HomeMy WebLinkAboutAgenda_GUS_10.13.2017Notice of Meeting for the
Georgetown Utility System Adv isory Board and the Gov erning Body
of the City of Georgetown
October 13, 2017 at 2:00 PM
at Georgetown Municipal Complex, 300-1 Industrial Av enue, Georgetown TX
The City o f G eo rgeto wn is committed to comp lianc e with the Americans with Dis abilities Ac t (ADA). If yo u
req uire as s is tanc e in participating at a p ublic meeting d ue to a disability, as d efined und er the ADA, reas onab le
as s is tance, ad ap tatio ns , or acc o mmo d ations will b e provid ed up o n req uest. P leas e c o ntact the City Sec retary's
Office, at leas t three (3) days prior to the sc hed uled meeting d ate, at (512) 930-3652 o r City Hall at 113 Eas t 8th
Street fo r add itional info rmation; TTY us ers ro ute through Relay Texas at 711.
Regular Session
(This Regular S es s io n may, at any time, b e rec es s ed to convene an Exec utive S es s io n fo r any p urpose
authorized b y the Op en Meetings Act, Texas Go vernment Co d e 551.)
A Call to Ord er
The Board may, at any time, rec es s the R egular S es s io n to convene in Exec utive S es s io n at the reques t of
the Chair, a Board Memb er, the City Manager, As s is tant City Manager, G eneral Manager of Utilities, City
Co uncil Member, o r legal c o uns el for any p urpos e authorized b y the Op en Meetings Act, Texas
Government C o d e Chapter 551, and are s ubjec t to actio n in the Regular Ses s ion that follows .
B Introduction of Vis itors
Emp lo yee R ec ognitio n
-- none submitted at time o f posting
C Oc tober 2017 GUS Up d ates and Counc il Ac tio n
– Wes ley Wright, P.E., S ystems Engineering Directo r/Mic hael Hallmark, C IP Manager.
D Ind ustry Up d ates
Legislativ e Regular Agenda
E Review and p o s s ib le ac tion to approve the minutes from the regular GUS Bo ard meeting held on
Sep tember 8, 2017. - S heila K. Mitchell, GUS Bo ard Liais o n
F Co nsideration and possible recommendatio n to ap p ro ve the purchas e o f s ewer ins p ectio n camera
sys tem’s Enviro s ight fro m Green Eq uipment C o ., Inc., o f F o rt Wo rth, TX, in the amount of $147,000.00.
– David W. T homis on, Water Services Manager/Glenn W. Dis hong, Utility Directo r
G Co nsideration and possible recommendatio n to ap p ro ve a c o ntract with Els ter S o lutio ns, LLC
“Honeywell” to p ro vide Energy Axis AMI water mo d ules and related items for the Advanc e Metering
Infras tructure s ys tem in the estimated amount of $415,000.00. – David T homis on Water S ervic es
Manager/Glenn Dis ho ng Utility Direc tor
H Co nsideration and possible recommendatio n to ap p ro ve Task Order CDM-18-001 with CDM Smith, Inc .
of Austin, Texas , fo r professional services to renew the was tewater treatment p lant permits in the amount
Page 1 of 135
of $81,500.00 – David W. Thomison, Water S ervic es Manager/Glenn W. Dis ho ng, Utility Directo r
I Dis cus s ion and pos s ible recommend ation to p ro cure c o nsulting s ervic es with Neil McAndrews and
As s o ciates fo r R es o urc e P rice Risk Management. – Chris Foster, Manager of Resource Planning and
Integration
J Co nsideration and possible recommendatio n to award a c o ntract to E.J. C hris Contrac ting, Inc. of Live
Oak, Texas fo r the rehabilitation of the Airp o rt Reus e Water Ground Storage Tank in the amo unt o f
$417,000.00 – Wes ley Wright, P.E., Sys tems Engineering Direc tor/Michael Hallmark, CIP Manager.
K Co nsideration and possib le rec o mmendatio n to award a c o ntract fo r the Ed wards Aq uifer Recharge Zo ne
(EARZ) Was tewater System Rehab ilitatio n 2017 to P M Co nstruc tion & Rehab , LLC of P as ad ena, TX in
the amo unt o f $260,875.00 – Wes ley Wright, P.E., S ystems Engineering Directo r/Mic hael Hallmark, C IP
Manager.
L Co nsideration and possible recommendatio n o n Task Order WPL-18-001 with Walker P artners , LLC of
Austin, TX in the amount of $1,551,075.00 for p ro fes s io nal engineering s ervices related to the Berry
Creek Interc ep tor - Wesley Wright, P.E., Sys tems Engineering Directo r
M Co nsideration and possible recommendatio n o n Task Order TCI-18-001 to Terrac o n Cons ultants , Inc o f
Austin, TX in the amount of $98,000.00 fo r geo tec hnical engineering s ervic es related to the Berry Creek
Interc ep to r - Wes ley Wright, P.E., Sys tems Engineering Direc tor
Adjournment
CERTIFICATE OF POSTING
I, Shelley No wling, C ity S ecretary fo r the C ity of Geo rgeto wn, Texas , d o hereby c ertify that this Notice of
Meeting was p o s ted at City Hall, 113 E. 8th Street, a p lace read ily acc es s ible to the general p ublic at all times ,
on the ______ d ay o f __________________, 2017, at __________, and remained so p o s ted fo r at leas t 72
c o ntinuo us ho urs p receding the sc heduled time o f s aid meeting.
____________________________________
S helley No wling, City Sec retary
Page 2 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Call to Ord er
The Bo ard may, at any time, recess the Regular Ses s ion to c o nvene in Exec utive Ses s ion at the req uest of
the Chair, a Bo ard Member, the City Manager, As s is tant City Manager, General Manager o f Utilities , City
Counc il Memb er, or legal counsel fo r any purp o s e autho rized by the Op en Meetings Ac t, Texas
Go vernment Code Chap ter 551, and are s ub jec t to ac tion in the Regular Ses s io n that fo llo ws.
ITEM SUMMARY:
FINANCIAL IMPACT:
N/A
SUBMITTED BY:
Page 3 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Octo b er 2017 GUS Updates and Co uncil Ac tion
– Wesley Wright, P.E., Sys tems Engineering Direc tor/Michael Hallmark, CIP Manager.
ITEM SUMMARY:
Airport GST Rehab.
Bid d ing proc es s has ended. S ched uled fo r G US Board 10/13/17 and City Counc il 10/24/17
Berry Creek Wastewater Interceptor
Engineering approved by GUS Board 5/15 & City Council 5/15. Final Design P lans are 90% complete &
easements are 10% complete
Cedar Breaks EST
Notice to P roceed 7/18/16. Air Crew on site for final coatings to be completed by October 6, tentatively
scheduled for fill/testing later in October.
Do mel Pump Statio n
NT P issued to Archer Western 7/17/17 Crews on site and have 80% of existing pipe/equipment demo and
have completed potholing utilities
CR 255
Recommended by GUS 10/09/15, approved by CC on 10/27/15. P reliminary Construction P lans are near 80%
complete & Easements 50% complete
Pecan Branch WWTP
NT P to be issued for 7/17/17, crews have excavated for aeration basin# 3 and have installed Select Fill
material with Seal Slab placed, compacting Select Fill material Aeration basin# 4
Shell Ro ad Water line
Final Design P lans are 90% complete & Easements are 60% complete
Westingho use Regio nal Lift Statio n
NT P – 1/3/17. 12” forcemain installed but not tested, wetwell & valve vault walls/floor have been placed &
crews starting to install piping & valves. Electric Undeground conduit & transformer pad being installed
San Gabriel Park Lift Station
Task Order Recommended by GUS 2/10/17 and approved by CC 2/28/17 with Design P lans ready for review
in October, 2017.
EARZ
NT P issued 11/29/16 P oint repair on Trail Rider complete, manhole rehab complete & crews to finished up
manhole coatings, P roject Closeout in late October. FY 2017 contract on the October agenda for
consideration.
Sun City 2.0 MG Elevated Sto rage Tank
Bid Opening 8/15/17 with CB& I letter of recommendation sent 8/18/17. GUS Board approved 9/8/2017,
Awarded by Council on 9/26/2017.
Pastor Pump Station – Westloop Waterline
Engineering Task Order approved by GUS Board April 14 and approved by Council April 25, design
underway, tentatively out for Bid in May 2018
Co uncil Actio n, September 26, 2017 -- attached
FINANCIAL IMPACT:
Page 4 of 135
N/A
SUBMITTED BY:
– Wesley Wright, P.E., Sys tems Engineering Direc tor/Michael Hallmark, CIP Manager.
ATTACHMENTS:
Description Type
October 2017 GUS Updates Backup Material
September Council Action Backup Material
Page 5 of 135
Page 6 of 135
Page 7 of 135
Page 8 of 135
Page 9 of 135
Page 10 of 135
Page 11 of 135
Page 12 of 135
Page 13 of 135
Page 14 of 135
Page 15 of 135
Page 16 of 135
Page 17 of 135
Page 18 of 135
Page 19 of 135
GUS BOARD ITEMS FORWARDED TO COUNCIL
September 26, 2017
M
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to approve the purchase of Bioxide from Evoqua Water Technologies LLC of
Sarasota, Florida, in an amount not to exceed $80,000.00, for Fiscal Year 2017/2018 -- Glenn W. Dishong, Utility
Director
N
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to award the Brush Trimming and Removal Services Contract to Austex Tree
Service, Inc., of Round Rock, Texas in the estimated amount of $270,000.00 -- Glenn W. Dishong, Utility Director
O
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to award LED Street Lights ITB No. 201738, Type 1 to KBS Electrical Distribution,
Inc., of Austin, TX and Type 2 to Ringdale Inc., of Georgetown, TX, in the estimated amount of $150,000.00, for both
types. – Glenn W. Dishong, Utility Director
P Forwarded from Georgetown Utility Systems Advisor y Board (GUS):
Consideration and possible action to continue utilizing the annual agreement for LCRA Material Acquisition to
purchase electric distribution, fiber and substation materials for FY 2017-2018 from Techline Ltd. under their
contract with the Lower Colorado River Authority (“LCRA”) Electric Material Acquisition Program in the not to exceed
amount of $4,500,000.00 -- Wesley Wright, P.E., Systems Engineering Director
Q
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to renew the contract for labor services for Electric System Overhead Construction
and Maintenance to Techline Construction, LLC of Austin, Texas, in the not to exceed amount of $2,000,000.00 --
Wesley Wright, P.E., Systems Engineering Director
R
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to renew the contract for the Electric System Underground Construction and Maintenance
with Pedro S.S. Services, Inc. of Austin, Texas, in the not to exceed amount of $3,000,000.00 -- Wesley Wright, P.E., Systems
Engineering Director
S
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to renew the contract for labor services for Outside Plant Fiber Optic Infrastructure
Construction to JC Communications of Cedar Park, Texas, in the not to exceed amount of $300,000.00 -- Wesley Wright,
Page 20 of 135
P.E., Systems Engineering Director
T
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to approve annual task orders: Task Order MEI-18-001 for Electric System & Planned
Capital Improvement Projects in the not to exceed amount of $460,000.00, Task Order MEI-18-002 for Electric System
Engineering Planning and Engineering Assistance in the not to exceed amount of $250,000.00 and Task order MEI-18-
003 for New Development Engineering and Design Assistance in the not to exceed amount of $590,000.00 with McCord
Engineering, Inc., of College Station, Texas, for professional engineering services -- Wesley Wright, P.E.,
Systems Engineering Director
U
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to approve Task Order CDM-17-008 with CDM Smith, Inc. of Austin, Texas, for
professional services related to Lake Water Treatment Raw Water Intake and Pump Station Improvements in the
amount of $147,120.00 -- Wesley Wright, P.E., Systems Engineering Director
V
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to approve Task Order CDM-17-009 with CDM Smith, Inc. of
Austin, Texas, for professional services related to the 2018 Water and Wastewater Utility Master
Plans Update and 2017-2018 Utility Evaluations Support in the amount of $328,045.00 -- Wesley
Wright, P.E., Systems Engineering Director
AD
Forwarded from Georgetown Utility Systems Advisory Board (GUS):
Consideration and possible action to award a contract to CB&I, LLC of The Woodlands, Texas for the construction of the
Sun City EST (elevated water storage tank) in the amount of $3,224,000.00 -- Wesley Wright, P.E., Systems Engineering
Director
ALL ITEMS PASSED
Page 21 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Review and pos s ible actio n to ap p ro ve the minutes fro m the regular GUS Board meeting held o n
Septemb er 8, 2017. - Sheila K. Mitc hell, GUS Board Liaison
ITEM SUMMARY:
Bo ard to review, revis e and /or ap p ro ve the minutes fro m the regular GUS Board meeting held o n
Septemb er 8, 2017.
FINANCIAL IMPACT:
N/A
SUBMITTED BY:
Sheila K. Mitc hell/GUS Bo ard Liais o n
ATTACHMENTS:
Description Type
GUS Sept 8 2017 DRAFT Minutes Backup Material
Page 22 of 135
Minutes of the Meeting of the
Georgetown Utility Systems Advisory Board and the
Governing Body of the City of Georgetown, Texas
September 8, 2017 at 2:00PM
at Georgetown Municipal Complex, 300-1 Industrial Avenue, Georgetown, TX
The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If
you require assistance in participation at a public meeting due to a disability, as defined under the ADA,
reasonable assistance, adaptations, or accommodations will be provided upon request. Please contact the
City Secretary’s Office, at least three (3) days prior to the scheduled meeting date, at (512) 930-3652 or
City Hall at 113 East 8th Street for additional information: TTY users route through Relay Te xas at 711.
Board Members Present: John Copelan – Vice Chair, Joyce Mapes -- Secretary, Steve Fought,
Edward Wiley, Arthur Yaeger, David Maserang
Board Members Absent: Mike Cunningham – Chair
Staff Members Present: Jim Briggs, Mike Babin, Glenn Dishong, Wesley Wright, Mike
Westbrook, Chris Foster, Jimmy Sikes, David Thomison, Leigh Wallace, Tristan Whitmire,
Sheila Mitchell, Electric and Water employees: Richard Pajestka, Damian Helmbold, Ryan Sauls,
Casey Lane, Mason Ball, Dustin Smith, Chris Waggoner, Travis Conner, John Zamarripa
Others Present: none
Regular Session
(This Regular Session may, at any time, be recessed to convene an Executive Session for any purpose
authorized by the Open Meetings Act, Texas Government Code 551.)
A. Call to Order – Called to order by Vice Chair at 2:00p.m.
The Board may, at any time, recess the Regular Session to convene an Executive Session at the
request of the Chair, a Board Member, the City Manager, Assistant City Manager, General Manager
of Utilities, City Council Member, or legal counsel for any purpose authorized by the Open Meetings
Act, Texas Government Code Chapter 551, and are subject to action in the Regular Session that
follows.
B. Introduction of Visitors – none present
Employee Recognition
-- TMUA Utility Award – Glenn Dishong, Utility Director
-- Water Services Department Recognition – David Thomison, Water Services Manager
Jeff Deleon, Water Maintenance Supervisor -- has been with city approximately 13 years and
promoted to new position.
Ernest Vidaure, Jr., Planner Scheduler – has been with city approximately 13 years and promoted
to new position.
Hurricane Harvey assistance – 3 employees Ryan Sauls, Damian Helmbold, Isaac Conde (absent).
Traveled to the Houston area and provided assistance on their own time, not on Ci ty time. We
appreciate all the work they did to rescue and assist those affected by the storms.
-- Electric Operations Department Recognition – Mike Westbrook, Electric Operations Manager
Electric Journeyman – 2 employees Matt Braun, Kolton Keith (both absent today). Both
completed their certifications.
Texas Lineman’s Rodeo (top 20%) – 3 employees Chris Waggoner (1st), Dustin Smith (2nd), Travis
Conner (3rd). Competition in July in Seguin, TX. Westbrook recognized them for their
accomplishments and described some of the physical events and cooking competitions they
competed in.
July 31st Williams Drive accident assistance – 3 employees Mason Ball, Chris Waggoner and Jarod
(absent). Westbrook discussed the accident, in which a citizen lost their life after being struck by a Page 23 of 135
vehicle. These employees were leaving the end of their work day and stopped to provide traffic
control and assist emergency personnel with keeping the scene safe while they assisted the patient.
We appreciate their assistance in doing the “right thing” to help the citizens of Georgetown.
C. September 2017 GUS Project Updates – Wesley Wright, P.E., Systems Engineering Director/Michael
Hallmark, CIP Manager
Wright gave updates on projects included in packet. Spoke about Ribbon Cutting for Mays extension
planned for September 28th at 2 pm. Open to anyone who would like to attend.
D. Industry Updates
Briggs updated on new FERC commissioners hearings in Washington, DC, related to power
generation, cyber security, etc. He spoke on new process for state water planning. Will wrap up
sometime after 2020. A lot of discussion on population and growth projections pertaining to water
demand. He discussed issues during the recent hurricane and water supplies in the areas.
Interconnections are important for assistance during times of need, especially emergencies. Briggs
said summer water usage was good in the area. The legislative session ended and there have not been
any meetings this summer. He further spoke on legislative bills pertaining to cell/wire service and
how it will impact cities. Some discussion on water supply and conservation; no issues with supply,
conservation will continue.
Legislative Regular Agenda.
The Board will individually consider and possibly take action on any or all of the following items:
E. Review and possible action to approve the minutes from the Regular GUS Board meeting August 11,
2017, the Regular GUS Board meeting July 14, 2017, the Special GUS Board meeting held on June 12,
2017, the Regular GUS Board meeting held on June 9, 2017 and revised minutes from the Regular
GUS Board meeting held on May 12, 2017. – Sheila K. Mitchell, GUS Board Liaison
All minutes presented were considered in whole for approval. No questions or changes. Motion by
Mapes, seconded by Wiley to approve all minutes, as presented. Approved 6-0-1 (Cunningham
absent)
F. Consideration and possible recommendation to approve the purchase of Bioxide from Evoqua Water
Technologies LLC of Sarasota, Florida, in an amount not to exceed $80,000 .00, for Fiscal Year
2017/2018. – David W. Thomison, Water Services Manager
Thomison gave history of use of Bioxide for odor control in the city’s collection systems. No
discussion. Motion by Yaeger, seconded by Maserang to approve the purchase of Bioxide from
Evoqua Water Technologies LLC of Sarasota, Florida, in an amount not to exceed $80,000.00, for
Fiscal Year 2017/2018. Approved 6-0-1 (Cunningham absent)
G. Consideration and possible recommendation to approve the purchase of sewer inspection camera
system’s Envirosight from Green Equipment Co., Inc., of Fort Worth, TX, in the amount of
$143,100.00. – David W. Thomison, Water Services Manager
Thomison requested item be pulled from the agenda to allow additional time for the vendor to revise
the quote and clean up language within the quote. Vice-Chair accepted Thomison’s request. Item G
pulled from the agenda. Will be placed on the October agenda for board consideration.
H. Consideration and possible recommendation to award the Brush Trimming and Removal Services
Contract to Austex Tree Service, Inc., of Round Rock, Texas in the estimated amount of $270,000.00. –
Mike Westbrook, Electric Operations Manager
Westbrook explained scope of work to be done and safety requirements of vegetation clearance
around electric transformer boxes. Clearance will also increase response time during outages. Starting
work in Sun City; will educate residents of process and timeline. This is a t hree year contract
including renewals. Copelan asked about exposure of electrical boxes and how much will be cleared .
Westbrook explained in further detail how much vegetation will be removed, including full access to
the front of transformer boxes. Estimated start after beginning of FY (Oct 1-Sept 30). There will be
signage on contractor’s vehicles and notification will be administered throughout the project.
Copelan asked to be the contact in Sun City for project as he has been sitting on an advisory
committee to prepare for the project. Motion by Mapes, seconded by Yaeger to award the Brush Page 24 of 135
Trimming and Removal Services Contract to Austex Tree Service, Inc., of Round Rock, Texas in the
estimated amount of $270,000.00. Approved 6-0-1 (Cunningham absent)
I. Consideration and possible recommendation to award LED Street Lights ITB No. 201738, Type 1 to
KBS Electrical Distribution, Inc., of Austin, TX and Type 2 to Ringdale Inc., of Georgetown, TX, in the
estimated amount of $150,000.00, for both types.— Mike Westbrook, Electric Operations Manager
Westbrook explained award for KSB for headlights attached to streetlight poles. Will replace like for
like. Spoke in further detail of replacement process. He then discussed Ringdale lights that are
downtown; two styles. Ringdale is a local company and had 10 year warranty for these types of
lights. Some comments by Wiley regarding costs, types of cutoffs, etc. Sikes spoke on wattage and
brightness. Some discussion continued about differences. Motion by Wiley, seconded by Maserang
to award LED Street Lights ITB No. 201738, Type 1 to KBS Electrical Distribution, Inc., of Austin, TX
and Type 2 to Ringdale Inc., of Georgetown, TX, in he estimated amount of $150,000.00, for both
types. Approved 6-0-1 (Cunningham absent)
J. Consideration and possible recommendation to continue utilizing the annual agreement for LCRA
Material Acquisition to purchase electric distribution, fiber and substation materials for FY 2017 -2018
from Techline Ltd. under their contract with the Lower Colorado River Authority (“LCRA”) Electric
Material Acquisition Program in the not to exceed amount of $4,500,000.00. – Wesley Wright, P.E.,
Systems Engineering Director
Wright introduced Sikes, Electric Engineering Manager. Wright explained agreement is for material
usage for electric distribution, fiber and substation materials for maintenance and expansion needs.
Explained this is through a reciprocal agreement with LCRA and fall s under their bids to obtain
better pricing. Not expected to utilize full requested amount but want to be prepared and not slow
progress. Copelan asked and Wright explained how much is anticipated to be purchased and stated
previous year was approximately $3,000,000.00. Fought noted this a yearly agreement and expense
council is used to reviewing for approval. Motion by Yaeger, seconded by Maserang to continue
utilizing the annual agreement for LCRA Material Acquisition to purchase electric distribution, fiber
and substation materials for FY 2017-2018 from Techline Ltd. under their contract with the Lower
Colorado River Authority (“LCRA”) Electric Material Acquisition Program in the not to exceed
amount of $4,500,000.00. Approved 6-0-1 (Cunningham absent)
K. Consideration and possible recommendation to renew the contract for labor services for Electric
System Overhead Construction and Maintenance to Techline Construction, LLC of Austin, Texas, in
the not to exceed amount of $2,000,000.00. – Wesley Wright, P.E., Systems Engineering Director
Wright provided description of work performed for overhead labor services. He discussed
anticipated development needs. Techline has performed well for the city. Motion by Mapes,
seconded by Wiley to renew the contract for labor services for Electric System Overhead
Construction and Maintenance to Techline Construction, LLC of Austin, Texas, in the not to exceed
amount of $2,000,000.00. Approved 6-0-1 (Cunningham absent)
L. Consideration and possible recommendation to renew the contract for Electric System Underground
Construction & Maintenance with Pedro S.S. Services, Inc., of Austin, Texas, in the not to exceed
amount of $3,000,000.00. – Wesley Wright, P.E., Systems Engineering Director
Wright explained description of underground work to be performed. Pedro has been working with
the city for over a decade. Continued growth in area without expected slowdown at this time.
Motion by Yaeger, seconded by Maserang to renew the contract for Electric System Underground
Construction & Maintenance with Pedro S.S. Services, Inc., of Austin, Texas, in the not t o exceed
amount of $3,000,000.00. Approved 6-0-1 (Cunningham absent)
M. Consideration and possible recommendation to renew the contract for labor services for Outside
Plant Fiber Optic Infrastructure Construction to JC Communications of Cedar Park, Texas, in the not
to exceed amount of $300,000.00. – Wesley Wright, P.E., Systems Engineering Director
Wright explained the city maintains its own fiber network and maintenance. As development
continues communications have to be carried to those facilities. We would like to continue to utilize
JC Communications’ services. Motion by Wiley, seconded by Maserang to renew the contract for
labor services for Outside Plant Fiber Optic Infrastructure Construction to JC Communications of
Cedar Park, Texas, in the not to exceed amount of $300,000.00. Approved 6-0-1 (Cunningham absent) Page 25 of 135
N. Consideration and possible recommendation to approve annual task orders: Task Order MEI -18-001
for Electric System & Planned Capital Improvement Projects in the not to exceed amount of
$460,000.00, Task Order MEI-18-002 for Electric System Engineering Planning and Engineering
Assistance in the not to exceed amount of $250,000.00 and Task Order MEI-18-003 for New
Development Engineering and Design Assistance in the not to exceed amount of $590,000.00 with
McCord Engineering, Inc., of College Station, Texas, for professional engineering services. – Wesley
Wright, P.E., Systems Engineering Director
Wright explained each task order included in packet. McCord has worked with the city for over 20
years; they function as an extension of staff. McCord staff meets with city staff every other Friday.
Maserang asked about bid the process. Wright explained all previously presented items have been
bid. Most are done with renewals so as to not have to rebid each year. Wright explained the McCord
item is for professional services and explained as a public entity we fall under state laws for bidding
processes. Professional services are not allowed to be bid. Engineering is considered as a qualification
selection process. Briggs spoke regarding rates we are billed vs other firm’s rates; these are below
others. Level of service and response time to requests is very good and McCord has performed well
for the city. Motion by Mapes, seconded by Maserang to approve annual task orders: Task Order
MEI-18-001 for Electric System & Planned Capital Improvement Projects in the not to exceed amount
of $460,000.00, Task Order MEI-18-002 or Electric System Engineering Planning and Engineering
Assistance in the not to exceed amount of $250,000.00 and Task Order MEI-18-003 for New
Development Engineering and Design Assistance in the not to exceed amount of $590,000.00 with
McCord Engineering, Inc., of College Station, Texas, for profe ssional engineering services. Approved
6-0-1 (Cunningham absent)
O. Consideration and possible recommendation to award a contract to CB&I, LLC of The Woodlands,
Texas for the construction of the Sun City EST (elevated water storage tank) in the amount of
$3,224,000.00. – Wesley Wright, P.E., Systems Engineering Director
Wright explained tank, location and size. Displayed photo of proposed tank. Explained current
usage, demand and growing demand. Bid is competitive. Fought asked when project will start and
Wright explained possibility of starting late fall, however not ready for use until summer after next.
Therefore two tanks will remain until the new tank is operational. A later bid will come for
destruction and removal of old tank. Capacity will go from 400K gallons to 2M gallons. A meeting
will be held for Sun City residents to educate on process, new tank and timelines. Motion by Wiley,
seconded by Maserang to award a contract to CB&I, LLC of The Woodlands, Texas for the
construction of the Sun City EST (elevated water storage tank) in the amount of $3,224,000.00.
Approved 6-0-1 (Cunningham absent)
P. Consideration and possible recommendation to approve Task Order CDM-17-008 with CDM Smith,
Inc. of Austin, Texas, for professional services related to Lake Wa ter Treatment Raw Water Intake
and Pump Station Improvements in the amount of $147,120.00. – Wesley Wright, P.E., Systems
Engineering Director/Michael Hallmark, CIP Manager
Wright presented diagram of the lake intake structure. Structure has been in place since 1978. He
explained a hydraulic model that was built by Clemson University to see if we could get more water
into the lake. He further discussed current capacity and stated the model determined with some
modifications and needed maintenance to existing structure, we can pull in up to 40M gal/day, with
ability to treat about 32M gal/day. This will allow for future expansion before the need the build a
new plant. Some discussion on depth of underwater work; lowest level is at 78 feet. This task order is
for design work only. Bids for construction will be brought to board as process moves forward.
Motion by Maserang, seconded by Mapes to approve Task Order CDM-17-008 with CDM Smith,
Inc. of Austin, Texas, for professional services related to Lake Water Treatment Raw Water Intake
and Pump Station Improvements in the amount of $147,120.00. Approved 6-0-1 (Cunningham
absent)
Q. Consideration and possible recommendation to approve Task Order CDM-17-009 with CDM Smith,
Inc. of Austin, Texas, for professional services related to the 2018 Water and Wastewater Utility
Page 26 of 135
Master Plans Update and 2017-2018 Utility Evaluations Support in the amount of $328,045.00. –
Wesley Wright, P.E., Systems Engineering Director/Michael Hallmark, CIP Manager
Wright explained every 3-5 years a comprehensive master plan update is performed. We will be
looking at Impact Fees again in summer of 2018. Prior to doing so, the model needs to be updated.
Motion by Maserang, seconded by Mapes to approve Task Order CDM-17-009 with CDM Smith,
Inc. of Austin, Texas, for professional services related to the 2018 Water and Wastewater Utility
Master Plans Update and 2017-2018 Utility Evaluations Support in the amount of $328,045.00.
Approved 6-0-1 (Cunningham absent)
Motion by Wiley, seconded by Maserang to enter into Executive Session at approximately 3:25p.m.
R. EXECUTIVE SESSION
In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon’s Texas Codes,
Annotated, the item listed below will be discussed in closed session and is subject to action in the
regular session.
Sec. 551.086 Competitive Matters
Quarterly Electric Financials and Power Supply planning discussion. – Chris Foster, Manager of
Resource Planning & Integration (no action required)
Motion by Wiley, seconded by Maserang to return to regular session. Returned to regular session at
approximately 4:04p.m.
S. Action from Executive Session
Quarterly Electric Financials and Power Supply planning discussion. (no action required)
Motion by Mapes, second by Maserang to adjourn. Meeting adjourned at 4:05p.m.
Adjournment
__________________________ _____________________________
John Copelan – Vice Chair Joyce Mapes – Secretary
_________________________________
Sheila K. Mitchell, GUS Board Liaison
Page 27 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Cons id eration and p o s s ib le rec o mmendation to approve the p urc hase o f sewer ins pec tion c amera sys tem’s
Envirosight fro m Green Eq uipment Co., Inc ., o f F o rt Wo rth, TX, in the amount of $147,000.00. – David
W. Thomison, Water S ervic es Manager/Glenn W. Dis ho ng, Utility Director
ITEM SUMMARY:
Chap ter 213 – Edward s Aquifer Recharge Zo ne (EARZ) rules of the TAC requires the testing of the
wastewater c ollec tion s ys tem mains o nc e every five years to loc ate s tructural damage and defec ts that
p o tentially po s e a threat to the Ed wards Aquifer. T he City was notified by the Texas Commission on
Environmental Quality to video test all collec tio n mains s tarting in Oc tober 2011. The c urrent camera
s ystems have reac hed the end of life and some of the technology is no longer s up p o rted and the utility is
unab le to meet its regulatory obligations with the c urrent s ystem. Replac ement o f the eq uipment is need ed
to enable the s taff to cond uc t the required tes ting and meet the regulatory req uirements.
SPECIAL CONSIDERATIONS:
Under Buy HGAC Contrac t #SC01-15. Green Eq uipment Co., Inc . c an p ro vide b o th the camera
s ystem’s and req uired s o ftware with loc al tec hnic al s upport. Ad d itional bid s were reques ted and reviewed
fro m RS Tec hnic al S ervic es Inc. and Kinloc h Eq uipment & Sup p ly Inc . to verify that use o f the
Envirosight eq uipment rep res ented the b es t value to the City.
STAFF RECOMMENDATIONS:
Staff rec o mmend s the p urc hase o f the s ewer ins p ectio n camera s ystem’s Enviros ight equip ment from
Green Equipment Co., Inc ., of Fort Worth, Texas , in the amount of $147,000.00.
FINANCIAL IMPACT:
Funds fo r this additio nal expend iture are availab le in the Water Services Bud get.
Fund Ac tual
660-9-0581-90-037 Cap ital EARZ $147,000.00
SUBMITTED BY:
David W. Thomis on, Water Services Manager
ATTACHMENTS:
Description Type
Green Equipment Backup Material
RS Tech 1 Backup Material
RS Tech 2 Backup Material
Kinloch 1 Backup Material
Kinloch 2 Backup Material
Page 28 of 135
Quote:
Date: Submitted by:
Recipient:
Part No.Unit ExtendedQty.
Sep 7, 2017 Green Equipment Co.
0000025586
Derek Dickens, Regional Sales Manag ...
Green Equipment Co., Inc
TX
USA
2104107589
derekdickens@greenequipco.com, www. ...
John McElroy
Georgetown Utility Systems
Georgetown, TX 78626
john.mcelroy@georgetown.org
Green Equipment Co.
This document contains confidential information intended for a specific individual and purpose, and is protected by law.
If you are not the intended recipient, you should forward this to the individual above.
Any disclosure, copying or distribution of this document without the consent of vendor and sender is strictly prohibited by law.
Page 1
E-RX-sys-truck-basic-300 US $68,000.00 2 US $136,000.00
Standard ROVVER X Truck System (with 300m reel and basic WinCan VX; available 3/2014)
includes VC200 pendant controller with desk-mount and US Connector PC-
VC, RCX90 camera, RX130 crawler with backeye camera, inclination, sonde,
clutch, RAX300 cable reel with wireless remote and 300M of orange Gore
cable. Additional accessories include emergency stop cable for reel,
mounting frame for reel, pressurization kit. Quick-change wheels system
(including 6 hubs, 6 small rubber wheels, 4 medium rubber wheels, 4 large
rubber wheels and 2 climber wheels).
SPCL US $-4,000.00 1 US $-4,000.00
Non-Zoom Camera Option Replaces Standard head in Package above
E-090-0023-00 US $150.00 2 US $300.00
USB 2x RS232 converter for connecting VC200 to a computer
E-569-0900-00 US $10,000.00 1 US $10,000.00
Crawler Extension / Carrier RCR1000
extends the capability of the RX130 crawler up to 38"
SPCL US $300.00 1 US $300.00
Protective Case for Extension
(Continued ...)Page 29 of 135
Quote:
Date: Submitted by:
Recipient:
Part No.Unit ExtendedQty.
Sep 7, 2017 Green Equipment Co.
0000025586
Derek Dickens, Regional Sales Manag ...
Green Equipment Co., Inc
TX
USA
2104107589
derekdickens@greenequipco.com, www. ...
John McElroy
Georgetown Utility Systems
Georgetown, TX 78626
john.mcelroy@georgetown.org
Green Equipment Co.
This document contains confidential information intended for a specific individual and purpose, and is protected by law.
If you are not the intended recipient, you should forward this to the individual above.
Any disclosure, copying or distribution of this document without the consent of vendor and sender is strictly prohibited by law.
Page 2
SPCL 1
Note - Standard Sampling & Variety of wheels are included in quote. Other
types & sizes are available at an additional cost
SPCL US $3,000.00 1 US $3,000.00
Note - Training by Green Equipment Rep. is included. If factory training is
requested, it is at an additional cost and is not quoted herein
SPCL 1
Note - Quotation is presented as a unit being mounted into the bed of a truck
or UTV. Trailer/Van/box truck installation would require additional materials
an items that are not quoted herein. Therefor will be at additional cost.
Customer will be responsible for the removal of equipment from existing truck
and utv with the supervision of GEC. GEC will then assist the customer on
the install of the equipment. It's fully expected that the retrofit should only
take a couple of hours on each vehicle.
SPCL 1
NOTE - Green Equipment is a Member with the Texas Buy-Board and HGAC
# SC01-15
SPCL US $1,400.00 1 US $1,400.00
Freight - Quote is based upon 2 Systems, FOB Destination (Georgetown,
Texas)(ea. System $700)
(Continued ...)Page 30 of 135
Quote:
Date:Submitted by:
Recipient:
Part No.Unit ExtendedQty.
Sep 7, 2017 Green Equipment Co.
0000025586
Derek Dickens, Regional Sales Manag ...
Green Equipment Co., Inc
TX
USA
2104107589
derekdickens@greenequipco.com, www. ...
John McElroy
Georgetown Utility Systems
Georgetown, TX 78626
john.mcelroy@georgetown.org
Green Equipment Co.
This document contains confidential information intended for a specific individual and purpose, and is protected by law.
If you are not the intended recipient, you should forward this to the individual above.
Any disclosure, copying or distribution of this document without the consent of vendor and sender is strictly prohibited by law.
Page 3
SPCL 1
Pricing is effective until November 30, 2017.
Total: US $147,000.00
Notes: This proposal may be withdrawn if not accepted within the
period shown below. All equipment remains the property of
the seller until sum stated above is paid in full. We propose to furnish
labor and material, complete in accordance with above specifications,
and subject to the conditions found on this agreement, for the sum
stated above in accordance with the terms as specified.
Expiration Period:
Terms:
FOB:
Currency:
Respectfully Submitted,
The above, prices, specifications, and conditions are satisfactory
and are hereby accepted. You are authorized for the work specified.
Payment will be made as specified.
Accepted by Date
60 days
Cash
Randolph, NJ
US $
Green Equipment Co.
November 30, 2017
Georgetown, Texas
Page 31 of 135
Line #Part #Description Price Qty Extend
INSTALL
1 051-02504 Installation, Retrofit System - VMS Type $3,500.00 1 $3,500.00
2 840-10352 Maintenance Tool Kit $425.00 1 $425.00
3 634-18421 Kit, Grinder, Hand, Variable Speed, Dremel $150.00 1 $150.00
4 841-20671 Cable Kit, Cutaway/Cube/Step Van, Installed $520.00 1 $520.00
Subtotal $4,595.00
RST EQUIPMENT
Controller(s)
5 020-02000-00 Mainline Controller, (PCU)
(1) - Mainline Controller, Listed
(1) - Power Cord
$5,450.00 1 $5,450.00
6 010-01103-01 Auxiliary Desktop Controller, Dual Tone, Zoom,
Joystick
$1,250.00 1 $1,250.00
7 010-01105-01 Auxiliary Desktop Controller, Dual Tone, Zoom,
PS2, Wireless
(1) - PS2 Wireless Controller
(1) - PS2 Wireless Controller to Main Line Cable
Reel Interface
$1,400.00 1 $1,400.00
Reel & Cable
8 030-01000-20 Mainline Cable Reel, Single Conductor
(1) - Reel speed controller
(1) - Footage counter, English
(1) - 6 pin x 3 pin screw on pigtail
$7,250.00 1 $7,250.00
9 569-20283 Single Conductor, Steel Armored Cable, Per
Foot
$2.81 2000 $5,620.00
10 841-34293 Mainline Cable Reel emergency kill switch
factory upgrade
- Includes a lighted red operator button
$220.00 1 $220.00
Camera & Tractor
11 010-01655-30 TrakSTAR II Pan & Tilt Zoom Camera, NTSC,
Single Conductor
(1) - TrakSTAR II rotating head zoom camera, 6
pin,
with LED lighting and camera diagnostics
(1) - Camera case
$16,750.00 1 $16,750.00
12 032-02500-103 TranSTAR II Steerable, V2, Inspection Transport
Ve hicle, Single Conductor with Integrated Color
Rear View Camera and Motorized Camera Lift
(1) - TranSTAR II steerable tractor, 6 pin with
Integrated Color Rear View Camera
$18,995.00 1 $18,995.00
Quote Number:
Sales Quotation
3/21/2017
1327 Clegg Street - Petaluma, CA 94954
707/778-1974 x236 Fax: 707/778-1981
chrisr@rstechserv.com
www.rstechserv.com
Salesperson:
CR170107
Fred Reynolds
Page 1
Expiration:Date:3/21/2017
City of Georgetown
Water Services Operations
John McElroy
300-I Industrial Ave
Georgetown, TX. 78626
Page 32 of 135
Line #Part #Description Price Qty Extend
(1) - Integrated Camera lift for TrakSTAR II
camera
(1) - Tractor to camera power cable
(6) - Standard tires
(1) - Tractor extension kit
(1) - TranSTAR Insertion/Retrieval Assembly
(1) - Tractor storage rack
(1) - Tractor operations manual
13 840-38613 Kit, Spacer, Small Pipe, 1/4 Increment,
TranSTAR
$195.00 1 $195.00
Wheels Options
14 840-35686 MegaTRAK wheel kit, TranSTAR Tractor, 6" - 24"
Pipe
Includes:
(6) - Hub assemblies
(6) - 2.70" diameter wheel rings
(6) - 3.30" diameter wheel rings
(6) - 4.40" diameter wheel rings
(1) - Snap ring pliers
$2,117.00 1 $2,117.00
15 867-34822 High Traction Caster Wheel, TranSTAR Tractor,
8" - 12" Pipe
$117.60 6 $705.60
16 867-34843 Knobby Balloon Wheel, TranSTAR Tractor $211.80 4 $847.20
17 860-37376 6" X 2" Pneumatic Wheel Assembly, TranSTAR
Tractor
$225.00 4 $900.00
18 034-01000-01 Motorized Sky Crane Assembly for a Step Van or
Hi-cube Truck
$1,315.00 1 $1,315.00
19 039-01000-10 Downhole Roller Set, Double Manhole Setup
with Articulating Arm
(1) - Single Roller
(1) - Top Manhole Roller
(1) - Double Roller
(2) - Manhole Adapter Hook
(6) - Extension Pole
(1) - Grab Hook
(1) - Articulating Arm
(1) - Lowering Rope
$2,060.00 1 $2,060.00
20 806-39319 Cable, Mainline, 4 Pin Female (Euro) Screw On
To 6 Pin Male Screw On (Camera Test Cable)
$120.50 1 $120.50
21 806-31484 Te st Cable, N-Plug to 6 Pin-Female Screw-on $176.50 1 $176.50
22 900-32036 Equipment Operator and Installation manuals on
compact disk
$0.00 1
Sonde & Receiver
23 806-37583 Cable, 3 Pin X 6 Pin W ith Sonde Transmitter,
NovaSTAR or TrakSTAR Camera version
$390.00 1 $390.00
24 052-39140 Location Detector/Receiver, Rycom Model
8873-SD
$1,285.00 1 $1,285.00
Spare Parts
25 841-40015 Recommended Spare Parts Kit
(1) - SINCON cable grip assembly
(1) - 3 pin to 6 pin pigtail cable
(1) - SINCON removable pigtail installation kit
(1) - SINCON removable pigtail bullet
compression fitting replacement kit
(2) - 4 pinTranSTAR to TrakSTAR cable
$1,160.00 1 $1,160.00
26 840-35012 Camera/Tractor Nitrogen Recharging Kit (Does
Not Include Nitrogen Canister)
(1) - Pressure regulator
$275.00 1 $275.00
Page 2Page 33 of 135
Line #Part #Description Price Qty Extend
(1) - Hose
(1) - Kit Stand
RST Equipment Subtotal $68,481.80
Tr aining & Freight
27 950-18024-3 Training, RST Equipment/P.O.S.M., Other
Personnel, Per Day
$1,000.00 2 $2,000.00
28 701-18955 Medium Shipping Crate (49" X 33" X 29")$130.00 1 $130.00
29 701-18956 Large Shipping Crate (49" X 33" X 37")$150.00 1 $150.00
30 950-18039 Shipping - FOB Petaluma CA $750.00 1 $750.00
Subtotal $3,030.00
Equipment Extended Warranty Options
31 950-18263-1 Pan and Tilt Zoom Camera, 12 month extended
warranty
$925.00 1 $925.00
32 950-18263-3 TranSTAR Transporter, 12 month extended
warranty
$625.00 1 $625.00
33 950-18263-7 TranSTAR Transporter Motorized Camera Lift,
12 month extended warranty
$485.00 1 $485.00
Pricing Per Texas Buy Board Contract: Sewer
Inspection & Cleaning Products 513-16
34 950-18224 Camera/Tractor Warranty, Months $0.00 24
35 950-18224 Reel, Cable & Controller, Warranty $0.00 60
Lifetime Warranty on Dual LED Light Array on
Tr akSTAR Camera
Lateral Inspection System
36 033-01000-17 Lateral Inspection System, GEN 2
(1) - Pan and tilt zoom mainline inspection
camera
(1) - Auto upright, lateral inspection camera with
sonde
(1) - 6 wheel drive lateral inspection vehicle with
integrated color rear view camera
(1) - Lateral inspection system cable reel
(1) - Lateral inspection system controller
(1) - Dual Tone Joystick Auxiliary Desktop
Controller
(1) - Video Overlay for Data Collections System
(1) - 23/24" flat panel monitor
$46,825.00
37 800-39590 Storage Shelf Above Main Line Cable Reel for
Lateral Launcher Reel mounting
$375.00
Recommended Spare Parts for Launcher
System
38 806-38136 Assy, Cbl, Push, Lateral,W/Camera Termination,
LIS GEN 2,100FT
$1,100.00
Large Diameter Pipe Tractor
39 036-02000-10 Steerable Storm Drain Tractor - 6 pin, SC, ( 24"
to 120" )
$17,325.00
40 840-35704 13" Hi traction implement Tire And Wheel Kit,
Storm Drain Tractor
To include:
4 - 13" Hi traction implement tire and wheel
$1,250.00
Page 3Page 34 of 135
Line #Part #Description Price Qty Extend
assemblies
1 - Front bumper spacer kit
To tal:
Page 4
$78,141.80
$78,141.80
Sub-Total:
Ta x:
I accept the terms and conditions of this quotation.
Signed:_________________________________________
Name:_____________________ Date: ______________
Terms:
Page 35 of 135
Line #Part #Description Price Qty Extend
1 049-01200-01 Transportable Cube $5,000.00 1 $5,000.00
2 636-36533 2.0 Kw Honda Air Cooled, Portable Gasoline
Generator W ith Built In Battery And Fuel Tank
$1,680.00 1 $1,680.00
3 011-01252-47 Compact Portable Reel, English, Cube Mount,
Wide Single Conductor
(1) - Compact portable reel, W ide
(1) - Footage counter, English
(1) - 6 pin x 3 pin screw on pigtail
$4,500.00 1 $4,500.00
4 569-20283 Single Conductor, Steel Armored Cable, Per
Foot
$2.81 1500 $4,215.00
5 020-02000-00 Mainline Controller, Single Conductor, ETL
Listed
(1) - Mainline controller
(1) - Power cord
(1) - Parts catalog
(1) - System operations manual
$5,450.00 1 $5,450.00
6 010-01103-02 Auxiliary Desktop Controller, Dual Tone,
Zoom, Joystick, Wireless
$1,800.00 1 $1,800.00
7 040-03500-01 Data Display Lite, Rack Mount
(1) - Data Display Lite information system
(1) - Information system keyboard
(1) - 19" mountable rack
$1,525.00 1 $1,525.00
8 045-02000-04 Digital Video Recorder, Installed $320.00 1 $320.00
9 702-35033 Wireless Keyboard and Mouse Set $82.30 1 $82.30
10 704-35158 Monitor, Computer, 19", Flat Panel LCD/TFT
Studio, Installed, *(Add Mounting Rack If
Retrofit)*
$625.00 1 $625.00
Tr ansporter & Accessories
11 032-02500-103 TranSTAR II Steerable, V2, Inspection
Transport Vehicle, Single Conductor with
Integrated Color Rear View Camera and
Motorized Camera Lift
(1) - TranSTAR II steerable tractor, 6 pin with
Integrated Color Rear View Camera
(1) - Integrated Camera lift for TrakSTAR II
camera
(1) - Tractor to camera power cable
$18,995.00 1 $18,995.00
Quote Number:
Sales Quotation
3/21/2017
1327 Clegg Street - Petaluma, CA 94954
707/778-1974 x236 Fax: 707/778-1981
chrisr@rstechserv.com
www.rstechserv.com
Salesperson:
CR170108
Fred Reynolds
Page 1
Expiration:Date:4/20/2017
City of Georgetown
John McElroy
300-1 Industrial Ave.
Georgetown, Texas 78627
Page 36 of 135
Line #Part #Description Price Qty Extend
(6) - Standard tires
(1) - Tractor extension kit
(1) - TranSTAR Insertion/Retrieval Assembly
(1) - Tractor storage rack
(1) - Tractor operations manual
12 840-38613 Kit, Spacer, Small Pipe, 1/4 Increment,
TranSTAR
$195.00 1 $195.00
13 867-34822 High Traction Caster Wheel, TranSTAR
Tractor
$117.60 6 $705.60
14 840-35686 MegaTRAK wheel kit, TranSTAR Tractor
Includes:
(6) - Hub assemblies
(6) - 2.70" diameter wheel rings
(6) - 3.30" diameter wheel rings
(4) - 4.40" diameter wheel rings
(1) - Snap ring pliers
$2,117.00 1 $2,117.00
15 867-34843 Knobby Balloon Wheel, TranSTAR Tractor,
Qty (4)
$847.20 1 $847.20
16 860-37376 6" X 2" Pneumatic Wheel Assembly,
TranSTAR Tractor, Qty (4)
$900.00 1 $900.00
Camera
17 010-01655-30 TrakSTAR II Pan & Tilt Zoom Camera, NTSC,
Single Conductor
(1) - TrakSTAR II rotating head zoom camera,
6 pin,
with LED lighting and camera
diagnostics
(1) - Camera case
$16,750.00 1 $16,750.00
Te st Cables
18 806-31484 Te st Cable, Mainline, N Plug X 6 Pin Screw
On
$176.50 1 $176.50
19 806-39319 Cable, Mainline, 4 Pin Female (Euro) Screw
On To 6 Pin Male Screw On (Camera Test
Cable)
$120.50 1 $120.50
Spare Parts
20 806-40631 Pigtail 16 gauge, 3 Pin Male X 6 Pin Female,
Bullet Connector To Tractor Or Camera
$105.00 1 $105.00
21 841-31914 Field Termination Kit for Bullet Connector,
(compression fitting replacement kit)
$92.60 1 $92.60
22 806-38138 Cable, Interconnect, TranSTAR (4 Pin) to
Camera (4 Pin), 13.5 inches long
$192.70 1 $192.70
23 634-18421 Kit, Grinder, Hand, Variable Speed, Dremel $150.00 1 $150.00
Down-Hole Tools
24 805-13737 To p Manhole Roller $275.00 1 $275.00
25 569-18088 Tiger Tail $80.00 1 $80.00
26 867-15975 Lowering Rope With "D" Ring, 28'$69.00 1 $69.00
Subtotal $66,968.40
Pricing Per Texas Buy Board Contract:
Sewer Inspection & Cleaning Products
513-16
27 950-18024-3 Training, RST Equipment/P.O.S.M., Other
Personnel, Per Day
$1,000.00 1 $1,000.00
28 950-18039 Shipping - FOB Petaluma CA $1,200.00 1 $1,200.00
Subtotal $2,200.00
Additional Options Not Included in base
quote
Quote does not include any applicable
Page 2Page 37 of 135
Line #Part #Description Price Qty Extend
state sales tax
Large Diameter Pipe Transporter 24" - 120"
29 036-02000-11 Storm Drain Tractor, V2, 6 Pin, Single
Conductor, 24"-120"
$17,325.00
30 840-35704 13" Hi traction implement Tire And Wheel Kit,
Storm Drain Tractor
To include:
4 - 13" Hi traction implement tire and wheel
assemblies
1 - Front bumper spacer kit
$1,250.00
Camera Sonde & Locator
31 806-37583 Cable, 3 Pin X 6 Pin W ith Sonde Transmitter $390.00
32 052-39140 Location Detector/Receiver, Rycom Model
8873-SD
$1,285.00
Small Pipe Tractor 4" - 10"
33 032-03000-02 Mighty Mini Tractor with OmniSTAR Probe
mount
$5,985.00
34 010-01665-01 OmniSTAR Probe Pan & Tilt Camera, NTSC,
Single Conductor
(1) - OmniSTAR Probe 2-1/4" diameter x
6-1/4" length Pan & Tilt Camera with LED
lighting
(1) - Camera case
$13,500.00
35 840-31640 Hi Traction Caster wheel kit, Mini Tractor
Includes:
(4) - Hi Traction Caster wheels
(4) - Wheel adapters
$818.00
36 840-36600 MegaTRAK wheel kit, Mini Tractor
Includes:
(4) - Hub assemblies
(4) - 2.70" diameter wheel rings
(4) - 3.30" diameter wheel rings
(4) - 4.40" diameter wheel rings
(1) - Snap ring pliers
$1,375.00
Upgrade to Full Downhole Set
37 039-01000-01 Down hole Roller Set, Single Manhole Setup
with 3 poles
(1) - Top manhole roller
(1) - Double roller
(1) - Manhole adaptor hook
(3) - Extension pole
(1) - Grab hook
(1) - Lowering rope
$870.20
Alternate Camera & Tractor Configuration
38 010-01655-30 TrakSTAR II Pan & Tilt Zoom Camera, NTSC,
Single Conductor
(1) - TrakSTAR II rotating head zoom camera,
6 pin,
with LED lighting and camera
diagnostics
(1) - Camera case
$16,750.00
39 032-02500-103 TranSTAR II Steerable, V2, Inspection
Transport Vehicle, Single Conductor with
Integrated Color Rear View Camera and
Motorized Camera Lift
(1) - TranSTAR II steerable tractor, 6 pin with
Integrated Color Rear View Camera
$17,625.00
Page 3Page 38 of 135
Line #Part #Description Price Qty Extend
(1) - Integrated Camera lift for TrakSTAR II
camera
(1) - Tractor to camera power cable
(6) - Standard tires
(1) - Tractor extension kit
(1) - TranSTAR Insertion/Retrieval Assembly
(1) - Tractor storage rack
(1) - Tractor operations manual
To tal:
Page 4
$69,168.40
$69,168.40
Sub-Total:
Ta x:
I accept the terms and conditions of this quotation.
Signed:_________________________________________
Name:_____________________ Date: ______________
Terms:
Page 39 of 135
Customer Order Form
COMPANY:
CONTACT:
ADDRESS:
PHONE: FAX:-
DATE ORDERED DATE SHIPPED
1/5/2017 1/0/1900
1 1 Portable Mainline System for Polaris
ORION Zoom camera
T66.1 Camera Tractor
Camera connection for T66
KT180 Portable Cable Reel
Camera Cable Type 524/11- 656'
BK3.5 Portable Control Panel
KU2.7w/Rope and Holder
Pressure Test Set
1 0
RECEIVED BY:
FOR:
City of Georgetown
John McElroy
Michael Baughman
SALES PERSONCUSTOMER P.O. #
-$
QUANTITY
ORDERED QUANTITY SHIPPED DESCRIPTION UNIT PRICE
ORDE
R
P.O. BOX 4919 PASADENA, TX 77502
3320 PASADENA BLVD. PASADENA,
TX 77503 TEL: (713)473-6213 FAX:
(713)473-7858 USA: (800)231-6929
0
0
john.mcelroy@georgetown.org
SOLD TO:SHIP TO:
TRADE-INSUBTRACT
TRADE-IN
ADD
INCLUD
E
TOTAL
TAX
SHIPPING
&
HANDLING
SUBTOTAL
Updated 11/9/11Page 40 of 135
Customer Order Form
$17,950.00
$11,620.00
$1,170.00
$10,795.00
$4,022.00
$18,250.00
$650.00
$455.00
-$
-$
$64,912.00
SUBTOTAL
Michael Baughman
SALES PERSON
P.O. BOX 4919 PASADENA, TX 77502
3320 PASADENA BLVD. PASADENA,
TX 77503 TEL: (713)473-6213 FAX:
(713)473-7858 USA: (800)231-6929
0
SHIP TO:
TRADE-IN
$64,912.00
Updated 11/9/11Page 41 of 135
Customer Order Form
COMPANY:
CONTACT:
ADDRESS:
PHONE: FAX:-
DATE ORDERED DATE SHIPPED
1/0/1900
1 1 Core Plus Mainline System from IBAK
Orion Zoom camera
T66.1 Camera Tractor
Camera connection for T66
KW305.2 Synchronized Power cable Reel
Camera Cable type 524/11- 1000'
BS 3.5- Vehicle Mounted Control panel
KUV2.7 w/rope and holder
Pressure test set
12 Hours for retro fit
1 0
RECEIVED BY:
FOR:
City of Georgetown
John McElroy
CUSTOMER P.O. #
-$
QUANTITY
ORDERED QUANTITY SHIPPED DESCRIPTION UNIT PRICE
ORDER
P.O. BOX 4919 PASADENA, TX 77502
3320 PASADENA BLVD. PASADENA, TX
77503 TEL: (713)473-6213 FAX: (713)473-
7858 USA: (800)231-6929
0
0
SOLD TO:SHIP TO:
TRADE-INSUBTRACT
TRADE-IN
ADD
INCLUDE
TOTAL
TAX
SUBTOTAL
Updated 11/9/11Page 42 of 135
Customer Order Form
$17,950.00
$11,620.00
$1,170.00
$28,430.00
$5,042.00
$15,540.00
$650.00
$455.00
$1,440.00
-$
-$
$82,297.00
SUBTOTAL
Michael Baughman
SALES PERSON
-$
UNIT PRICE
P.O. BOX 4919 PASADENA, TX 77502
3320 PASADENA BLVD. PASADENA, TX
77503 TEL: (713)473-6213 FAX: (713)473-
7858 USA: (800)231-6929
0
SHIP TO:
TRADE-IN
TRADE-IN
$82,297.00TOTAL
TAX
SHIPPING
&
HANDLING
SUBTOTAL
Updated 11/9/11Page 43 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Cons id eration and p o s s ib le rec o mmendation to approve a contrac t with Els ter Solutions , LLC
“Ho neywell” to provid e Energy Axis AMI water modules and related items fo r the Ad vance Metering
Infrastruc ture s ys tem in the es timated amount o f $415,000.00. – David Tho mis o n Water Services
Manager/Glenn Dis hong Utility Directo r
ITEM SUMMARY:
This item is to req uest approval of a s o le s ource p urc hase contrac t to Els ter
Solutio ns , LLC “Honeywell” for continuo us s upply of Honeywell water modules
and related items for a one (1) year initial term and four (4) annual extens ion optio ns
fo r pro viding items o n an as need ed b as is .
Elster Solutions ins talled compatib le water meters and water mo d ules manufac tured
b y Honeywell fo r the City’s Ad vanced Metering Infras tructure (AMI) s ys tem in
2010. The water p ro d uc ts manufactured by Ho neywell are proprietary parts to the
AMI s ys tem.
STAFF RECOMMENDATIONS:
Staff rec o mmend s award of the c o ntract with Els ter S o lutio ns, LLC “Honeywell” in the amount of
$415,000.00 to provid e water mo d ules and other items to s upport sys tem maintenanc e ac tivities and new
installations .
FINANCIAL IMPACT:
Funds fo r this exp enditure are bud geted in the Water S ervic es Bud get.
Fund Ac tual
660-5-0528-52-147 (New Installs) $415,000.00
660-5-0528-51-533 (Repairs)
610-5-0524-51-530 (AMR Repairs)
SUBMITTED BY:
David Tho mis on Water S ervic es Manager
ATTACHMENTS:
Description Type
Sole Source ltr Backup Material
Purchas ing Exemption Form Backup Material
Page 44 of 135
Page 45 of 135
Page 46 of 135
Page 47 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Cons id eration and p o s s ib le rec o mmendation to approve Tas k Ord er CDM-18-001 with CDM S mith, Inc .
o f Aus tin, Texas , for p ro fes s io nal s ervic es to renew the wastewater treatment plant p ermits in the amount
o f $81,500.00 – David W. Tho mis o n, Water Services Manager/Glenn W. Dis hong, Utility Direc tor
ITEM SUMMARY:
This Tas k Ord er is Professional Engineering S ervic es to prepare p ermit renewal
ap p lications for San Gabriel WWTP, Dove S p rings WWTP, Pec an Branc h WWTP
and No rthlands WWT P. All fo ur o f the was tewater treatment plants permits will
expire on December 1, 2018. The TCEQ as ks that all p ermit renewal ap p licatio ns b e
s ubmitted to the agency no later than June 1, 2018 b as ed on their p ermit exp iration
d ates.
STAFF RECOMMENDATIONS:
Staff rec o mmend s executing Task Order CDM-18-001 for p ro fes s io nal s ervic es related to the permit
renewal applic atio ns fo r the WWTP listed with CDM S mith, Inc . o f Aus tin, Texas , in the amo unt o f
$81,500.00.
FINANCIAL IMPACT:
Funds fo r this exp enditure are bud geted in the Water S ervic es Bud get.
Fund Ac tual
660-5-0527-51-330 $81,500.00
SUBMITTED BY:
David W. Thomis on, Water Services Manager
ATTACHMENTS:
Description Type
Tas k Order CDM-18-001 Backup Material
Page 48 of 135
Page 49 of 135
Page 50 of 135
Page 51 of 135
Page 52 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Disc ussion and p o s s ib le rec o mmendatio n to proc ure cons ulting services with Neil Mc And rews and
Assoc iates for Res ource Pric e Ris k Management. – Chris F o s ter, Manager o f R es o urc e P lanning and
Integratio n
ITEM SUMMARY:
Neil McAndrews has b een the Utility’s electric portfo lio c o nsultant s inc e 1998. Neil has develo p ed
p ro p rietary fo rec as ting methodology and uses it to GUS’ b enefit. Neil als o keeps tabs o n market issues ,
and hand les all of o ur electric res o urc e RFPs and as s o ciated analysis, including s trategic planning. Neil is
p ro p o s ing to c ontinue thes e duties, as well as rep res ent GUS in the CRR market, QSE analysis, daily
market bids, etc .
STAFF RECOMMENDATION:
Staff recommend s ap p ro val of a P urc hase Order in the amo unt of $150,000.00 to be us ed as needed for
Neil’s s ervic es fo r F Y18.
FINANCIAL IMPACT:
$150,000.00 paid fo r by the s ched uling and forec as ting returns in the Purc has ed P o wer b udget.
GL#: 610-5-0537-51-301 F Y18: $44,000,000.00
SUBMITTED BY:
Chris Fo s ter, Manager o f Res o urc e Planning and Integratio n
ATTACHMENTS:
Description Type
Propos al ltr Backup Material
Page 53 of 135
1
September 15, 2017
Georgetown Utility Systems
300 Industrial Avenue
Georgetown, TX 78626
Attention: Chris Foster
Manager of Resource Planning and Integration
Re: Consulting Services for Resource Price Risk Management 2017-2018
Background
Georgetown Utilities has actively developed power supply contracts with market
participants to provide electric power for its utility load. Neil McAndrews and Associates
will continue to develop and maintain price and load forecasting models, and provide
forecasts to GUS and its load scheduling provider to manage the electric power supply and
serve electric load. Forecasted shortage of resources will produce an acquisition plan for
additional resources; forecasts of surpluses will produce a plan for disposition of the surplus.
These schedules will be submitted daily (seven days per week by 8:30 AM) Neil
McAndrews and Associates will also provide congestion management of hedges on a
continuous basis to match resource congestion risks through the ERCOT CRR auctions
(daily and 24 monthly auctions per year). Other duties carried out by the contractor will be
the analysis of market conditions, regulations changes and impacts, and counter party credit
evaluations. The contractor will develop load forecasts for GUS to support the work. It is
anticipated that two Requests for Proposals (RFPs) will be developed and deployed for
power purchases/sales. This work will also include the Qualified Scheduling Entity contract
evaluations to include management of intermittent renewable resources.
Neil McAndrews and Associates has been asked to continue to provide power price hedging
services, to develop Request for Proposals, and to evaluate and assist GUS personnel in
managing power supply price and performance risk.
The rates and estimated cost for this work are:
Rate for Neil McAndrews ………………………………$175/hour
The total annual cost is expected to be less than $ 150,000.00. Other issues may arise after
a contract is let, if they occur, these will be charged at a rate of $175 per hour. Any out of
pocket expenses will be charged at cost. Any additional work would require prior approval
of GUS.
Sincerely, Neil McAndrews
Page 54 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Cons id eration and p o s s ib le rec o mmendation to award a contrac t to E.J. Chris C o ntracting, Inc . o f Live
Oak, Texas for the rehab ilitatio n o f the Airport R eus e Water Gro und Storage Tank in the amount of
$417,000.00 – Wes ley Wright, P.E., Systems Engineering Directo r/Mic hael Hallmark, CIP Manager.
ITEM SUMMARY:
This p ro p o s ed projec t cons is ts o f furnishing, installing, p ro viding all labor and materials req uired in the
rehabilitation of a 1.5 MG Weld ed S teel Ground S torage Tank jus t west o f Airp o rt Road. This tank
p rimarily provid e gray water to S un City fo r us e o n their o p en s p aces and golf cours es . Wo rk will include
rep airing c o rroded metal and rep ainting/c o ating both the outside and inside of the tank.
This p ro ject was p ublic ly ad vertis ed on Augus t 20, 2017 and August 27, 2017. Eighteen (18) firms o b tained
p lans. F ro m these p lan holders o n Septemb er 19, 2017 we received seven (7) competitive b id s . T he lo w
q ualified bidder fo r the projec t was E.J. Chris Contrac ting, Inc . with a to tal b id o f $417,000.00. They have
completed s everal p ro jects of the s cope and s ize therefo re, Dunham Engineering and s taff b elieves E.J.
Chris Co ntrac ting is qualified to c o mp lete this p ro ject.
STAFF RECOMMENDATION:
Dunham Engineering and staff rec o mmend award ing the contrac t to E.J. Chris C o ntracting, Inc . o f Live
Oak, Texas for the rehab ilitatio n o f the Airport R eus e Water Sto rage Gro und Tank in the amount of
$417,000.00
FINANCIAL IMPACT:
Funds fo r this exp enditure are bud geted in the Water CIP F und .
SUBMITTED BY:
Chris Po usso n
ATTACHMENTS:
Description Type
B&FAW Backup Material
Letter of Recommendation Backup Material
E.J. Chris Bid Res pons e Backup Material
Page 55 of 135
FINANCIAL IMPACT:
YTD
Spent/Enc Agenda Item
Engineering 238,550
Right of Way 60,000
Construction 1,159,755
Other Costs
testing/inspection
Current Budget
Available
Budget
BUDGET
BALANCE Variance
TOTAL 1,500,000 298,550 1,201,450 1,159,755 41,695 2.78%
General Ledger Account Number
COMMENTS: Testing costs are expected to be 25,000 and will be funded from BUDGET BALANCE
FINANCIAL IMPACT:
YTD
Spent/Enc Agenda Item
Engineering 238,550
Right of Way 60,000
Construction 1,220,000
Other Costs
testing/inspection
Current Budget
Available
Budget
BUDGET
BALANCE Variance
TOTAL 1,500,000 298,550 1,201,450 1,220,000 (18,550) -1.24%
General Ledger Account Number
COMMENTS: Testing costs are expected to be 25,000 and will be funded from BUDGET BALANCE
Example Project
Project 2 Example
Page 56 of 135
DATE:
PROJECT NAME:2CQ 9/26/2017
Airport GST Rehab.
Division/Department:GUS / Water Director Approval
Prepared By:Michael Hallmark Finance Approval
TOTAL ANNUAL BUDGET 497,042.00
(Current year only)
Actual Cost Agenda Total Spent
Encumbrance Item & Encumbered % Annual
(A) before agenda item (B)(A + B) Budget
Consulting 80,000.00 80,000.00 16%
Right of Way 0.00 0%
Construction 417,000.00 417,000.00 84%
Other Costs 42.00 42.00 0%
Total Current Year Costs 80,042.00 497,042.00
Approved
GENERAL LEDGER ACCOUNT NUMBER CY Budget
660-9-0580-90-071 480,000.00
660-9-0580-90-171 17,042.00
Total Budget 497,042.00
TOTAL PROJECT BUDGET 497,042.00
(includes all previous yrs)
Prior Years Current Year Total Project % Total
Spent/Encumbered Costs Costs Budget
Consulting 80,000.00 80,000.00 16%
Right of Way 0.00 0.00 0%
Construction 417,000.00 417,000.00 84%
Other Costs 42.00 42.00 0%
Total Project Costs 0.00 497,042.00 497,042.00
Comments:
E.J. Chris Contracting
CIP- Budgetary and Financial Analysis Worksheet
Page 57 of 135
12815 FM 2154, Suite 150 [Type here] Phone: (979) 690-6555
College Station, TX 77845-3981 Fax: (979) 690-7034
www.DunhamEngineering.com [Type here] TX Registration #: F-2253
September 21, 2017
Mr. Michael Hallmark, CIP Manager
Georgetown Utility Systems
300-1 Industrial Ave.
Georgetown, Texas 78626
Re: Recommendation of Contractor for Airport Ground Storage Tank Rehabilitation Project.
Project No. 2CQ. Bid No. 201743. Contract No. 17-0088-CIP.
The purpose of this letter is to recommend a contractor for the above referenced project. A bid
tabulation from the September 18th, 2017 public bid opening is attached. This project involves
the rehabilitation of an existing 1.5 MG welded steel ground storage tank in at the Georgetown
Airport.
1. Bid Tabulation Sheet – Seven (7) contractors participated in the bidding process. The
bids were checked for mathematical errors and/or bid irregularities. The project was bid
with a Base Bid, and two (2) Additive Bid item. Copy of bid tabulation attached.
2.Qualifications and References – The lowest responsive and responsible bidder, E.J. Chris
Contracting, Inc., Live Oak, Texas provided an acceptable list of qualifications and
references.
The lowest, responsive and responsible bidder, E.J. Chris Contracting, Inc. is
recommended for award for a total contract price not to exceed $417,000.00. A copy of the
Bidder’s Proposal is attached. Dunham Engineering has interviewed E.J. Chris Project Manager,
and reviewed submitted references for similar projects, and has found all to be satisfactory.
If you should have any questions regarding the above recommendations, please feel free to call
anytime.
Sincerely,
Jimmy D. Dunham, P.E.
Page 58 of 135
Page 59 of 135
Page 60 of 135
Page 61 of 135
Page 62 of 135
Page 63 of 135
Page 64 of 135
Page 65 of 135
Page 66 of 135
Page 67 of 135
Page 68 of 135
Page 69 of 135
Page 70 of 135
Page 71 of 135
Page 72 of 135
Page 73 of 135
Page 74 of 135
Page 75 of 135
Page 76 of 135
Page 77 of 135
Page 78 of 135
Page 79 of 135
Page 80 of 135
Page 81 of 135
Page 82 of 135
Page 83 of 135
Page 84 of 135
Page 85 of 135
Page 86 of 135
Page 87 of 135
Page 88 of 135
Page 89 of 135
Page 90 of 135
Page 91 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Cons id eration and p o s s ib le recommend ation to award a c o ntract fo r the Ed wards Aquifer Rec harge Zone
(EARZ) Was tewater System Rehabilitation 2017 to PM Co ns truc tio n & Rehab , LLC o f Pas adena, TX in
the amo unt of $260,875.00 – Wes ley Wright, P.E., Systems Engineering Directo r/Mic hael Hallmark, CIP
Manager.
ITEM SUMMARY:
The Texas C o mmis s io n o n Environmental Quality (TC EQ) requires the utility to tes t all wastewater lines
o ver the EARZ in a five year p erio d . The city is req uired to rep air was tewater lines that indic ate exfiltration.
We also rep air any infiltratio n p ro b lems within the s ys tem.
This projec t includ es 80 LF of mec hanical root c leaning of exis ting was tewater lines , 725 LF of pipe
b ursting from 8 to 12 inc hes in d iameter, 100 vertic al feet of epoxy coating, reform exis ting bench and
inverts fo r ap p ro ximately 13 existing manholes, remove and rep lace ring, c o ver, ris er and cone for
ap p ro ximately 6 manholes.
The projec t was pub licly ad vertis ed on September 10, 2017 and Sep temb er 17, 2017. On Septemb er 26,
2017 at 2 PM Six (6) c o mpetitive b id s were rec eived. The lo w q ualified bidder fo r this projec t was PM
Cons tructio n & Rehab , LLC with a total b id o f $260,875.00. Kas berg, P atric k & As s o c iates , LP has
reviewed the related work exp erienc e and referenc es for PM Cons tructio n & Rehab ; as a res ult, KPA
recommend s award to PM Cons tructio n and R ehab, LLC.
STAFF RECOMMENDATION:
Staff rec o mmend s approval of the c o ntract with PM Cons tructio n and Rehab, LLC .
FINANCIAL IMPACT:
Funds for this project are available in the Wastewater Capital Improvement Budget. See the attached
Budgetary & Financial Analysis.
SUBMITTED BY:
Chris Po usso n
ATTACHMENTS:
Description Type
B&FAW Backup Material
Letter of Recommendation Backup Material
Page 92 of 135
FINANCIAL IMPACT:
YTD
Spent/Enc Agenda Item
Engineering 238,550
Right of Way 60,000
Construction 1,159,755
Other Costs
testing/inspection
Current Budget
Available
Budget
BUDGET
BALANCE Variance
TOTAL 1,500,000 298,550 1,201,450 1,159,755 41,695 2.78%
General Ledger Account Number
COMMENTS: Testing costs are expected to be 25,000 and will be funded from BUDGET BALANCE
FINANCIAL IMPACT:
YTD
Spent/Enc Agenda Item
Engineering 238,550
Right of Way 60,000
Construction 1,220,000
Other Costs
testing/inspection
Current Budget
Available
Budget
BUDGET
BALANCE Variance
TOTAL 1,500,000 298,550 1,201,450 1,220,000 (18,550) -1.24%
General Ledger Account Number
COMMENTS: Testing costs are expected to be 25,000 and will be funded from BUDGET BALANCE
Example Project
Project 2 Example
Page 93 of 135
DATE:
PROJECT NAME:3CM 9/28/2017
Division/Department:GUS / Wastewater Director Approval
Prepared By:Michael Hallmark Finance Approval TW01252017
TOTAL ANNUAL BUDGET 1,500,000.00
(Current year only)
Actual Cost Agenda Total Spent
Encumbrance Item & Encumbered % Annual
(A) before agenda item (B)(A + B) Budget
Consulting $350,850.00 $350,850.00 23%
Right of Way 0.00 0%
Construction $669,205.00 260,875.00 $930,080.00 62%
Other Costs 4005.00 4,005.00 0%
Total Current Year Costs $1,024,060.00 $1,284,935.00
Approved
GENERAL LEDGER ACCOUNT NUMBER CY Budget
660-9-0581-90-037 $1,500,000.00
Total Budget $1,500,000.00
TOTAL PROJECT BUDGET 1,500,000.00
Prior Years Current Year Total Project % Total
Spent/Encumbered Costs Costs Budget
Consulting 350,850.00 350,850.00 23%
Right of Way 0.00 0.00 0%
Construction 930,080.00 930,080.00 62%
Other Costs 4,005.00 4,005.00 0%
Total Project Costs 0.00 1,284,935.00 1,284,935.00
Comments:
PM Construction and Rehab, LLC.
CIP- Budgetary and Financial Analysis Worksheet
Page 94 of 135
Page 95 of 135
Page 96 of 135
Page 97 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Cons id eration and p o s s ib le rec o mmendation on Tas k Ord er WP L-18-001 with Walker Partners, LLC of
Aus tin, TX in the amo unt o f $1,551,075.00 fo r profes s ional engineering servic es related to the Berry Creek
Intercepto r - Wes ley Wright, P.E., Systems Engineering Directo r
ITEM SUMMARY:
The Berry Creek Intercepto r (BCI) is a master p lanned gravity wastewater interc epto r ultimately connec ting
Sun City to the Pec an Branc h Was tewater Treatment Plant (PBWWTP) eas t o f Hwy 130. This tas k o rd er
is for p ro fes s ional engineering services related to the p ro p o s ed BCI from Airport R o ad to the PBWWTP
(ap p ro ximately 4 miles ).
This task order will provid e a ro ute study analys is , d etailed field survey (inc luding trees), full design,
d etailed environmental analysis (Phas e 1, geo lo gic al, cultural, wetland, and waters of the US as s es s ments ),
as well as b idding and cons tructio n s upport.
The upstream p o rtion of the BCI (Airp o rt Ro ad to S un City) is currently under d es ign and easements are
actively being ac q uired.
FINANCIAL IMPACT:
Funds are available in the Wastewater Cap ital Improvement P lan Budget.
SUBMITTED BY:
Wes ley Wright
ATTACHMENTS:
Description Type
Walker Partners BCI Tas k Order Scope Backup Material
Page 98 of 135
804 Las Cimas Pkwy., Suite 150
Austin, Texas 78746
www.WalkerPartners.com
TBPE Registration No. 8053 | TBPLS Registration No. 10032500
2017.10.03_Berry Creek WW Scope of Services-Final Edits with Georgetown Comments.docx
Berry Creek Wastewater Interceptor
City of Georgetown
Scope of Work
I. ENGINEERING BASIC SERVICES
A. Route Study and Concept Design (Phase 20)
1. Gather all available data and record drawings.
2. It is our understanding the City, in coordination with Trio Development, has determined the
design wastewater flows, flow requirements, and has evaluated a conceptual route corridor.
Furthermore, the City has determined the proposed pipe diameters for all segments of the
project. It is anticipated that the upper 7,500 LF from a point just east of IH-35 will be 36”
diameter and approximately 14,000 LF downstream will be 42” diameter. Walker Partners
will verify the proposed line sizes and flow requirements with the City and approving agencies
during this phase based on the ultimate design flow received from the City.
3. It is recognized that some level of preliminary route evaluation has been performed by the
engineer for Trio Development and that this preliminary concept has been reviewed with the
City and Williamson County. However, due to the environmental sensitivities of this project,
this scope of work will include a route analysis based on the identification of route constraints
and desired points of connection into the proposed interceptor. Constraints of concern include
topographic features, Berry Creek, known springs in the area, structures, IH-35 and other
roads, significant trees (12” and larger per City of Georgetown), park facilities, underground
and overhead utilities, documented cultural, archeological and environmental resources and
documented karst features. These features will be plotted on a constraint map along with
available topographic contours.
4. Identify alternative alignments to avoid or mitigate the impact to the above-mentioned
constraints that achieve the objective of conveying ultimate design flow to the Pecan Branch
WWTP.
5. Meet with TXDOT area office to explore options for crossing IH-35 including that of open
cutting under existing bridge structures on IH-35 frontage roads and/or main lanes.
6. Meet with the City and Trio Development to review the alternative schematic routes.
7. Walk alignments in the field with all key team members to review impacts to constraints and
make adjustments.
8. Meet with Williamson County to review alternate alignments in the field.
9. Walker Partners will define the scope of the subsurface soils investigations, or any
subsurface surveys and tests which, in the opinion of the Engineer, may be required for final
design of the project. Subsurface Utility Exploration (SUE) is included in Walker Partners’
scope and is detailed in the additional services section of this proposal. Geotechnical borings,
testing during design, and material testing during construction will be performed by a
geotechnical firm hired and paid directly by the City.
10. Identify, consult with, and review requirements of governmental authorities having jurisdiction
to approve the portions of the Project designed or specified by Engineer. This includes
TCEQ, TXDOT, Williamson County, and the City of Georgetown.
11. Identify and evaluate the existing wastewater systems, and the option to construct a 4 mile
gravity wastewater interceptor to serve a 400 acre mixed use development. After
consultation with the City and Trio Development, recommend to the City the preferred (1)
route which, in Engineer’s judgment, meets the requirements for the Project. The
recommendations will be delivered to the City in a technical memorandum.
Page 99 of 135
www.WalkerPartners.com
2
12. Prepare a conceptual plan and profile design for the preferred 4 mile gravity wastewater
interceptor solution. The design will indicate the proposed wastewater alignment and profile,
with depths and grade considerations involved, and potential conflicts with existing
infrastructure.
13. Meet with the design engineer for the Pecan Branch Wastewater Treatment Plant expansion,
and coordinate the design of the proposed wastewater interceptor discharge connection at
the plant.
14. Prepare a preliminary, signed and sealed Engineer’s Opinion of Probable Cost for the
concept design of the gravity interceptor solution.
15. Prepare a technical memorandum summarizing the route study analysis and
recommendations.
B. Preliminary Design Phase (Phase 30)
1. Based on the alignment selected and approved during the route analysis phase, begin final
field investigation for archeologic and environmental features.
2. Adjust final alignment based on any field findings, then begin design surveys for final
alignment.
3. Evaluate open cut versus tunnel or bore sections along the route.
4. Attend approximately four (4) preliminary design conferences with the City and other
interested parties to discuss the Concept Design solution, and requirements to move forward
with design of the Project.
5. Contact the local and franchise utilities that may be in the project area and determine the
approximate locations of the existing utilities with respect to the new wastewater lines. Begin
SUE services as described in the Additional Services portion of this scope of work and
incorporate utility mapping.
6. Prepare preliminary, 50% construction documents for the Project in sufficient detail including
final design criteria, preliminary drawings, an outline of specifications, and setting forth clearly
the Engineer’s recommendations.
7. Prepare an updated preliminary Engineer’s Opinion of Probable Cost based on the 50%
design.
8. Furnish the City the required number of copies of the preliminary plans, including preliminary
layout and cost estimates.
9. Coordinate with TXDOT for design and permitting of utility work within TXDOT ROW. Revise
plans as necessary to address review comments from TXDOT.
10. Coordinate with Williamson County for design and permitting utility work through Williamson
County property. Revise plans as necessary to address review comments from Williamson
County.
11. Coordinate with the City of Georgetown for design and permitting. Revise plans as
necessary to address review comments from the City.
12. Provide support services to the Developer for presentation of the project’s proposed
alignment to the Williamson County Commissioner’s Court and City of Georgetown.
C. Final Design Phase (Phase 40)
1. Prepare final Drawings and Specifications indicating the scope, extent, and character of the
wastewater line improvements to be performed and furnished by Contractor. The Drawings
to be prepared with this Phase of the Work, in general, will include the following:
a. General Condition Drawings – these Drawings shall be for informational, permitting,
and bidding purposes and shall, in general, consist of the following:
i) General Notes and Project Specific Notes
ii) Legends, Abbreviations, and Symbols
iii) Survey Control Plan, including existing easements
iv) Topographic Survey
v) Sedimentation and Erosion Control Plan - prepare a Sedimentation and Erosion
Control Plan for the project site including recommendations of “best management
practices” for controlling sedimentation and erosion on the site during
construction activities.
Page 100 of 135
www.WalkerPartners.com
3
b. Wastewater Collection System Plans and Profiles – prepare drawings for the proposed
sanitary sewer system including the sewer pipes and appurtenances, manholes, clean-
outs, trenching details, and other details necessary for bidding and construction.
c. Details – provide project specific details, municipality standard details, Williamson
County, and state agency (TxDOT) standard details as required for permitting, bidding,
and construction purposes. City of Georgetown standard details will be used and
supplemented as necessary for this project.
2. Advise the City of any adjustments to the Opinion of Probable Construction Cost known to
Engineer based on the final design drawings.
3. Prepare and furnish Bidding Documents for review by the City. This includes supplementing
the City specifications for the specific project.
4. Prepare and submit design drawings, and engineer ’s design report to TCEQ, along with an
application for an Organized Sewage Collection System Plan (SCS).
a. Address comments from TCEQ (if any) for approval of the SCS Plan.
5. Attend approximately four (4) final design meetings for coordination with the City and
permitting agencies.
D. Bidding Phase (Phase 50)
1. Assist the City in obtaining public bids for the Work and maintain a record of prospective
bidders to whom Bidding Documents have been issued and receive and process contractor
deposits or charges for the Bidding Documents.
2. Provide a copy of the notice to bidders for the City to use in notifying construction news
publications and publishing appropriate legal notice. The cost for publications shall be paid by
the City.
3. Provide two (2) complete sets of Contract Documents; one (1) each will be made available at
the offices of the City and Engineer for prospective bidders that wish to review the Contract
Documents.
4. Issue Addenda as appropriate to clarify, correct, or change the Bidding Documents.
5. Attend and participate in a pre-bid meeting with the City and interested bidders.
6. Consult with the City as to the acceptability of subcontractors, suppliers, and other individuals
and entities proposed by prospective contractors for those portions of the Work as to which
such acceptability is required by the Bidding Documents.
7. Attend the Bid opening, prepare Bid tabulation sheets, and assist the City in evaluating Bids
or proposals and in assembling and awarding contracts for the Work.
E. Construction Administration Phase (Phase 60)
1. Conform Contract Documents for execution by incorporating information from the selected
bid and their surety into the Contract Documents. Prepare a Notice of Award providing
direction for the execution of the Contract Documents and send to the Contractor with five (5)
copies of these documents. Contractor will send all five (5) executed documents to the City
for signatures. The City is to provide two (2) copies of the fully executed Contract Documents
to the Contractor and one (1) copy to Engineer. Additional sets of documents can be provided
as an Additional Service.
2. Participate in a Pre-Construction Conference prior to commencement of Work at the Site.
3. Receive, review, and determine the acceptability of any and all schedules that Contractor is
required to submit to Engineer, including the Progress Schedule, Schedule of Submittals, and
Schedule of Values.
4. Make periodic visits to the site (as distinguished from the continuous services of a resident
Project Representative) to observe the general progress and quality of the executed work
and to determine in general if the work is proceeding in accordance with the Contract
Documents.
In performing these services, the Engineer will endeavor to protect the City against defects
and deficiencies in the work of the contractor, but Walker Partners cannot guarantee the
performance of the contractor, nor be responsible for the actual supervision of construction
operations or for the safety measures that the contractor takes or should take. It is
understood the City will perform resident project inspection and materials testing through a
geotechnical firm contracted directly with the City.
Page 101 of 135
www.WalkerPartners.com
4
5. Consult and advise with the City; issue all instructions to the contractor requested by the City;
and prepare and issue any possible change orders with the City’s approval.
6. Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of
material and equipment and other data which the contractor submits. This review is for the
benefit of the City and covers only general conformance with the information given by the
Contract Documents. The contractor is to review and stamp his approval on submittals prior
to submitting to Engineer, and review by the Engineer does not relieve the contractor of any
responsibility such as dimensions to be confirmed and correlated at the job site, appropriate
safety measures to protect workers and the public, or the necessity to construct a complete
and workable facility in accordance with Contract Documents.
7. Obtain and review monthly and final estimates for payments to contractors, and furnish to the
City any recommended payments to contractors and suppliers; assemble written guarantees
which are required by the Contract Documents.
8. Conduct, in company with the City, a final inspection of the Project for compliance with the
Contract Documents, and submit recommendations concerning project status, as it may
affect the City’s final payment to the contractors.
9. Receive Contractor provided as-built drawings and incorporate into the final record plans.
10. Attend monthly status meetings with the City and contractor for the duration of construction,
which is anticipated to be 15 months.
II. ADDITIONAL SERVICES
A. Title Reports (Phase 100)
1. Contract with a Title Company for 50-year title and easement search for approximately 13
tracts of land.
B. Control Survey (Phase 12A)
1. Establish vertical control at the site and place benchmarks based upon North American
Vertical Datum of 1988 (NAVD88), unless otherwise specified by the City.
2. Establish horizontal control at the site based upon North American Datum of 1983 (NAD83)
State Plane Coordinates.
C. Boundary Verification Survey (Phase 11)
1. Perform deed research of subject tracts for the purpose of reconciling tract lines.
2. Perform a Boundary Verification Survey in accordance with the General Rules of Procedures
and Practices as set forth by the Texas Board of Professional Land Surveying and laws of the
State of Texas, unless otherwise specified by the City.
3. Include the results of the survey in the master design drawing including the existing survey
monuments found in the field; depict record easements provided in the title search that may
exist on the survey and the adjoining record information.
D. Topographic/Tree Survey (Phase 12B)
1. Perform an on-the-ground field survey to obtain the topography (terrain data) and other
visible and apparent surface features (manmade or natural) such as ditches, swales,
channels, embankments, drainage structures, catch basins and inlets, manholes, above-
grade utility appurtenances, pavements, significant trees (hardwoods 12 inches in diameter
and greater), fences, building structures, water’s edge, etc. For underground utilities, Walker
Partners will coordinate with Texas 811. The approximate locations of underground utilities
will be shown based upon utility locators’ markings. The survey limits will be determined from
the Route Study and Concept Design, including a 200’ wide survey strip centered along the
proposed alignment, 100 feet on either side.
2. Include the results of the topographic survey in the master design drawing depicting the
physical features as described above and elevation contours at a 1-foot interval. The 100-
year floodplain as identified by FEMA and as depicted on the Flood Insurance Rate Map
(FIRM) will be graphically located and drafted on the topographic map.
E. Stake Alignment (Phase 17)
1. During the Route Study and Concept Design Phase, Walker Partners will stake the proposed
alignment in the field for visual line of sight reference and confirmation of the proposed
alignment by stakeholders, prior to commencing with the preliminary and final design phases.
Page 102 of 135
www.WalkerPartners.com
5
F. Easements (Phase 16)
1. Provide easement metes and bounds survey descriptions with exhibits for wastewater
easements over private property. It is assumed the total number of permanent easements to
be prepared will not exceed 13, and the total number of temporary easements to be prepared
will not exceed 13. The width of the permanent easement is to 50 feet and the width of the
temporary easement will be an additional 50 feet. It is assumed the City will provide the legal
documents and record any new easements with the County. Walker Partners will provide
metes and bounds survey descriptions with exhibits of the proposed easements.
G. Construction Staking (Phase 65)
1. Stake sewer, adequate for construction. We plan to stake centerline alignment, manholes,
begin and end bores, and service line clean-outs. Manholes will be staked with offset grade
stakes. Centerline alignment will be staked with offset grade stakes.
H. Alternative Analysis (Phase 21)
1. To fully determine that a gravity interceptor is the optimal solution for wastewater conveyance
and treatment, the scope of this project will include a schematic level evaluation of two
additional alternatives. The first is a wastewater treatment plant sized for the 400-acre Trio
Development immediately west of IH-35. The schematic level evaluation will include a
preliminary assessment of the effluent water quality requirement for a wastewater plant
discharging into Berry Creek. The second will be a lift station sized to handle the same 400-
acre development and an offsite forcemain to the City’s existing Pecan Branch WWTP.
I. Environmental Consulting Services (Phase 101) – (See attached detailed scope from SWCA
dated October 2, 2017)
J. Subsurface Utility Engineering (SUE) Consulting Services (Phase 102)– (See attached
detailed scope from The Rios Group)
1. Based on information provided by Walker Partners (Client), TRG has developed a proposed
scope for SUE services on this project. This scope may be modified, with Client and TRG
concurrence, during the performance of work if warranted by changing or unexpected field
conditions.
The scope of this proposal includes fifteen (15) QL“A” SUE test holes to support the Berry
Creek Wastewater Interceptor project in Georgetown, Texas. The general locations of the
test holes are shown on Exhibit B of this proposal. As discussed, the Client will provide TRG
with specific test hole locations prior to TRG mobilizing for field operations. To layout the test
holes, TRG will attempt to designate the requested utility for 20 feet on each side of the
proposed test hole location.
The survey of test hole locations is not included in this scope of work. The Client will provide
TRG with surveyed data for use in preparing the final deliverable.
Any necessary Right-Of-Entry (ROE) permits, including railroad ROE, will be provided by the
Client prior to the start of field work.
TRG Procedures
QL“B” – Designating
To layout test holes, TRG will utilize a suite of geophysical equipment that includes magnetic
and electromagnetic induction to designate conductive utilities. Where access is available, a
sonde will be inserted into non-conductive utilities to provide a medium for transmission,
which can then be designated using geophysical equipment. Non-conductive utilities can also
be designated using other proven methods, such as rodding and probing.
QL“A” – Locating
TRG will utilize non-destructive vacuum excavation equipment to excavate test holes at the
requested locations. Once each utility is located, TRG will record the size, type, material, and
depth. Test holes will be uniquely marked. Excavations will be backfilled by mechanical
means with the appropriate material, and the original surface will be restored. If necessary,
TRG can core pavement up to a depth of 12 inches. Asphalt surfaces will be repaired with an
asphalt cold patch, and concrete cores will be epoxied in place, flush with the surrounding
surface. TRG assumes that flowable fill will not be required when backfilling test holes and
that full-section pavement repair (including sidewalks) will not be required to restore the
original pavement surface. If requested, these services can be provided at an additional cost.
Page 103 of 135
www.WalkerPartners.com
6
TRG will establish any necessary routine traffic control measures at no additional cost.
However, if non-routine traffic control measures (lane closures, traffic detours, flag persons,
etc.) are required, this service will be invoiced as a direct expense. Due to the risk of
damage, TRG will not attempt to probe or excavate test holes on AC water lines unless
approval is obtained from the owner in advance. Additionally, excavation in rock, or to a
depth greater than 18 feet, is considered beyond the scope of this proposal.
TRG has made the following assumptions with regard to the test holes on this project:
· All test holes will be accessible to truck-mounted vacuum excavation equipment.
· Right-Of-Way (ROW) permits from the Texas Department of Transportation will not
be required. ROW permits from the City of Georgetown will be required for work
adjacent to FM 152. TRG will acquire all required City permits, and ensure that
coordination and compliance with the City is provided.
· Designed traffic control plans will not be required.
· Non-routine traffic control measures will be required. TRG will acquire the services
of a qualified Maintenance-Of-Traffic (MOT) Subcontractor and ensure that
adequate traffic control is provided.
· The coring of pavement will not be required.
K. Trenchless Subconsultant Support (Phase 103)
1. It is assumed this project will be predominantly an open cut construction project. However, it
is recognized that there will be short sections of bores under IH-35 and at multiple creek
crossings.
2. Prepare technical specifications for trenchless construction methods.
3. Review submittals from contractor for conformance to specifications for trenchless
construction.
L. Texas Parks and Wildlife (TPWD) Chapter 26 Hearing Support (Phase 80)
1. One of the primary route alternatives to be evaluated involves construction through a portion
of the Williamson County Berry Creek Park. The Parks and Wildlife Code requires an
evaluation of all feasible and prudent alternatives and plans to minimize harm to the park
land.
2. Provide information and assistance needed by City’s legal counsel to prepare for Chapter 26
public hearing. Such information may include technical drawings and exhibits, presentations,
and a notice of hearing. Attend and participate in one Chapter 26 public hearing. It is
assumed the City will coordinate, host, and conduct the hearing and be responsible for
publishing the notice of hearing.
3. Attend up to two meetings with the City to prepare for Chapter 26 public hearings.
4. Attend TPWD Chapter 26 hearing.
5. Prepare schematic plans for pipeline construction and site restoration/mitigation plans to
minimize harm to Berry Creek Park as a result of the taking.
Page 104 of 135
www.WalkerPartners.com
7
III. EXCLUSIONS
The following items are excluded from this proposal. If there are questions about any services not listed
here, they shall be clarified prior to approval and acceptance of this proposal.
The proposed engineering services do not include the following:
· Wastewater Lift Station design and drawings
· Wastewater Treatment Plant design and drawings
· Drainage design and drawings
· Design work related to LEEDS certification(s)
· Landscape architectural services/plans or irrigation plans
· Demolition plans
· Wastewater Lift Station Decommissioning plans and permitting
· Retaining wall design
· Design of screening walls, light pole bases, transformer or generator pads, hardscape
features, pavers and/or site signage
· Design of any underfloor drainage systems or grading
· Design of French drain systems around the building perimeters
· Site lighting plans
· Abandonment of private or public easements
· Assistance to the City and/or the Contractor in filing the Notice of Intent (NOI) for the
proposed construction activities
· Design of any “dry” utility facilities (i.e. gas, electric, phone, cable TV, etc.)
· Geotechnical Engineering and/or Geotechnical Subsurface Exploration (the City will contract
this work directly)
· Materials Testing (to be provided by City’s sub-consultant)
· Public Outreach or Public Involvement
· Tunnel and tunnel shaft support system design. It is assumed that trenchless construction
will be limited to relatively short bore sections.
IV. CITY SERVICES
1. The City shall provide wastewater flow model and provide peak ultimate wastewater flows, and
initial average daily wastewater flows for all wastewater lines within, and connected to the project.
2. The City shall provide plan review and comments at intervals of 50% and 100% construction plans.
3. The City shall be responsible for preparing and recording of legal documents associated with any
easements that may be required for the project. The survey metes and bounds, and easement field
staking will be provided by Walker Partners as outlined in the scope of services.
4. The City shall provide available as-built plans for all existing wastewater facilities within the project,
as well as adjacent utilities, as available.
5. The City will hire a geotechnical firm to perform all geotechnical borings, testing and report efforts.
This firm will also provide all material testing during construction.
6. The City will obtain all rights of entry onto private properties necessary to perform this scope of
work.
7. The City will acquire all easements prepared for this Project.
8. The City will provide on-site resident representative service during construction.
Page 105 of 135
Scope of Services Attachment #1
Fee Schedule 804 Las Cimas Pkwy., Suite 150
Austin, Texas 78746
Phase Basic Engineering Services
Total Fee
20 Route Study & Concept Design (Gravity Interceptor) $66,730.00
22 Meetings (WilCo, City, TxDOT) $25,310.00
30 Preliminary Design Phase (50% Design) $304,690.00
40 Final Design Phase (100% Design) $353,360.00
50 Bidding Phase $27,475.00
55 Permitting (WilCo, TXDOT & TCEQ) $50,805.00
60 Construction Administration $88,820.00
Basic Engineering Services Subtotal = $917,190.00
Phase Additional Services
Total Fee
11 Boundary Verification Survey $61,300.00
12A Control Survey $12,100.00
12B Topographic and Tree Survey $82,000.00
16 Easement Document Preparation $71,100.00
17 Stake Concept Alignment $26,600.00
21 Alternative Analysis (On-Site Treatment Plant) $46,480.00
65 Construction Staking $45,000.00
80 TPWD Chapter 26 Hearing Support $42,500.00
100 Title Reports $18,000.00
101 SWCA - Environmental, Cultural, Geological $172,055.00
102 TRG - Subsurface Utility Exploration $31,750.00
103 Trenchless Subconsultant Support $25,000.00
Additional Services Subtotal = $633,885.00
TOTAL FEE = $1,551,075.00
Berry Creek Wastewater Interceptor
10/3/2017 Page 106 of 135
ACTIVITY Oct
Notice to Proceed
Right of Entry
Route Study ‐ Desk Top
Route Study ‐ Field Review (Env, Arch, Eng, Geo)
Route Study ‐ Tech Memo
City Review/Concurrence
Field Investigations ‐ Archeology
Field Investigations ‐ Hydrogeology
Field Investigations ‐ Geotechnical
Field Investigations ‐ Environmental
Field Investigations ‐ Survey Topo & Base Map Prep
Preliminary Design
Easement Preparation
Easement Acquisition
City Review
Final Design
Permitting
City Review
Adverise for Bids/Award
Construction Notice to Proceed
Construction
Project Schedule
Berry Creek Wastewater Interceptor
2017 2019 2020 ‐
13‐Sep‐17
Jan thruJul Aug Sep Oct NovNov Dec Jan Feb Mar MarJun DecApr May
2018
Construction Duration ‐ 15 months
Page 107 of 135
October 2, 2017
John Lindner, P.E.
Walker Partners
804 Las Cimas Parkway, Suite 150
Austin, TX 78746
RE: Berry Creek Interceptor Environmental Scope of Work
Dear John:
SWCA Environmental Consultants (SWCA) is pleased to provide this proposal and cost estimate for
environmental services related to the construction of the proposed Berry Creek Wastewater Interceptor in the City
of Georgetown, Williamson County, Texas. SWCA understands that this is a local government-sponsored
infrastructure project that will require the acquisition of new right-of-way, but lacks federal funding. SWCA
proposes to provide a basic suite of environmental services to facilitate the environmental permitting for this
proposed project, including: a Phase I Environmental Site Assessment, an Aquatic Resources Delineation, a
Cultural Resources Investigation, a Threatened and Endangered Species Habitat Assessment and Impacts
Analysis, Geologic Assessment (Cambrian Environmental), and a Stormwater Pollution Prevention Plan. We also
provide estimates for the completion of certain environmental permitting activities under certain assumptions,
which may change upon the findings of the basic environmental due diligence services previously described.
However, our proposed scope and budget for environmental permitting represents a reasonable estimate for such
services given our understanding of the project today.
SWCA offers to provide these services on a time and materials basis with a cost not to exceed $172,055 without
Walker Partners (Client) authorization (see Cost Summary below). If you find the terms and conditions of this
proposal to be acceptable, please return an executed Services Agreement. We look forward to working with you
and should you need additional information or have any questions, please do not hesitate to contact me at (512)
783-6151 or Amanda Aurora at (512) 476-0891 or via email at sschuster@swca.com or aaurora@swca.com.
Sincerely,
Stefan Schuster, P.G.
SWCA - Texas Gulf Coast Water Resources Director
Page 108 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 1
Statement of Work
Berry Creek Interceptor
PROJECT BACKGROUND
SWCA Environmental Consultants (SWCA) will conduct basic environmental due diligence investigations, a
hydrogeologic and groundwater analysis relative to Berry Springs at Berry Springs Park, and environmental permitting
related to the proposed construction of the Berry Springs Wastewater Interceptor (Project). The Project Area is the
interceptor alignment from Airport Road to the Pecan Branch Wastewater Treatment Plant in the City of Georgetown,
Williamson County, Texas. . The Project Area is approximately 3 miles long, but will likely include multiple alternative
alignments in the vicinity of Berry Springs Park. The entire project occurs within the Edwards Aquifer Recharge Zone
regulated by the TCEQ.
There is community concern over the impact of the Project going through Berry Springs Park and potentially impacting
water quality and flows from the springs. The purpose of this investigation is to characterize any potential
environmental and cultural concerns along the Project Area and assist the City of Georgetown and Walker Partners in
communicating these issues to the public. SWCA will work with Kemble White, Ph.D., of Cambrian Environmental in
assessing any potential hydrological impacts.
SWCA’s scope of work is based on the following Project map and Proposal Request for Project Scope from Trio
Development (Trio) provided to SWCA by Walker Partners on May 24, 2017, and revised based on recent
discussions.
Page 109 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 2
SWCA anticipates that basic environmental due diligence investigations of the Project Area will be necessary to help
Walker Partners and Trio “identify any potential constraints or additional needs necessary for the project.” SWCA
assumes that the project area will include a 100-foot-wide corridor centered over the 21,400-foot-long proposed
alignment shown in Figure 1.
TASK 1: DESKTOP REVIEW
SWCA will conduct a desktop review to collect and compile available information for the project site including
topographic maps, geologic maps, aerial photographs, geotechnical data, hydrogeologic reports, spring records, well
reports, stream gauging data, and (if available) previously conducted geologic assessments per the Texas
Commission on Environmental Quality’s (TCEQ’s) Edwards Aquifer rules.
In addition, SWCA will collect and analyze satellite imagery, aerial photography, and topographic maps to identify
potentially important geological and geomorphological features, including faults, fracture-traces, lineaments, geologic
contacts, sinkholes, vegetation areas, and the relationship of such features to the occurrence of Berry Springs and
mapped wetland areas. The analysis will involve using GIS to compile the site characteristics and data to manage
and display hydrologic, demographic, physical, and cultural elements of the study. SWCA will evaluate critical
Page 110 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 3
elements of the regional hydrologic system and connection to Berry Creek Springs as well as other sensitive features.
This will help identify critical monitoring and sampling locations to be used in Task 2 field studies.
Review of existing materials will include copies of existing area-wide geologic or cave studies; previous engineering
reports for the Berry Creek Interceptor project; and coordination with Dr. White of Cambrian Environmental and
Terracon for geotechnical issues. We will ask Cambrian Environmental and Terracon to provide copies of reports
prepared for the City of Georgetown or Williamson County related to Berry Creek Springs and the surrounding areas.
One of the objectives of this task is to review for important data gaps and to guide the efforts of Task 2.
Assumptions
The Client will provide SWCA all necessary project-related files and data prior to the desktop review.
Cost for Task 1: $13,974
TASK 2: HYDROGEOLOGICAL ASSESSMENT OF BERRY SPRINGS
SWCA will conduct site investigations to field-verify information from Task 1 and data collection to identify and assess
potentially sensitive features and areas with respect to pipeline alignments and associated construction and
operations activities.
SWCA will identify and field map, using GPS technologies, important or sensitive hydrogeologic features to include
springs, seeps, fracture zones, recharge features, and geologic contacts. Field staff will focus on the delineation of
features associated with the Edwards Aquifer from those associated with the alluvial deposits in Berry Creek and
applicable tributaries to help define the local flow regime and any potential impacts to the springs.
SWCA staff will field-verify and delineate likely areas that contribute to the flows of springs and seep areas, and
wetlands. Field observations will evaluate if ephemeral flow areas may be characterized by vegetative conditions.
Field staff will, if possible, measure spring flows and stream flows, characterize seep areas, and collect field water-
quality measurements including specific conductance, pH, and dissolved oxygen. These field measurements will
provide baseline data and characterize potential impacts to the spring system from construction and operation of the
interceptor. SWCA will take three water quality field sampling events before, during, and following construction
activities for a total of up to 15 water quality samples. Water quality parameters to be tested include major cations,
anions, turbidity, temperature, pH, specific conductance, dissolved oxygen (HDO), and fecal coliform.
SWCA will collect water samples from accessible water wells within and near the park area as determined by City of
Georgetown and consultation with Dr. White. SWCA will evaluate Texas Water Development Board online records of
water wells for the presence of nearby water wells that might be included in the study. Data collection will focus on
water level and field water-quality measurements to characterize the local and regional flow regime. SWCA biologists
will collect water levels using an electric line. If long-term water levels are needed or desired, SWCA may install
pressure transducer data loggers. Biologists will analyze water well quality samples for the same parameters as
surface water and spring samples.
SWCA will compare water levels and quality information to spring elevations and spring water quality data in order to
help develop a hydrogeologic conceptual model. The purpose of the hydrogeologic conceptual model is to assist in
development of the project in a manner that will minimize or eliminate impacts to seeps and springs. SWCA will
present the data collected to Walker Partners, TRIO, and the City of Georgetown, along with an interpretation of the
results.
Page 111 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 4
Assumptions:
1. Walker Partners will ensure access to the park for SWCA fieldwork.
2. If access to areas or water wells outside the park limits is desirable, the City of Georgetown and/or client will
assist SWCA in communicating with landowners.
3. No significant modifications (e.g., installation of pumps, removal of pumps, reconfiguration of wellheads, etc.)
to water wells to permit collection of water levels or water samples are proposed.
4. Dye trace studies are not included in this scope and fee.
Cost for Task 2: $20,512
TASK 3: PHASE 1 ENVIRONMENTAL SITE ASSESSMENT
SWCA will prepare a Phase I Environmental Site Assessment (ESA) for the survey area. The report and preparation
procedures will follow the guidelines in the American Society for Testing and Materials (ASTM) Standards on
Environmental Site Assessments for Commercial Real Estate (E 1527-13 Standard Practice for Environmental Site
Assessments: Phase I Environmental Site Assessment Process). The assessment will also be conducted in
accordance with the U.S. Environmental Protection Agency’s All Appropriate Inquiry (AAI) standards published in
2006.
Preparation of the Phase 1 ESA will include the following tasks:
Comprehensive search of accessible records, including federal, state, local, and tribal hazardous materials
databases;
Historical records review for the survey area, including historical topographic maps, and aerial photographs;
On-site inspection of the survey area, visual inspection of adjacent properties, and a drive-by inspection within
one mile of the survey area, where accessible;
Interviews with current owners, property managers, and/or occupants;
Interviews with available local and state agencies;
Review and summary of chain-of-title, environmental lien searches, and activity and use limitations; and
Identification and review of any gaps in available data.
The findings of the records review, interviews, and site inspection will be presented in the Phase I ESA report,
prepared by a qualified environmental professional as defined in ASTM E 1527-13 and the AAI Rule. An electronic
draft copy of the report will be provided for review. Once comments or approval to finalize the report have been
received, an electronic copy of the final report, including color figures and photographs, will be provided to the Client.
Assumptions
The Client will provide SWCA all necessary project-related files and data prior to initiating documentation.
The Phase I ESA survey will not include inspection of the interior of any existing residences/buildings within
the survey area.
Page 112 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 5
Detailed evaluation or sampling for asbestos-containing materials and lead-based paint is not included in this
scope of services.
The Client is responsible for obtaining permission for SWCA to enter private property as required to perform
field surveys.
This cost estimate includes nine chain-of-title and lien searches. If more than nine searches are needed, a
change order will be required for the cost of the additional searches.
SWCA assumes that all draft and final reports will be provided electronically.
The survey area will consist of the 21,400-foot-long project alignment with a 100-foot-wide corridor centered
over the alignment centerline. No additional temporary workspaces, laydown/storage areas, or access roads
outside of this area are included in this scope of work.
Cost for Task 3: $8,000
TASK 4: AQUATIC RESOURCES DELINEATION
SWCA will identify, characterize, and delineate aquatic resources (streams, wetlands, and other open waters) within
the survey area that might meet the definition of a water of the U.S. SWCA will conduct this work pursuant to current
U.S. Army Corps of Engineers (USACE) methodologies and in accordance with guidance provided by the USACE
Forth Worth District Regulatory Branch.
SWCA will conduct a field investigation of the survey area to verify desktop findings and assess the presence or
absence of hydric soils, wetland vegetation, and wetland hydrology. SWCA anticipates that it will take three days in
the field to accomplish this task. Any waterbodies identified in the field will be characterized with respect to type and
condition, and the likely jurisdictional boundaries will be captured with resource-grade GPS equipment (i.e., Trimble
Geo XH or similar).
Upon completion of the field survey, SWCA will prepare an aquatic resources delineation report, which will identify
and describe likely jurisdictional areas occurring within the survey area. The report will describe the conditions of the
survey area, the methods used during the delineation, and the results of the investigations. The report will also include
field data sheets, mapping, representative photos of the site, and photos of each sample point. Upon completion of
this report, SWCA will provide a draft electronic version to the Client for review and comment. SWCA will assume one
round of review and comment with the Client prior to completing the final report. SWCA will submit to the Client one
electronic PDF of the aquatic resources delineation report.
Assumptions
The Client is responsible for obtaining permission for SWCA to enter private property as required to perform
field surveys.
The survey area will consist of the 21,400-foot-long project alignment with a 100-foot-wide corridor centered
over the alignment centerline. No additional temporary workspaces, laydown/storage areas, or access roads
outside of this area are included in this scope of work.
The Client will provide SWCA all necessary project-related files and data prior to field surveys or initiating
report preparation, as applicable.
SWCA assumes that all draft and final reports will be provided electronically.
Page 113 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 6
Cost for Task 4: $8,930
TASK 5: THREATENED AND ENDANGERED SPECIES HABITAT ASSESSMENT AND
IMPACTS ANALYSIS
SWCA will conduct a habitat assessment of the survey area for federal or state-listed threatened and endangered
species and assess the likely effects of the project on listed species. This will mostly be completed through a desktop
analysis, with a site visit to visually confirm the desktop findings and gather on-site observations of current habitat
conditions. SWCA will consider the environmental information collected and reviewed in Task 1 and any other
applicable and readily available desktop information related to listed species with the potential to occur in the vicinity
of the survey area. Information collected during the site visit will include notes about current site conditions, as well as
visual observations and photographs of vegetation, water flows, and landscape context (such as the degree of
existing development or other habitat disturbance nearby).
SWCA also proposes to perform a presence/absence survey for the Georgetown Salamander (Eurycea naufragia) at
Berry Springs using current U.S. Fish and Wildlife Service protocols. Prior surveys at this location have not been
performed using the current, expanded level of effort for such surveys. Current survey protocols require 14 survey
visits, with bottle trapping at spring outlets. SWCA assumes this task covers 2 survey sites extending for no more
than 25 feet of spring-run habitat each will be included in the surveys, and that snorkeling will not be needed to reach
the spring-run substrate.
SWCA will prepare a report that describes our desktop and field findings, and provides our opinion of the potential for
the habitats present within the survey area to support protected species. Upon completion of this report, SWCA will
provide a draft electronic version to the Client for review and comment. SWCA will assume one round of review and
comment with the Client prior to completing the final report. SWCA will submit to the Client one electronic PDF of the
report.
Assumptions
The Client is responsible for obtaining permission for SWCA to enter private property as required to perform
field surveys.
The Client will provide SWCA all necessary project-related files and data prior to field surveys or initiating
report preparation, as applicable.
The survey area will consist of the 21,400-foot-long project alignment with a 100-foot-wide corridor centered
over the alignment centerline. No additional temporary workspaces, laydown/storage areas, or access roads
outside of this area are included in this scope of work.
A karst feature survey and a geological assessment for karst features are not included within this task.
SWCA assumes that boring beneath Berry Creek for crossing sites will preclude interaction with state-listed
freshwater mussel species and that coordination with the Texas Parks and Wildlife Department related to
investigating the presence or absence of state-listed freshwater mussels or relocating such species is not
required.
SWCA assumes that all draft and final reports will be provided electronically.
SWCA assumes project is in compliance with City of Georgetown Unified District Code related to the
Georgetown salamander (Eurycea naufragia).
Page 114 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 7
Cost of Task 5: $14,000
TASK 6: CULTURAL RESOURCES
SWCA proposes to complete a desktop review of the project area; complete an Antiquities Permit application for
review and authorization by the Texas Historical Commission (THC); perform field investigations; associated
reporting, and curation of field paperwork and photographs. Because the proposed project will occur on lands owned
or administered by a political subdivision of the State of Texas (in this case a Special Utility District as well as
Williamson County with the proposed wastewater interceptor traversing parts of Williamson County’s Berry Springs
Park), it is subject to review by the THC under the Antiquities Code of Texas (ACT).
Prior to any field investigations, SWCA will conduct a thorough background literature and records review of the project
area. For this research, an SWCA archaeologist will examine data from the Texas Archeological Research Laboratory
available on the THC’s online Texas Archeological Sites Atlas for all previously recorded cultural resources surveys
and historic or prehistoric archaeological sites in or adjacent to the project area. Following completion of the
background review, SWCA’s Principal Investigator will prepare a scope of work (including the results of the
background review) and permit application and submit it to Walker Partners for review and signatures. Once
complete, SWCA will submit the application to the THC. SWCA will complete the background review and submit the
Antiquities Permit application to the THC within one week of receiving notice to proceed.
Once the permit is issued, SWCA will conduct a cultural resources survey of the 100-foot-wide, approximately 21,400-
foot-long interceptor alignment. The survey will be of sufficient intensity to determine the nature, extent, and, if
possible, significance of cultural resources discovered within the project area. Survey efforts will include pedestrian
survey and deep mechanical testing with a backhoe, where appropriate. The survey will meet all THC survey
standards. SWCA will complete the survey within 10 days of receiving a permit from the THC. SWCA will conduct a
non-collection survey to reduce curation costs; any artifacts discovered during survey will be described and
photographed but left in place. However, as per the conditions of the Antiquities Permit, all paperwork and
photographs generated during field investigations must be curated at an approved curation facility; for this project,
materials will be curated at the Center for Archaeological Research at The University of Texas at San Antonio.
Upon completion of the field survey, SWCA will produce a cultural resources survey report documenting the results of
the investigations. SWCA will submit a draft digital copy of the reports to Walker Partners for review and comment
within two weeks of completing field survey. Once this has been accomplished, SWCA will incorporate all appropriate
edits and will submit a final draft report to the reviewing agencies. Once the agencies have reviewed the documents
and provided the results of the review to SWCA, any revisions will be incorporated into the final reports. SWCA will
submit a final report to Walker Partners and the reviewing agencies. As part of completing Antiquities Permit
requirements, SWCA will also furnish two electronic copies of the final reports on a tagged PDF formatted CD to the
THC, complete an abstract text online, and furnish 11 hard copies of the reports (without site information) to
university-based libraries and research facilities around the state. SWCA will also complete all document curation
requirements per the ACT.
Assumptions
The survey area will consist of the 21,400-foot-long project alignment with a 100-foot-wide corridor centered
over the alignment centerline. No additional temporary workspaces, laydown/storage areas, or access roads
outside of this area are included in this scope of work.
Based on a review of the proposed project area, five previously recorded archaeological sites (i.e., 41WM17,
41WM828, 41WM914, 41WM1091, and 41WM1187) are either traversed by the interceptor alignment (i.e.,
sites 41WM17, 41WM1091, and 41WM1187) or the alignment encroaches upon two known archaeological
Page 115 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 8
sites (i.e., 41WM914 and 41WM828); revisit site forms will need to be completed for all investigated
previously recorded sites.
The Client is responsible for obtaining permission for SWCA to enter private property as required to perform
field surveys.
This scope does not include testing or data recovery excavations of sites discovered during the survey.
SWCA assumes that no more than 10 new cultural resource sites will be identified in the survey area.
Survey fieldwork will be completed over the course of five days.
The Client will provide SWCA all necessary project-related files and data prior to field surveys or initiating
report preparation, as applicable.
SWCA assumes that all draft reports will be provided electronically.
Cost of Task 6: $24,837
TASK 7: TCEQ STORMWATER POLLUTION PREVENTION PLAN
SWCA will prepare a Stormwater Pollution Prevention Plan (SWPPP) based on engineering plans to be provided by
the Client in compliance with the Texas Commission on Environmental Quality (TCEQ) Construction General Permit
TXR150000 for sites in excess of 5 acres. SWCA will conduct a review of surface water resources, including
floodplains and aquatic resources, in proximity of the project site and determine appropriate sediment and erosion
control measures, or best management practices (BMP) to prevent or reduce the discharge of stormwater pollutants
from the project site to waters of the U.S.
SWCA will then prepare an SWPPP based on the area of land disturbed within the entire project, proposed
construction activities, and associated pollutants, as identified by the Client. SWCA’s SWPPP for the project will:
Provide a description of the construction site that includes information about construction activities, hazardous
materials, and physical features of the site that may contribute pollutants to stormwater run-off and any
pollutant discharges (i.e., spills) that could occur during dry weather.
Identify potential sources of pollution that may reasonably be expected to affect the quality of stormwater
discharges from the construction site.
Establish practices and any necessary control measures, including BMPs that will prevent or effectively
reduce pollution in stormwater discharges from the construction site.
Describe how the selected practices and controls are appropriate and how each will effectively prevent or
reduce pollution.
Establish a Storm Water Pollution Prevention Team (team) and identify team members who will be
responsible for updating and revising the SWPPP.
Document the monitoring and inspection procedures and schedules that will be implemented at the site.
The SWPPP will address all aspects of construction and will include control measures and BMPs to prevent or reduce
the discharge of pollutants from the construction site to waters of the U.S.
Page 116 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 9
SWCA will use information provided by the Client to develop any necessary control measures or modify existing
measures such as, but not limited to, spill prevention/clean-up measures, storage and handling, vehicle and
equipment cleaning/maintenance, preserving or installing vegetation buffers, miscellaneous BMPs, structural controls,
or staff training efforts. These measures will ensure facility discharge of pollutants to waters of the state are minimized
to the greatest extent practicable.
SWCA will also coordinate closely with the Client on a potential location for all proposed soil-disturbance activities to
determine installation locations for pre-construction BMPs to determine the most appropriate and cost-effective BMPs
available for the site. To ensure discharges are minimized, proposed BMPs may include preserving vegetation,
construction entrances, silt fencing, filter berms, temporary seeding, and/or rock berms. Additionally, the SWPPP will
also include post-construction BMPs such as grading to control erosion, permanent seeding, mulching, and soil
retention. For any project information that may be pending, the SWPPP will incorporate open fields for data/detail
entry, which the operator or construction crew can fill out at a later time, as needed.
SWCA will submit a draft electronic draft SWPPP to the Client for review and comment. SWCA will assume one round
of review and comment with the Client prior to completing the final SWPPP. SWCA will submit to the Client a PDF and
three hard copies of the final SWPPP application package, one of which can serve as the official on-site copy for
updates and TCEQ review.
Assumptions
The Client will provide SWCA all necessary project-related files and data, such as construction sequences,
project alignments, soil disturbance locations, shapefiles, construction corridors, drilling entry and exit
locations, etc.
SWCA is not responsible for any application fees required for environmental permitting or agency reviews.
Revisions or updates to the SWPPP after initial TCEQ approval would require additional services.
SWCA assumes that all draft reports will be provided electronically.
Cost of Task 7: $8,770
TASK 8: CLEAN WATER ACT SECTION 404 PERMITTING
At this time, SWCA assumes that potential discharges of dredged and fill material into waters of the U.S. may be
authorized through the USACE Nationwide Permit Program and that submittal of a Pre-construction Notification to the
USACE will be required to obtain approval. SWCA will prepare the PCN package in accordance with USACE Fort
Worth District standards and will include (at a minimum) an introduction, information regarding the proposed project, a
description of alternatives, a comprehensive set of design sheets, aquatic resources report, mapping, photographs,
and wetland data forms. SWCA assumes that the Client will provide the necessary project-specific information, such
as a description of proposed construction methods through aquatic resources, plan view and cross-section drawings
for aquatic resource crossings, and BMPs for minimizing direct/indirect impacts to aquatic resources.
Upon completion of the PCN package, SWCA will provide a draft, electronic version of the PCN package to the Client
for review and comment. SWCA will assume one round of review and comment with the Client prior to finalizing the
PCN. SWCA will provide an electronic PDF version of the finalized PCN package to the Client. SWCA will furnish the
USACE with one unbound hard copy of the PCN and a CD with a digital copy of the PCN.
Page 117 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 10
Assumptions
The Client will provide SWCA all necessary project-related files and data prior to initiating permitting
documentation, as applicable.
The preparation of documentation to support an Individual Permit is not part of this scope of work.
No compensatory mitigation is required.
No Texas Rapid Assessment Method assessments are required.
SWCA assumes that Clean Water Act Section 401 Water Quality Certification will be conditionally certified
under the Nationwide Permit program.
USACE verification of the aquatic resources delineation is not included in this scope of work.
SWCA assumes that Clean Water Act Section 404 permitting may trigger informal interagency consultation
under Section 7 of the Endangered Species Act between the USACE and the U.S. Fish and Wildlife Service
(USFWS). SWCA further assumes that consultation will be completed informally, without the preparation of a
Biological Assessment. SWCA assumes that the threatened and endangered species report prepared within a
separate task and documentation of enrollment in the Williamson County Regional Habitat Conservation Plan
(RHCP) will provide sufficient information for the USFWS to conclude that the project will either have “no
effect” on listed species or designated critical habitats or that the project “may affect, but not likely to
adversely affect” listed species or designated critical habitats.
COST OF TASK 8: $11,440
TASK 9: WILLIAMSON COUNTY REGIONAL HABITAT CONSERVATION PLAN
PARTICIPATION APPLICATION
At this time, SWCA assumes that enrolling the project in the Williamson County RHCP will be a prudent and readily
available means for addressing impacts to federally endangered karst invertebrates and songbirds. SWCA will draft a
participation application for the project using previously collected information, such as the report prepared under Task
3, and including any other relevant reports available to SWCA such as a geological assessment for the project or
presence/absence survey reports by other parties. SWCA will provide a draft, electronic copy of the draft participation
application to the Client for review. SWCA will assume one round of review and comment with the Client prior to
completing the final agreement. Once comments are received, SWCA will incorporate all comments, and provide the
participation agreement to the Client for their submittal to the Williamson County Conservation Foundation.
Assumptions
SWCA is not responsible for any application fees.
SWCA assumes that the geological assessment will be sufficient for documentation about karst invertebrate
habitat for Williamson County RHCP participation.
Cost of Task 9: $3,200
TASK 10: CAMBRIAN ENVIRONMENTAL SUPPORT
Task 10.1: TCEQ Geologic Assessment (GA) and Karst Constraints Survey
Page 118 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 11
Under this task Cambrian licensed geoscientists will conduct a Texas Commission on Environmental Quality Geologic
Assessment investigation and compile a report for inclusion in the project Sewer Collection System Plan as required
under the Edwards Aquifer Rules (TAC Chapter 213). Cambrian staff will conduct a review of pertinent literature for
documented karst features near the project area and will survey the project area to evaluate surface features that may
be indicative of avenues for aquifer recharge and of ecological sensitivity for karst species. The field work will conform
to the “Instructions to Geologists for Geologic Assessments on the Edwards Aquifer Recharge/Transition Zones” as
written by the Texas Commission on Environmental Quality (TCEQ). Data collected during this effort will be used to
prepare a TCEQ Geologic Assessment report which is required for development activities on the recharge zone. It will
detail the location and characteristics of known and potential karst features. GIS data incorporated into the report will
be provided directly to the client. The survey area will include all proposed and alternative alignments for the project.
The GA report will contain information as required under the City of Georgetown Unified Development Code for
protection of the Georgetown Salamander. The report will also suffice as a phase 1 karst invertebrate habitat
assessment for use in applying for enrollment in the Williamson County Regional Habitat Conservation Plan.
In order to address public concerns as to the potential for the project to interfere with springflow at Berry Springs Park
or to result in other groundwater impacts, the GA will include an interpretation of the subsurface hydrological
environment based on mapped geologic structure.
The interpretation will build on ongoing work by Cambrian to develop site specific cross sectional illustrations of the
project area and the local host rock of the Edwards aquifer. The interpretation will incorporate available geologic
maps, water well data, project geotechnical data (see task 2), and other historic data and literature from Berry Springs
and the northern Edwards Aquifer.
Task 10.1 Cost: Time and Materials Not-to-Exceed $17,500
Task 10.2: Geotechnical Investigation Support Services
Under this task Cambrian will coordinate with project engineering and geotechnical staff in developing the
geotechnical investigation plan. Cambrian will assist in identifying areas of geological and hydrogeological interest
including known areas of shallow groundwater and areas where unmapped faults likely occur. This task may also
include viewing recovered core sample for reference in the GA. Cost is based on up to 16 hours for Dr. White.
Task 10.2 Cost: Time and Materials Not-to-Exceed $2,560
Task 10.3: Meetings and Environmental Permitting Support
Under this task Cambrian personnel will meet with the project team on an as needed basis and provide general
support during the environmental permitting process for karst issues. This may include assisting the environmental
team with internal questions or responding to public and or regulatory agency comments on karst issues. This
includes preparation of any necessary exhibits, technical support, and assistance in presenting project information to
the City of Georgetown, to the Williamson County Commissioners Court or other venues. This cost estimate is based
on up to 80 hours for Dr. White.
Task 10.3 Cost: Time and Materials Not-to-Exceed $12,800
Task 10.4: Construction Monitoring and Void Mitigation
Once excavation activities begin voids may be encountered which require mitigation under TCEQ rules or which may
require inspection for endangered karst invertebrate or Georgetown Salamander habitat. Under this task Cambrian
personnel will be available to provide construction monitoring and/or void mitigation services on an as needed basis.
This cost estimate is based on up to 40 hours each for Dr. White and for karst geoscientist Craig Crawford.
Page 119 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 12
Task 10.4 Cost: Time and Materials Not-to-Exceed $11,000
Cost for Task 10: $43,600
TASK 11: MEETINGS, COORDINATION, AND PROJECT MANAGEMENT
SWCA plans to attend up to eight in-person meetings for the project. We assume each meeting will be up to two
hours long, at a location in Austin or Georgetown, and attended by two SWCA staff members. SWCA’s performance
of multiple natural and cultural resource services simultaneously on the project provides multiple efficiencies related to
project management, data management, field logistics, and conduct quality assurance/quality control. Coordination
with field survey staff will be focused and consistent across field efforts, which will minimize the potential for errors
and/or miscommunications. Additionally, SWCA’s project manager will actively communicate with the Client and any
other members of the project team in order to remain on schedule and within budget.
Assumptions
SWCA will attend up to eight in-person, two-hour-long meetings in Austin or Georgetown, Texas. Additional
in-person meetings would result in additional costs.
Cost of Task 11: $14,792
SUMMARY OF COSTS:
The total estimated budget to complete the above scope of work is $170,055, not to be exceeded without prior Client
authorization. Services to be billed monthly on a time-and-materials basis, in accordance with our 2016 standard rate
schedule.
Proposed Task Estimated
Budget
1 Desktop Review $13,974
2 Hydrogeological Assessment of Berry Springs $20,512
3 Phase 1 Environmental Site Assessment $8,000
4 Aquatic Resources Delineation $8,930
5 Threatened and Endangered Species Habitat
Assessment and Impacts Analysis
$14,000
6 Cultural Resources $24,837
7 TCEQ Stormwater Pollution Prevention Plan $8,770
8 Clean Water Act Section 404 Permitting $11,440
9 Williamson County Regional Habitat Conservation Plan
Participation Application
$3,200
Page 120 of 135
Berry Creek Interceptor Environmental Scope of Work
Page | 13
10 Cambrian Environmental Support $43,600
11 Meetings, Coordination, and Project Management $14,792
TOTAL $172,055
Page 121 of 135
575 Round Rock West Drive, Building K, Suite 400 | Round Rock, TX 78681 | Phone: 512.580.5440
Subsurface Utility Engineering | Utility Coordination
September 8, 2017
Will E. Parnell, P.E.
Walker Partners
6850 Austin Center Blvd, Suite 150
Austin, TX 78731
512.382.0021
wparnell@walkerpartners.com
RE: Subsurface Utility Engineering
Berry Creek Wastewater Interceptor – City of Georgetown
Dear Mr. Parnell:
The Rios Group, Inc. (TRG) is pleased to submit a cost proposal for Subsurface Utility
Engineering (SUE) for the above referenced project. This proposal is based on information
provided via email and telephone on September 8, 2017.
Introduction
TRG will perform SUE services for this project in general accordance with the recommended
practices and procedures described in ASCE publication CI/ASCE 38-02 “Standard Guidelines
for the Collection and Depiction of Existing Subsurface Utility Data.” As described in the
publication, four levels have been established to describe and depict the quality of subsurface
utility information. The four quality levels are as follows:
• Quality Level D (QL“D”) – Information obtained from existing utility records.
• Quality Level C (QL“C”) – Surveyed data depicting visible above-ground features
supplemented with QL“D” information.
• Quality Level B (QL“B”) – Two-dimensional horizontal information obtained through the
application and interpretation of non-destructive surface geophysical methods. Also
known as “designating,” this level incorporates QL“C” information and provides
horizontal positioning of subsurface utilities to within approximately 1.0 foot.
• Quality Level A (QL“A”) – Three-dimensional horizontal and vertical information
obtained through non-destructive vacuum excavation equipment to expose utilities at
critical points. Also known as “locating,” this level incorporates QL“B” information and
provides horizontal and vertical positioning of subsurface utilities to within approximately
0.05 feet.
Scope of Work
Based on information provided by Walker Partners (Client), TRG has developed a proposed
scope for SUE services on this project. This scope may be modified, with Client and TRG
concurrence, during the performance of work if warranted by changing or unexpected field
conditions.
Page 122 of 135
Berry Creek Wastewater Interceptor – City of Georgetown
September 8, 2017
Page 2 of 4
575 Round Rock West Drive, Building K, Suite 400 | Round Rock, TX 78681 | Phone: 512.580.5440
Subsurface Utility Engineering | Utility Coordination
The scope of this proposal includes fifteen (15) QL“A” SUE test holes to support the Berry
Creek Wastewater Interceptor project in Georgetown, Texas. The general locations of the test
holes are shown on Exhibit B of this proposal. As discussed, the Client will provide TRG with
specific test hole locations prior to TRG mobilizing for field operations. To layout the test holes,
TRG will attempt to designate the requested utility for 20 feet on each side of the proposed test
hole location.
The survey of test hole locations is not included in this scope of work. The Client will provide
TRG with surveyed data for use in preparing the final deliverable.
Any necessary Right-Of-Entry (ROE) permits, including railroad ROE, will be provided by the
Client prior to the start of field work.
TRG Procedures
QL“B” – Designating
To layout test holes, TRG will utilize a suite of geophysical equipment that includes magnetic
and electromagnetic induction to designate conductive utilities. Where access is available, a
sonde will be inserted into non-conductive utilities to provide a medium for transmission, which
can then be designated using geophysical equipment. Non-conductive utilities can also be
designated using other proven methods, such as rodding and probing.
QL“A” – Locating
TRG will utilize non-destructive vacuum excavation equipment to excavate test holes at the
requested locations. Once each utility is located, TRG will record the size, type, material, and
depth. Test holes will be uniquely marked. Excavations will be backfilled by mechanical means
with the appropriate material, and the original surface will be restored. If necessary, TRG can
core pavement up to a depth of 12 inches. Asphalt surfaces will be repaired with an asphalt cold
patch, and concrete cores will be epoxied in place, flush with the surrounding surface. TRG
assumes that flowable fill will not be required when backfilling test holes and that full-section
pavement repair (including sidewalks) will not be required to restore the original pavement
surface. If requested, these services can be provided at an additional cost.
TRG will establish any necessary routine traffic control measures at no additional cost.
However, if non-routine traffic control measures (lane closures, traffic detours, flagpersons, etc.)
are required, this service will be invoiced as a direct expense. Due to the risk of damage, TRG
will not attempt to probe or excavate test holes on AC water lines unless approval is obtained
from the owner in advance. Additionally, excavation in rock, or to a depth greater than 18 feet,
is considered beyond the scope of this proposal.
TRG has made the following assumptions with regard to the test holes on this project:
• All test holes will be accessible to truck-mounted vacuum excavation equipment.
• Right-Of-Way (ROW) permits from the Texas Department of Transportation will not be
required. ROW permits from the City of Georgetown will be required for work adjacent
Page 123 of 135
Berry Creek Wastewater Interceptor – City of Georgetown
September 8, 2017
Page 3 of 4
575 Round Rock West Drive, Building K, Suite 400 | Round Rock, TX 78681 | Phone: 512.580.5440
Subsurface Utility Engineering | Utility Coordination
to FM 152. TRG will acquire all required City permits, and ensure that coordination and
compliance with the City is provided.
• Designed traffic control plans will not be required.
• Non-routine traffic control measures will be required. TRG will acquire the services of a
qualified Maintenance-Of-Traffic (MOT) Subcontractor and ensure that adequate traffic
control is provided.
• The coring of pavement will not be required.
Deliverables
TRG will provide the following as a final deliverable to the Client:
• A utility file in CAD format depicting all located utilities. The Client will provide TRG
with any necessary background files for use in completing the final deliverables.
• 8.5” x 11” Test Hole Data Forms for all test hole locations completed. These plans will
be signed and sealed by a Professional Engineer and delivered to the Client in electronic
PDF form.
Schedule
TRG can mobilize within three (3) weeks of receiving Notice-To-Proceed (NTP). TRG will
apply for the required ROW permits immediately following receipt of NTP. TRG estimates that
the QL“A” SUE work can be completed in nineteen (19) working days following approval of the
ROW permits, broken down as follows:
• Test hole layout – 2 day
• QL“A” field work – 7 days
• Deliverable preparation – 10 days (following receipt of surveyed data)
Estimated Fee
The total estimated cost to complete the work described herein is Thirty-One Thousand Seven
Hundred Fifty Dollars and NO/100 ($31,750.00). An itemized breakdown of cost is provided
in Exhibit A. Please note that these pricings are based on an assumption of quantities, and that
only actual quantities will be invoiced – up to the total Contract amount.
We look forward to working with you on this project. If there are any questions, please do not
hesitate to call at 512.580.5440.
Page 124 of 135
Berry Creek Wastewater Interceptor – City of Georgetown
September 8, 2017
Page 4 of 4
575 Round Rock West Drive, Building K, Suite 400 | Round Rock, TX 78681 | Phone: 512.580.5440
Subsurface Utility Engineering | Utility Coordination
Accepted on: Month Day Year
Company
Print Name
Signature
Title
Respectfully,
The Rios Group, Inc.
Ryan C. Chapin, P.E.
Project Manager
Page 125 of 135
Estimate for Subsurface Utility Engineering
Berry Creek Wastewater Interceptor EXHIBIT A
575 Round Rock West Drive, Building K, Suite 400 | Round Rock, TX 78681 | Phone: 512.580.5440
Subsurface Utility Engineering | Utility Coordination
Rate Assumed
Quantity
Unit of
Measure Sub-Total
300.00$ 1 EA 300.00$
500.00$ 1 LS 500.00$
Deliverable Preparation 800.00$ 1 LS 800.00$
1,000.00$ 3 DAY 3,000.00$
4,600.00$
Rate Assumed
Quantity
Unit of
Measure Sub-Total
2,400.00$ 2 DAY 4,800.00$
4,800.00$
Rate Assumed
Quantity
Unit Of
Measure Sub-Total
1,150.00$ 3 EA 3,450.00$
1,450.00$ 7 EA 10,150.00$
1,750.00$ 5 EA 8,750.00$
2,600.00$ 0 EA -$
Pavement Coring 350.00$ 0 EA -$
15
Rate Assumed
Quantity
Unit Of
Measure Sub-Total
3,300.00$ 0 DAY -$
22,350.00$
Total Estimated Cost 31,750.00$
Sub-Total
Designating Crew
Sub-Total
QL"A" SUE Test Holes
Unit Rate - Depth
0 - 4 feet
4 - 8 feet
Test Hole Layout
Daily Rate
Test Hole Total
Direct Expenses
Sub-Total
8 - 12 feet
12 - 18 feet
QL"A" Daily
ROW Permits
ROW Permit Acquisition
Traffic Control (Flaggers)
Page 126 of 135
EXHIBIT B
Page 127 of 135
City of Georgetown, Texas
Utility System Advisory Board
October 13, 2017
SUBJECT:
Cons id eration and p o s s ib le rec o mmendation on Tas k Ord er TCI-18-001 to Terracon Co nsultants, Inc o f
Aus tin, TX in the amo unt o f $98,000.00 fo r geotechnic al engineering servic es related to the Berry Creek
Intercepto r - Wes ley Wright, P.E., Systems Engineering Directo r
ITEM SUMMARY:
The Berry Creek Intercepto r (BCI) is a master p lanned waterwater line connec ting S un City to the Pec an
Branc h Was tewater Treatment Plant (PBWWT P) and s erves all the areas in b etween. T he upstream sec tio n
(Airport Ro ad to Sun City) is c urrently under des ign and in the easement ac q uis itio n p hase.
The d o wns tream s ec tion (Airp o rt Road to P BWWT P) is ready to move fo rward into design.
Geo tec hnical bores and groundwater mo nitors are necessary to sup p o rt the d es ign and environmental
inves tigations . As part of this tas k o rd er, Terrac o n will cond uc t 25 borings and ins tall 7 ground water
mo nito rs along the ap p ro ximately 4 mile route.
STAFF RECOMMENDATION:
Staff rec o mmend s award of this tas k o rd er.
FINANCIAL IMPACT:
Funds are available in the Wastewater Cap ital Improvement Bud get.
SUBMITTED BY:
Wes ley Wright
ATTACHMENTS:
Description Type
Terracon Berry Creek Interceptor Scope Backup Material
Page 128 of 135
Terracon Consultants, Inc. 5307 Industrial Oaks Boulevard, Ste. 160 Austin, TX 78735 Registration No. F -3272
P [512] 442 1122 F [5 12] 442 1181 terracon.com
October 5, 2017
City of Georgetown
300-1 Industrial Avenue
Georgetown, TX 78627
Attn: Mr. Wesley Wright, P.E. – Systems Engineering Director
D: 512.931.7672
E: wesley.wright@georgetown.org
Re: Proposal for Geotechnical Engineering Services
Berry Creek Offsite Wastewater Main North Option
Pecan Branch WWTP to Berry Creek Lift Station
Georgetown, Texas
Terracon Proposal No. P96175055, Revision 2
City of Georgetown Contract No: 2011-703-MSA
Dear Mr. Wright:
We appreciate your selection of Terracon Consultants, Inc. (Terracon) to provide geotechnical
engineering services for the above referenced project. The purpose of this study will be to
evaluate the pertinent geotechnical conditions at the site and to develop geotechnical parameters,
which will assist in design and construction. Based on a prior site visit, email correspondences,
an alignment layout, and estimated invert depths from Peloton, we issued Revision 1 of our
proposal on July 20, 2017. This Revision 2 of our proposal is based on an updated request from
the Client received on September 29, 2017 to add 12 additional borings to 35 feet deep each.
1.0 PROJECT INFORMATION
1.1 Site Location
Item Description
Location
The project consists of a new wastewater line from the Pecan Branch
Wastewater Treatment Plant to the Berry Creek Lift Station in
Georgetown, Texas. Phase 1 portion of the project traverses
through the Berry Creek Park and Preserve. This Revision 2 scope
adds borings to the west of IH 35, to the east of Berry Creek Park,
and to the south of Berry Creek Park.
Page 129 of 135
Proposal for Geotechnical Engineering Services
Berry Creek Offsite Wastewater Main North Option ■ Georgetown, Texas
October 5, 2017 ■ Terracon Proposal No. P96175055, Revision 2
Responsive ■ Resourceful ■ Reliable 2
Item Description
Current Ground Cover
Based on a prior site visit, ground cover varies from densely
vegetated areas with trees and brush to open areas with grass and
weeds. Phase 1 scope will be performed in open areas; however, it
is possible that the added scope areas may require tree/brush
clearing. The City of Georgetown may coordinate pathway clearing;
however, we have been asked to include a line item for possible
tree/brush clearing, in case the City prefers to have Terracon
subcontract the clearing.
Existing Topography Rolling terrain sloping generally downhill towards Berry Creek.
1.2 Project Description
Item Description
Section 1 Information
16,962 linear feet of wastewater pipes beginning at ~STA 10 at the
Pecan Branch WWTP and ending at ~STA 173 at the Homestead
Connection Point.
Section 1 includes the South Crossing, which traverses from ~STA
10 to ~STA 19+56. (STA 10 of the South Crossing connects to the
main Section 1 line at ~STA 89.)
Section 1 includes 3 sets of bore pits for trenchless directional
drilling installation, plus the crossing under IH 35.
Phase 1 of Section 1 within the
Berry Creek Park & Preserve
Phase 1 is considered top priority for field investigations. Phase 1
is entirely within Berry Creek Park and encompasses the portion of
Section 1 from ~STA 70 near Berry Creek to ~STA 154 near IH 35,
as well as the full length of the South Crossing.
Section 2 Information
5,318 linear feet of wastewater pipes beginning at ~STA 173 at the
Homestead Connection Point and ending at ~STA 226+16 at the
Berry Creek Lift Station. Section 2 includes 1 set of bore pits for
trenchless directional drilling installation.
We understand that Williamson County has concerns about groundwater levels within the Berry
Creek Park and the effects that this new wastewater construction will have upon the groundwater.
Thus in addition to geotechnical borings, we are proposing a series of piezometers for long-term
monitoring of groundwater levels. Should any of the above information or assumptions be
inconsistent with the planned construction, please let us know so that we may make any
necessary modifications to this proposal.
Please note that this geotechnical proposal does not include any investigative or consulting
services related to environmental, cultural resources, or natural resources. If such services are
needed, Terracon is available to propose on such services.
Page 130 of 135
Proposal for Geotechnical Engineering Services
Berry Creek Offsite Wastewater Main North Option ■ Georgetown, Texas
October 5, 2017 ■ Terracon Proposal No. P96175055, Revision 2
Responsive ■ Resourceful ■ Reliable 3
2.0 SCOPE OF SERVICES
The services to be provided by Terracon are summarized in the following paragraphs.
2.1 Field Program
Based on email correspondence, we are proposing the following borings and piezometers.
Boring Location STA Location Proposed Boring Depth Conversion to Piezometer?
B-1 73+63.40 25 YES
B-2 82+18.58 20 no
B-3 90+09.45 30 no
B-4 14+10.31 30 YES
B-5 95+09.43 30 YES
B-6 99+23.78 30 no
B-7 103+90.23 25 YES
B-8 110+11.35 30 no
B-9 114+99 30 YES
B-10 124+86 25 no
B-11 138+89 30 YES
B-12 144+86 20 no
B-13 153+30.40 30 YES
West-14 TBD 35 no
West-15 TBD 35 no
West-16 TBD 35 no
West-17 TBD 35 no
West-18 TBD 35 no
West-19 TBD 35 no
West-20 TBD 35 no
South-21 TBD 35 no
East-22 TBD 35 no
East-23 TBD 35 no
East-24 TBD 35 no
East-25 TBD 35 no
TOTAL 25 borings & up to 775 feet of sampling
(including 7 piezometers & up to 200 feet of pipe installation)
The drilling/sampling services for this project will be performed by a drilling subcontractor(s) under
Terracon’s direction. As requested, a Terracon representative will be on-site at all times while
drilling/sampling services are in progress. Our fee is based on the alignment being accessible to
our conventional two-wheel drive truck-mounted drilling equipment and support truck vehicles
during normal business hours (07:00 AM through 06:00 PM on weekdays).
During our drilling operations, vehicle and pedestrian access to those areas (about 40 feet by 40
feet square area) around each boring will be restricted. As requested, Terracon and our
subcontractor will place orange safety cones around the work area and vehicles.
Page 131 of 135
Proposal for Geotechnical Engineering Services
Berry Creek Offsite Wastewater Main North Option ■ Georgetown, Texas
October 5, 2017 ■ Terracon Proposal No. P96175055, Revision 2
Responsive ■ Resourceful ■ Reliable 4
Our scope and fees do not include services associated with tree/brush clearing to create
pathways for the drill rig(s) and support truck(s), mobilization of t rack-mounted or ATV-mounted
drilling equipment due to soft/wet surface conditions, or location of underground utilities beyond
contacting the One-Call Board of Texas (Texas811 or LoneStar811) locate service, which only
marks utilities in public easements and right-of-ways. If some of the boring locations are within
overgrown areas in need of clearing, we will request that Berry Creek Park staff and/or City of
Georgetown personnel perform the clearing. If clearing is not possible, we will plan to shift the
boring locations as little as possible to avoid any clearing needs.
The layout of the borings will be approximated based on plans provided to us by the Client and
site access conditions. As mentioned above, we will notify One-Call to locate underground utilities
within public right-of-ways and easements at the site. This proposal does not include services
associated with detailed/surveyed locations of underground utilities (i.e., SUE services). We
cannot be responsible for damage to utilities which are not marked by One-Call or landowners.
Boring depths will be measured from existing grades at the time of drilling. If existing topography
information is provided to us, we will estimate the ground surface elevation at each boring.
(Professional surveying of each boring is not included in our scope of services; however, we do
recommend that the project’s surveyor perform such services as elevation information would be
extremely beneficial to the project.)
Sampling will be in general accordance with industry standard procedures wherein Shelby tube
samples or split-barrel (Standard Penetration Test) samples are obtained. If in soil or weathered
bedrock, four to five samples will be obtained in the upper ten feet of each boring and at intervals
of five feet thereafter. If/when competent bedrock is encountered, the borings will be continuously
sampled using Nx rock coring techniques, if possible. Once the samples have been collected
and classified in the field, they will be placed in appropriate sample containers for transport to our
laboratory.
Upon completion of drilling/sampling, boreholes will be backfilled immediately with auger cuttings
and/or sand. Excess auger cuttings will be dispersed around the perimeter of each borehole.
2.2 Piezometers and Periodic Groundwater Checks
In addition to the soil/bedrock sampling mentioned above, we will observe and record
groundwater levels during and at completion of drilling. The boreholes will not be left open for
extended periods of time to monitor groundwater, due to safety concerns. However, we do plan
to convert seven (7) of the borings into vertical standpipe piezometers for long-term monitoring of
groundwater levels. After the piezometers are installed, Terracon personnel will visit the site to
check/document groundwater levels on a weekly to biweekly basis until the geotechnical report
is issued. For our scope, we have budgeted up to 6 follow-up site visits to check the piezometers.
Page 132 of 135
Proposal for Geotechnical Engineering Services
Berry Creek Offsite Wastewater Main North Option ■ Georgetown, Texas
October 5, 2017 ■ Terracon Proposal No. P96175055, Revision 2
Responsive ■ Resourceful ■ Reliable 5
Updated groundwater information will be provided to the Client within one day following each
check.
2.3 Conditions/Items to be provided by Client
When available, items to be provided by the Client include any changes to the alignment and/or
profile sections reviewed for proposal preparation, topographic surveys, right-of-entry to the
properties to conduct the exploration, and an awareness and/or location of any subsurface utilities
existing in the area. If available, Terracon would prefer to receive the alignment in a .KMZ file for
use in Google Earth® software.
2.4 Laboratory Testing
The samples will be tested in our laboratory to determine physical engineering characteristics.
Testing will be performed under the direction of a geotechnical engineer and may include visual
classification, moisture content, dry density, Atterberg limit, grain size analyses, and strength tests
(such as unconfined compression and/or calibrated penetrometer), as appropriate.
2.5 Engineering Analysis and Reports
The results of our field and laboratory programs will be evaluated by a professional geotechnical
engineer licensed in the State of Texas. Based on the results of our evaluation, a geotechnical
engineering report will be prepared that details the results of the testing performed, provides
boring logs, and a diagram of the site/boring layout. The report will include the following:
Boring location plan.
Boring logs with subsurface stratification.
Subsurface exploration procedures.
Site geology.
Encountered subsurface conditions.
Summarized laboratory data.
Groundwater levels observed during and at completion of drilling, as well as
subsequent measurements at each piezometer.
Discussion of open trench excavation methods and OSHA guidelines.
Discussion of trenchless methods and conditions encountered at each bore pit.
Backfill material and compaction recommendations for the open trench excavations.
We understand that another firm specializing in hydrology will be reviewing the groundwater data
and will comment on the potential impact of the future construction on the observed groundwater
levels.
2.6 Schedule
Upon authorization, Terracon will begin planning and coordination with the City and Berry Creek
Park personnel, which will involve staking the boring locations and notifying One-Call to mark
utilities.
Page 133 of 135
Proposal for Geotechnical Engineering Services
Berry Creek Offsite Wastewater Main North Option ■ Georgetown, Texas
October 5, 2017 ■ Terracon Proposal No. P96175055, Revision 2
Responsive ■ Resourceful ■ Reliable 6
If site access and weather conditions permit, we can generally begin the field exploration program
within about 2 to 3 weeks after receipt of a Task Order with Notice-to-Proceed. We estimate that
drilling/sampling and installation of piezometers will require 3 to 4 weeks to complete, after initial
mobilization. Laboratory testing will require between about 2 and 3 weeks. The final geotechnical
report can be completed within about 2 and 3 weeks after the lab tests are completed (estimated
about 9 to 12 weeks after written project authorization).
In situations where information is needed prior to submittal of our report, we can provide interim
information for specific project requirements after we have completed our field and laboratory
programs.
3.0 COMPENSATION
For the scope of geotechnical services outlined in this proposal, our lump sum fee is $73,000.
Terracon prefers that the City coordinate the pathway clearing. However if the City cannot
coordinate the clearing and instead prefers for Terracon to do so, please include an additional
line item estimate of at least $25,000 for unclassified tree/brush clearing. Once we exact needs
for pathway clearing are known, this estimate should be re-evaluated.
Unless instructed otherwise, the invoice will be sent to your attention at the above address. If we
are authorized to proceed and the Client subsequently postpones or cancels the work, we will
invoice the Client for the costs of project set up and mobilization incurred prior to notice of
cancellation. Should it be necessary to expand our services beyond those outlined in this
proposal, we will notify you, then send a supplemental proposal stating the additional services
and fee. We will not proceed without your written authorization.
Page 134 of 135
Proposal for Geotechnical Engineering Services
Berry Creek Offsite Wastewater Main North Option ■ Georgetown, Texas
October 5, 2017 ■ Terracon Proposal No. P96175055, Revision 2
Responsive ■ Resourceful ■ Reliable 7
4.0 AUTHORIZATION
This proposal may be accepted by mutual execution of a Task Order under the “Master Services
Agreement between Owner and Engineer for Professional Services – Task Order Edition,
Contract No. 2011-703-MSA” completed by the City of Georgetown and Terracon on March 23,
2011.
We appreciate the opportunity to provide this proposal and look forward to the opportunity of
working with you.
Sincerely,
TERRACON CONSULTANTS, INC.
TBPE Firm Registration: TX F-3272
Bryan S. Moulin, P.E.
Principal, Geotechnical Department Manager
Page 135 of 135