.D. 2009. ATTEST: APPROVED: City Secretary Mayor . APPROVED: December 10, 2009 Consent Agenda Item no. 2v Purchase of replacement and upgrading for self contained breathing apparatus. To : Glenn Brown, City Manager From: R. B Alley 111, Fire Chief Agenda Caption: Presentation, possible action, and discussion regarding the purchase of 48 replacement and 19 upgrades for Mine Safety Appliance (MSA) manufactured self contained breathing apparatus (SCBA) distributed by Casco Industries Inc. for $320,879.20. Recommendation(s): Staff recommends approval of this purchase. Summary: IVFPA 1981, 2007 mandates improved audibility of PASS (personal alert safety systems) devices for firefighter safety and requires that self contained breathing apparatus (SCBA) regulators and masks be certified and updated annually to NIOSH (National Institute Occupational Safety Health) and CBRN (chemical, biological, radiological and nuclear) requirements. This purchase will bring the College Station Fire Department into full compliance with Texas Commission on Fire Protection rules and improve the safety of our Firefighters when they are exposed to IDLH conditions. The NIOSH and CBRN requirements do not allow interchangeability between manufacturers for safety reasons. The City is trained, fit tested and certified to repair the Mine Safety Appliance (MSA) manufactured self contained breathing apparatus equipment. This purchase is exempt from competitive bidding requirements pursuant to LGC 252.022(a)(7)(D) a procurement of captive replacement parts or components for equipment. Casco Industries is the only authorized municipal fire service distributor of MSA (self contained breathing apparatus) SCBA in Texas. Budget & Financial Summary: The funds for this purchase and upgrade are funded for FYlO through a service level adjustment and are budgeted in fund 001-4251-562-7190. Additional funding is in place for annual travel and training, parts and equipment, and for recertification of equipment. The department will be submitting a FEMA grant to reimburse the City for a portion of the purchase price of the equipment. Attachments: 1. Casco quote 2. Sole Source letter PO BOX 9960 COLLEGE STATION, TX 77842 COLLEGE STATION, TX 77842 GOOD FOR 60 DAYS FROM DATE OF QUOTE SHREVEPORT,LOUISANA 71 148 8007 I I I I Vendor P.O.Number Est $ - Subtotal Tax Freight TOTAL $ $ 310,764.57 $ 310,764.57 The Safety Company November 18,2009 Ms. Beltie Charanza College Station Fire Department 1900 Barron Rd. College Station, TX 77842 Dear Ms. Charanza: Please be advised that as of this date, Casco Industries, Inc. is the only authorized Fire Service Distributor of MSA SCBA and accessories to the Municipal Fire Department Marltet for Brazos County, Texas. Should you have any questions, please feel free to contact me. Sincerely, Scott McGuire North American Sales Channels Specialist Phone: 412-967-3207 979-764-3403 - $ $ - $ $ - $ $ - $ Vendor P.O.Number Subtotal $10,114.63 Tax pp Est Freight TOTAL $10,114.63 - December 10, 2009 Consent Agenda Item No. 2w Dowling Road Substation Construction-Rebid and a Resolution Declaring Intention to Reimburse Certain Expenditures with Proceeds From Debt Bid No. 10-16 To : Glenn Brown, City Manager From: David Ivlassey, Director of College Station Electric Utilities Department Agenda Caption: Presentation, possible action, and discussion regarding approval of a resolution awarding Bid No. 10-16 to Re-Con Company for the rebid for construction of Dowling Road Substation in the amount of $2,975,960.21, plus owner furnished material of $1,785,536.00, for a total bonded project requirement of $4,761,496.21, and approval of a resolution declaring intention to reimburse certain expenditures with proceeds from debt. Also, the rejection of Bid No. 09-86 for the construction of Dowling Road Substation. Recommendation(s): Staff recommends the award of Bid No. 10-16 to the lowest responsible bidder, Re-Con Company, and recommends approval of the resolution declaring intention to reimburse certain expenditures with proceeds from debt. Summary: On October 1, 2009, ten bids were received in response to Bid No. 09-86 for the construction of a new electrical substation located at the southwest corner of the intersection of F.M. 2818 and Marion Pugh Drive/Jones Butler Road. The three lowest bidders took exception to the specifications of the City's contract and/or made material errors in their bid calculation. Therefore, it was in the City's best interest to rebid the project and all vendors who submitted bids were informed of our decision. On November 20, 2009, nine bids were received in response to the rebid of this project, Bid No. 10-16. The lowest responsible bid was submitted by Re-Con Company at $2,975,960.21. Inclusive of City provided material, the anticipated total cost of this project is $4,761,496.21. Future additions of electrical equipment are planned at this location in subsequent years in order to meet electrical load growth in this area. Budget & Financial Summary: This project is budgeted as part of the FYI0 Electric Capital Improvements Budget. Funding for the project is budgeted in the Electric Utility Capital Improvement Projects Fund. The "Resolution Declaring Intention to Reimburse Certain Expenditures with Proceeds from Debt" is necessary for this item because a portion of the long term debt has not been issued for the project. The debt for the project is scheduled to be issued later this fiscal year and next fiscal year. There is no financial impact for rejecting the bids for Bid No. 09-86. Attachments: 1. Resolution 2. Consulting Engineer (IYcCord) recommendation letter 3. Bid Tabulation 4. Location Map 5. Resolution Declaring Intention to Reimburse Certain ~x~enditu res with Proceeds from Debt RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS, APPROVING A CONSTRUCTION CONTRACT FOR THE DOWLING ROAn SUBSTATlON PROJECT AND AUTHORIZING THE EXPENDITURE OF FUNDS. WHEREAS, the City of College Station, Texas, solicited bids for the consti-uction phase of the Dowling Road Substation Project; and WHEREAS, the selection of Re-Con Company is being reconlillended as the lowest responsible bidder for the construction se~.vices related to Dowling Road Substation; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS: PAKT 1: That the City Council hereby finds that Re-Con Company is the lowcst responsible bidder. PART 2: That the City Council hereby approves the contract with Re-Con Company for $2,975,960.21 for the labor, materials and equipment required for the improvements related the Dowling Road Substation Project, plus owner furnished material of $1,785,536.00, for a total bonded project requireineilt of $4,76 1,496.21. PART 3: That the funding for this Contract shall be as budgeted from the Capital Improvement Fund, Electric Division, in the amount of $2,975,960.2 1. PART 4: That this resolution shall take effect immediately from and after its passage. ADOPTED this day of , A.D. 2009. ATTEST: APPROVED: City Secretary MAYOR McCORD ENGINEERING, INC. 916 Southwest Parkway East, P.O. Box 10047 College Station, Texas 77842 (979) 764-8356 Fax (979) 764-9644 November 23, 2009 Mr. Timothy Crabb Assistant Director City of College Station 160 1 Graham Road College Station, Texas 77842 RE: Dowling Road Substation Bid Number 10-16 Dear Mr. Crabb: Our firm was directed to evaluate the bids submitted for the College Station portion of the Dowling Road Substation Project Bid Number 10-16. Results of the bid are summarized in Attachment A. We recommend that the low bid of Re-Con Company of Oklahoma City, Oklahoma, be awarded the contract to construct the City of College Station's Dowling Road Substation Project. Re-Con Company took no exceptions to the bid, and meets the City's experience and competency requirements specified in the bid. Re-Con's bid was $2,975,960.21. With the addition of the Owner-Furnished Material already delivered at a total of $1,100,750.00, and the addition of the Owner-Furnished Material on order at a total of $684,786.00, the total contract amount to be bonded is $4,761,496.21. We value the opportunity to work with the City on this matter and appreciate the City Staff's commitment to excellence for service to its citizens. Please do not hesitate to contact me should any questions arise. Yours very truly, McCORD ENGINEERING, INC. Michael Duff, P.E. Engineering Design Div. Mgr. MDIjk Enclosures ATTACHMENT A City of College Station Dowling Road Substation Bid 10-16 Summary Recommended Bidder Bid Amount - Re-Con ' Pike Mas-Tec Lambda IES Breaux TESSCO Gulf States Dacon Owner Furnished Material (On Hand) $1,100,750.00 Owner Furnished Material (On Order) $684,786.00 Total Contract Amount to be Bonded $4,761,496.21 New Construction $2,975,960.21 $3,105,993.69 $3,125,000.00 $3,187,211.50 $3,380,947.76 $3,577,998.00 $3,623,602.09 $3,725,100 01 $3,893,364.00 Z:\Clients\College Station\CSB-I 9-C\Bid Evaluation-Rebid Exceptions None None Yes None None None None Yes Yes Exceptions Comments I,X . ' ' +'IA*;*"", Permitting Metals Priclng, Pier Cas~ng, Grouting Pier Casing, Grout~ng, Primary Injection, Hot Oil Fill for Transformer Qualifications RcGptable ' Acceptable Acceptable Acceptable Acceptable Acceptable Acceptable Acceptable Acceptable Bid Status Compliant Compliant Non-Compl~ant Compl~ant Compl~ant Compliant Compliant Non-Compl~ant Non-Compl~ant Certifications &%epti$fffe-- ' Acceptable Acceptable Acceptable Acceptable Acceptable Acceptable Acceptable Acceptable Bonding txdceptable Acceptable Acceptable Acceptable Acceptable Acceptable Acceptable Acceptable Acceptable Dowling Road Substation-Rebid Bid No. 10-16 Location Map RESOLUTION NO. RESOLLITION DECLARING INTENTION TO REIMBURSE CERTAIN EXPENDITURES WITH PROCEEDS FROM DEBT WHEREAS, the City of College Station, Texas (the "City") is a home-rule municipality and political subdivision of the State of Texas; WHEREAS, the City expects to pay expenditures in connection with the design, planning, acquisition and construction of the projects described on Exhibit "A" hereto (collectively, the "Project") prior to the issuance of obligations by the City in connection with the financing of the Project from available funds; WHEREAS, the City finds, considers, and declares that the reimbursement of the City for the payment of such expenditures will be appropriate and consistent with the lawhl objectives of the City and, as such, chooses to declare its intention, in accordance with the provisions of Section 1.150-2 of the Treasury Regulations, to reimburse itself for such payments at such time as it issues obligations to finance the Project; THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS THAT: Section 1. The City reasonably expects it will incur debt, as one or more series of obligations, with an aggregate maximum principal amount not to exceed $2,055,000, for the purpose of paying the aggregate costs of the Project. Section 2. All costs to be reimbursed pursuant hereto will be capital expenditures. No tax- exempt obligations will be issued by the City in furtherance of this Statement after a date whlch is later than 18 months after the later of (1) the date the expenditures are paid or (2) the date on which the property, with respect to which such expenhtures were made, is placed in service. Section 3. The foregoing notwithstanding, no tax-exempt obligation will be issued pursuant to ths Statement more than three years after the date any expenditure which is to be reimbursed is paid. PASSED AND APPROVED THlS 9th DAY OF NOVEMBER. 2009 ATTEST: Connie Hooks, City Secretary Ben White, Mayor (Seal) APPROVED : Exhibit "A" The projects to be financed that are the subject of this Statement are: Construction of the Dowling Road Substation (Electric Utility) December 10, 2009 Consent Agenda Item No. 2x Settlement Agreements for Bed & Banks Permit To : Glenn Brown, City Manager From : Dave Coleman, Director of Water Services Agenda Caption: Presentation, possible action, and discussion regarding approval of settlement agreements with the Brazos River Authority and Wellborn Special Utilities District to resolve their protests to the City's Bed and Banks Permit application before the TCEQ. Recommendation: Staff recommends approval of these agreements. Summary: Under current State law, the water that College Station produces from wells (groundwater) is owned by the City until the water is discharged into a State waterway. Once discharged, the water becomes property of the State and the City cannot control, nor gain economic benefit from the water. However, under a Bed and Banks permit, the State would permit the City to use the State waterway to transport our privately owned water, minus carriage losses, to a downstream entity that would purchase the water from the City. College Station has submitted application number 5913 to the Texas Commission on Environmental Quality for a Bed and Banks permit. This application was protested by the Brazos River Authority (BRA) and the Wellborn Special Utility District (WSUD). The case was sent to the State Office of Administrative Hearings, docket #582-10-1114. Since then, staff has held discussions with both parties, and has reached settlement agreements that will remove the protests and allow the State to issue our Bed and Banks permit. These agreements will be discussed in Executive Session, and are listed on the Consent agenda for approval. Budget & Financial Summary: None Attachments: None December 10, 2009 Consent Agenda Item No. 2y McCullough-Olden Unit, Well #IRE - Oil and Gas Operations Permit To: Glenn Brown, City Manager From: Mark Smith, Director of Public Works Agenda Caption: Remove from table, public hearing, presentation, possible action and discussion regarding an Oil and Gas Operations Permit for the McCullough-Olden Unit, Well #IRE as requested by the operator, EnerVest Operating, LLC. of Houston, Texas. Recommendation(s): Remove from table, and approve Oil and Gas Permit as drafted. Summary: This application for an Oil and Gas Permit was presented and public hearing was conducted at the November 9, 2009 Regular City Council Meeting. After consideration of the associated incomplete items, City Council action was to table the application for permit. The applicant has subsequently re-submitted application items and satisfied ordinance requirements. Budget & Financial Summary: IV/A Attachments: 1. Vicinity Map 2. Resolution 3. Exhibit A - Application (Complete Application available at City Engineer's Office) 4. Exhibit B - Location Map 5. Exhibit C - Indminity Bond 6. Draft Permit (Available at City Engineer's Office) ORDINANCE NO. AN ORDINANCE AMENDING CHAPTER 12, "UIVIFIED DEVELOPMENT ORDINANCE," SECTION 4.2, "OFFICIAL ZONING MAP," OF THE CODE OF ORDINANCES OF THE CITY OF COLLEGE STATION, TEXAS, BY CHANGING THE ZONING DISTRICT BOLNDARTES AFFECTING CERTAIN PROPERTIES AS DESCRIBED BELOW; DECLARING A PENALTY; AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS: PART 1: That Chapter 12, "Unified Development Ordinance," Section 4.2, "Official Zoning Map," of the Code of Ordinances of the City of College Station, Texas, be amended as set out in Exhibit "A" and Exhibit "B," and as shown graphically in Exhibit "C" and Exhibit "D," attached hereto and made a part of this ordinance for all purposes. PART 2: That any person, firm, or corporation violating any of the provisions of this chapter shall be deemed guilty of a misdemeanor, and upon conviction thereof shall be punishable by a fine of not less than Twenty-five Dollars ($25.00) nor more than Two Thousand Dollars ($2,000.00). Each day such violation shall continue or be pernlitted to continue, shall be deemed a separate offense. Said Ordinance, being a penal ordinance, becomes effective ten (10) days after its date of passage by the City Council, as provided by Section 35 of the Charter of the City of College Station. PASSED, ADOPTED and APPROVED this 10th day of December, 2009 APPROVED : MAY OR ATTEST: City Secretary APPROVED: , T& ,? ,,' ,[," ,{ / //LL4 1.6- /// City Attolag l 4 {y ORDINANCE NO. EXHIBIT "A" Page 2 That Chapter 12, "Unified Development Ordinance," Section 4.2, "Official Zoning Map," of the Code of Ordinances of the City of College Station, Texas, is hereby amended as follows: The following property is rezoned from C-1 General Commercial to PDD Planned Development District: Lot 2R, Block 2, Pooh's Park Subdivision. ORDINANCE NO. EXHIBIT "B" Page 3 The applicant has provided the following information related to the purpose and intent ofthe proposed zoning district: "The purpose of the PDD zoning district is to allow the development of this infill tract to include 4,000 square feet of first floor retail, restaurant, office, health studio, and/or personal service uses facing FTolleinan, behind and above which will be multi-family units. There will be approximately 36 units housed in mirltiple structures ranging in height with a maximum of three stories. The residential density will be approxiinately 28 units per acre in this mixed use development." The structure closest to Holle~nan on the Concept Plan must be a vertical mixed-use structure with all groimd floor uses being non-residential. The prima~y store fronts shall be oriented to I-Iolleman Drive. At the time of site plan, the project will need to meet all applicable site and architectural requirements required by the Unified Development Ordinance, including, but not limited to landscape, attached signage, and non-residential architectural standards (for non-residential portion of the building). Through the PDD, the following meritorious modifications have been granted: 1. Section 7.2.1 "Number of Off-Street Parking Spaces Required'' of the Unified Development Ordinance The parking requirement shall be 1 parlcing space per bedroom for the residential units and a minimum parking requirement of 1 parking space per 250 square feet of non-residential uses. 2. Section 7.2.E "Interior Islands" of the Unified Development Ordinance No interior parking island are required in side or rear parking areas. 3. Section 5.4 "Non-Residential Dimensional Standards'' of the Unified Development Ordinance No minimum front setback is required from I-Iolleman Drive to allow the mixed-use structurc to be located closer to IIolleinan Drive. Additionally a 15-foot rear setback has been - granted. Side selback will remain 7.5 feet. 4. Section 7.1.2 "Single-Fanlily P~*otection" of the Unified Development Ordinance The height of the structures are not limited by the adjacent single-family struchires to the south because, as designated on the Colnpreherlsive Plan, the fiiture use of the property lo the south is also high-dcnsity Urban Mixed Use. The maximum height of the structures is three stories. 5. Section 7.63 "Buffer Standards" of thc Unified Development Ordinance No buffer is required adjacent to the single-family devclopment to the south because, as designated on the Comprehensive Plan, the future use of the property to the south is also a high-density Urban Mixed Use. ORDINANCE NO. EXHIBIT "C" 2 M 31SSYl Page 4 .-. .-~~ -~ ~ . L 1Z-60 INOZ3H 3kilN33 3lNlOd J1OM 1 c 68vang dr?~ on I~!JIS!O luaudolanaa pauueld aad le!~anpul-pn~aluw 2 - 3 #> 1 ~enuap!sati xaldna z - ti I?!JIS!O luawdola~apatl oati luaudolaha0 asnpax!W pauueld anw-d 1e!alawwo3 lelaua~ I - 3 le!!uaP!sa8 AI!WE~ a16u!s a I - a ~~IJ~AO JO~~JJO~ AO luaudolanaa pus 43lea~aa 0 '8 ti leuo!ssa~o~~an!~e~~s!u!ww d -v le!iuap!saa Al!wej a!6u!S I - a aleS4uo~ le!luap!satl E - 3~ A~;s~an!un pue a6allo3 n - 3 wed atuoH paJnpejnuew L - ti mishIpqns ie!luap!saE pna 80 -Y ale64)n~ I~~I!SURJL z - DN le!Jlsnpul heaH z - w Al!uej-!l!nm .Q!suaa 461~ 9 -a uado 1s~nlln~!~6v 0 -Y ~IP~~IJON a~o3 I - 3~ !eu~snpul 146!i I - w Al!ued-!llnw P - 8 JoP!Jm3 -ha0 xaa~3 uad ~IOM 3d~ le!aJauuo3 1qfi!7 c - 3 asnotluml c - slw~sla 6~1~02 December 10, 2009 Regular Agenda Item No. 5 Code Coordination Sub-committee Formation and Appointments To : Glenn Brown, City Manager From: Bob Cowell, AICP, Director of Planning & Development Services Agenda Caption: Presentation, possible action, and discussion regarding the establishment of a Code Coordination Sub-committee of various Boards, Commissions, and Council involved in the implementation and enforcement of the Unified Development Ordinance and other development related regulations and standards and appointment of membership to the same. Recommendation(s): Staff recommends the Council form the sub-committee based on the criteria provided in the attached memo and that Council members and members from the other Boards and Commissions be appointed. Summary: At their annual Council retreat, the Council prioritized the establishment of a 'UDO Oversight Committee". At a recent Council meeting, the Council instructed staff to bring this item forward at a future Council meeting for discussion. Staff presented this item to Council in September at which time Council concurred with the staff proposals and asked that the item be brought back for formal ratification and sub-committee appointments. -the attached memo provides the form of the sub-committee, its charge, composition, etc. It is anticipated that the first meeting of the sub-committee will be held in January 2010. Budget & Financial Summary: NA Attachments: 1. Staff Memo November 9, 2009 To : City Council From: Bob Cowell, AICP, Director of Planning & Development Services RE: Establishment of a Code Coordination Sub-committee Code Coordination Sub-committee (CCC) Purpose : Facilitate coordination among the Council, Boards, and Commissions that use/implement City development codes and regulations resulting in an effort to keep the codes and regulations responsive to current needs and methods. Scope of Authority: The Sub-committee is a coordination committee offering analysis and recommendation to the Council regarding adopted codes and regulations. The Sub-committee is not a decision-making body nor is it intended to review specific amendments to codes and regulations, which remain the purview of the P&Z Commission and City Council. Membership: The Sub-committee shall consist of the following members: (2) City Council appointees - The Mayor and one other Council Member. The Sub-committee shall be chaired by the Mayor or his appointee The Chair of the Planning & Zoning Commission or his/her designee The Chair of the Zoning Board of Adjustment or his/her designee The Chair of the Design Review Board or his/her designee The Chair of the Landmark Commission or his/her designee Meetings: The Sub-committee shall meet as deemed necessary by the membership but not less than quarterly. One of the meetings shall be concurrent with the annual Comprehensive Plan and UDO reviews conducted by the P&Z Commission and City Council. Miscellaneous: The Sub-committee shall be supported by the staff of the Planning & Development Services and other City staff as deemed necessary. The Sub-committee shall develop and maintain Rules of Procedure to govern their operations.