Loading...
HomeMy WebLinkAboutAgenda_GGAF_04.28.2021Notice of Meeting for the General Gov ernment and F inance Adv isory BoardGeneral Gov ernment and F inance (G G AF ) Adv isory B oard Meeting of the City of Georgetown April 28, 2021 at 4:30 P M at Virtual T he C ity of G eorgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you require as s is tance in partic ipating at a public meeting due to a disability, as defined under the ADA, reas onable as s is tance, adaptations , or ac commodations will be provided upon request. P leas e c ontact the C ity S ec retary's O ffic e, at leas t three (3) days prior to the sc heduled meeting date, at (512) 930-3652 or C ity Hall at 808 Martin Luther King Jr. S treet, G eorgetown, T X 78626 for additional information; T T Y users route through R elay Texas at 711. Consiste nt with Gover nor Gr eg A bbott’s suspension of var ious provisions of the O pen M ee tings A ct, e ffec tive A ugust 1, 2020 and until fur the r notic e, to r educ e the c hance of C O V I D-19 tr ansmission, all C ity of Ge orge town Advisor y B oar d mee tings will be held vir tually. P ublic c omment will be allowed via telec onfer ence ; no one will be allowed to appear in pe rson. To participate , please c opy and paste the following we blink into your browse r: Weblink: J oin Zoom M e eting https://geor getowntx.zoom.us/j/97243157039? pwd=V k RmS k1 D M D J Q W G U4c H hxc Wd C U W V R U T09 M e eting I D: 972 4315 7039 P assc ode : 440626 O ne tap mobile +13462487799,,97243157039#,,,,*440626# U S (H ouston) +16699006833,,97243157039#,,,,*440626# U S (San J ose) Dial by your loc ation +1 346 248 7799 U S (H ouston) +1 669 900 6833 U S (San J ose) +1 253 215 8782 U S (Tac oma) +1 312 626 6799 U S (Chic ago) +1 929 205 6099 U S (Ne w Yor k) +1 301 715 8592 U S (Washington D C) 833 548 0282 U S Toll-fre e Page 1 of 105 877 853 5257 U S Toll-fre e 888 475 4499 U S Toll-fre e 833 548 0276 U S Toll-fre e M e eting I D: 972 4315 7039 P assc ode : 440626 F ind your loc al numbe r: https://geor getowntx.zoom.us/u/acl X4hmM l D Citizen comme nts are acc epted in thr ee differ ent for mats: 1. Submit written comme nts to sharon.par ke r@ge orge town.org by noon on the date of the mee ting and the R ec ording S ec re tary will r ead your c omments into the r ec ording during the item that is being discussed. 2. L og onto the mee ting at the link above and “r aise your hand” during the item. 3. Use your home /mobile phone to call the toll-fre e numbe r To join a Zoom me eting, c lick on the link provided and join as an attende e. You will be aske d to e nte r your name and email addre ss (this is so we can ide ntify you when you ar e c alled upon). To spe ak on an item, clic k on the “Raise your H and” option at the bottom of the Zoom mee ting we bpage once that ite m has opened. Whe n you are calle d upon by the Re cor ding Se cr etar y, your devic e will be r emotely un-muted by the A dministrator and you may spe ak for thre e minute s. P lease state your name clear ly, and when your time is over, your de vice will be muted again. Use of pr ofanity, thr eate ning language, slande rous r emarks or thr eats of harm are not allowed and will re sult in you be ing imme diately re moved fr om the mee ting. Regular Session (T his R egular S es s ion may, at any time, be rec es s ed to c onvene an Exec utive S es s ion for any purpose authorized by the O pen Meetings Act, Texas G overnment C ode 551.) A Disc ussion on how this virtual c onference will be c onducted, to inc lude options for public c omments and how the public may addres s the C ommis s ion –Tommy G onzalez, G G AF C hair B C ons ideration and possible actio n to ap p ro ve the minutes from the Marc h 10, 2021 G eneral G overnment and F inanc e Advisory Board Meeting - S haron P arker, Board Liais on C Elec tion of a Vice chair and S ec retary for the G eneral G overnment and F inance Advis ory Board - Tommy G onzalez, Board C hair D R eview and dis cus s G eneral G overnment and F inance Board (G G AF ) purpos e and bylaws – Tommy G onzalez, Board C hair E R eview of the C ity C ounc il’s Boards and C ommissions Attendance P olicy – Tommy G onzalez, Board C hair Page 2 of 105 F Disc uss dates/times for future G eneral G overnment and F inance Board (G G AF ) meetings – Tommy G onzalez, Board C hair G C ons ideration and possible action to recommend approval of the purchas e of S tryker P ower Load S ys tem from S tryker C orporation for a total c os t not to exceed $61,974.28. - C lay S hell, Assistant F ire C hief H C ons ideration and possible action to approve the purchas e of two (2) Dodge 4500-Diesel trans itional respons e vehic les (T RV’s ) from Mac Haik Dodge C hrysler Jeep through the Buy-Board C ontrac t #570- 18 purc hase price not to exceed of $500,000.00 - C lay S hell, As s is tant F ire C hief I C ons ideration and possible recommendation of approval to purchase laptops, desktops, and docking stations from Dell Inc. for an amount not to exceed $256,416.90 -- G reg Berglund, As s is tant Director, Information Tec hnology J C ons ideration and possible action to recommend to authorize the C ity Manager to execute Des ign C ontrac t with Arc hitectural Des ign G roup / ADG Inc of Dallas , Texas for the Design of the P ublic S afety O perations and Training C enter F iring R ange, in an amount, not to exceed $91,649.00. – Eric Johns on, F ac ilities Director K C ons ideration and possible actio n to authorize the C ity Manager to execute Des ign C ontrac t with C DS Muery o f S an Anto nio, Texas for the Design of the F uel S tation R enovation, for an amo unt no t to exceed $61,087.50. – Eric Johnson, F acilities Direc tor L P resentation and dis cus s ion regarding public dashboards . - S eth G ipson, P MP Manager Adjournment Ce rtificate of Posting I, R obyn Densmore, C ity S ecretary for the C ity of G eorgetown, Texas, do hereby c ertify that this Notic e of Meeting was posted at C ity Hall, 808 Martin Luther King Jr. S treet, G eorgetown, T X 78626, a plac e readily acc es s ible to the general public as required by law, on the _____ day of _________________, 2021, at __________, and remained s o posted for at leas t 72 c ontinuous hours prec eding the s cheduled time of said meeting. __________________________________ R obyn Dens more, C ity S ec retary Page 3 of 105 City of Georgetown, Texas Government and Finance Advisory Board April 28, 2021 S UB J E C T: C onsideration and possible ac tion to ap p ro ve the minutes fro m the Marc h 10, 2021 G eneral G overnment and F inance Advis ory Board Meeting - S haron P arker, Board Liaison IT E M S UMMARY: F IN AN C IAL IMPAC T: . S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Minutes Backup Material Page 4 of 105 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, March 10, 2021 at 4:30 PM The General Government and Finance Advisory Board met on Wednesday, March 10, 2021 at 4:30 PM via Zoom virtual meeting. Board Members Present: City Staff Present: Tommy Gonzalez, Chair David Morgan, City Manager Stu McLennan, Secretary Laurie Brewer, Assistant City Manager Robert Witt Leigh Wallace, Finance Director Eric Corp Elaine Wilson, Assistant Finance Director Christi Rawls, Assistant Controller Board Members Absent: Clay Shell, Assistant Fire Chief Kevin Pitts Karrie Pursley, Treasurer Leah Neal, Purchasing Manager Mayra Cantu, Management Analyst Danella Elliott, Board Liaison Sharon Parker, Board Liaison Others present: Adam McCane, Weaver & Tidwell Regular Agenda: Tommy Gonzalez Called the meeting to order at 4:30 p.m. A. Discussion on how this virtual conference will be conducted, to include options for public comments and how the public may address the Commission – Tommy Gonzalez, GGAF Chair Notes from Stu - Stu - When will GGAF resume in-person meetings? Tommy - Likely May or June after everyone is vaccinated. David – Agree. It’s difficult to conduct hybrid meetings. Tommy Gonzalez, Chair explained how the virtual conference would be conducted. No one signed up for public comment. B. Consideration and possible action to approve the minutes from the January 6, 2021 General Government and Finance Advisory Board Meeting – Sharon Parker, Board Liaison. Motion to approve the minutes by Stu McLennan , second by Eric Corp . Approved 4-0 . Kevin Pitts absent. C. Review and possible action to recommend acceptance of the Comprehensive Annual Financial Report (CAFR) and the independent audit for the fiscal year ended September 30, 2020. Elaine S. Wilson, Asst. Finance Director. City staff and City auditor presented the Comprehensive Annual Financial Report for the Fiscal Year ended September 30, 2020. Elaine presented an overview of the results and preliminary CAFR Page 5 of 105 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, March 10, 2021 at 4:30 PM document. Adam discussed the results of the auditor’s independent audit, compliance with auditing standards, testing over internal controls and fraud risk assessment. Notes from Stu - The CAFR is finance-centric, but would it be beneficial to include relevant linkages to US Army Futures Command and Fort Hood, specifically public-private partnerships and initiatives involving technology, energy, water, and transportation? David – The format is prescriptive and its best not to add items that make it longer. Adam – Agreed with David. Motion to recommend to the City Council the acceptance of the Comprehensive Annual Financial Report and the independent audit for the fiscal year ended September 30, 2020. by Eric Corp, second by Robert Witt . Approved 4-0. Kevin Pitts absent. D. Consideration and possible action to approve the purchase of emergency medical supplies from Bound Tree using the Buy Board Contract #610-20 at a cost not to exceed $160,000.00 for the remainder of fiscal year 2020-2021 – John Sullivan, Fire chief. Chief Shell presented to the board that the fire department will periodically restock the vehicles as needed through the remainder of the fiscal year. Discussion: Stu – is there a list of the items to be purchased? Chief Shell will email the list to the Board Liaison and she will forward to the Board. Eric – is this list provided to Council? Tommy - yes, Sharon will forward the list to the board and if anyone has any questions, they can email them to Tommy and he will bring them up at the council meeting. Notes from Stu – The list of medical items will also include those in items E and F. Motion to recommend to the City Council the approval the purchase of emergency medical supplies from Bound Tree using the Buy Board Contract #610-20 at a cost not to exceed $160,000.00 for the remainder of fiscal year 2020-2021 by Stu McLennan , second by Eric Corp. Approved 4-0. Kevin Pitts absent. E. Consideration and possible action to approve the purchase of emergency medical supplies from Henry Schein, Inc. through Choice Partners Cooperative; Contract #19-035KD-01 at a cost not to exceed $90,000 for the remainder of fiscal year 2020-2021 – John Sullivan, Fire chief. Chief Shell presented to the board that the fire department will periodically restock the vehicles as needed through the remainder of the fiscal year. Discussion: Tommy – can you give a few examples of items you purchasing? – Chief Shell – bandages, saline, splints anything we would use on a scene. Tommy – the reason for the different vendors is because they specialize in certain items? Chief shell that is correct. Also depends on availability and price. Page 6 of 105 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, March 10, 2021 at 4:30 PM Motion to recommend to the City Council the approval the purchase of emergency medical supplies from Henry Schein, Inc. through Choice Partners Cooperative; Contract #19-035KD-01 at a cost not to exceed $90,000 for the remainder of fiscal year 2020-2021 by Stu McLennan, second by Eric Corp. Approved 4-0. Kevin Pitts absent. F. Consideration and possible action to approve the purchase of emergency medical supplies from McKeeson Medical using the Sourcewell Purchasing Agreement Contract #061417-MML at a cost not to exceed $110,000.00 for the remainder of fiscal year 2020-2021 – John Sullivan, Fire chief. Chief Shell presented to the board that the fire department will periodically restock the vehicles as needed through the remainder of the fiscal year. Motion to recommend to the City Council the approval the purchase of emergency medical supplies from McKeeson Medical using the Sourcewell Purchasing Agreement Contract #061417-MML at a cost not to exceed $110,000.00 for the remainder of fiscal year 2020-2021 by Stu McLennan , second by Eric Corp. Approved 4-0. Kevin Pitts absent. G. Consideration and possible action to approve the purchase of Motorola radio equipment from Motorola Solutions using HGAC Contract #RA05-18 at a cost not to exceed $363,278.00 – John Sullivan, Fire chief. This is a multi-year program to replace all 800MHz radios. Back in April 2015, Williamson County sent a reminder notification to all subscribers on Motorola “Intent to Cancel” notifications. The service support end date for our mobile and portable radios was on 12/31/2018. At that time, all 800 MHz radios that the City of Georgetown uses were included in the equipment that Motorola had sent out in an “Intent to Cancel” notification. In 2017 a citywide Communications Task Force was developed to maximize resources in the purchase of radio equipment. This task force developed replacement plan to be administered over multiple budget years. In 2020 we received confirmation from Williamson Regional Communication System (RSC) that radios listed in that Motorola notification must be removed from the system by September 2023. Due to COVID causing uncertainty in the municipal debt market, no radios were purchased in FY20. The funds were rolled forward into FY21. Discussion: Tommy – Do you know the life of the radios? – That is a technology deficiency. Most of our radios are 9-10 years old. Its hard to keep the radios calibrated and in tune which causes havoc on the entire system which is why they must be removed by September 2023 because of the liability issue. Page 7 of 105 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, March 10, 2021 at 4:30 PM Motion to recommend to the City Council the approval the purchase of Motorola radio equipment from Motorola Solutions using HGAC Contract #RA05-18 at a cost not to exceed $363,278.00 by Robert Witt, second by Eric Corp. Approved 4-0. Kevin Pitts absent. H. Consideration and possible action to approve the purchase of Stryker Power Load System from Stryker Corporation for a total cost not to exceed $125,000.00 – John Sullivan, Fire chief. Currently the Fire Department has two new TRVs on order with Frazer, LTD. This purchase is for the Stryker power load system which includes the power stretcher and maintenance agreement for these units. All our TRVs currently use Stryker equipment. Staff recommends purchasing this system to ensure we maintain a high level of continuity and protection for patients and firefighter paramedics. Discussion: Stu – when did the council approve the purchase of the vehicles for 6 and 7? Tommy – vehicles for station 6 were transferred from another station. Chief Shell – that is correct and the vehicles for station 7 went to GGAF around 2018. Notes from Stu - At the GGAF meeting on 01/23/2019, Tommy said Council would address personnel, vehicles and equipment for FS#6 and FS#7 separately. Each would receive an engine, TRV and SUV. FS#6 would be internal transfers. FS#7 would receive new vehicles. GGAF however had already actioned the TRV for FS#7 on 12/11/2017. When did GGAF action the engine and SUV for FS#7 and the second TRV? Sharon will research the dates and send to board. Motion to recommend to the City Council the approval the purchase of Stryker Power Load System from Stryker Corporation for a total cost not to exceed $125,000.00 by Eric Corp, second by Robert Witt. Approved 4-0. Kevin Pitts absent. Meeting adjourned at 5:21 pm. __________________________________ ____________ Tommy Gonzalez Date Board Chair ___ _______________________________ ____________ Stu McLennan Date Board Secretary __________________________________ ____________ Sharon Parker Date Board Liaison Page 8 of 105 City of Georgetown, Texas Government and Finance Advisory Board April 28, 2021 S UB J E C T: R eview and disc uss G eneral G overnment and F inanc e Board (G G AF ) purpose and bylaws – Tommy G onzalez, Board C hair IT E M S UMMARY: R eview and disc uss G eneral G overnment and F inanc e Board (G G AF ) purpose and bylaws – Tommy G onzalez, Board C hair F IN AN C IAL IMPAC T: N/A S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Bylaws Backup Material Page 9 of 105 Page 10 of 105 Page 11 of 105 Page 12 of 105 Page 13 of 105 Page 14 of 105 Page 15 of 105 City of Georgetown, Texas Government and Finance Advisory Board April 28, 2021 S UB J E C T: R eview of the C ity C ouncil’s Boards and C ommis s ions Attendanc e P olic y – Tommy G onzalez, Board C hair IT E M S UMMARY: R eview of the C ity C ouncil’s Boards and C ommis s ions Attendanc e P olic y – Tommy G onzalez, Board C hair F IN AN C IAL IMPAC T: N/A S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Attendance Policy Backup Material Page 16 of 105 SEC 2.36.010 DUTIES OF COMMISSION, COMMITTEE & BOARD MEMBERS Attendance by Members is integral to success of the commission, committee or board. It is Council policy to require a minimum of 75 percent attendance of each Member at each regularly scheduled meeting including subcommittee meetings. A Member shall be allowed two excused absences for the Member's personal medical care, required medical care of a Member's immediate family member (as defined by City Ordinance), or Member's military Service that shall not count against the 75 percent attendance requirement. Written notice shall be sent to a Member and the Member's City Council representative when it appears the Member may violate the attendance policy by being absent from more than 25 percent of regularly scheduled meetings, including subcommittee meetings. Excessive absenteeism may result in the Member being replaced by the Council. If a Member is removed from a committee, commission or board, that position shall be considered vacant and a new Member shall be appointed to the Board in accordance with Section 2.36.040 Page 17 of 105 City of Georgetown, Texas Government and Finance Advisory Board April 28, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend approval of the purc hase of S tryker P ower Load S ystem from S tryker C orporation for a total c os t not to exceed $61,974.28. - C lay S hell, Assistant F ire C hief IT E M S UMMARY: T his purchas e is for two (2) S tryker power load sys tems that will be ins talled in two (2) new T RVs by the ambulance manufacturer. A 6-year maintenance agreement will be provided and include annual ons ite preventive maintenanc e ins pection and unlimited repairs including parts , labor, and travel with battery coverage. T he power load s ystem helps boost safety by s upporting the s tretcher throughout the loading and unloading proc es s . T his reduces the spinal load on our firefighter/paramedics and helps prevent cumulative trauma injuries. All our T RVs c urrently us e S tryker equipment. S taff recommends purchas ing this s ystem to ens ure we maintain a high level of continuity and protec tion for patients and firefighter paramedics. A s ole source letter for this sys tem is also inc luded. F IN AN C IAL IMPAC T: F unding is allocated in 2021 budget. 100-C C 0233-F ire Truc ks 100-C C 0402-Equipment EMS S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Stryker Quote Backup Material Stryker Sole Source Letter Backup Material Power Load Photos Backup Material Page 18 of 105 EMS Equipment MEMORANDUM FOR RECORD RE: Sole Source Information for Stryker Model 6506 Power-PRO Ambulance Cot Stryker is the sole manufacturer of all Stryker products. This correspondence is to inform you of the unique characteristics found only in Stryker’s Model 6506 Power-PRO Ambulance Cot. These characteristics can be broken down into three primary categories: Safety, Maintenance, and Ease of Use. Safety 1) The Stryker Model 6506 Power-Pro is the only powered ambulance cot that meets the following independent certifications: Underwriters Laboratories – This certifies that the product is safe to those who use it and the surroundings in which it exists. A powered medical device must have this certification in order to operate in a hospital environment. IPX6 – This certifies that the cot’s electrical, hydraulic, and other systems are rated to withstand high pressure water jets. IEC-60601 and IEC 60601-1-2 – This certification is a multi-stage certification process which states that the Power-Pro conforms to industry standards for electromagnetic medical equipment. Included in this process are Electromagnetic Compatibility (EMC) and Electromagnetic Interference (EMI). EMC allows the Power-Pro to enter hospitals without disturbing other electromagnetic devices such as heart monitors. EMI prevents our cot from being activated by external electromagnetic devices. BS EN-1789 clause 4.5.9 – This is a European dynamic crash test which subjects a 50th percentile dummy to a nominal 10g deceleration for a minimum of 50ms. Following the test there shall be no sharp edges or danger to the safety of persons in the road ambulance. 2) The Power-Pro is the only powered ambulance cot that utilizes an automatic shutoff when placed in the cot fastening system. This power-disabling system prevents the operator from accidentally engaging the power system and thus damaging the cot mount or endangering the patient. 3) The Power-Pro is the only power-lift cot with a retractable head section. This feature allows the cot to be lowered to the ground in the shortened position without the risk of the head section injuring an operator or being damaged. 4) When unloading with the manual release handle, the cot utilizes hydraulic dampening. Thus, the cot will not abruptly jar the operator or the patient. 5) The cot has no litter-frame pinch points and thus facilitates a two-person “shared load.” This reduces risk of injury and eases cot loading. 6) The cot features the lightest 700-lb capacity frame in the industry. Maintenance 1) The cot features a foot-end-mounted hourly usage meter. This is an easy tool to determine the timing of preventative maintenance checks. 2) The cot features powder-coating on the entire aluminum frame (including the patient handling surfaces), thus eliminating aluminum oxidation throughout the cot. Additionally, the powder-coated surface facilitates easier decontamination and prevents the carbon build-up that otherwise would rub onto the caregiver’s uniform. 3) All caster bearings are sealed, eliminating timely and costly lubrication. 4) The cot is power washable and meets IPX6 pressure jet certification (see above). Ease of Use 1) The battery is placed at the foot end of the stretcher and is easily accessible in any situation. 2) The cot has a retract speed of 2.4 seconds for speedy loading. 3) The cot provides the highest potential load height of any cot on the market at 36” and is operator- adjustable to match the deck height of individual rescues or ambulances. 4) The cot features the industry’s only forward-folding, single-hand release, side rails, thus giving caregivers more space inside the transport vehicle. 5) The foot end of the cot provides lifting bars and operator controls at two different heights, thus providing optimum ergonomics to most operator heights. Page 19 of 105 6) The foot end of the cot contains a large battery indicator light which displays red or green depending on battery level. A warning is given by a flashing red light, allowing the operator time to change the battery. 7) The Model 6506 has 6” x 2” sealed bearing casters – the largest in the industry. This facilitates rolling over any surface with ease and reduces caregiver strain. 8) The Power-Pro features an integrated bumper system which reduces damage to walls and other obstacles when impacted. Please forward any further questions to the undersigned at 512-673-0636. Sincerely, Jordan Costello Territory Manger, Stryker - EMS Equipment Page 20 of 105 EMS Equipment MEMORANDUM FOR RECORD RE: Sole Source Information for Stryker Model 6506 Power-PRO Ambulance Cot Stryker is the sole manufacturer of all Stryker products. This correspondence is to inform you of the unique characteristics found only in Stryker’s Model 6506 Power-PRO Ambulance Cot. These characteristics can be broken down into three primary categories: Safety, Maintenance, and Ease of Use. Safety 1) The Stryker Model 6506 Power-Pro is the only powered ambulance cot that meets the following independent certifications: Underwriters Laboratories – This certifies that the product is safe to those who use it and the surroundings in which it exists. A powered medical device must have this certification in order to operate in a hospital environment. IPX6 – This certifies that the cot’s electrical, hydraulic, and other systems are rated to withstand high pressure water jets. IEC-60601 and IEC 60601-1-2 – This certification is a multi-stage certification process which states that the Power-Pro conforms to industry standards for electromagnetic medical equipment. Included in this process are Electromagnetic Compatibility (EMC) and Electromagnetic Interference (EMI). EMC allows the Power-Pro to enter hospitals without disturbing other electromagnetic devices such as heart monitors. EMI prevents our cot from being activated by external electromagnetic devices. BS EN-1789 clause 4.5.9 – This is a European dynamic crash test which subjects a 50th percentile dummy to a nominal 10g deceleration for a minimum of 50ms. Following the test there shall be no sharp edges or danger to the safety of persons in the road ambulance. 2) The Power-Pro is the only powered ambulance cot that utilizes an automatic shutoff when placed in the cot fastening system. This power-disabling system prevents the operator from accidentally engaging the power system and thus damaging the cot mount or endangering the patient. 3) The Power-Pro is the only power-lift cot with a retractable head section. This feature allows the cot to be lowered to the ground in the shortened position without the risk of the head section injuring an operator or being damaged. 4) When unloading with the manual release handle, the cot utilizes hydraulic dampening. Thus, the cot will not abruptly jar the operator or the patient. 5) The cot has no litter-frame pinch points and thus facilitates a two-person “shared load.” This reduces risk of injury and eases cot loading. 6) The cot features the lightest 700-lb capacity frame in the industry. Maintenance 1) The cot features a foot-end-mounted hourly usage meter. This is an easy tool to determine the timing of preventative maintenance checks. 2) The cot features powder-coating on the entire aluminum frame (including the patient handling surfaces), thus eliminating aluminum oxidation throughout the cot. Additionally, the powder-coated surface facilitates easier decontamination and prevents the carbon build-up that otherwise would rub onto the caregiver’s uniform. 3) All caster bearings are sealed, eliminating timely and costly lubrication. 4) The cot is power washable and meets IPX6 pressure jet certification (see above). Ease of Use 1) The battery is placed at the foot end of the stretcher and is easily accessible in any situation. 2) The cot has a retract speed of 2.4 seconds for speedy loading. 3) The cot provides the highest potential load height of any cot on the market at 36” and is operator- adjustable to match the deck height of individual rescues or ambulances. 4) The cot features the industry’s only forward-folding, single-hand release, side rails, thus giving caregivers more space inside the transport vehicle. 5) The foot end of the cot provides lifting bars and operator controls at two different heights, thus providing optimum ergonomics to most operator heights. Page 21 of 105 6) The foot end of the cot contains a large battery indicator light which displays red or green depending on battery level. A warning is given by a flashing red light, allowing the operator time to change the battery. 7) The Model 6506 has 6” x 2” sealed bearing casters – the largest in the industry. This facilitates rolling over any surface with ease and reduces caregiver strain. 8) The Power-Pro features an integrated bumper system which reduces damage to walls and other obstacles when impacted. Please forward any further questions to the undersigned at 512-673-0636. Sincerely, Jordan Costello Territory Manger, Stryker - EMS Equipment Page 22 of 105 Power Load System Power Load System Manual Load System Page 23 of 105 City of Georgetown, Texas Government and Finance Advisory Board April 28, 2021 S UB J E C T: C onsideration and pos s ible ac tion to approve the purc hase of two (2) Dodge 4500-Dies el transitional res ponse vehicles (T RV’s) from Mac Haik Dodge C hrys ler Jeep through the Buy-Board C ontract #570- 18 purchas e pric e not to exc eed of $500,000.00 - C lay S hell, Assistant F ire C hief IT E M S UMMARY: Mac Haik Dodge C hrysler Jeep in Hous ton Texas is the licens ed franchis e dealer for the manufacturer F razer, LT D. F razer, LT D is a HUB vendor. T RVs (ambulances) are on a 6-year replac ement sc hedule T his purc hase is a s cheduled replacement in our vehicle s ervic es plan. T he new T RVs would replac e two of the current frontline T RVs that have the highes t mileage. T he T RVs with the highes t mileage would then be placed as the res erve/backup units. T hese res erve/backup units are us ed as backups when frontline units are down for preventive maintenance and/or repairs ; s taffed as a peak demand unit; staffed to c over s pecial events. • 2015 – 145,599 mileage – R eques ting replacement. Mileage will be at approximately 169,865 at time of replacement delivery. • 2015 – 136,294 mileage – R eques ting replacement. Mileage will be at approximately 159,009 at time of replacement delivery. Delivery time projected on these units is approximately nine (9) months. F IN AN C IAL IMPAC T: F unding is allocated F Y21 budget in the F leet F und. S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Quote Backup Material Page 24 of 105 Order No.:Q2401-0001 Quote Date:4/11/2021 Expiration Date:7/11/2021 Invoice To:Attention:Salesperson:Erika FULLICK Assistant Fire Chief Clay Shell Clay.Shell@georgetown.org Georgetown Fire Department City of Georgetown PO BOX 409 Georgetown TX 78627 US efullick@frazerbilt.com No.Item Quantity U/M Unit Price Net Amount 1 MODULE 2.000 EA $186,340.00 $372,680.00 Type I 12'4" Module 2 CHASSIS 2.000 EA $49,000.00 $98,000.00 2022 RAM 4500 Diesel 3 DELIVERY 1.000 M $0.00 $0.00 Customer Pick Up - FOB Frazer 4 14389-WHT 24.000 EA $15.00 $360.00 Bin-Hang/Stack, Large, White 5 14390-WHT 96.000 EA $12.00 $1,152.00 Bin-Hang/Stack, Small, White 6 14109 2.000 EA $275.00 $550.00 Regulator-Oxygen, Preset 50 PSI 7 BUY-BOARD 1.000 EA $800.00 $800.00 BuyBoard Fee, Contract #570-18 Frazer, Ltd., 7219 Rampart Street, Houston, TX, 77081, P: 713-772-5511 www.frazerbilt.com Frazer Proprietary and Confidential Page 1 of 2 Customer Quote Page 25 of 105 Order No.:Q2401-0001 Quote Date:4/11/2021 Expiration Date:7/11/2021 Invoice To:Attention:Salesperson:Erika FULLICK Assistant Fire Chief Clay Shell Clay.Shell@georgetown.org Georgetown Fire Department City of Georgetown PO BOX 409 Georgetown TX 78627 US efullick@frazerbilt.com Remit To: Per TMVCC, we are quoting this through our licensed franchise dealer, Mac Haik Dodge Chrysler Jeep Mac Haik Dodge Chrysler Jeep 11000 I - 45 North Freeway Houston TX 77037 Sale Amount: Sales Tax: Total Amount: 473,542.00 0.00 473,542.00 Payment Terms: Special Instructions: Email this quote along with your PO to sales@frazerbilt.com. Graphics pricing includes two hours¶design time in the base price. More extensive graphics or multiple changes will be billed at $100/hr. Net 30 Frazer, Ltd., 7219 Rampart Street, Houston, TX, 77081, P: 713-772-5511 www.frazerbilt.com Frazer Proprietary and Confidential Page 2 of 2 Customer Quote Page 26 of 105 Page 1 of 7 For your convenience, all pricing has been itemized below per quote Q2401-0001 for Georgetown Fire Department Base Module $99,900.00 Chassis Exterior $27,075.00 Module Exterior $33,940.00 Chassis Interior $7,425.00 Module Interior $18,000.00 Total $186,340.00 Items included in above totals: 1.Type I 12' 4" taller Module $incl 2.This is a Triple K Unit $incl Chassis Exterior: 3.Heat Shielding for Diesel Chassis $1,575.00 4.Chassis Paint Layout: Paint All One Color - Red - Pierce 90 (FLNA 3042)$5,250.00 5.Chassis : 2021 RAM 4500, Diesel, 4x2, Regular Cab, 84" Cab to Axle, Dodge White (PW7) $incl 6.Suspension: LiquidSpring $11,550.00 7.Wheel type: Painted Wheels Match Chassis Color $1,900.00 8.Chassis Steps: ArcRite with Sure Grip $1,050.00 9.Grille Guard: Ranch Hand Grille Guard with Wraparounds $incl 10.10" and 12" Air Horns $1,125.00 11.Compressor Type: Fast Recovery $1,475.00 12.Switching Options: Foot Switch $225.00 13.Window Tint (35% VLT) on Chassis Doors $275.00 14.Passenger's side Grille Light: Whelen M4 Red Light $incl 15.Driver's side Grille Light: Whelen M4 Red Light $incl 16.Passenger's side Intersect Light: Whelen M4 Clear Light $incl 17.Driver's side Intersect Light: Whelen M4 Clear Light $incl 18.Additional Grille Guard Driver Side Light: Whelen M4 Blue Light $275.00 19.Additional Grille Guard Passenger Side Light: Whelen M4 Blue Light $275.00 20.UNOC #570 - HiViz 9000 Lumen MiniBrow Trunnion 18" LED light mounted below the center bar of the grille guard with switch on console at position #4 $1,800.00 21.UNOC# 571 - Install compressor in the compartment below the front I/O $200.00 22.UNOC #572 - Furnish and install momentary switch for air horns in addition to foot $100.00 Page 27 of 105 Page 2 of 7 switch Chassis Exterior Subtotal $27,075.00 Module Exterior: 23.Power Source: Onan 5.5kW Generator $10,000.00 24.Locking Gas Cap $incl 25.Module Paint Layout: Two Tone - Red - Pierce 90 (FLNA 3042) and Frazer White (Frazer White) $3,150.00 26.Rear Wall 3M Conspicuity Layout - Chevron : Fluorescent Yellow/Green Base Color and Red - Translucent Overlay $1,575.00 27.Entry Door Conspicuity Layout - Squares : White Base Color $325.00 28.Conspicuity Strips on Compartments Matching the Rear Wall $275.00 29.Frazer Provided Graphics $4,140.00 30.Body Drop on the Passenger's Side Forward of Rear Wheels $incl 31.Hidden Switch Behind the Driver's Side Rear Bumper End Cap $225.00 32.Ground Lights: Entry Doors $1,050.00 33.Shore Power: Single 30 Amp auto eject w/ Red cover on Front Wall $475.00 34.Pigtail/Plug Option: Pigtail $incl 35.Coax 1: Run coax from location 1 to Chassis $incl 36.Coax 2: Run coax from location 2 to Chassis $incl 37.Coax 3: Run coax from location 3 to Electrical Compartment $incl 38.Coax 4: Run coax from location 4 to Electrical Compartment $incl 39.UNOC #573 - Yellow Green with Red Overlay conspicuity on side entry door only $50.00 40.UNOC #196 - Install customer provided Motorola APX 6500 700/800 Mhz and VHF radio base in the electrical compartment - wired battery hot. - Antenna's on chassis roof - Radio head at the console slot 4 - Speaker on the front of the console - Mic on D/S of console slot 1 - Radio head at the action wall towards the center - Speaker behind the radio head - Mic to the left $800.00 41.UNOC #575 - Install customer provided GPS antenna on the module roof with coax run to the chassis cab $250.00 42.Front Wall Light Layout: Lower 5 Lights $incl 43.Front Wall Light #1: Whelen M6 Blue/Red Light $75.00 Page 28 of 105 Page 3 of 7 44.Front Wall Light #2: Whelen M6 Red/Blue Light $75.00 45.Front Wall Light #3: Whelen M6 Clear Light $incl 46.Front Wall Light #4: Whelen M6 Blue/Red Light $75.00 47.Front Wall Light #5: Whelen M6 Red/Blue Light $75.00 48.Front Wall Driver Side Box Light: Whelen M9 Blue/Red Light $175.00 49.Front Wall Passenger Box Light: Whelen M9 Red/Blue Light $175.00 50.Driver Wall Front Box Light: Whelen M9 Red/Blue Light $175.00 51.Driver Wall Rear Box Light: Whelen M9 Blue/Red Light $175.00 52.Driver Wheel Well Light: Whelen M6 Red/Amber Light $75.00 53.Scene Light Option: Whelen Pioneer Plus Dual Panel LED (Surface)$2,950.00 54.O2 Compartment Style: Laydown O2 with Divider and Removable Shelf $225.00 55.O2 Rollers for an H Cylinder $incl 56.O2 Cylinder Changing Wrench $75.00 57.Electrical Compartment Style: Standard Electrical Compartment $incl 58.Lower Storage Style: Standard Lower Storage $incl 59.Compartment Above Wheel Well Style: Standard Compartment Above Wheel Well $incl 60.Inside Access in the Compartment Above Wheel Well $225.00 61.Dometic Self-Contained A/C with Exhaust Fan $incl 62.Rear Storage Compartment Style: Rear Storage with Flatbars for SCBA Brackets $225.00 63.Coat Hooks: Four Hooks - 1 on Front Wall, 1 on Rear Wall, and 2 on an angle on the Ceiling $225.00 64.UNOC #464 - Furnish and install (2) ULLH SCBA brackets in rear stroage compartment - 10" from the floor of the compartment $500.00 65.UNOC #504 - Furnish and install (2) O2 bottle storage structures on the passenger's side wheel well cladding $1,500.00 66.UNOC #574 - Install customer provided Knox KeySecure in the electrical compartment - wired battery hot $200.00 67.Module Window Option: Sliding Window $incl 68.Window Tint (5% VLT) on Entry Doors $275.00 69.Upper Rear Wall Light Layout: 3 Across $incl 70.Upper Light #1: Whelen M6 Load Light $incl 71.Upper Light #2: Whelen M6 Amber Light $incl 72.Upper Light #3: Whelen M6 Load Light $incl Page 29 of 105 Page 4 of 7 73.Lower Light #1: Whelen M6 Brake/Tail/Turn Red Light $incl 74.Lower Light #2: Whelen M6 Brake/Tail/Turn Red Light $incl 75.Lower Light #3: Whelen M6 Red/Blue Light $75.00 76.Lower Light #4: Whelen M6 Red/Blue Light $75.00 77.Rear Wall Driver Box Light: Whelen M9 Red/Blue Light $175.00 78.Rear Wall Passenger Box Light: Whelen M9 Blue/Red Light $175.00 79.Rear Backboard: 5" Compartment Shelf $225.00 80.Lower BTTs: 2 Grote Lights on each side $incl 81.Rear Bumper $incl 82.Door Grabbers $incl 83.License Plate Light $incl 84.Passenger Wall Front Box Light: Whelen M9 Blue/Red Light $175.00 85.Passenger Wall Rear Box Light: Whelen M9 Red/Blue Light $175.00 86.Passenger Wheel Well Light: Whelen M6 Amber/Red Light $75.00 87.Passenger Scene Light Activated with Side Entry Door $300.00 88.Interior Step Option: Double Step Well $incl 89.Passenger Rear Compartment Style: Onan Genset Compartment $incl 90.Door Locks on Entry Doors and Compartments $2,700.00 Module Exterior Subtotal $33,940.00 Chassis Interior: 91.Siren Speakers: Whelen SA 315 Speakers $incl 92.Tap-2 on Primary Siren $incl 93.Siren Option: Whelen C9 Siren in Console $incl 94.Mic 1 on passenger's side slot 1 $incl 95.Slot 1: Double Slot Switch Panel $incl 96.Slot 2: Joined with 1 $incl 97.Slot 3: Siren 1 $incl 98.Slot 4: Radio Plate: 7.5 L X 2.5 W opening dims $incl 99.Slot 5: Single Blank $incl 100.Slot 6: Single Blank $incl 101.Console Switch Layout : Primary - Secondary - Blank - Blank - Blank - Blank - Blank - Rear Load - Interior Lights - Side Scene (Driver's Side) - Side Scene (Passenger's Side) - Start/Stop Genset - $incl 102.New Armrest $225.00 Page 30 of 105 Page 5 of 7 103.Console Layout: 6-Slot Console $incl 104.Floor in Front of Console: (2) Survivor Flashlights wired Battery Hot $700.00 105.Rear of Console: Single Mapholder with Cup Holder $325.00 106.Chassis Rear Wall: 3 High Glove Box Holder $225.00 107.Camera System: Voyager 7" Monitor with Back-Up Camera $1,700.00 108.Black Back-up Camera $incl 109.Aftermarket Vinyl Seats $850.00 110.UNOC #505 - Furnish and install Gamber Johnson dock for a Panasonic CF55 laptop with a Havis stand on the passenger's side, towards the front - 15 amp wire, battery hot $3,000.00 111.UNOC #321 - Install (2) customer provided Motorola APX 7000 portable radio chargers in console - wired battery hot (SLOT 5) $400.00 Chassis Interior Subtotal $7,425.00 Module Interior: 112.Protek Cushions $incl 113.Red Interior $incl 114.Stainless Steel Countertops $incl 115.Front I/O with Lexan Doors $incl 116.2 High "D" Cylinder Holder in the Front I/O Facing the Rear Wall $175.00 117.Quad Outlet in the Front I/O $incl 118.Map Holder on Side of Front I/O $175.00 119.15 Qt. Engel Fridge $950.00 120.Duplex Outlet on the Front Wall $incl 121.Aluminum Door in the Front Corner Area $incl 122.Double Locking Aluminum Drug Box $325.00 123.UNOC #725- Double locking aluminum drug box with Touchpoint cam lock w/keypad, and hasp, mounted under action wall cabinet $375.00 124.UNOC #692 -Custom venting on side of front I/O cabinet to allow the inside of cabinet to stay the same as the module interior temperature $150.00 125.Location 1: 4 Switch w/Thermostat $incl 126.Location 2: Single O2 Outlet $incl 127.Location 3: Electric O2 panel with monitor $1,800.00 128.Location 4: Dual USB receptacles $225.00 129.Location 6: Suction $incl Page 31 of 105 Page 6 of 7 130.Location 7: Quad 120 VAC $incl 131.Location 8: Blank $incl 132.Location 9: Blank $incl 133.Action Wall Switch Layout : Interior Lights; Dimmer; Ventilation Fan; Electric O2; $incl 134.Technimount Phillips MRx with case Monitor Mount on the Action Wall Countertop $1,525.00 135.Sharps Container at Action Wall $incl 136.Acrylic Holder at the Action Wall Cabinet $incl 137.New 6pt Harness at the CPR Seat $525.00 138.Acrylic Holder Aft CPR Seat $incl 139.Genset Start/Stop Switch at Rear Doors $incl 140.Rear Door Switch Layout : Acknowledge; Start/Stop Genset; Dump/Bypass (Suspension); Rear Load; $incl 141.Sharps Container Centered on Rear Wall $175.00 142.Head knocker options: With Clock only $475.00 143.UNOC #578 - B/T/T strip light combination in the rear entry door headknocker with kill switch next to head knocker $700.00 144.Two Seating Positions at the Squad Bench - 1 and 2 $incl 145.Harness Type for Seat Position 1: New 6pt Harness $525.00 146.Harness Type for Seat Position 2: No Harness $incl 147.22 Pocket Acrylic Holder $650.00 148.Double Squad Bench Cabinet $650.00 149.New Glove Box & Handrail at the Head of the Squad Bench $275.00 150.Trashcan With Lid at the Head of the Squad Bench $incl 151.O2 Outlet at the Squad Bench Wall $incl 152.O2 Outlet in Ceiling Raceway $325.00 153.Install Evergreen UV-C air and surface disinfection lamp in ceiling raceway with control unit in electrical compartment $4,750.00 154.IV Hanger on Ceiling Raceway $incl 155.Overhead Grabrails on Both Sides $225.00 156.IV Hanger on Squad Bench Ceiling $incl 157.Floor Options: Customer Provided Stryker Power-LOAD $1,750.00 158.Stryker cot tower only ( no antler and bar ) $incl 159.Lonplate II Gunmetal Floor $275.00 160.Captain's Chair Type: Captain's Chair with Child Safety Seat and 4pt. Harness $750.00 Page 32 of 105 Page 7 of 7 161.Customer Provided Items Processing Fee $250.00 Module Interior Subtotal $18,000.00 All new Frazer EMS Vehicles come standard with the following features: 120V generator-powered electrical system independent of the chassis electrical 120V self-contained module heater & proprietary best-in-class air conditioner Easily accessible electrical compartment located on exterior of vehicle All aluminum module construction - No wood products! Shear-plate method of attachment securing the module to the chassis All aluminum powder-coated 12" deep interior cabinetry Seamless cushions All LED emergency warning and scene lighting All LED interior ceiling lights 120VAC outlets conveniently located throughout unit Three oxygen outlets Action area with hinged service access panel to back of oxygen outlets and switches Page 33 of 105 City of Georgetown, Texas Government and Finance Advisory Board April 28, 2021 S UB J E C T: C onsideration and pos s ible rec ommendation of approval to purchase laptops, desktops, and docking stations from Dell Inc. for an amount not to exc eed $256,416.90 -- G reg Berglund, Assistant Direc tor, Information Technology IT E M S UMMARY: S taff recommends the purc hase of 63 laptops, 165 desktops, 300 monitors, and ac cessories. T his purc hase is planned for F Y 2021 as part of the C ity’s des ktop c omputer strategy implementation. Dell Inc . has been the C ity’s vendor for des ktop c omputers for approximately 10 years . In the first and s econd quarter of F isc al Year 2020, the I T Department evaluated three vendors (Dell, HP, Lenovo) and determined Dell produc ts to be the bes t value. Vendors were evaluated on c os t, loc al ec onomic impac t of company, res ponsiveness, professional services, product support offerings , city s taff knowledge of the produc ts, product options, and fit with the C ity’s internal support model. In the Year 2019, after conduc ting the study and a laptop computer pilot program, the C ity implemented a new strategy for the provision of des ktop c omputers to employees . T he s trategy ac knowledges that the C ity’s previous approach to providing desktop computer tec hnology mus t be c hanged in order to meet modern busines s needs and address tec hnology c hanges. S ince 2011, the I T department had aggres s ively implemented virtual desktops (VDI). W hile the C ity was s uc cessful in driving virtual desktop adoption, VDI tec hnology did not deliver on its expected benefits due to intensive infras tructure demands, complexity, and poor tec hnical performanc e. T here is organizational c onsens us that VDI harms produc tivity, flexibility, innovation, and emergency preparednes s . A five-year, three-pronged s trategy was proposed to addres s these is s ues: R eplace virtual des ktops with physic al desktops in the near term (F Ys 20, 21, 22) while preparing for and eventually implementing C loud based virtual des ktops as they mature (F Ys 22, 23, 24). Improve management of desktops with Unified Endpoint Management (UEM) s ystems . R etire on-premises virtual des ktop infras tructure. Implementation of these s trategies over the next five years will prepare the C ity need to efficiently manage a hybrid environment that includes physic al desktops and C loud bas ed virtual desktops. F IN AN C IAL IMPAC T: T his item was budgeted in the F is cal year 2021 budget under: F und – 570, C os t C enter - 0651, S pend C ategory – C omputer Hardware. P roduc ts will be purchas ed under Texas Department of Information R es ourc es C ontrac t: DI R -T S O -3763. S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Quote from Dell Computers Backup Material Page 34 of 105 A quote for your consideration. Based on your business needs, we put the following quote together to help with your purchase decision. Below is a detailed summary of the quote we’ve created to help you with your purchase decision. To proceed with this quote, you may respond to this email, order online through your Premier page, or, if you do not have Premier, use this Quote to Order . Quote No.3000081953450.1 Total $256,416.90 Customer #23014 Quoted On Mar. 29, 2021 Expires by Apr. 28, 2021 Deal ID 20713066 Sales Rep Danielle Eads Phone (800) 456-3355, 6180188 Email Danielle_Hulsebosch@Dell.com Billing To ACCOUNTS PAYABLE CITY OF GEORGETOWN PO BOX 409 CITY OF GEORGETOWN GEORGETOWN, TX 78627-0409 Message from your Sales Rep Please contact your Dell sales representative if you have any questions or when you're ready to place an order. Thank you for shopping with Dell! Regards, Danielle Eads Shipping Group Shipping To BEN COLLIER CITY OF GEORGETOWN 300 INDUSTRIAL AVE 1 GEORGETOWN, TX 78626-8445 (512) 930-3654 Shipping Method Standard Delivery Product Unit Price Quantity Subtotal Dell Latitude 5420 $1,175.00 50 $58,750.00 Dell Thunderbolt Dock- WD19TB $189.00 85 $16,065.00 Dell 24 Monitor - P2419H $144.35 300 $43,305.00 Mobile Precision 3551 $1,557.20 3 $4,671.60 OptiPlex 5080 Micro $700.00 165 $115,500.00 Dell Latitude 5424 $1,812.53 10 $18,125.30 Page 1 Dell Marketing LP. U.S. only. Dell Marketing LP. is located at One Dell Way, Mail Stop 8129, Round Rock, TX 78682 Page 35 of 105 Subtotal: Shipping: Non-Taxable Amount: Taxable Amount: Estimated Tax: Total: $256,416.90 $0.00 $256,416.90 $0.00 $0.00 $256,416.90 Special lease pricing may be available for qualified customers. Please contact your DFS Sales Representative for details. Page 2 Dell Marketing LP. U.S. only. Dell Marketing LP. is located at One Dell Way, Mail Stop 8129, Round Rock, TX 78682 Page 36 of 105 Shipping Group Details Shipping To BEN COLLIER CITY OF GEORGETOWN 300 INDUSTRIAL AVE 1 GEORGETOWN, TX 78626-8445 (512) 930-3654 Shipping Method Standard Delivery Quantity Subtotal Dell Latitude 5420 Estimated delivery if purchased today: May. 03, 2021 Contract # C000000006841 Customer Agreement # TX DIR-TSO-3763 $1,175.00 50 $58,750.00 Description SKU Unit Price Quantity Subtotal Dell Latitude 5420 XCTO Base 210-AYNM -50 - 11th Generation Intel Core i5-1135G7 (4 Core, 8M cache, base 2.4GHz, up to 4.2GHz)379-BEHK -50 - Win 10 Pro 64 English, French, Spanish 619-AHKN -50 - No Microsoft Office License Included – 30 day Trial Offer Only 658-BCSB -50 - I5-1135G7 Trans, Intel Iris Xe Graphics, Thunderbolt 338-BXRT -50 - No Out-of-Band Systems Management - No vPro 631-ACTP -50 - 16GB,1x16GB, DDR4 Non-ECC 370-AFVP -50 - M.2 256GB PCIe NVMe Class 40 Solid State Drive 400-BKUW -50 - LCD back cover for Latitude 5420 WLAN/WWAN 320-BECK -50 - HD Camera Bezel with Mic 325-BDYX -50 - 14" FHD (1920x1080) Non-Touch, Anti-Glare, IPS, 250nits 391-BFPR -50 - Palmrest, Fingerprint Reader, Thunderbolt 4 346-BGVK -50 - Single Pointing Backlit US English Keyboard 583-BHCH -50 - Intel AX201 WLAN Driver 555-BGJD -50 - Intel Wi-Fi 6 AX201 2x2 .11ax 160MHz + Bluetooth 5.1 555-BGGT -50 - Verizon SIM Card 556-BCEZ -50 - Intel XMM 7360 Global LTE-Advanced 556-BCMZ -50 - 4 Cell 63Whr ExpressChargeTM Capable Battery 451-BCSW -50 - 65W Type-C Epeat Adapter 492-BCXP -50 - US Power Cord 537-BBBL -50 - Quick start guide for Win 10, Ubuntu 340-CTZO -50 - Custom Configuration 817-BBBB -50 - SupportAssist 525-BBCL -50 - Dell(TM) Digital Delivery Cirrus Client 640-BBLW -50 - Dell Client System Update (Updates latest Dell Recommended BIOS, Drivers, Firmware and Apps)658-BBMR -50 - Waves Maxx Audio 658-BBRB -50 - Dell Power Manager 658-BDVK -50 - Page 3 Dell Marketing LP. U.S. only. Dell Marketing LP. is located at One Dell Way, Mail Stop 8129, Round Rock, TX 78682 Page 37 of 105 Dell SupportAssist OS Recovery Tool 658-BEOK -50 - Dell Optimizer 658-BEQP -50 - Mix Model 65W Adpater + TGL CPU 340-CUCT -50 - ENERGY STAR Qualified 387-BBPC -50 - Latitude 5420 Bottom Door 321-BGBE -50 - EPEAT 2018 Registered (Gold)379-BDZB -50 - Dell Limited Hardware Warranty Extended Year(s)975-3461 -50 - Thank you choosing Dell ProSupport. For tech support, visit //support.dell.com/ProSupport 989-3449 -50 - Dell Limited Hardware Warranty 997-8317 -50 - ProSupport: 7x24 Technical Support, 3 Years 997-8344 -50 - ProSupport: Next Business Day Onsite, 1 Year 997-8349 -50 - ProSupport: Next Business Day Onsite, 2 Year Extended 997-8354 -50 - No Accidental Damage Selected 981-4619 -50 - Quantity Subtotal Dell Thunderbolt Dock- WD19TB Estimated delivery if purchased today: Apr. 08, 2021 Contract # C000000006841 Customer Agreement # TX DIR-TSO-3763 $189.00 85 $16,065.00 Description SKU Unit Price Quantity Subtotal Dell Thunderbolt Dock- WD19TB 210-ARIK -85 - Advanced Exchange Service, 3 Years 824-3984 -85 - Dell Limited Hardware Warranty 824-3993 -85 - Quantity Subtotal Dell 24 Monitor - P2419H Estimated delivery if purchased today: Apr. 07, 2021 Contract # C000000006841 Customer Agreement # TX DIR-TSO-3763 $144.35 300 $43,305.00 Description SKU Unit Price Quantity Subtotal Dell 24 Monitor - P2419H 210-AQDX -300 - Dell Limited Hardware Warranty 814-5380 -300 - Advanced Exchange Service, 3 Years 814-5381 -300 - Quantity Subtotal Mobile Precision 3551 Estimated delivery if purchased today: May. 20, 2021 Contract # C000000006841 Customer Agreement # TX DIR-TSO-3763 $1,557.20 3 $4,671.60 Description SKU Unit Price Quantity Subtotal Intel Core Processor i7-10750H (6 Core, 12MB Cache, 2.60 GHz to 5.00 GHz, 35W)379-BDWY -3 - Win 10 Pro 64 English, French, Spanish 619-AHKN -3 - No Microsoft Office License Included – 30 day Trial Offer Only 658-BCSB -3 - 16GB, 1X16GB, DDR4 2933Mhz Non-ECC Memory 370-AFFB -3 - Nvidia Quadro P620 w/ 4GB GDDR5 490-BFBH -3 - M.2 512GB PCIe NVMe Class 40 Solid State Drive 400-BDWU -3 - Page 4 Dell Marketing LP. U.S. only. Dell Marketing LP. is located at One Dell Way, Mail Stop 8129, Round Rock, TX 78682 Page 38 of 105 No Additional Hard Drive 401-AAGM -3 - Intel WiFi6 AX201 Wireless Card for WW 555-BFNV -3 - No Out-of-Band Systems Management - No vPro 631-ACLF -3 - Dual Pointing Backlit US English Keyboard with numeric keypad 583-BGWN -3 - No ENERGY STAR Qualified 387-BBCE -3 - E5 US Power Cord 450-AAEJ -3 - Regulatory Label included 389-BEYY -3 - FCC Label 389-DPPX -3 - SupportAssist 525-BBCL -3 - System Driver for Mobile Precision 3551 631-ACLD -3 - Dell(TM) Digital Delivery Cirrus Client 640-BBLW -3 - Dell Optimizer for Precision 640-BBSC -3 - Dell Client System Update (Updates latest Dell Recommended BIOS, Drivers, Firmware and Apps)658-BBMR -3 - Waves Maxx Audio 658-BBRB -3 - Dell Power Manager 658-BDVK -3 - Dell SupportAssist OS Recovery Tool 658-BEOK -3 - Custom Configuration 817-BBBB -3 - Dell Mobile Precision Workstation 3551 CTO 210-AVJY -3 - Intel Core Processor i7-10750H with Nvidia Quadro P620 Graphics, Thunderbolt 329-BETJ -3 - Bottom door 354-BBCD -3 - Verizon SIM Card 556-BCEZ -3 - Intel XMM 7360 LTE-Advanced 556-BCFD -3 - DP Palmrest w/ Touch Fingerprint Reader only, TBT 346-BFZB -3 - 6 Cell 97Whr ExpressCharge Capable Battery 451-BCJI -3 - Cable for 6 cell battery 470-ADOZ -3 - WWAN Support 320-BDRR -3 - Bezel, Camera & Mic 325-BDRO -3 - 15.6" FHD 1920x1080, Anti-Glare Non-Touch, 100% sRGB 391-BFGK -3 - 130W E5 Type C Power Adapter (EPEAT)492-BCWZ -3 - Thank you choosing Dell ProSupport. For tech support, visit //support.dell.com/ProSupport 989-3449 -3 - ProSupport: 7x24 Technical Support, 3 Years 997-1109 -3 - Dell Limited Hardware Warranty Plus Service 997-1129 -3 - ProSupport: Next Business Day Onsite, 3 Years 997-6028 -3 - Quantity Subtotal OptiPlex 5080 Micro Estimated delivery if purchased today: May. 03, 2021 Contract # C000000006841 Customer Agreement # TX DIR-TSO-3763 $700.00 165 $115,500.00 Description SKU Unit Price Quantity Subtotal OptiPlex 5080 Micro XCTO 210-AVOQ -165 - Page 5 Dell Marketing LP. U.S. only. Dell Marketing LP. is located at One Dell Way, Mail Stop 8129, Round Rock, TX 78682 Page 39 of 105 10th Generation Intel Core i5-10600T (6-Core, 12MB Cache, 2.4GHz to 4.0GHz, 35W) 338-BVDF -165 - Win 10 Pro 64 English, French, Spanish 619-AHKN -165 - No Microsoft Office License Included – 30 day Trial Offer Only 658-BCSB -165 - 16GB (2x8GB) DDR4 non-ECC Memory 370-AFIY -165 - M.2 256GB PCIe NVMe Class 40 Solid State Drive 400-BEUS -165 - Thermal Pad 412-AALV -165 - M2X3.5 Screw for SSD/DDPE 773-BBBC -165 - No Additional Hard Drive 401-AANH -165 - OptiPlex 5080 Micro, 35W 329-BEVF -165 - 90 Watt AC Adapter 450-AJNU -165 - Power Cord 450-AAZN -165 - Internal Wireless Antennas 555-BFPV -165 - Intel Wi-Fi 6 AX201, Dual-band 2x2 802.11ax with MU-MIMO + Bluetooth 5.1 555-BFRK -165 - Wireless Driver, Intel® WiFi 6 AX201 2x2 (Gig+) + Bluetooth 5 555-BFTX -165 - No Additional Cable Requested 379-BBCY -165 - Optional HDMI 2.0b Video Port 382-BBFI -165 - Dell KB216 Wired Keyboard English 580-ADJC -165 - Dell Laser Wired Mouse - MS3220 Black 570-ABGR -165 - No Cable Cover 325-BCZQ -165 - SupportAssist 525-BBCL -165 - Dell(TM) Digital Delivery Cirrus Client 640-BBLW -165 - Dell Client System Update (Updates latest Dell Recommended BIOS, Drivers, Firmware and Apps)658-BBMR -165 - Waves Maxx Audio 658-BBRB -165 - Dell SupportAssist OS Recovery Tool 658-BEOK -165 - Dell Optimizer 658-BEQP -165 - ENERGY STAR Qualified 387-BBLW -165 - EPEAT 2018 Registered (Silver)379-BDTO -165 - Dell Watchdog Timer 379-BDWG -165 - Quick Setup Guide 5080 MFF 340-CPQG -165 - Trusted Platform Module (Discrete TPM Enabled)329-BBJL -165 - Ship Material for OptiPlex Micro Form Factor 340-CQYN -165 - Shipping Label for DAO,BRZ 389-BBUU -165 - No CompuTrace 461-AABF -165 - Regulatory Label for OptiPlex 5080 Micro 90 W, DAO 389-DVUD -165 - No Intel Responsive 551-BBBJ -165 - Desktop BTO Standard shipment 800-BBIO -165 - Custom Configuration 817-BBBB -165 - Intel Standard Manageability (ISM)631-ACOK -165 - No Dell Backup and Recovery software 637-AAAM -165 - No Optane 400-BFPO -165 - Page 6 Dell Marketing LP. U.S. only. Dell Marketing LP. is located at One Dell Way, Mail Stop 8129, Round Rock, TX 78682 Page 40 of 105 No Option Included 340-ACQQ -165 - Speaker for OptiPlex MFF 520-AARC -165 - No External ODD 429-ABGY -165 - Dell Limited Hardware Warranty Plus Service 804-9043 -165 - Onsite/In-Home Service After Remote Diagnosis 3 Years 804-9044 -165 - Quantity Subtotal Dell Latitude 5424 Estimated delivery if purchased today: Apr. 26, 2021 Contract # C000000006841 Customer Agreement # TX DIR-TSO-3763 $1,812.53 10 $18,125.30 Description SKU Unit Price Quantity Subtotal Dell Latitude 5424 Rugged, CTO 210-AQPY -10 - 8th Gen Intel Core i5-8350U Processor (Quad Core, 6M Cache, 1.7GHz,15W, vPro)379-BDHC -10 - Win 10 Pro 64 English, French, Spanish 619-AHKN -10 - No Microsoft Office License Included – 30 day Trial Offer Only 658-BCSB -10 - Intel Core i5-8350U Processor Base with Integrated Intel UHD 620 Graphics 338-BPVI -10 - No Out-of-Band Systems Management - vPro Disabled 631-ABWH -10 - 16GB, 2x8GB, 2400MHz DDR4 Non-ECC 370-AGKD -10 - M.2 256GB PCIe NVMe Class 40 Solid State Drive 400-BBTW -10 - 14" FHD WVA (1920 x 1080) Anti-Glare Non-Touch, Outdoor-Readable Screen 391-BDXN -10 - Dell Top Case and Palmrest with Security, no NFC 346-BFXW -10 - Regulatory Label for Keyboard 389-DOPO -10 - Sealed Internal RGB Backlit English Keyboard 580-ABYR -10 - Intel Dual Band Wireless AC 8265 (802.11ac) 2x2 + Bluetooth 4.2 Driver 555-BEPE -10 - Intel Dual Band Wireless AC 8265 (802.11ac) 2x2 555-BDGD -10 - WLAN Bracket 575-BBYW -10 - Qualcomm Snapdragon X20 (DW5821e) Vrz 556-BBZJ -10 - WWAN Bracket 575-BBYX -10 - 3 Cell 51Whr 3-Year Limited Hardware Warranty ExpressCharge Capable Primary Battery 451-BCOQ -10 - 90 Watt AC Adapter 492-BCNQ -10 - E5 US Power Cord 537-BBBD -10 - Setup and Features Guide 340-CHMZ -10 - Factory Installed Rigid handle tied sku 540-BCIH -10 - 3 Cell 51Whr 3-Year Limited Hardware Warranty ExpressCharge Capable Secondary Battery 451-BCOR -10 - Regulatory Label included 389-BEYY -10 - TPM Enabled 340-AJPV -10 - System Driver, Dell Latitude 5424 640-BBRP -10 - Dell Developed Recovery Environment 658-BCUV -10 - Shuttle SHIP Material 328-BCXL -10 - Page 7 Dell Marketing LP. U.S. only. Dell Marketing LP. is located at One Dell Way, Mail Stop 8129, Round Rock, TX 78682 Page 41 of 105 Directship Info Mod 340-CKTD -10 - No Option Included 340-ACQQ -10 - CMS Software not included 632-BBBJ -10 - ENERGY STAR Qualified 387-BBNJ -10 - No Additional IO Ports 590-TEYX -10 - Primary HD Only, 5424 590-TEYH -10 - No Optical Drive 429-AAYP -10 - No Option Included 340-ACQQ -10 - RGB Camera 319-BBFN -10 - Express Card Slot with Security Bundle 590-TEYW -10 - ProSupport: Next Business Day Onsite, 3 Years 808-6784 -10 - Dell Limited Hardware Warranty Initial Year 808-6805 -10 - ProSupport: 7X24 Technical Support, 3 Years 808-6809 -10 - Thank you choosing Dell ProSupport. For tech support, visit //support.dell.com/ProSupport 989-3449 -10 - Subtotal: Shipping: Estimated Tax: Total: $256,416.90 $0.00 $0.00 $256,416.90 Page 8 Dell Marketing LP. U.S. only. Dell Marketing LP. is located at One Dell Way, Mail Stop 8129, Round Rock, TX 78682 Page 42 of 105 Important Notes Terms of Sale This Quote will, if Customer issues a purchase order for the quoted items that is accepted by Supplier, constitute a contract between the entity issuing this Quote (“Supplier”) and the entity to whom this Quote was issued (“Customer”). Unless otherwise stated herein, pricing is valid for thirty days from the date of this Quote. All product, pricing and other information is based on the latest information available and is subject to change. Supplier reserves the right to cancel this Quote and Customer purchase orders arising from pricing errors. Taxes and/or freight charges listed on this Quote are only estimates. The final amounts shall be stated on the relevant invoice. Additional freight charges will be applied if Customer requests expedited shipping. Please indicate any tax exemption status on your purchase order and send your tax exemption certificate to Tax_Department@dell.com or ARSalesTax@emc.com , as applicable. Governing Terms : This Quote is subject to: (a) a separate written agreement between Customer or Customer’s affiliate and Supplier or a Supplier´s affiliate to the extent that it expressly applies to the products and/or services in this Quote or, to the extent there is no such agreement, to the applicable set of Dell’s Terms of Sale (available at www.dell.com/terms or www.dell.com/oemterms), or for cloud/as-a-Service offerings, the applicable cloud terms of service (identified on the Offer Specific Terms referenced below); and (b) the terms referenced herein (collectively, the “Governing Terms”). Different Governing Terms may apply to different products and services on this Quote. The Governing Terms apply to the exclusion of all terms and conditions incorporated in or referred to in any documentation submitted by Customer to Supplier. Supplier Software Licenses and Services Descriptions : Customer’s use of any Supplier software is subject to the license terms accompanying the software, or in the absence of accompanying terms, the applicable terms posted on www.Dell.com/eula. Descriptions and terms for Supplier-branded standard services are stated at www.dell.com/servicecontracts/global or for certain infrastructure products at www.dellemc.com/en-us/customer-services/product-warranty-and-service-descriptions.htm. Offer-Specific, Third Party and Program Specific Terms : Customer’s use of third-party software is subject to the license terms that accompany the software. Certain Supplier-branded and third-party products and services listed on this Quote are subject to additional, specific terms stated on www.dell.com/offeringspecificterms (“Offer Specific Terms”). In case of Resale only : Should Customer procure any products or services for resale, whether on standalone basis or as part of a solution, Customer shall include the applicable software license terms, services terms, and/or offer-specific terms in a written agreement with the end-user and provide written evidence of doing so upon receipt of request from Supplier. In case of Financing only : If Customer intends to enter into a financing arrangement (“Financing Agreement”) for the products and/or services on this Quote with Dell Financial Services LLC or other funding source pre-approved by Supplier (“FS”), Customer may issue its purchase order to Supplier or to FS. If issued to FS, Supplier will fulfill and invoice FS upon confirmation that: (a) FS intends to enter into a Financing Agreement with Customer for this order; and (b) FS agrees to procure these items from Supplier. Notwithstanding the Financing Agreement, Customer’s use (and Customer’s resale of and the end-user’s use) of these items in the order is subject to the applicable governing agreement between Customer and Supplier, except that title shall transfer from Supplier to FS instead of to Customer. If FS notifies Supplier after shipment that Customer is no longer pursuing a Financing Agreement for these items, or if Customer fails to enter into such Financing Agreement within 120 days after shipment by Supplier, Customer shall promptly pay the Supplier invoice amounts directly to Supplier. Customer represents that this transaction does not involve: (a) use of U.S. Government funds; (b) use by or resale to the U.S. Government; or (c) maintenance and support of the product(s) listed in this document within classified spaces. Customer further represents that this transaction does not require Supplier’s compliance with any statute, regulation or information technology standard applicable to a U.S. Government procurement. For certain products shipped to end users in California, a State Environmental Fee will be applied to Customer’s invoice. Supplier encourages customers to dispose of electronic equipment properly. Electronically linked terms and descriptions are available in hard copy upon request. Page 9 Dell Marketing LP. U.S. only. Dell Marketing LP. is located at One Dell Way, Mail Stop 8129, Round Rock, TX 78682 Page 43 of 105 City of Georgetown, Texas Government and Finance Advisory Board April 28, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend to authorize the C ity Manager to exec ute Design C ontract with Architec tural Design G roup / ADG Inc of Dallas, Texas for the Des ign of the P ublic S afety O perations and Training C enter F iring R ange, in an amount, not to exc eed $91,649.00. – Eric Johnson, F acilities Direc tor IT E M S UMMARY: T his projec t is to update the original des ign of the P olic e F iring R ange for s ubsequent c onstruc tion. T he original F iring R ange design was completed with the des ign of the P ublic S afety Training and O perations Building, but was not inc luded in the c onstruc tion of the fac ility. T he c ontract includes updating existing plans and spec ifications to current International Building C ode 2015 and c urrent ADA standards, bidding as s is tance, and c onstruc tion phas e services. S inc e ADG des igned the original P S O T C , including the F iring R ange des ign, we anticipate a s treamlined design process, allowing us to bid out the project on a s horter timeline. T he R F Q was issued January 27, 2021 and due Marc h 3, 2021. F ive Arc hitecture F irms submitted S tatements of Q ualifications for this des ign, and the selec tion c ommittee c hose ADG as the most qualified. T his projec t was approved through the 2021 budget process. F IN AN C IAL IMPAC T: T he d es ign c o ntract for the P S O T C F iring R ange is a fixed fee contrac t o f $91,649.00, funded through certificates of obligation, approved in the F Y 2021 budget that will be is s ued May 20, 2021. S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Bid Tab Backup Material Proposal Backup Material Pres entation Pres entation Page 44 of 105 EJ TL RW ADG 95 74 97 89 Brinkley 65 84 91 80 Casabella 34 44 58 45 EDF 39 40 12 30 FGMA 70 63 76 70 Page 45 of 105 Intro PM Technical Rep Proj Rel Proj Budget Workload Approach TOTAL Rank AVG EJ 5 19 15 15 13 3 5 20 95 TL 5 16 11 11 13 0 2 16 74 RW 5 18 14 15 15 5 5 20 97 TOTAL 266 89 EJ 5 15 11 10 10 4 5 5 65 TL 5 18 11 11 15 3 5 16 84 RW 5 16 13 15 15 5 4 18 91 TOTAL 240 80 EJ 5 3 5 0 12 4 5 0 34 TL 3 14 11 0 0 2 0 14 44 RW 5 10 5 3 10 5 5 15 58 TOTAL 136 45 EJ 3 8 11 8 5 0 4 0 39 TL 3 16 11 0 0 0 0 10 40 RW 2 5 5 0 0 0 0 0 12 TOTAL 91 30 RFQuals PSOTC Firing Range SOQ EVALUATION SUMMARY ADG Brinkley Sargent Casabella EDF Page 2 of 3 Page 46 of 105 EJ 5 15 10 12 5 3 5 15 70 TL 5 14 11 11 9 0 2 11 63 RW 4 12 10 13 13 5 4 15 76 TOTAL 209 70 FGMA Page 3 of 3 Page 47 of 105 F:\Submittals-Projects\1563 - Georgetown, TX Firing Range\Proposal Contract\1069_Georgetown TX Firing Range_Fee Proposal_2021.04.20.Docx April 20, 2021 Nicole Abrego, Senior Buyer Purchasing Department 300-1 Industrial Ave. Georgetown, TX 78626 RE: Design Services Public Safety Operations and Training Center Firing Range Partial Construction Document Revisions and Construction Administration Services ADG Project No.: 1069.21/1.21 Dear Ms. Abrego, ADG is pleased to provide the City of Georgetown this fee proposal to modify the existing Construction Documents, updating them to the current codes, etc., necessary to permit the documents with the authorities having jurisdiction over the project. In addition, this proposal covers the architectural and engineering services during the Construction Administration phase of the project. Design Team Construction Administration Services: • The Consultant shall assist the City with the coordination of the construction process which has been agreed upon with the City to be approximately twelve (12) months, working closely with the City’s selected builder entity. Services shall include reviews of the proposed construction schedule, providing responses to submitted RFI’s (requests for information), reviewing submittals for compliance with the contract documents, reviewing pay applications, and providing a complete facility review to develop a punch list of items to be addressed prior to the issuance of a substantial completion certificate, followed by a final facility review and final completions report. • The Consultant shall also assemble the appropriate close-out documents for issuance to the City’s selected builder entity with copies provided to the City including operations and maintenance manuals, manufacturer contact lists, etc. The fee proposal of design services and estimate of probable cost, showing the associated fees requested to perform the required architectural and engineering tasks is included as Attachment “B” to this proposal. We understand that the City of Georgetown is to review and approve this proposal prior to beginning any of the related work. Please let us know if you have any questions or comments about the fees outlined or the proposed changes to the base contract (these changes are noted as comments in the PDF), as noted in Attachment “A”. Thank you. Page 48 of 105 April 20, 2021 Georgetown Firearms Training Facility - Fee Request for Partial Construction Documents revisions and Construction Administration Services ADG Project No.: 1069.21/1.21 Page 2 F:\Submittals-Projects\1563 - Georgetown, TX Firing Range\Proposal Contract\1069_Georgetown TX Firing Range_Fee Proposal_2021.04.20.Docx We look forward to getting started on this very exciting project for the City of Georgetown. Thank you again for your consideration. Sincerely, Ian A. Reeves, AIA President Attachments: • A: Base City Contract with Notations from Architects Design Group • B: Georgetown, TX – Police Firing Range Estimate of Probable Costs and Fees, dated 4/20/2021 CC: R. McManus/ADG, K. Nero/ADG, N. Hevia/ADG, A. Keillor/ADG, file. Page 49 of 105 Attachment B Georgetown Police Firing Range Cost Estimate: April 20, 2021 DESIGN FEES Architecture • Update plans to IBC 2015 and current ADA / Coordination with Subs / QAQC of Plans ........................................................................................ $ 12,000.00 • Bidding ..................................................................................................... $ 5,744.00 • Construction Administration ..................................................................... $ 24,545.00 • Additional Service (if requested) .............................................................. TBD Structural • Update plans to IBC 2015 / Add in baffles ............................................... $ 1,000.00 • Bidding ..................................................................................................... $ - • Construction Administration (4 site visits) ................................................ $ 8,360.00 • Additional Service (if requested) .............................................................. TBD MEP / FP • Update plans to IBC 2015 ........................................................................ $ 7,500.00 • Bidding ..................................................................................................... $ - • Construction Administration ..................................................................... $ 7,500.00 • Additional Service (if requested) .............................................................. TBD Civil / Survey • Update plans to IBC 2015 ........................................................................ $ - • Additional Service (if requested) .............................................................. TBD Other Design Services • Permitting Fees ....................................................................................... By Owner Contingency • Design contingency fee for any additional services / design changes from the original documents, not specified above, that may occur during the design process. Any changes will be presented to the city’s project management staff for approval before services are performed. ..................................... $ 25,000.00 Subtotal of Design Fees ..................................................................................... $ 91,649.00 Page 50 of 105 Georgetown Police Firing Range Cost Estimate: April 20, 2021 Page 2 ESTIMATED CONSTRUCTION COSTS (based on 2020 estimate from GC. Will need to be updated once a GC is chosen) Site Work & General Construction • Site Work & General Construction ........................................................... $ 1,371,050.00 Add Alternates • Gutter Drainage System .......................................................................... $ 234,000.00 • PA System ............................................................................................... $ 50,000.00 • Ballistic Glazing ........................................................................................ $ 25,000.00 Contingency • Contingency (5%) .................................................................................... $ 84,003.00 Other Costs • General Conditions .................................................................................. $ 395,646.00 • Insurances ............................................................................................... $ 40,578.00 • Payment & Performance Bond ................................................................. $ 17,799.00 • Market Fee ............................................................................................... $ 85,573.00 Subtotal of Construction Costs ......................................................................... $ 2,303,649.00 Escalation (6%) ..................................................................................................... $ 138,219.00 Range Outfitting • InVeris Range Outfitting (Procured By Owner) ........................................ TBD TOTAL ESTIMATED CONSTRUCTION COST .................................................... $ 2,535,157.00 Page 51 of 105 GGAF April 28, 2021 Public Safety Operations and Training Center Firing Range Design Page 52 of 105 Purpose •Consideration and possible action to authorize the City Manager to execute Design Contract with Architectural Design Group / ADG Inc of Dallas,Texas for the Design of the Public Safety Operations and Training Center Firing Range,in an amount,not to exceed $91,649.00. Page 53 of 105 Background •Update the original design of the Police Firing Range for construction. •The original Firing Range design was completed with the design of the Public Safety Training and Operations Building,but was not included in the construction of the facility. •Bring original design into compliance with current code and ADA requirements. Page 54 of 105 Request for Qualifications •Request for Qualifications –January 27, 2021 •SOQ’s received –March 3, 2021 •5 SOQs received –Archetectural Design Group -Dallas, Texas –Brinkley Sargent Wiginton Architects -Austin, Texas –CasaBella Architects -Austin, Texas –EFG Design and Architecture –Tulsa, Oklahoma –FMG Architects, Inc –Austin, Texas Page 55 of 105 Next Steps •Execute Design Contract •Early Fall 2021 –Complete Design •Fall 2022 –Complete Construction Page 56 of 105 City of Georgetown, Texas Government and Finance Advisory Board April 28, 2021 S UB J E C T: C onsideration and possible actio n to autho rize the C ity Manager to execute Des ign C o ntract with C DS Muery of S an Antonio , Texas fo r the Des ign of the F uel S tatio n R eno vatio n, for an amo unt no t to exceed $61,087.50. – Eric Johns on, F ac ilities Director IT E M S UMMARY: T his projec t is to design the replac ement of the exis ting fuel is land, originally c onstruc ted in the late 1980s. T he upgrade will inc lude new pumps , tanks, c anopy and emergenc y generation to keep the is land functioning during emergency operations. T he c ontract includes sc hematic des ign through c onstruc tion doc uments, bidding as s is tance, and cons truction phase s ervic es . C DS Muery des igned the F uel S tation at the G eorgetown Municipal Airport in 2016. T he R F Q was issued March 8, 2021 and due April 1, 2021. T hree firms submitted S tatements of Q ualifications for this des ign, and the selec tion c ommittee c hose C DS Muery as the most qualified. T his projec t was approved through the 2020 budget process. F IN AN C IAL IMPAC T: T he design contrac t for the F uel S tation is a fixed fee c ontract of $61,087.50, funded through: • 50% c ertific ates of obligation, approved in the F Y 2020 that were is s ued in the spring of 2020 • 50% F leet S ervices F und S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Bid Tab Backup Material Proposal Backup Material Pres entation Pres entation Page 57 of 105 Event Overview Organization Georgetown Purchasing Workgroup Georgetown TX Event Type Request for Qualifications Event Number 202121 Addendum 1 Event Title Architectural and Engineering Design Services for a Fuel Station Event Description *****PLEASE SEE ADDENDUM NO. 1****** The City of Georgetown, is soliciting Statements of Qualifications (SOQs) from firms interested and qualified to perform the necessary evaluation, design, and related functions required for development of plans and specifications for architectural and engineering design services for a FUEL STATION to be located near the intersection of N. College St. and College St. Sealed proposals may be electronically submitted through the City E-bid system accessible via Citys web site at https://gtowntx.ionwave.net/Login.aspxon or before April 1, 2021 at 2:00 PM and immediately thereafter publicly opened and read aloud. Questions regarding use of the E-bid System may be directed by email to: Nicole.abrego@georgetown.org Sealed qualificationsmay be received by the City of Georgetown in the Georgetown Municipal Complex, Purchasing Department, at 300-1 Industrial Avenue, Georgetown, Texas 78626. PUBLICCLOSINGwill be held by virtually. This is accessible using the link and call in information provided below: Issue Date 3/8/2021 Page 58 of 105 Close Date 4/1/2021 Event Contact Nicole Abrego Buyer Contact Phone (512) 930-8454 Contact Fax (512) 930-9027 Contact Email nicole.abrego@georgetown.org Page 59 of 105 Supplier Scoring Summary 202121 Addendum 1 - Architectural and Engineering Design Services fo S u p p l i e r R a n k S c o r e Eva l u a t i o n C r i t e r i a Firm I n t r o d u c t i o n Com p e t e n c e a n d Q u a l i f i c Tec h n i c a l A d e q u a c y Exp e r i e n c e Per f o r m a n c e Acc u r a c y o f C o s t E s t i m a t Wor k l o a d C a p a c i t y App r o a c h 100 5 20 15 15 15 5 5 20 Civil Design Services, Inc. db 1 85.0 5 18 13 13 13 3 4 17 Morris + Associates 2 76.0 4 17 10 13 12 4 4 13 BLGY Architecture 3 56.3 4 13 9 5 9 1 2 13 72.4 4.4 15.8 10.7 10.2 11.0 2.7 3.2 14.4 Page 60 of 105 r a Fuel Station Page 61 of 105 Evaluators Evaluator Bio Hohman, Stan Johnson, Eric Long, Trish Page 62 of 105 Evaluation Criteria Description Instructions Buyer Entered? Note Required? Criteria Type Max Score Description Instructions Buyer Entered? Note Required? Criteria Type Max Score Evaluation Criteria Firm Introduction Competence and Qualif Technical Adequacy Page 63 of 105 Description Instructions Buyer Entered? Note Required? Criteria Type Max Score Description Instructions Buyer Entered? Note Required? Criteria Type Max Score Description Performance Experience Page 64 of 105 Instructions Buyer Entered? Note Required? Criteria Type Max Score Description Instructions Buyer Entered? Note Required? Criteria Type Max Score Description Instructions Buyer Entered? Accuracy of Cost Estima Workload Capacity Page 65 of 105 Note Required? Criteria Type Max Score Description Instructions Buyer Entered? Note Required? Criteria Type Max Score Approach Page 66 of 105 Briefly introduce your firm, providing a summary of the administration, organization and staffing of your firm, including multiple offices, if applicable. Provide an organizational chart indicating the positions and names of the core management team which will undertake this engagement. No Optional Entered Value 5 Demonstrate the competence and qualifications of the individual who will be directly responsible for the management and delivery of the proposed work Firm provided individual's experience as a project manager on projects similar to that described in the solicitation. Only one individual should be designated and must be a licensed architect, engineer, or surveyor in the State of Texas at the time of submission and must be employed by the Firm and not by a sub-consultant. Demonstrate project management experience, technical competency, qualifications and compliance with legal requirements. (a) documented specialized design expertise demonstrating such specialized capabilities pertinent to similar work experience as described in the solicitation by the individual; (b) descriptions and examples of specific projects of a similar nature by the individual as described in the solicitation and their role in the work. (c) educational background; (d) license status, to include Texas registration number and expiration date of architect, engineer, or surveyor assuming professional responsibility on the project; (e) formal project management training and any certifications or accreditations offered by the Project Management Institute; (f) technical publications including books, papers or presentations. No Optional Entered Value 20 ications Page 67 of 105 Demonstrate the technical adequacy of the personnel and sub-consultants to be utilized for the proposed work Firm provided technical qualifications and experience of the individual project team members of the Firm or sub-consultant firms who will actually be performing work on the project or study described in the solicitation. Demonstrate technical competency, qualifications and compliance with legal requirements. (a) documented specialized design expertise demonstrating such specialized capabilities pertinent to similar work experience as described in the solicitation by the individuals; No Optional Entered Value 15 Demonstrate the experience of the Firm based upon previous work similar to that of the type considered Provided no more than five projects meeting these criteria which have been completed within the last five years. Include the project description, name of the team leader, description of the Firm’s role, cost of the project, year of the work, and name and phone number of the agency contact who can respond to questions about the work. (a) applicability of projects similar in nature as described in the solicitation; (b) describe how the proposed team (including sub-consultants) is the same or different for each of the five projects; (c) role of firm with the project No Optional Entered Value 15 Demonstrate the success of the Firm based upon the record of performance on other projects (both City of Georgetown projects and projects for other public entities) Page 68 of 105 Provided firms performance record related to projects for the City of Georgetown or other public entities. Listed no more than five projects total. Projects other than those listed in Consideration Item (D) may be submitted which are not necessarily similar in nature to those described in the solicitation. For other projects to be considered, include the project or study description, name of the team leader, and description of the Firm’s role. (a) number of change orders; (b) examples of innovative solutions that resulted in a cost savings during construction and/or operation; (c) responsiveness during construction and commitment to continued involvement throughout the life of the project. No Optional Entered Value 15 Demonstrate the Firm’s history of accuracy of cost estimates and ability to perform within budget constraints Described accuracy and dependability of projected cost estimates and the ability to be sensitive and responsive to project or study budget constraints. List project budgets, pre-bid cost estimates and bid ranges from low to high bid for projects listed in Consideration Item (D) or Consideration Item (E). Provided a summary of the measures taken by the Firm to ensure the project was realized within the project budget. No Optional Entered Value 5 Workload Capacity and History Of Performing Work Within A Specified Schedule Described the ability to dedicate the necessary resources to the work described in the Scope of Work. City reserves the right to visit the location of the Firm to verify the capabilities and resources. Include projects listed in Consideration Item (D) or Consideration Item (E) to demonstrate the firm’s ability to deliver projects within a specified schedule. (a) capabilities of the proposed project team and approach for handling multiple projects simultaneously at various stages of development; (b) demonstrate the Firm’s ability to deliver projects within a specified schedule; (c) contingency plan and ability of the Firm to sustain a loss of a key team member without compromising project quality, schedule or budget considerations. No ates Page 69 of 105 Optional Entered Value 5 Proposed Approach for the Design Project Described team’s organizational structure and work plan for accomplishing the work as described in the Scope of Work. (a) organization and structure of the project team including percentage of work proposed to be done by sub-consultants; (b) work plan indicating detailed approach for accomplishment of project, identified options, and proposed solutions; (c) provide a plan describing the firm’s actions to encourage and utilize Historically Underutilized Businesses (HUBs) and Georgetown local businesses in all phases of the project. Provide details on any subcontractors anticipated to be utilized including details on the commodities and services they will provide, and approximate percentage of utilization for participating in the project. (d) approach to project management; (e) proposed project schedule should be supplied identifying the beginning and ending of each phase of the work proposed for this project No Optional Entered Value 20 Page 70 of 105 3BLGY Architecture Rank Score 56.3 E v a l u a t o r T o t a l S c o r e Eva l u a t i o n C r i t e r i a Firm I n t r o d u c t i o n Com p e t e n c e a n d Q u a l i f i c Tec h n i c a l A d e q u a c y Exp e r i e n c e Per f o r m a n c e Acc u r a c y o f C o s t E s t i m a t Wor k l o a d C a p a c i t y App r o a c h 100 5 20 15 15 15 5 5 20 Hohman, Stan 46 3 10 7 5 5 3 3 10 Johnson, Eric 74 5 12 12 10 14 1 3 17 Long, Trish 49 5 16 9 0 7 0 0 12 56.3 4.3 12.7 9.3 5.0 8.7 1.3 2.0 13.0 Contact Address City, State Zip Email Phone 8001 Centre Park Drive Suite 105 Austin, TX 78754 sital@blgy.com (512) 977-0390 Sita Lakshminarayan X4A0T Page 71 of 105 1Civil Design Services, Inc. db Rank Score 85.0 E v a l u a t o r T o t a l S c o r e Eva l u a t i o n C r i t e r i a Firm I n t r o d u c t i o n Com p e t e n c e a n d Q u a l i f i c Tec h n i c a l A d e q u a c y Exp e r i e n c e Per f o r m a n c e Acc u r a c y o f C o s t E s t i m a t Wor k l o a d C a p a c i t y App r o a c h 100 5 20 15 15 15 5 5 20 Hohman, Stan 76 4 15 11 10 13 3 4 16 Johnson, Eric 91 5 20 15 15 12 1 3 20 Long, Trish 88 5 18 13 13 13 5 5 16 85.0 4.7 17.7 13.0 12.7 12.7 3.0 4.0 17.3 Contact Address City, State Zip Email Phone ana.peters@cdsmuery.com (210) 581-1111 Ana Peters 100 NE Loop 410, Suite 300 San Antonio, TX 78216 X5A0T Page 72 of 105 2Morris + Associates Rank Score 76.0 E v a l u a t o r T o t a l S c o r e Eva l u a t i o n C r i t e r i a Firm I n t r o d u c t i o n Com p e t e n c e a n d Q u a l i f i c Tec h n i c a l A d e q u a c y Exp e r i e n c e Per f o r m a n c e Acc u r a c y o f C o s t E s t i m a t Wor k l o a d C a p a c i t y App r o a c h 100 5 20 15 15 15 5 5 20 Hohman, Stan 69 3 15 10 12 10 3 3 13 Johnson, Eric 73 5 20 8 12 12 3 3 10 Long, Trish 86 5 16 11 15 13 5 5 16 76.0 4.3 17.0 9.7 13.0 11.7 3.7 3.7 13.0 Contact Address City, State Zip Email Phone wkm@morrisassoc.com (832) 334-5002 William (Bill) Morris 14139 Huffmeister RD. Cypress, TX 77429 X6A0T Page 73 of 105 Evaluator Notes Evaluator Supplier Criteria Group Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Page 74 of 105 Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Page 75 of 105 Criteria Note Competence and Qualifications They didn't have much fuel experience. Competence and Qualifications Has lot of experience over Edwards Aquifer Competence and Qualifications Has lots of fuel site experience Technical Adequacy Not much fuel site experience Experience Examples were small in scale. Experience Only listed 3 examples but they were relevant. Experience Good experience in similar fuel sites Performance No fuel related examples. Performance Work on KGTU. Municipal and ISD fleet sites experience and projects over the Edwards Aquifer. Performance Not much municipal experience Approach Timeline seemed too long. Approach Good timeline Approach Timeline seemed a little too long Competence and Qualifications One fuel site listed Technical Adequacy Only one job is a fuel facility. The Wilco North Campus Fuel Site Technical Adequacy hard to follow. what does larose group do? Experience Wilco words say design of underground, but pics show above ground. Mostly SSCI projects, and not BLGY Experience only 4 projects listed. Experience Missing proposed team overlap Performance Good use of similar team Performance but 6 listed here... Unknown number of change orders is a little strange. Performance Missing innovative solutions and responsiveness. It is kind of addressed so partial points awarded Accuracy of Cost Estimates They basically say they are cool with it, but all projects in Tab E are CMAR. But what about Tab D projects by SSCI? Accuracy of Cost Estimates Missed a lot of information here Accuracy of Cost Estimates Missing some information. Only 2 examples provided, but many many many examples in similar work... Workload Capacity How many employees? Workload Capacity Lack of contingency plan. Page 76 of 105 Approach Generic to all projects Approach I appreciate that this section was written for this RFQ and not at all generic to all projects. Approach The entire package was custom written for this RFQ, but the proposed approach is very generic and does not follow the structure of the RFQ/Contract. This company seems very capable, but has a lack of municipal govt experience. Page 77 of 105 All Scores Evaluator Supplier Criteria Group Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Hohman, Stan BLGY Architecture Evaluation Criteria Hohman, Stan Civil Design Services, Inc. db Evaluation Criteria Hohman, Stan Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Page 78 of 105 Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Johnson, Eric BLGY Architecture Evaluation Criteria Johnson, Eric Civil Design Services, Inc. db Evaluation Criteria Johnson, Eric Morris + Associates Evaluation Criteria Long, Trish BLGY Architecture Evaluation Criteria Long, Trish Civil Design Services, Inc. db Evaluation Criteria Long, Trish Morris + Associates Evaluation Criteria Long, Trish BLGY Architecture Evaluation Criteria Long, Trish Civil Design Services, Inc. db Evaluation Criteria Long, Trish Morris + Associates Evaluation Criteria Long, Trish BLGY Architecture Evaluation Criteria Long, Trish Civil Design Services, Inc. db Evaluation Criteria Long, Trish Morris + Associates Evaluation Criteria Long, Trish BLGY Architecture Evaluation Criteria Long, Trish Civil Design Services, Inc. db Evaluation Criteria Page 79 of 105 Long, Trish Morris + Associates Evaluation Criteria Long, Trish BLGY Architecture Evaluation Criteria Long, Trish Civil Design Services, Inc. db Evaluation Criteria Long, Trish Morris + Associates Evaluation Criteria Long, Trish BLGY Architecture Evaluation Criteria Long, Trish Civil Design Services, Inc. db Evaluation Criteria Long, Trish Morris + Associates Evaluation Criteria Long, Trish BLGY Architecture Evaluation Criteria Long, Trish Civil Design Services, Inc. db Evaluation Criteria Long, Trish Morris + Associates Evaluation Criteria Long, Trish BLGY Architecture Evaluation Criteria Long, Trish Civil Design Services, Inc. db Evaluation Criteria Long, Trish Morris + Associates Evaluation Criteria Page 80 of 105 Criteria Max Score Choices Firm Introduction 5 3 Firm Introduction 5 4 Firm Introduction 5 3 Competence and Qualifications 20 10 Competence and Qualifications 20 15 Competence and Qualifications 20 15 Technical Adequacy 15 7 Technical Adequacy 15 11 Technical Adequacy 15 10 Experience 15 5 Experience 15 10 Experience 15 12 Performance 15 5 Performance 15 13 Performance 15 10 Accuracy of Cost Estimates 5 3 Accuracy of Cost Estimates 5 3 Accuracy of Cost Estimates 5 3 Workload Capacity 5 3 Workload Capacity 5 4 Workload Capacity 5 3 Approach 20 10 Approach 20 16 Approach 20 13 Firm Introduction 5 5 Firm Introduction 5 5 Firm Introduction 5 5 Competence and Qualifications 20 12 Competence and Qualifications 20 20 Competence and Qualifications 20 20 Technical Adequacy 15 12 Page 81 of 105 Technical Adequacy 15 15 Technical Adequacy 15 8 Experience 15 10 Experience 15 15 Experience 15 12 Performance 15 14 Performance 15 12 Performance 15 12 Accuracy of Cost Estimates 5 1 Accuracy of Cost Estimates 5 1 Accuracy of Cost Estimates 5 3 Workload Capacity 5 3 Workload Capacity 5 3 Workload Capacity 5 3 Approach 20 17 Approach 20 20 Approach 20 10 Firm Introduction 5 5 Firm Introduction 5 5 Firm Introduction 5 5 Competence and Qualifications 20 16 Competence and Qualifications 20 18 Competence and Qualifications 20 16 Technical Adequacy 15 9 Technical Adequacy 15 13 Technical Adequacy 15 11 Experience 15 0 Experience 15 13 Page 82 of 105 Experience 15 15 Performance 15 7 Performance 15 13 Performance 15 13 Accuracy of Cost Estimates 5 0 Accuracy of Cost Estimates 5 5 Accuracy of Cost Estimates 5 5 Workload Capacity 5 0 Workload Capacity 5 5 Workload Capacity 5 5 Approach 20 12 Approach 20 16 Approach 20 16 Page 83 of 105 Note They didn't have much fuel experience. Has lot of experience over Edwards Aquifer Has lots of fuel site experience Not much fuel site experience Examples were small in scale. Only listed 3 examples but they were relevant. Good experience in similar fuel sites No fuel related examples. Work on KGTU. Municipal and ISD fleet sites experience and projects over the Edwards Aquifer. Not much municipal experience Timeline seemed too long. Good timeline Timeline seemed a little too long One fuel site listed Only one job is a fuel facility. The Wilco North Campus Fuel Site Page 84 of 105 hard to follow. what does larose group do? Wilco words say design of underground, but pics show above ground. Mostly SSCI projects, and not BLGY only 4 projects listed. Missing proposed team overlap Good use of similar team but 6 listed here... Unknown number of change orders is a little strange. Missing innovative solutions and responsiveness. It is kind of addressed so partial points awarded They basically say they are cool with it, but all projects in Tab E are CMAR. But what about Tab D projects by SSCI? Missed a lot of information here Missing some information. Only 2 examples provided, but many many many examples in similar work... How many employees? Lack of contingency plan. Generic to all projects I appreciate that this section was written for this RFQ and not at all generic to all projects. The entire package was custom written for this RFQ, but the proposed approach is very generic and does not follow the structure of the RFQ/Contract. This company seems very capable, but has a lack of municipal govt experience. Page 85 of 105 Page 86 of 105 City of Georgetown Fuel System Replacement Proposed Scope of Services April 22, 2021 REVISED 2 This project scope includes the removal of an existing underground storage tank system used by the Municipality of Georgetown, Texas. There are two USTs; one containing diesel fuel, and one containing gasoline. These USTs are in a floodplain, and are approaching 30 years in age. Each tank is 10,000 gallons in nominal volume. The proposed replacement tanks will be aboveground storage tanks (ASTs), 15,000 gallons in nominal volume. They will send fuel to two new dispensers that will dispense both gasoline and diesel. Diesel Exhaust Fluid (DEF) must also be stored and dispensed at this facility. The site on which these tanks will be placed is complicated in that there is a closed landfill, and floodplains in which equipment cannot go. A major proposed roadway and river must also be cleared. Finally, this site is located on the Edwards Aquifer Recharge Zone. Therefore, special permitting will be required, and must be approved before work can start. Work on the permit will begin as soon as possible. The proposed Scope of Services is as follows. • The meeting with the City to finalize the equipment wanted by the City. • The review of the layout of the proposed roadway. • The review of the floodplains and the optimum placement of the fuel tanks and canopy over the dispensers. • The review of the grades and slopes in the area that is the proposed AST location. • The design of the concrete foundation on which the ASTs will be placed. This requires contained and controlled drainage of the structure. • The preparation of a TCEQ AST Facility Plan, and its submission to the TCEQ. • The electrical systems design. • The placement of the ASTs, the canopy, and the dispensers. The DEF tank must also be plumbed in. A separate tank and dispenser will be used for the distribution of the DEF. • The electrical systems for the fuel pumps and leak detection must be provided. • The addition of an emergency generator with an automatic transfer switch to maintain electric power to the fuel system in the event of a power outage. Page 87 of 105 Proposal for Engineering Services April 22, 2021 City of Georgetown Municipal Fuel System Page 2 of 2 • The design of the canopy and the associated LED lighting below it. • The specification of a commercial grade kiosk with air conditioning in which the electronic equipment such as motor starters, power panels, the Veeder Root System, and other components needing protection from the weather will be mounted. In addition, the kiosk will be sized such that 2 DEF totes including the pump systems for the DEF will be included. • A landscape sheet will provide the required plants and layout to meet the City of Georgetown Landscape ordinance. • The specification of the components on the plan sheets. No specification book is necessary. • The specification and observation of the addition of fuel to the systems for the Fire Marshall testing and approval of the required safety systems. • Plans and specifications for the removal of the two existing USTs. These plans and specifications will be in compliance with 30 TAC §334.52. An Environmental Consultant on the team will verify that the removal has been properly performed. • The plans and specifications for the removal will indicate that the soil/groundwater is clean and not contaminated, and add/alternate line items for the disposal of contaminated soil/groundwater will be provided for minor disposal items. • Specifications for the backfill of the tank holes and pipe trenches. Not included in this proposal is the following. • Remediation of any contamination. • The cost of laboratory analysis of soil or groundwater. • The removal and disposal of any fuel from the tanks. • The cost of the fuel required for testing and Fire Marshall approval. • The cost of any permits. • Anything not specifically included. End of Specifications Milestone Phase Amount ($) Schematic Design $11,407.00 Design Development $10,067.75 Construction Documents $25,354.00 Bidding/Negotiation Services $2,851.75 Construction Administration $11,407.00 Total $61,087.50 Page 88 of 105 GGAF April 28, 2021 Fuel Island Renovation Design Page 89 of 105 Purpose •Consideration and possible action to authorize the City Manager to execute Design Contract with CDS Muery of San Antonio, Texas for the Design of the Fuel Station Renovation,for an amount not to exceed 61,087.50. Page 90 of 105 Background •Replacement of the existing fuel island, originally constructed in the late 1980s. •New pumps, tanks and canopy –Addition of DEF •Emergency generator to keep the island functioning during emergency operations. •Used by both City of Georgetown and TDS Page 91 of 105 Request for Qualifications •Request for Qualifications –March 8, 2021 •SOQ’s received –April 1, 2021 •3 SOQ received –BLGY Architecture -Austin, Texas –CDS Muery -San Antonio, Texas –Morris + Associates -Cypress, Texas Page 92 of 105 Next Steps •Execute Design Contract •Early Fall 2021 –Complete Design •Spring 2022 –Complete Construction –Tanks are a possible long lead item at this time and may delay construction timeline above Page 93 of 105 City of Georgetown, Texas Government and Finance Advisory Board April 28, 2021 S UB J E C T: P res entation and disc ussion regarding public das hboards. - S eth G ips on, P MP Manager IT E M S UMMARY: T he G eorgetown P erformance Management P rogram (P MP ), establis hed in 2017, is a s tructured program that is ins pired by C ity’s Vision and built around S ervice Areas’ Missions , S trategic G oals , and P erformanc e Indic ators to drive better outc omes . T his program is about helping the C ity to a) be aware of performanc e to promote rapid and s ustained improvements to achieve exc ellenc e in the operation and management of s ervic e delivery; b) inc reas e c ommitment to continuous proc es s improvement; c) use data to make informed decision-making; and d) provide opportunities for employee development. T he P MP is housed in the O rganizational and O perational Excellence O ffic e. T his offic e has set the direction for c ontinuous improvement within the C ity. T he team’s mis s ion is , "We produc e real res ults by equipping and developing our employees to s olve problems and make incremental change." T he P MP is one of the tools to help equip employees to s olve problems and implement change. T his tool c onsists of internal das hboards that hous e over 200 metrics that are tracked ac ros s our 36 s ervic e areas . T he metrics are derived by departments and are cons tantly being refined to ensure the metric s are providing valuable information to service areas . In addition to informing decisions , this tool helps services areas tell their s tory and illus trate how they individually c ontribute to the mis s ion and vision of the c ity. S inc e the program’s inc eption, there has been a des ire to share these s tories/data with the c itizens of G eorgetown. T he O O E staff have been working on developing a propos ed public das hboard, that will be hous ed on the C ity’s webs ite, to share a number of metric s from across the C ity. T his will c reate another opportunity to be more trans parent, provide another avenue to tell our s tory, and to c ontinue to build trust with our res idents . T his presentation is intended to provide some history on the performance management work that has been completed so far and to seek your feedback on the propos ed public das hboard s olution. F IN AN C IAL IMPAC T: . S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Pres entation Pres entation Page 94 of 105 Public Performance Dashboard APRIL 28, 2021 Page 95 of 105 Presentation Overview City’s performance management journey Purpose of Public Dashboards Proposed Solution Feedback Page 96 of 105 Feedback Requested 1. What are your thoughts on Public Dashboards? 2. Do you like this approach? 3. Are these metrics helpful? 4. Is this a helpful/meaningful tool? 5. Is the red, yellow, green indicators helpful or does it create confusion? Page 97 of 105 Introductions Mission: We produce real results by equipping and developing our employees to solve problems and make incremental change. Page 98 of 105 Page 99 of 105 Internal Dashboards -Over 200 metrics tracked -across 38 service areas -provides information to make decisions on programing and services -helps identify areas of success and improvement Page 100 of 105 Public Dashboard Purpose •Create another opportunity to be more transparent •provide another avenue to tell our story •continue to build trust with our constituents. Page 101 of 105 Public Dashboard Proposal Proposal: o Total of 8 metrics o Animal Services, Communications and Public Engagement (CAPE), Electric, Fire, Planning, Police, Recreation and Water. o To be house on City’s website, with links on the main pages as well as department pages o Updated Semi-Annually o No cost for development and hosting Page 102 of 105 Page Structure •Summary of Measure, definition, target, and current result •Static graphs •Metric’s performance (narrative) •Explanation of why this metric is important. Page 103 of 105 Walk through Mock-up Website Page 104 of 105 Feedback Requested 1. What are your thoughts on Public Dashboards? 2. Do you like this approach? 3. Are these metrics helpful? 4. Is this a helpful/meaningful tool? 5. Is the red, yellow, green indicators helpful or does it create confusion? Page 105 of 105