HomeMy WebLinkAboutJanuary 13, 2009 Agenda
AGENDA
CITY OF DENTON CITY COUNCIL
January 13, 2009
After determining that a quorum is present, the City Council of the City of Denton, Texas will
nd
convene in 2 Tuesday Session on Tuesday, January 13, 2009 at 4:00 p.m. in the City Council
Work Session Room at City Hall, 215 E. McKinney Street, Denton, Texas at which the
following item will be considered:
nd
NOTE: A 2 Tuesday Session is used to explore matters of interest to one or more City Council
Members or the City Manager for the purpose of giving staff direction into whether or not such
matters should be placed on a future regular or special meeting of the Council for citizen input,
nd
City Council deliberation and formal City action. At a 2 Tuesday Session, the City Council
generally receives informal and preliminary reports and information from City staff, officials,
members of City committees, and the individual or organization proposing council action, if
invited by City Council or City Manager to participate in the session. Participation by
individuals and members of organizations invited to speak ceases when the Mayor announces the
nd
session is being closed to public input. Although 2 Tuesday Sessions are public meetings, and
citizens have a legal right to attend, they are not public hearings, so citizens are not allowed to
participate in the session unless invited to do so by the Mayor. Any citizen may supply to the
City Council, prior to the beginning of the session, a written report regarding the citizen’s
opinion on the matter being explored. Should the Council direct the matter be placed on a
regular meeting agenda, the staff will generally prepare a final report defining the proposed
action, which will be made available to all citizens prior to the regular meeting at which citizen
input is sought. The purpose of this procedure is to allow citizens attending the regular meeting
the opportunity to hear the views of their fellow citizens without having to attend two meetings.
1. Receive a report, hold a discussion and give staff direction on the proposed RFSP #4237
Downtown Implementation Plan for professional services to include a Parking Plan,
Architectural Design Guidelines, Open Space and Linkages, and Land Use Analysis for
the Denton Downtown.
2. Receive a report, hold a discussion, and give staff direction regarding the size and timing
of future General Obligation Debt Service bond programs.
Following the completion of the Work Session, the Council will convene in Open Session to
consider the following:
1. Consider adoption of an ordinance accepting competitive bids and awarding a public
works contract for the construction of the Roselawn elevated water storage tank;
providing for the expenditure of funds therefor; and providing an effective date (Bid
4207–awarded to the lowest responsible bidder meeting specification, Landmark
Structures I, L.P. in the amount of $5,146,000). The Public Utilities Board will consider
this item at its January 12, 2009 meeting.
2. Consider adoption of an ordinance authorizing the City Manager to execute Change
Order Number One to the contract between the City of Denton and Fox Contractors, Inc.;
providing for the expenditure of funds therefor; and providing an effective date (Bid
3971–Roselawn 24-Inch Water Line Change Order Number One in the amount of
$67,089.75). The Public Utilities Board will consider this item at its January 12, 2009
meeting.
City of Denton City Council Agenda
January 13, 2009
Page 2
3. Consider approval of a resolution of the City Council of the City of Denton, Texas,
appointing a primary and alternate member as an official voting representative to the
Regional Transportation Council (RTC) of the North Central Texas Council of
Governments; and providing an effective date.
NOTE: The City Council reserves the right to adjourn into a Closed Meeting on any item on its
Open Meeting agenda consistent with Chapter 551 of the Texas Government Code, as amended,
including without limitation, Sections 551.071-551.086 of the Texas Open Meetings Act.
C E R T I F I C A T E
I certify that the above notice of meeting was posted on the bulletin board at the City Hall of the
City of Denton, Texas, on the ________day of ___________________, 2009 at ________o'clock
(a.m.) (p.m.)
____________________________________
CITY SECRETARY
NOTE: THE CITY OF DENTON CITY COUNCIL WORK SESSION ROOM IS
ACCESSIBLE IN ACCORDANCE WITH THE AMERICANS WITH DISABILITIES ACT.
THE CITY WILL PROVIDE SIGN LANGUAGE INTERPRETERS FOR THE HEARING
IMPAIRED IF REQUESTED AT LEAST 48 HOURS IN ADVANCE OF THE SCHEDULED
MEETING. PLEASE CALL THE CITY SECRETARY'S OFFICE AT 349-8309 OR USE
TELECOMMUNICATIONS DEVICES FOR THE DEAF (TDD) BY CALLING 1-800-
RELAY-TX SO THAT A SIGN LANGUAGE INTERPRETER CAN BE SCHEDULED
THROUGH THE CITY SECRETARY’S OFFICE.
AGENDA INFORMATION SHEET
AGENDA DATE: January 13, 2009
DEPARTMENT: Planning
ACM: Fred Greene
SUBJECT
Receive a report, hold a discussion and give staff direction on the proposed RFSP #4237
Downtown Implementation Plan for professional services to include a Parking Plan,
Architectural Design Guidelines, Open Spaces and Linkages, and Land use Analysis for the
Denton Downtown.
RFSP INFORMATION
The Planning Department has prepared for your review RFSP #4237 Downtown Implementation
Plan for the Denton Downtown. The plan will be the catalyst to achieve the goals that define the
vision for downtown Denton as adopted by the Downtown Master Plan in 2003. The Plan will
also serve as a comprehensive approach to addressing a compilation of concerns expressed by
City Council, downtown merchants, and the development community for the downtown.
The Plan, to be prepared by the consultant that is awarded the RFSP, will consist of the
following elements: Parking; Architectural Design; Open Space and Linkages; and Land Use
Analysis with each component containing recommendations for specific action items to
implement: (1) A readily actuated and incremental comprehensive vision for the area; (2) Land
development regulations and a regulatory framework to facilitate economic development in the
area; (3) Establish and recognize an innovative and distinct downtown environment and
experience; and (4) Provide recommendations to existing policies, regulations, and code
provisions to implement the proposed Plan. The Denton Downtown Master Plan, the Denton
Plan, and the Denton Development Code will be used as the basis for all Plan element
recommendations.
The Plan will also be coordinated with the development of the downtown Denton Transit Center
currently in process. As proposed, the RFSP requests that each element be a subset of the overall
Plan that provides for its own scope of work and deliverable to ensure that the overall Plan may
be facilitated within a specified time frame. Although not included in the RFSP, the schedule for
completion will be negotiated with the consultant at the time a contract is awarded. It is also
important to note that given the nature of the project, a specific number of meetings has also not
been included in the proposal, as this will also be a negotiated item.
Agenda Information Sheet
January 13, 2009
Page 2
The boundary for the Architectural Design Guidelines will be similar to the boundary of the
Downtown Master Plan for the Downtown Core, except the Parking element of the Plan will
extend further east to Exposition Street.
ESTIMATED SCHEDULE OF PROJECT
After Council approval and completion of the project implementation schedule, staff will
negotiate with the consultant a schedule for completion that is acceptable to the City. This may
also include a varied completion schedule where certain elements of the Plan are completed
before the overall Plan.
PRIOR ACTION/REVIEW
After City Council review on January 13, this item is scheduled for review by the Downtown
Task Force on January 14, 2009.
FISCAL INFORMATION
The Proposed Professional Services Agreement for the Downtown Implementation Plan is
budgeted for FY 2009.
OPTIONS
1. Recommend staff proceed with the RFSP as presented.
2. Recommend staff amend the RFSP as directed.
3. Recommend staff postpone action on the RFSP.
EXHIBITS
1. RFSP #4237 Downtown Implementation Plan
2. Downtown Business Districts Map
Prepared by:
Brian Lockley, AICP
Planning Manager
2
EXHIBIT 1
CITY OF DENTON, TEXAS
RFSP # 4237
DOWNTOWN IMPLEMENTATION PLAN
City Council Work Session
JANUARY 13, 2009
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
I.INTRODUCTION
The City of Denton (City), through the Planning & Development Division, is interested
in receiving proposals to contract with a qualified planning, research, and design
consulting firm (Firm) with considerable experience in citizen
involvement/participation, planning, architectural design, market analysis, and
sustainability, to develop a Downtown Implementation Plan (Plan). The Plan will be the
catalyst to achieve the goals that define the vision for downtown Denton and will be
focused according to the boundaries in the attached Downtown Business Districts Map.
The Plan will consist of the following elements: Parking; Architectural Design; Open
Space and Linkages; and Land Use Analysis with each component containing
recommendations for specific action items to implement: (1) A readily actuated and
incremental comprehensive vision for the area; (2) Land development regulations and a
regulatory framework to facilitate economic development in the area; (3) Establish and
recognize an innovative and distinct downtown environment and experience; and (4)
provide recommendations to existing policies, regulations, and code provisions to
implement the proposed Plan. The Denton Downtown Master Plan, the Denton Plan,
and the Denton Development Code will be used as the basis for all Plan element
recommendations.
II.BACKGROUND
Denton, Texas is a Main Street City that tops a triangle formed by itself, Ft. Worth and
Dallas. Established in 1857, Denton is the county seat of Denton County and was named
for John B. Denton. The Denton Downtown Square is the heart of the city and has been
a focal point for commerce. The center-piece of the Downtown Square is the old Denton
County Courthouse which was erected in 1896 and restored in 1987. In 2002, the City
adopted the Denton Downtown Master PlanThe primary focus of the Plan is the
.
balance between encouraging development and exploring partnership opportunities with
private investors, while at the same time ensuring that proper design practices are
employed. Denton is a virtual orchestra of small town charm and big city arts, culture,
education and entertainment.
include: Arts & Jazz Festival; Arts, Antiques & Autos; Denton Blues Fest; Concerts on
the Square; Holiday Lighting Festival.
In 2011, Denton will serve as the terminus for the Denton County Transportation
Authority (DCTA) transit rail line. The rail line will provide passenger rail service from
Denton to the city of Carrollton, where riders may transfer to the Dallas Area Rapid
Transit (DART) system and continue into the Dallas/Fort Worth Metroplex. Two transit
stations will be built in the city of Denton. The Downtown transit station will be less
than one-half mile from the historic Downtown Square. The City is currently planning
Page 2 of 11
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
be pleasant and enjoyable. The firm selected will coordinate this effort with the
consultant developing the DCTA Downtown Transit Station Plan.
III.SCOPE OF WORK
A. EFFORT REQUIRED
1.
Downtown Parking Plan
a. Review and become familiar with 2002 Downtown Master
Plan, the Denton Plan, and the Denton Development Code, and any other
plan documents to gain insight into development issues within the study
area. This will also require meetings with appropriate departments
b. Conduct on-site examinations of designated Downtown parking areas
both on-street and off-street and perform parking counts and determine
peak times and usage requirements.
c. Consider planned transit station location and identify parking
requirements for bus, and passenger rail in the overall parking plan for
downtown.
d. Assess parking supply and demand and identify specific locations for
additional parking, shared parking, and new public facilities.
e. Perform an economic feasibility study of financing options (i.e., Tax
Increment Financing) for the provision of required parking spaces with
recommendations, as a funding mechanism for infrastructure
improvements.
Deliverable
A parking plan prepared on a block-by-block-basis that details the overall
parking supply and demand for on-street and off-street parking and
identify specific locations for additional parking, shared parking, and new
public facilities with recommendations for funding mechanisms over a
specified time period. Plan shall also include recommendations for
amendments to existing codes, planning policy decisions and regulations
that would impede implementation of the parking plan.
Page 3 of 11
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
Architectural Design Guidelines
a. Assist in the assembling of the Downtown Architectural Design
committee consisting of membership approved by the City.
b. Facilitate a design and data gathering charrette with the committee to
obtain input on desired architectural character of Downtown including
lighting, signage, setbacks, storefront details, landscaping, screening, and
streetscape elements.
c. Develop architectural elevations in support of the design guidelines that
detail the characteristics and elements of the overall design theme for the
project area and other features reflective of the history and culture of
downtown Denton, while also allowing for useful and respectful
innovations, such as design features that reflect the Leadership in Energy
and Environmental Design as well as Crime Prevention Through
Environmental Design guidelines. Become familiar with the Historic
resources survey as part of this effort.
d. Develop a solid waste plan as part of the guidelines to consolidate trash
revetments on Downtown streets, and screen and buffer areas. This will
include access issues and dumpster locations.
e. Regulating Plan (a schematic representation of the Downtown Master
Plan) illustrating the location of streets, blocks, public spaces, and other
special features.
Deliverable
Architectural Design Standards to be implemented for new construction
for all land uses in the project area and/or modifications, alterations, or
façade changes to existing structures, and recommendations for how plans
should be implemented.
Land Use Analysis
a. Analyze and review the current zoning of the project area and
recommend zoning and code changes to facilitate the Plan goals of the
Downtown Master Plan.
b. Prepare matrix of land uses that support Downtown
Development/Redevelopment with underlying zoning classifications by
percentage for project area. Matrix shall include density for residential
development.
Page 4 of 11
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
c. Plan shall include vertical and horizontal mixed-use design standards
for integration into downtown land uses along with an efficient process for
review and/or approval by the City.
d. Facilitate a data gathering charrette with the members of the
Architectural Design Committee, Planning and Zoning Commission, and
City Council to obtain input on land use classifications and appropriate
zoning to facilitate implementation of the Plan.
Deliverable
A plan for facilitation of zoning amendments to existing codes and land
use regulations and/or creation of new land use districts within the study
area with recommended guidelines and standards.
Open Space and Greenway Linkages
a. Facilitate a data gathering charrette with the members of the
Architectural Design Committee, Planning and Zoning Commission and
City Council to obtain input on existing open space and opportunities for
open space including streetscape nodes, plaza design integration into
building facade, and pedestrian and bicycle trail connections.The
consultant will also include potential locations for two dimensional and
three dimensional pieces of public art throughout the Plan area.
b. Public Space/Street Standards defining design attributes and geometries
for streets that balance the needs of motorists, pedestrians, bicyclists, and
transit riders while promoting a vital public realm. These standards should
include design specifications for pedestrian friendly sidewalks, travel lane
widths, on-and-off street parking, bicyclists, trees and lighting.
c. Prepare guidelines and standards for the development of Downtown
open space and greenway linkages that includes design elements for open
space by type of facility (i.e., plaza design v. traditional open space).
Deliverable
A plan for improving and increasing existing open space and greenway
linkages in the study area to support the planned Downtown transit
oriented development, and the increasing Downtown residential
development with recommendations for funding.
General
a. Prior to commencement of the Downtown Implementation Plan, the
City and selected consultant will conduct an initial meeting to review
project scope, project schedule, deliverables and planning process.
Page 5 of 11
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
b. Selected consultant will facilitate all stakeholder meetings and make all
needed presentations to Planning & Zoning Commission and City Council
and any other Council subcommittee necessary for review prior to
adoption of the Plan.
c. Prior to finalization of all documents the selected consultant shall
submit for review and comment a draft document to City representatives.
B. FIRM REQUIREMENTS
The Firm must demonstrate compliance with the following requirements:
1. Firm will not perform any work for private clients on projects that may be
Review or Permitting Process for the Downtown area. This does not
preclude the Firm from other private work not meeting this criterion.
2. Firm must have in its employment a multi-disciplinary staff of a size
sufficient to perform the services. These disciplines must include
Planning, Architecture, and Civil Engineering. The project manager must
be a Professional Architect, or Engineer licensed in the State of Texas, or
a Professional Planner holding an AICP designation with at least ten years
of development design and/or project management experience in Texas.
3. f continuity
or frequent changes in staffing for this Plan may result in termination of
the contract.
4. Firm will provide customer service to the City in accordance with the
.
5. Provide comments and feedback in a timely manner in accordance with
City timelines.
C. PROJECT IMPLEMENTATION SCHEDULE
proposed
1. The City has developed the following project implementation
schedule:
Distribution of RFP: To be determined
Proposal Submittal Deadline: To be determined
Firm Selection: To be determined
Firm Contract Negotiation: To be determined
Firm Contract Award: To be determined
Firm Starts Work: To be determined
Page 6 of 11
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
IV.SELECTION PROCESS
The responses should address each of the following areas in the same order in which they
are set forth below.
A. STATEMENT OF INTEREST
Provide a statement of interest relative to this specific project, including a
statement of availability to undertake this project, personnel proposed for the
project team, information on similar or relevant projects which the firm has
executed and describe the firm's approach and understanding of the project.
B. FIRMS ORGANIZATION
1. Name and Address of the Firm.
2. General overview of the Firm.
3. Firm Profile, including:
a. Type of firm (limited partnership, corporation, etc.).
b. Firm History and Age.
c. Firm Size (including number in each required discipline).
d. Areas of special concentration: particular attention should be paid to
identifying work in downtown development, specifically with parking
plans, open space, economic feasibility studies, downtown
architectural design guidelines, and land development code and zoning
analysis, and the preparation of land development code amendments.
e. Telephone number and fax number.
4. Description of the Team:
a. Identification of the proposed Project Manager.
b. Identification of key review personnel.
c. Organization Chart.
d. Resumes for each key individual on the team and definition of that
.
5. How the firm will be organized in order to provide continuity of project
review over time and on any individual development application.
6. Awards
Page 7 of 11
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
C. RELEVANT EXPERIENCE AND CAPABILITIES
whole will be rated by the City by a review of both completed and on-going
assignments, years of relevant experience, and credentials; greater weight will be
given to project experience within the past five (5) years containing the team
members proposed:
1. Relevant project experience information to include:
a. Entity Name and Location.
b. Project description with specific descriptions of responsibilities,
successes and failures related to project scope.
c. Nature of professional services delivered by Firm on each of these
relevant projects, including identification of the responsibility and
scope of the team member proposed for participation on the City
project.
d. List of municipal and private developer client references for relevant
projects with contact names and telephone numbers.
e. Past experience on similar and relevant projects.
2. Project Understanding:
a. Briefly describe your understanding of the project scope, important
issues, and City requirements.
3. Project Approach:
a. State briefly the F
considerations and challenges that must be addressed in this project,
and how the Firm intends to overcome them. Specifically address
consensus building and economic feasibility of implementation plan.
4. Team Organization:
a. Discuss the F
methods. Be specific with regard to internal and external
communications, quality control, electronic capabilities, and individual
responsibilities.
5. Relevant Experience:
a. Include three (3) examples of past work that has been adopted by a
local jurisdiction that demonstrates plans for downtown development.
Page 8 of 11
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
V.SELECTION PROCEDURES / DESCRIPTION OF PROCESS
All submissions of proposals must be received by 2:00 p.m. (local time) on (Date TBD) to
be considered.
A. SUBMITTAL OF PROPOSALS
1. One original copy signed by an officer authorized to bind the company, and
nine
(9) copies of your completed proposal must be submitted in a sealed
envelope by 2:00 p.m. on (Date TBD). Proposals may be mailed or hand
delivered. However, if sent by mail, the proposer is responsible for the timely
delivery of the proposal.
thirty
2. Proposals shall be no more than (30) 8-
cover sheet. An additional 1-page cover letter is also allowed.
3. Each sealed proposal shall be properly addressed with the name of the Firm and
#4237 Downtown Implementation Plan
the outside of the package and delivered to:
City of Denton
Materials Management/Purchasing
901-B Texas Street
Denton, TX. 76209
Attn: Tom Shaw
not
4. Proposals received after 2:00 p.m. on (Date TBD) will be considered, and
any proposal received after the scheduled closing time will be returned to the
Proposer unopened.
5. Questions concerning technical issues related to this proposal should be
directed Brian Lockley at 940-349-8378.
6. Questions concerning procurement issues related to this proposal shall be
directed to Tom Shaw at 940-349-7133.
B. PROPOSAL WITHDRAWAL
No proposal may be withdrawn after having been formally opened by the City.
C. LEGAL DISPUTES
Proposer agrees and stipulates that in the event any litigation should occur
concerning or arising out of any proposals submitted in response to a Request for
Proposal, the sole venue of any such legal action shall be in Denton County
Texas.
Page 9 of 11
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
D. CITY AND LICENSES
The Proposing Firm must be registered by the State of Texas to provide
engineering in the State and have a Texas registered professional engineer or any
other professional licensure required by the State to complete this project. Any
and all fees and taxes are the responsibility of the Proposer.
E. REJECTION OF PROPOSALS
The City reserves the right to:
1. Reject any and all proposals, and
2. Issue subsequent Requests for Proposals.
F. PROPOSER RESPONSIBILITY PROPOSAL COSTS
Proposer understands and agrees that this Request for Proposals does not obligate
the City to pay any costs incurred by the Proposer in the preparation and
submission of a proposal, or oral interview.
G. PROPOSALS PUBLIC INFORMATION
After evaluation and award by the City, the unsuccessful Proposer may request a
debriefing regarding their proposal. Please contact Tom Shaw at 940-349-7133.
H. PROPOSAL FORMAT
Telecopy (facsimile) proposals will not be accepted by the City.
I. EQUAL OPPORTUNITY/AFFIRMATIVE ACTION
All Equal Employment Opportunity laws apply to this project.
J. STANDARD REQUIREMENTS
Any resulting contract will be subject to the standard requirements, terms and
conditions of the City covering such contracts. An Official and signed copy of
the contract requirements (Agreement) will be furnished to the Firm awarded this
contract. Attac
modifications to the Agreement, other than the information needed to
consummate it, need to be addressed in the proposal. The City reserves the right
to consider these objections or modifications.
Page 10 of 11
RFSP #4237 DOWNTOWN IMPLEMENTATION PLAN
CANCELLATION
K.
The City reserves the right to cancel the contract if the services provided are not
by the City.
Payment will only be provided on those services that are performed prior to
possible cancellation of the contract.
VI.EVALUATION AND SELECTION PROCESS
A. PROPOSAL REVIEW
A Selection Team will review the proposals. This Selection Team will include
members of the staff of the City and others familiar with this proposed project.
Selection for the professional services in this request will be made on the basis of
demonstrated competence and qualifications to perform the services required.
for an oral interview, if necessary. Once this selection has been made, the City
will attempt to negotiate a contract with the selected Firm at a fair and reasonable
price. Evaluation of proposals will be based on the following:
1. Identification and understanding of
project; this includes an understanding of the codes, processes, and overall goals
that define the vision for Downtown Denton: FACTOR 40%
nd
complexity: FACTOR 30%
15%
4. Experience and qualifications of key personnel available for this project:
FACTOR 15%
B. FURTHER INFORMATION
The City has the option to request that a firm provide further information in order
to complete the evaluation.
C. CONTRACTING
The selected firm will be offered a contract to perform these services.
D. NOTIFICATION
All Proposers will be notified of the Firm selected to perform the requested work,
upon final determination by the City.
Page 11 of 11
COLLEGE
SAWYER
BARBER
PEARL
PECAN
OAK
ARTSCORRIDOR
STROUD
DowntownBusiness
PRAIRIE
Districts
Legend
HIGHLAND
DowntownMasterPlan
ArchitecturalDesignBoundary
ParkingStudyBoundary
Streets
Parcels
?
BOARDWALK
3101550310Feet
November2008
AGENDA INFORMATION SHEET
AGENDA DATE:
January 13, 2009
DEPARTMENT:
Finance
ACM:
Jon Fortune
______________________________________________________________________________
SUBJECT
Receive a report, hold a discussion, and give staff direction regarding the size and timing of
future General Obligation Debt Service bond programs.
BACKGROUND
The FY 2008-09 Capital Improvement Program budget anticipated the sale of $25.7 million in
General Obligation and Certificate of Obligation bonds to construct a number of projects. Of
this amount, $10.3 million in General Obligation bonds was intended to be sold to construct a
number of street improvements and other miscellaneous projects. The issuance of these bonds is
the final sale related to the 2005 Bond Program that was approved by voters. In addition, $14.7
million in Certificates of Obligation was intended to be sold in FY 2008-09 to construct the
Public Safety Training Facility, replace vehicles, and provide funding for a number of other
projects.
During the FY 2008-09 budget process, staff discussed the appraised value growth estimates that
were being used in the General Fund as part of the five year financial forecast. As you may
recall, staff originally estimated appraised values would grow by 9% in FY 2008-09. This was
subsequently revised to 7% after receiving our preliminary appraised values, and the final
appraised value growth figure was 3.31% once we received the certified values from the Denton
Central Appraisal District. Following this information, staff adjusted our long term growth
estimates to 4% in FY 2009-10 from the previously estimated 7% growth factor. All other years
in the five year forecast were left at a 7% growth factor for appraised values. These same
appraised value estimates are included in the General Obligation Debt Service Fund long term
financial plan as well.
As the economy has continued to deteriorate, staff has become concerned that the appraised
value growth estimates included in the financial forecast may be too aggressive. As such, we
have prepared some revised projections in the attached PowerPoint presentation to illustrate the
financial impact of a revised appraisal growth assumption. In addition, we have also provided
various scenarios to illustrate our debt issuance possibilities and the financial impact associated
with these plans. The purpose of this item is to discuss the potential debt service options
presented and our funding strategy during the coming year.
Agenda Information Sheet
January 13, 2009
Page 2
EXHIBITS
Power Point Presentation
Respectfully Submitted By:
Bryan Langley
Director of Finance
AGENDA INFORMATION SHEET
AGENDA DATE:
January 13, 2009Questions concerning this
acquisition may be directed
DEPARTMENT:
Materials Management to Frank Payne 349-8946
ACM:
Jon Fortune
SUBJECT
Consider adoption of an Ordinance accepting competitive bids and awarding a public works
contract for the construction of the Roselawn 2.5 MG capacity Elevated Water Storage Tank;
providing for the expenditure of funds therefor; and providing an effective date (Bid 4207-
awarded to the lowest responsible bidder meeting specification, Landmark Structures I, L.P. in
the amount of $5,146,000). The Public Utilities Board will consider this item at its January 12,
2009 meeting.
BID INFORMATION
The Roselawn Elevated Storage Tank project consists of the construction of a 2.5 million gallon
(MG) Elevated Storage Tank on Roselawn Drive
Capital Improvement Program (CIP) for construction in FY2009. The tank will be in the 826
pressure plane and is intended to provide enhanced service delivery to south Denton (for location
refer to Exhibit 1). A complete description of the project and bid process is included in the
attached Public Utilities Board agenda information sheet (Exhibit 2).
RECOMMENDATION
Award to Landmark Structures I, L. P. in the base bid amount of $5,065,000 plus Additive
Alternate 3A in the amount of $81,000 for a total award of $5,146,000.
PRINCIPAL PLACE OF BUSINESS
Landmark I, L.P.
Ft. Worth, TX
ESTIMATED SCHEDULE OF PROJECT
Construction of the tank is estimated to be completed by summer 2010.
Agenda Information Sheet
January 13, 2009
Page 2
FISCAL INFORMATION
This project will be funded from accounts 630157515.1360.40100 in the amount of
$5,006,301.43 and 630157516.1360.40100 in the amount of $139,698.57. Requisition 91367 has
been entered in the Purchasing software system.
EXHIBITS
Exhibit 1: Location Map
Exhibit 2: Public Utilities Board Agenda Information Sheet Without Exhibits
Exhibit 3: Bid Tabulation
Respectfully submitted:
Tom Shaw, C.P.M., 349-7100
Purchasing Agent
1-AIS-Bid 4207
Exhibit 1
Exhibit 2
PUBLIC UTILITIES BOARD AGENDA ITEM #
AGENDA INFORMATION SHEET
AGENDA DATE:
January 12, 2009
DEPARTMENT:
Utility Administration
ACM:
Howard Martin, Utilities, 349-8232
______________________________________________________________________________
SUBJECT
Consider approval of Bid No. 4207 Roselawn Elevated Storage Tank project to Landmark
Structures I, L.P. in an amount not to exceed $5,146,000.00.
BACKGROUND
The Roselawn Elevated Storage Tank project consists of the construction of a 2.5 million gallon
(MG) Elevated Storage Tank on Roselawn Drive
Capital Improvement Program (CIP) for construction in FY2009. The tank will be in the 826
pressure plane and is intended to provide enhanced service delivery to south Denton (for location
refer to Exhibit 1).
Bids for the project were structured with a base bid for the 2.5 MG capacity, 35-foot head range
tank and an alternative bid for a larger, 3.0 MG, 40-foot head range capacity. Water Utilities
pursued pricing on the alternative bid in the interests of evaluating the ability to obtain additional
service delivery volume at the current outer reaches of the distribution system while taking
advantage of the base bid pricing (economy of scale). It is worth noting that the current draft
model shows that the next tanks to be constructed in this pressure plane are scheduled for year
2017 (south of the Southridge neighborhood in a fairly populated area, so location will likely be
refined or at least subject to debate) and for year 2032 (far western part of the City serving
primarily the Cole Ranch and adjacent properties). Both the base bid and the alternate bid
the receipt of favorable bids: Upper level storage floor (storage primarily for operator
convenience), staircase access (as opposed to ladder access) and an accelerated delivery date (up
to 50 days earlier than the base bid time of 500 calendar days). The purpose of the accelerated
delivery date was to allow the City to evaluate the costs associated with asking the contractor to
achieve substantial completion prior to summer 2010.
Bids for the project were received on December 16, 2008. There were a total of three bidders,
with bids ranging from a low base bid of $4,585,000.00 to a high base bid of $5,255,000.00.
Landmark Structures I, L.P. of Fort Worth, Texas submitted the low base bid and the low
alternative bid for the 3.0 MG capacity at $5,065,000.00. The tabulation of bids received is
included herein as Exhibit 2.
preliminary (circa May 2007) opinion of probable construction cost for the
project was $3.60 million dollars. As time passed and the design phase progressed, the estimate
also changed, reflecting the more complete design and, in all likelihood, the trends in the bidding
Exhibit 2
AIS PUB Agenda Item #
January 12, 2009
Page 2 of 3
market. Staff programmed $3.96 million into the CIP for FY 2009, and the final opinion of
probable cost published by the Engineer prior to receipt of the bids was $4,216,400 for the base
bid and $4,703,900 for the 3.0 MG bid alternate. These numbers do not include the additive
alternate items.
OPTIONS
As can be seen from a review of Exhibit 2, there are a number of available options with regard to
bid award, not only between the base bid and the alternative bid but also with regard to the
additive alternates. Staff will not attempt to lay out all of the possible alternatives in this backup.
Instead, a short discussion on the base versus the alternative bid, as well as the additive alternates
will be presented.
The low based bid amount of $4,585,000.00 for the 2.5 MG tank represents a cost of
approximately $1.83/gallon for the construction of this tank. The low alternative bid of
$5,065,000.00 for the 3.0 MG tank represents a cost of approximately $1.69/gallon for the
construction of the larger tank. The differential cost per gallon for the extra 0.5 MG in tank size
equates to approximately $0.96/gallon. This dollar value represents a fairly significant savings
per gallon over the future cost of providing this storage in the distribution system. Water
Utilities is interested in considering the additional storage capacity as a means of possibly
delaying the construction of additional tanks while observing the actual development and growth
of the population and corresponding system demands.
The bid alternatives are somewhat simpler to evaluate:
1. Additive Alternate 1 (upper level storage floor) for either the base or alternate bid will add
$186,000.00 to the cost of the low bid. The upper level storage floor adds approximately
2,640 square feet of storage space to the project at a unit cost of $70.43 per sq. ft. This item
is primarily related to operator convenience.
2. Additive Alternate 2 (staircase access as opposed to ladder access) for either the base or
alternate bid will add $81,000.00 to the cost of the low bid. This item is desirable not only
from a convenience but also from a safety standpoint.
3. Additive Alternate 3 (accelerated delivery) will add up to $200,000.00 to either the base or
the alternate bid. This item was included in order to determine the cost for substantial project
completion (tank operational) as early as May 2010. An additional 50 calendar days should
have the tank operational by July 2010. Inasmuch as the main system peak demand is not
typically seen until late July, this additive alternate is not deemed to be worth the additional
costs.
RECOMMENDATION
Staff recommends award of the construction contract to Landmark Structures I, L.P. in the
amount of $5,146,000.00. This amount is reflective of the costs to construct the alternative, 3.0
MG, 40-foot head range tank with the inclusion of Additive Alternate 2 for staircase access.
PRIOR ACTION/REVIEW (Council, Boards, Commissions)
None.
Exhibit 2
AIS PUB Agenda Item #
January 12, 2009
Page 3 of 3
FISCAL INFORMATION
A total of $3,960,000.00 was included in the Capital Improvement Program for the construction
of the Roselawn Elevated Storage Tank project in FY2009. Refer to Exhibit 3 for the CIP detail
sheet. Supplemental funding for the balance of the tank costs is available from previous bond
sales.
BID INFORMATION
Refer to Exhibit 2.
DATE SCHEDULED FOR COUNCIL APPROVAL
January 13, 2009.
EXHIBITS
1. Location Map
2. Bid Summary
3. CIP Detail Sheet
Respectfully submitted,
Frank G. Payne, P.E.
City Engineer
Exhibit 3
BID # 4207
DATE: DECEMBER 16, 2008
ROSELAWN 2.5 MG ELEVATED STORAGE
TANK
DESCRIPTIONVENDORVENDORVENDOR
Landmark
Caldwell Tanks
CB&I Inc.
Structures I LPInc.
The Woodlands,
PRINCIPAL PLACE OF BUSINESS:
Ft Worth, TX
Louisville, KY
TX
BASE BID (2.5-MG CAPACITY ELEVATED STORAGE TANK
WITH 35' HEAD RANGE)
ITEM 1B AMOUNT OF BASE BID
$4,585,000.00$5,060,000.00$5,255,000.00
ITEM 2B AMOUNT OF BASE BID + ADDITIVE ALTERNATE
$186,000.00$195,000.00$250,000.00
ITEM 3B AMOUNT OF BASE BID + ADDITIVE ALTERNATE
$81,000.00 $57,000.00 $180,000.00
ITEM 4B AMOUNT OF BASE BID + ADDITIVE ALTERNATES
$200,000.00 No Bid$50,000.00
2B & 3B
BASE BID (3.0-MG CAPACITY ELEVATED STORAGE TANK
WITH 40' HEAD RANGE)
ITEM 1A AMOUNT OF BASE BID
$5,065,000.00
$5,437,000.00 $5,850,000.00
ITEM 2A AMOUNT OF BASE BID + ADDITIVE ALTERNATE
$186,000.00 $195,000.00 $250,000.00
ITEM 3A AMOUNT OF BASE BID + ADDITIVE ALTERNATE
$81,000.00
$57,000.00 $180,000.00
ITEM 4A AMOUNT OF BASE BID + ADDITIVE ALTERNATES
$200,000.00 No Bid$50,000.00
2A & 3A
yes
ADDENDUM 1yesyes
yes
ADDENDUM 2yesyes
BID BONDyes
yesyes
ORDINANCE NO. _________
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF THE ROSELAWN 2.5 MG CAPACITY
ELEVATED WATER STORAGE TANK; PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 4207-AWARDED TO THE
LOWEST RESPONSIBLE BIDDER MEETING SPECIFICATION, LANDMARK STRUCTURES
I, L.P. IN THE AMOUNT OF $5,146,000).
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of State law and
City ordinances; and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein;
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids:
BID
NUMBER CONTRACTOR AMOUNT
4207 Landmark Structures I, L.P. $5,146,000
SECTION 2. The acceptance and approval of the above competitive bids shall not constitute
a contract between the City and the person submitting the bid for construction of such public works
or improvements herein accepted and approved, until such person shall comply with all requirements
specified in the Notice to Bidders including the timely execution of a written contract and furnishing
of performance and payment bonds, and insurance certificate after notification of the award of the
bid.
SECTION 3. The City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein.
SECTION 4. Upon acceptance and approval of the above competitive bids and the execution
of contracts for the public works and improvements as authorized herein, the City Council hereby
authorizes the expenditure of funds in the manner and in the amount as specified in such approved
bids and authorized contracts executed pursuant thereto.
SECTION 5. This ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the day of ,2009.
______________________________
MARK A. BURROUGHS, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
BY: _________________________________
4-ORD-Bid 4207
éÕÔÊÍÜÖØÑØ×ÉÛÑÜÏÒÔÏÉØÏÉÔÎÏÜÑÑÄ
AGENDA INFORMATION SHEET
AGENDA DATE:
January 13, 2009Questions concerning this
acquisition may be directed
DEPARTMENT:
Materials Management to Frank Payne 349-8946
ACM:
Jon Fortune
SUBJECT
Consider adoption of an Ordinance authorizing the City Manager to execute Change Order
Number One to the contract between the City of Denton and Fox Contractors, Inc.; providing for
the expenditure of funds therefor; and providing an effective date (Bid 3971-Roselawn 24-Inch
Water Line Change Order Number One in the amount of $67,089.75). The Public Utilities Board
will consider this item at its January 12, 2009 meeting.
CHANGE ORDER INFORMATION
The Roselawn Drive 24-Inch Water Line project (see Exhibit 1) includes the construction of
approximately 7,110 linear feet of twenty four inch (24-in), 114 linear feet of twenty inch (20-
in), and 450 linear feet of eight inch (8-in) water lines paralleling Roselawn Drive from Bonnie
Brae east/northeast to Bernard Street.
part of the water line contract in order to take advantage of favorable pricing on the pipe. The
additional work associated with this feed line will consist of the construction of approximately
680 linear feet of water line from STA 47+17.99 on the main pipeline (located at the existing
right-of-way for Roselawn Circle and the future entrance road to the tank site) north to the
Roselawn Elevated Storage Tank. The addition of this work to the contract will result in a net
increase of $82,384.75.
In addition to this pipeline item, the project also originally included the construction of
approximately 4,165 linear feet of permanent barbed wire fencing across the property owned by
Rayzor Investments. Rayzor Investments has since notified the City that they intend to, and in
fact, prefer to construct their own fencing on this property. For this reason, the line items in the
bid associated with this fence construction are being deleted from the contract. The deletion of
this work from the contract will result in a net decrease of $15,295.00.
The total net change order amount of these two items is an additional $67,089.75, resulting in a
modified contract amount of $1,171,672.39 (refer to Exhibit 2), which represents an
approximately 6 % increase to the original contract amount.
Agenda Information Sheet
January 13, 2009
Page 2
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
The contract for this project was awarded to Fox Contractors, Inc. on May 6, 2008 in the amount
of $1,104,582.64.
RECOMMENDATION
Approve Change Order Number One in the amount of $67,089.75 for a total bid award amount
of $1,171,672.39.
PRINCIPAL PLACE OF BUSINESS
Fox Contractors, Inc.
Midlothian, TX
ESTIMATED SCHEDULE OF PROJECT
It is anticipated that the construction of the additional work on this project can be completed by
March 2009.
FISCAL INFORMATION
Change Order Number One will be paid from account number 630166515.1365.40100.
EXHIBITS
Exhibit 1: Location Map
Exhibit 2: Change Order One
Respectfully submitted:
Tom Shaw, C.P.M., 349-7100
Purchasing Agent
1-AIS-RFSP 4206
Exhibit 2
ORDINANCE NO. __________
AN ORDINANCE AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER
NUMBER ONE TO THE CONTRACT BETWEEN THE CITY OF DENTON AND FOX
CONTRACTORS, INC.; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND
PROVIDING AN EFFECTIVE DATE (BID 3971-ROSELAWN 24-INCH WATER LINE
CHANGE ORDER NUMBER ONE IN THE AMOUNT OF $67,089.75).
WHEREAS, on May 6, 2008 by Ordinance No. 2008-094, the City awarded a public works
contract to Fox Contractors, Inc., in the amount of $1,104,582.64 for the Roselawn Drive 24 Inch
Water Line; and
WHEREAS, the Staff having recommended, and the City Manager having recommended to
the Council that a change order be authorized to amend such contract agreement with respect to the
scope of work and an increase in the payment amount, and said change order fees under the proposed
contract are fair and reasonable and are consistent with and not higher than the recommended
practices and fees published by the professional associations applicable
and such fees do not exceed the maximum provided by law; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The Change Order Number One, increasing the amount of the contract between
the City and Fox Contractors, Inc., which is on file in the office of the Purchasing Agent, in the
amount of Sixty Seven Thousand Eighty Nine and 75/100 ($67,089.75) Dollars, is hereby approved
and the expenditure of funds therefor is hereby authorized in accordance with said change order. The
total purchase order amount increases to $1,171,672.39.
SECTION 2. This ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the day of , 2009.
______________________________
MARK A. BURROUGHS, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: _________________________________
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
BY: _________________________________
3-ORD-Bid 3971 Change Order 1
AGENDA INFORMATION SHEET
AGENDA DATE:
January 13, 2009
DEPARTMENT:
Transportation Operations
ACM:
Howard Martin, 349-8232
SUBJECT
Consider the approval of a resolution of the City Council of the City of Denton, Texas,
appointing a primary and alternate member as an official voting representative to the Regional
Transportation Council (RTC) of the North Central Texas Council of Governments; and
providing and effective date.
BACKGROUND
Due to substantial population growth in the North Texas Region, the North Central Texas
Council of Governments (NCTCOG) RTC approved a revision to its Bylaws and Operating
Procedures to reflect changes in membership based on the NCTCOG’s most recent population
and employment figures. Additionally changes were made to reflect anticipated expansion of the
Metropolitan Planning Area Boundary to included Wise, Parker, Hood, Kaufman and Hunt
Counties.
The revision included a provision to cluster the City of Denton with several Denton County
municipalities with populations greater than 5,000 to meet a population threshold of
approximately 208,000 per each RTC seat. The Cities of Denton, Corinth, Highland Village,
Lake Dallas, Little Elm and Sanger now share a seat on the RTC. The Bylaws and Operating
Procedures state that the person representing a group of several cities (cluster cities) shall be
selected by the mayors using a weighted vote of the maximum population or employment of the
cities represented. This population and employment formula result in the City of Denton as the
weighted majority entity for RTC representation. The representatives selected shall serve a two-
year term beginning in June of even-numbered years and shall currently serve on the governing
body they represent. The 2008 RTC Bylaws revision allows for each seat on the RTC to have an
alternate member in addition to the primary member. The alternate member will have voting
capability and can represent the group should the primary member not be able to attend a
particular meeting.
PRIOR ACTION/REVIEW:
The Mayor requested letters of support in November from the Mayors of Corinth, Highland
Village, Lake Dallas, Little Elm and Sanger.
SCHEDULE
RTC representatives serve a two-year term beginning in June of even numbered years. This
representatives designated at this time will serve until the end of May 2010.
EXHIBITS
1.Resolution
2.Letter of Support, Little Elm
3.Letter of Support, Sanger
Respectfully submitted:
Mark Nelson,
Transportation Director
a~geh
~7TEXAS
November 17, 2008
Honorable Mayor Mark A. Burroughs
pity of Denton
215 E. McKinney Street
Denton, Texas 7G20~
Dear Mayor Burroughs:
I would like to offer my support to serve as an Alternate to the Regional Transportation
CDUnCII.
~f you need any further informa~on please feel free to contact me.
Sincerely,
Joe Higgs
Mayor
P.Q. BOX i7z9 wWW.SANGERTEXAS.ORG 94~-458-7930
SANGER, TEXAS 76z6b 940-458-4~8o FAX