Loading...
HomeMy WebLinkAboutAgenda_GUS_11.11.2016Notice of Meeting for the Georgetown Utility System Adv isory Board of the City of Georgetown Nov ember 11, 2016 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 -- Mark Warden, Utility Co nservation Coordinator -- Mike Babin C Dis cus s ion regard ing the Projec t Progres s Report, timelines includ ing p ro jec ts and Co uncil Actio ns. – Mic hael Hallmark, P ro ject 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 Oc to b er 14, 2016. - S heila K. Mitchell, GUS Board Liais o n F Co nsideration and possible recommendatio n to renew the contrac t fo r lab o r s ervices fo r Electric Sys tem Overhead C o ns truc tion and Maintenanc e to Tec hline Co nstruc tion, LLC of Aus tin, Texas , in the no t to exceed amount of $750,000.00. -- Wes ley Wright, P.E., S ystems Engineering Directo r G Co nsideration and possible recommendatio n to renew the contrac t fo r lab o r s ervices fo r Outside Plant Fib er Optic Infras tructure Cons tructio n to JC Communic ations of Cedar Park, Texas , in the no t to exceed amount of $300,000.00. -- Wes ley Wright, P.E., S ystems Engineering Directo r Page 1 of 77 H Co nsideration and possible recommendatio n to award a c o ntract to C.C. C arlton, LTD of Austin, Texas for the c ons truc tio n o f the Wes tingho use S o uth Regio nal Was tewater Sys tem Improvements and Stonehedge Lift S tatio n Mo d ificatio ns in the amo unt o f $2,112,011.00 – Wes ley Wright, P.E., Systems Engineering Directo r/Mic hael Hallmark, C IP Manager. I Co nsideration and possible recommendatio n to ap p ro ve Task Order DEI-17-001 with Dunham Engineering, Inc . o f Co llege Station, Texas , for p ro fes s io nal s ervic es related to the Des ign of a Sun City 2.0 MG (million gallo n) Composite EST (elevated s torage tank) in the amount of $300,000.00 – Wesley Wright, P.E., Sys tems Engineering Director/Michael Hallmark, CIP Manager. J Co nsideration and possible recommendatio n to ap p ro ve Task Order DEI-17-002 with Dunham Engineering, Inc . o f Co llege Station, Texas , for p ro fes s io nal s ervic es related to the Des ign of the Airpo rt 1.5 MG (million gallo n) GST (Gro und Sto rage Tank) Rehab ilitatio n in the amo unt o f $80,000.00 – Wes ley Wright, P.E., Sys tems Engineering Director/Michael Hallmark, CIP Manager. K Co nsideration and pos s ible rec o mmendatio n to ap p ro ve a c hange order with Itineris N.A to pro vide management, sup p o rt, and overs ight o f the transformatio n and conversion tas ks fo r Data Migration in the amount of $56,000. – Letic ia Zavala, Cus tomer Care Direc tor L Co nsideration and p o s s ib le rec ommend ation to ap p ro ve a c o ntract with KHA Intelligence Group LLC to provid e trans fo rmation rule design, develo p ment, and d ata c o nvers io n o f the legac y s ystem data for Data Migration in the amount of $83,470. -- Letic ia Zavala, Custo mer Care Direc tor M Co nsideration and possible recommendatio n to ap p ro ve a tas k o rd er with Elec tS o lve Tec hno lo gy So lutio ns and S ervic e to develo p and c onfigure integrations between the meter data management s ystem and the new CIS UMAX software in the amo unt o f $75,000. -- Letic ia Zavala, Cus tomer Care 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 __________________, 2016, 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 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 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 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 SUBJECT: Disc ussion regarding the P ro ject P ro gress R ep o rt, timelines inc luding p ro jec ts and Counc il Ac tions . – Michael Hallmark, Projec t Manager ITEM SUMMARY: GUS Pro jects : 2016 Mis c ellaneo us Water Sys tem Improvements Berry C reek Was tewater Intercepto r Cedar Breaks Elevated S torage Tank (ES T ) County R o ad 255 Waterline Imp ro vements EARZ 2014-15 EARZ 2015-16 Rabbit Hill Elevated Water Sto rage Tank (EST) Shell Road Waterline Improvements Wes tinghous e R egional Lift Station (LS ) Counc il Ac tio ns FINANCIAL IMPACT: N/A SUBMITTED BY: Michael Hallmark ATTACHMENTS: Description Type GUS Nov Proj Rpts & Council Actions Backup Material Page 4 of 77 Page 5 of 77 Page 6 of 77 Page 7 of 77 Page 8 of 77 Page 9 of 77 Page 10 of 77 Page 11 of 77 Page 12 of 77 Page 13 of 77 Page 14 of 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 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 Octo b er 14, 2016. - Sheila K. Mitc hell, GUS Bo ard Liais on 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 Octo b er 14, 2016. FINANCIAL IMPACT: N/A SUBMITTED BY: Sheila K. Mitc hell/GUS Bo ard Liais o n ATTACHMENTS: Description Type GUS Oct 14 2016 DRAFT Minutes Backup Material Page 15 of 77 Minutes of the Meeting of the Georgetown Utility Systems Advisory Board and the Governing Body of the City of Georgetown, Texas October 14, 2016 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: Mike Cunningham – Vice Chair, Joyce Mapes -- Secretary, Ed Pastor, John Copelan, Edward Wiley Board Members Absent: Bill Stump – Chair, Steve Fought Staff Members Present: Jim Briggs, Wes Wright, Michael Hallmark, Glenn Dishong, Mike Westbrook, Deborah Knutsen, Cheryl Turney, Jimmy Sikes, Sheila Mitchell, Chris Foster (joined at 2:10PM), Mike Babin (joined at 2:10PM), Leticia Zavala (joined at 2:10PM) Others Present: Trae Sutton/KPA 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 Cunningham at 2:00PM 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 Trae Sutton/KPA Employee Recognition -- none C. Discussion regarding the Project Progress Report, timelines including projects and Council Actions. – Michael Hallmark, Project Manager Hallmark stated reports in packet. Some discussion on raising the bowl at Rabbit Hill Lift Station. Wright noted a video will be available in the future for board members to view the process. No further discussion. D. Industry Updates Briggs gave update on upcoming legislative session next spring; committees have been working over the summer. Regional water planning groups met in September; regional plans are wrapping up and due to legislators prior to session beginning. There are also a number of issues for possible consideration, impacting cities and municipal-owned utilities that will be coming forward as well as legislation to allow boards/special districts (such as Chisholm Trail) to vote to dissolve. City will meet with our government relations consultants and legislative representatives in next couple of weeks to determine which issues we have concern with. Those items would go to Council for their support before moving forward for legislation. Possible issues such as: eminent domain, rate impacts for out of city customers/rate making authority, etc. Discussion on water development boards/funding. 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 held on September 9, 2016. – Sheila K. Mitchell, GUS Board Liaison Page 16 of 77 Pastor thanked staff and Briggs, and all those involved with setting up the tour and lunch at the September Board Meeting held at the Westside Service Center. Cunningham noticed FTWoods and Wright for the nice work done on the building. Copelan asked and Briggs stated good feedback has been received from Council. Copelan asked about fire pipe in back of building, which Briggs noted is part of new fire code. No further discussion. Motion by Pastor, seconded by Copelan to approve the minutes from the Regular GUS Board meeting held on September 9, 2016. Approved 5-0-2 (Stump, Fought absent) F. Consideration and possible recommendation to renew the contract for labor services for Electric System Overhead Construction and Maintenance to Bird Electric Enterprises, LLC, of Eastland, Texas, in the not to exceed amount of $1,100,000.00 . – Wesley Wright, P.E., Systems Engineering Director Wright provided information on work to be performed by Bird Electric. This is the second renewal of the contract. Purchase Orders are issued as work is completed. Bird has been doing this work for the City for last several years; spent approximately $1,000,000.00 last year. Motion by Pastor, seconded by Mapes to approve the renewal of the contract for labor services for Electric System Overhead Construction and Maintenance to Bird Electric Enterprises, LLC, of Eastland, Texas, in the not to exceed amount of $1,100,000.00. Approved 5-0-2 (Stump, Fought absent) Briggs stepped out at 2:16PM and returned at 2:19PM G. Consideration and possible recommendation 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 $1,000,000.00. – Wesley Wright, P.E., Systems Engineering Director Wright provided information on work to be performed by Pedro S.S. Services. Pedro has been doing this work for the City for almost ten years; spent approximately $1,500,000.00 due to some additional CIP and substation work they performed. This is the second renewal of the contract. Pastor asked and Wright noted work is monitored by our construction/electric engineering project coordinators. Motion by Pastor, seconded by Mapes to approve the renewal of 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 $1,000,000.00. Approved 5-0-2 (Stump, Fought absent) H. Consideration and possible recommendation to approve the contract for the Edwards Aquifer Recharge Zone (EARZ) – 2015-2016, Wastewater Rehabilitation to Coyote Construction, LLC, of Elgin, Texas, for the amount of $699,250.00. – Wesley Wright, P.E., Systems Engineering Director/Michael Hallmark, CIP Manager Wright and Hallmark explained the EARZ Wastewater Rehabilitation project work required by TCEQ for inspection once every five years, over a five year period and then work is performed on repairs based on findings. This year’s work is primarily in Sun City area so lines are in good shape and newer infrastructure, which will require less line work than other areas of the system. Coyote Construction would be a new contractor with city; however, has worked for city as a sub-contractor. Pastor asked and Wright explained about run-off from parking lots, water quality ponds, etc. both in the city and ETJ. Motion by Wiley, seconded by Pastor to approve the contract for the Edwards Aquifer Recharge Zone (EARZ) – 2015-2016, Wastewater Rehabilitation to Coyote Construction, LLC, of Elgin, Texas, for the amount of $699,250.00. Approved 5-0-2 (Stump, Fought absent) I. Consideration and possible recommendation to award the Tree Trimming and Vegetation Management bid (Bid No. 201656) to National Tree Expert Company, Inc., of Burnet, Texas, in the estimated amount of $280,000.00. – Mike Westbrook, Electric Operations Manager Westbrook provided information on work to be performed by National Tree ; their last five year contract expired at end of fiscal year. Work was put back out for bid; two bids received. National Tree has been doing this work for the City for many years, works great with customers and excellent response time during emergencies. Some discussion. Westbrook thanked Knutsen for assistance with bid process and reference checks. Motion by Pastor, seconded by Copelan to award the Tree Trimming and Vegetation Management bid (Bid No. 201656) to National Tree Expert Company, Inc., of Burnet, Texas, in the estimated amount of $280,000.00. Approved 5-0-2 (Stump, Fought absent) Page 17 of 77 Adjournment Motion by Copelan, seconded by Wiley to adjourn. Approved 5-0-2 (Stump, Fought absent). Meeting adjourned at 2:24PM. __________________________ _____________________________ Mike Cunningham – Vice Chair Joyce Mapes – Secretary _________________________________ Sheila K. Mitchell, GUS Board Liaison Page 18 of 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 SUBJECT: Cons id eration and p o s s ib le rec o mmendation to renew the c o ntract for labor s ervic es for Elec tric System Overhead Cons truc tio n and Maintenance to Tec hline Cons tructio n, LLC of Aus tin, Texas, in the not to exc eed amount o f $750,000.00. -- Wesley Wright, P.E., Sys tems Engineering Direc tor ITEM SUMMARY: The b id for Elec tric Sys tem Overhead Co nstruc tio n and Maintenance is a labor o nly c o ntract, to cons truc t p lanned or antic ip ated CIP, Develo p ment and Maintenance p ro jects in the no t to exc eed amount o f $750,000.00. The term will begin Octo b er 1, 2016 thro ugh Septemb er 30, 2017. T his is the s econd renewal. STAFF RECOMMENDATION: Staff rec o mmend s approval of the renewal with Techline Cons tructio n, LLC o f Aus tin, Texas. FINANCIAL IMPACT: Funds fo r the planned expend itures are availab le in the Elec tric Cap ital Improvement and Operatio ns Budgets SUBMITTED BY: Wes ley Wright, P.E., S ystems Engineering Direc to r Page 19 of 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 SUBJECT: Cons id eration and p o s s ib le rec o mmendation to renew the c o ntract for labor s ervic es for Outs id e Plant Fiber Op tic Infras truc ture Co nstruc tion to JC C o mmunicatio ns o f Cedar P ark, Texas, in the not to exc eed amount o f $300,000.00. -- Wesley Wright, P.E., Sys tems Engineering Direc tor ITEM SUMMARY: The b id for Outs ide Plant Fiber Op tic Infras truc ture Co nstruc tion is a labor only contrac t, to c o nstruc t p lanned or antic ip ated CIP, Develo p ment and Maintenance p ro jects in the no t to exc eed amount o f $300,000.00. The term will begin Dec ember 1, 2016 thro ugh Novemb er 30, 2017. T his is the Sec o nd renewal. STAFF RECOMMENDATION: Staff rec o mmend s approval of the renewal with JC Communic ations of Cedar Park, Texas . FINANCIAL IMPACT: Funds fo r the planned expend itures are availab le in the Elec tric Cap ital Improvement and Operatio ns Budgets SUBMITTED BY: Wes ley Wright, P.E., S ystems Engineering Direc to r Page 20 of 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 SUBJECT: Cons id eration and p o s s ib le rec o mmendation to award a contrac t to C.C. Carlto n, LT D o f Aus tin, Texas fo r the cons truc tion of the Westinghous e South R egional Wastewater System Imp ro vements and Sto nehed ge Lift Station Modific ations in the amount of $2,112,011.00 – Wes ley Wright, P.E., Sys tems Engineering Direc tor/Michael Hallmark, CIP Manager. ITEM SUMMARY: The p ro p o s ed p ro ject includ es c o nstruc tion o f a 2 MGD (millio n gallon a day) Was tewater Lift Station, ap p ro ximately 6000 LF of 12-inc h fo rce main, and all piping nec es s ary to c o nnec t to the existing wastewater sys tem. This p ro ject was p ublic ly ad vertis ed on Septemb er 7, 2016 and S ep tember 16, 2016. F ifteen (15) contrac tors obtained p lans. F ro m these p lan ho ld ers on S ep tember 29, 2016 we receive Nine (9) competitive b id s . T he lo w q ualified b id d er fo r the p ro ject was C.C. Carlton, LTD with a total bid o f $2,112,011.00. T hey have completed the Wolf Ranch Lift Station and are currently wo rking o n the Mays Street ro ad way extens ion. Therefo re, s taff believes C .C. Carlto n, LTD is q ualified to cons truct this p ro ject. Staff Recommendation: CDM Smith and s taff recommend award ing the c o ntract for the c o nstruc tio n o f the Wes tingho use South Regio nal Was tewater S ystem Improvements and Sto nehed ge Lift Statio n Modific ations for $2,112,011.00. FINANCIAL IMPACT: Funds fo r this exp enditure are bud geted in the Was tewater Cap ital Fund: SUBMITTED BY: Wes ley Wright, P.E., S ystems Engineering Direc to r/Mic hael Hallmark, CIP Manager. ATTACHMENTS: Description Type B&FAW Backup Material Recommendation letter Backup Material Page 21 of 77 Project Number DATE: PROJECT NAME:3CE 10/13/2016 Division/Department:Director Approval Prepared By:Michael Hallmark Finance Approval TW10/14/16 TOTAL ANNUAL BUDGET 3,298,900.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B) Budget Consulting 320,900.00 0.00 320,900.00 10% Right of Way 2,500.00 0.00 2,500.00 0% Construction 0.00 2,112,011.00 2,112,011.00 64% Other Costs 28.00 0.00 28.00 0% Total Current Year Costs 323,428.00 2,435,439.00 Proposed GENERAL LEDGER ACCOUNT NUMBER FY 15 Budget 660-9-0581-90-154 320,900.00$ 2,981,000.00 Total Budget 2,981,000.00 TOTAL PROJECT BUDGET 2,981,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 0.00 320,900.00 320,900.00 11% Right of Way 0.00 2,500.00 2,500.00 0% Construction 0.00 2,112,011.00 2,112,011.00 71% Other Costs 0.00 28.00 28.00 0% Total Project Costs 0.00 2,435,439.00 2,435,439.00 Comments: Project will use budget from the upcoming year (2015). Water Services CIP- Budgetary and Financial Analysis Worksheet Westinghouse Regional LS & FM with C.C. Carlton Page 22 of 77 12357-A Riata Trace Parkway Building 5, Suite 210 Austin, Texas 78727 Tel: (512) 346-1100 Fax: (512) 345-1483 October 10, 2106 Michael Hallmark City of Georgetown 300-1 Industrial Ave. Georgetown, TX 78627 RE: Westinghouse South Regional Wastewater System Improvements and Stonehedge Lift Station Modifications Recommendation of Award Dear Mr. Hallmark: The Westinghouse South Regional Wastewater System Improvements and Stonehedge Lift Station Modifications project was advertised for public bids on September 7, 2016 and September 14, 2016 in the Williamson County Sun. Through our office, we provided plans and specifications to fifteen interested parties, including general contractors, subcontractors, suppliers and plan rooms. On September 29, 2016 at 2:00 p.m. bids were received at the Georgetown Municipal Complex, Purchasing Department, at 300-1 Industrial Avenue, Georgetown, Texas 78626 for the construction of the Westinghouse South Regional Wastewater System Improvements and Stonehedge Lift Station Modifications project and then opened and publically read aloud. Nine bids were received, and the names of the bidders and total combined project base bid amount plus the two additive alternative amounts are summarized below. 1. C.C. Carlton $2,112,011.00 2. Patin Construction $2,197,710.00 3. Santa Clara Construction $2,268,299.00 4. Central Road and Utility $2,341,956.00 5. JKB Construction $2,414,123.10 6. Sky Blue Utilities $2,576,407.15 7. Royal Vista $2,840,675.00 8. Joe Bland Construction $2,890,810.00 9. Prota Construction $3,219,585.00 A bid tabulation of all the bid items is attached. The low bidder on the project based on the base bid amount plus the two additive alternative amount is C.C. Carlton Industries, LTD (CC Carlton) of Page 23 of 77 Mr. Michael Hallmark October 10, 2016 Page 2 Austin, Texas. Also, as reflected on the attached bid tabulation, CC Carlton is also the low bidder based on the base bid amount only. The engineer’s estimate for the project was;  Westinghouse Rd S Regional WW System Improvements: $2.8 M  Stonehedge Lift Station Modifications: $245 K In addition to submitting the bids, each of the bidders submitted a Statement of Bidder’s Experience. We believe that CC Carlton can successfully complete the Westinghouse South Regional Wastewater System Improvements and Stonehedge Lift Station Modifications project as designed and specified. Moreover, CC Carlton is the contractor for the Mays Street improvements project, and for the Westinghouse Rd S Regional WW System Improvements, the contractor will have to share the construction easement with the Mays Street Contractor. Therefore, it is beneficial from a coordination effort that these two projects are completed by the same contractor. We recommend that the City of Georgetown award the Westinghouse South Regional Wastewater System Improvements and Stonehedge Lift Station Modifications contract base bid and whichever combination of additive alternatives that are in the City’s best interest to CC Carlton. Sincerely, Ana Karamalegos, P.E., BCEE Project Manager CDM Smith Inc. TBPE Firm Registration No. F-3043 cc: Allen Woelke, PE, CDM Smith Ken Taylor, City of Georgetown Attachments Enclosed Page 24 of 77 City of Georgetown Westinghouse S Regional WWSystem Imp and Stonehedge LS Modifications Project No. 3CE/3CD BID TABULATION September 29, 2016 Bidders Joe Bland Construction JKB Construction Patin Construction, LLC Prota Acknowledged all Addenda X X X X Provide Bid Security (5%)X X X X Provide Information from 00400 X X X X Westinghouse S Reg. Total Base Bid 2,376,430.00$ 2,142,615.40$ 1,809,400.00$ 2,690,345.00$ Stonehedge LS Total Base Bid 251,210.00$ 113,490.00$ 176,660.00$ 195,655.00$ Total Combined Project Base Bid 2,627,640.00$ 2,256,105.40$ 1,986,060.00$ 2,886,000.00$ Additive Alternative No.1 Total Bid 181,510.00$ 116,947.50$ 137,150.00$ 201,865.00$ Additive Alternative No.2 Total Bid 81,660.00$ 41,070.20$ 74,500.00$ 131,720.00$ Base Bid + Add Alt. 1 & 2 2,890,810.00$ 2,414,123.10$ 2,197,710.00$ 3,219,585.00$ Bidders Royal Vista, Inc. Santa Clara Construction, LTD CC Carlton Sky Blue Utilities Central Road and Utilities Acknowledged all Addenda X X X X X Provide Bid Security (5%)X X X X X Provide Information from 00400 X X X X X Westinghouse S Reg. Total Base Bid 2,344,625.00$ 1,969,564.00$ 1,831,876.00$ 2,047,103.38$ 1,959,220.00$ Stonehedge LS Total Base Bid 256,100.00$ 142,550.00$ 139,235.00$ 349,819.02$ 194,941.00$ Total Combined Project Base Bid 2,600,725.00$ 2,112,114.00$ 1,971,111.00$ 2,396,922.40$ 2,154,161.00$ Additive Alternative No.1 Total Bid 154,400.00$ 108,560.00$ 99,700.00$ 123,568.35$ 121,945.00$ Additive Alternative No.2 Total Bid 85,550.00$ 47,625.00$ 41,200.00$ 55,916.40$ 65,850.00$ Base Bid + Add Alt. 1 & 2 2,840,675.00$ 2,268,299.00$ 2,112,011.00$ 2,576,407.15$ 2,341,956.00$ Note: 1. All amounts in blue, bond italic font are corrected values. In accordance with Section 00100 Article 14, the bid form math was checked and amounts have been updated accordingly. Page 25 of 77 City of Georgetown Westinghouse S Regional WWSystem Imp and Stonehedge LS Modifications Project No. 3CE/3CD BID TABULATION Approved Bidders Acknowledged all Addenda Provide Bid Security (5%) Provide Information from 00400 Bid Item WESTINGHOUSE SOUTH REGIONAL WW SYSTEM IMP BASE BID AMOUNT Estimated Quantity Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 Furnish and install all necessary labor,materials,equipment and incidentals to complete in place improvements to the Westinghouse South Regional Wastewater System Improvements, as detailed and specified; and not included in other base bid items. 1 $ 1,530,000.00 1,530,000.00$ $ 1,314,000.00 1,314,000.00$ $ 1,044,000.00 1,044,000.00$ $ 1,512,000.00 1,512,000.00$ $ 1,400,000.00 1,400,000.00$ $ 1,150,000.00 1,150,000.00$ $ 1,240,200.00 1,240,200.00$ $ 1,467,678.86 1,467,678.86$ $ 1,294,000.00 1,294,000.00$ 2 Bonding,Insurance,and Mobilization Related Expenses not to exceed 5% of Total Bid.1 $ 74,000.00 74,000.00$ $ 70,000.00 70,000.00$ $ 90,000.00 90,000.00$ $ 134,000.00 134,000.00$ $ 100,000.00 100,000.00$ $ 98,000.00 98,000.00$ $ 60,000.00 60,000.00$ $ 57,000.00 57,000.00$ $ 91,000.00 91,000.00$ 3 Storm Water Pollution Prevention Plan (SWPPP)and SWPPP Implementation,including installing the stabilized construction entrances,silt fence,and other required temporary sedimentation and erosion control best management practices as required by the SWPPP plan, complete in place as detailed and specified. 1 $ 25,000.00 25,000.00$ $ 17,000.00 17,000.00$ $ 1,500.00 1,500.00$ $ 35,000.00 35,000.00$ $ 25,000.00 25,000.00$ $ 19,500.00 19,500.00$ $ 17,000.00 17,000.00$ $ 4,560.00 4,560.00$ $ 5,100.00 5,100.00$ 4 Traffic Control Plan and Implementation,complete in place as detailed and specified.1 $ 7,000.00 7,000.00$ $ 17,200.00 17,200.00$ $ 2,000.00 2,000.00$ $ 1,750.00 1,750.00$ $ 30,000.00 30,000.00$ $ 2,300.00 2,300.00$ $ 11,000.00 11,000.00$ $ 1,710.00 1,710.00$ $ 10,500.00 10,500.00$ 5 Site and Right-of-Way Preparation, including clearing, grubbing, and tree protection, complete in place as detailed and specified.11.6 $ 2,000.00 23,200.00$ $ 4,700.00 54,520.00$ $ 4,500.00 52,200.00$ $ 2,000.00 23,200.00$ $ 5,000.00 58,000.00$ $ 2,015.00 23,374.00$ $ 1,500.00 17,400.00$ $ 570.00 6,612.00$ $ 2,100.00 24,360.00$ 6 Furnish and Install Temporary Improvements to provide temporary access gate(s)and fencing to keep the property secure and cattle onsite. 1 $ 2,000.00 2,000.00$ $ 58,000.00 58,000.00$ $ 4,000.00 4,000.00$ $ 3,750.00 3,750.00$ $ 20,000.00 20,000.00$ $ 3,450.00 3,450.00$ $ 4,000.00 4,000.00$ $ 4,560.00 4,560.00$ $ 3,500.00 3,500.00$ 7 Furnish and Install Access Gates and Security Fence at Lift Station, complete in place as detailed and specified.1 $ 4,000.00 4,000.00$ $ 14,900.00 14,900.00$ $ 20,000.00 20,000.00$ $ 17,000.00 17,000.00$ $ 20,000.00 20,000.00$ $ 17,500.00 17,500.00$ $ 10,500.00 10,500.00$ $ 18,240.00 18,240.00$ $ 15,000.00 15,000.00$ 8 Install 15-ft wide temporary access road from Mays Rd.to the proposed lift station site,complete in place as detailed and specified. 1,960 $ 16.00 31,360.00$ $ 15.60 30,576.00$ $ 35.00 68,600.00$ $ 45.00 88,200.00$ $ 40.00 78,400.00$ $ 37.00 72,520.00$ $ 26.00 50,960.00$ $ 20.52 40,219.20$ $ 30.00 58,800.00$ 9 Trench Safety Plan and Implementation,as required for all pipe trenches deeper than 5 feet,complete in place as detailed and specified. 5,900 $ 1.00 5,900.00$ $ 1.00 5,900.00$ $ 2.00 11,800.00$ $ 1.00 5,900.00$ $ 2.00 11,800.00$ $ 1.35 7,965.00$ $ 1.00 5,900.00$ $ 1.14 6,726.00$ $ 1.10 6,490.00$ 10 Excavation Safety Plan and Implementation complete in place as detailed and specified.1 $ 800.00 800.00$ $ 1,110.00 1,110.00$ $ 2,500.00 2,500.00$ $ 6,000.00 6,000.00$ $ 4,000.00 4,000.00$ $ 500.00 500.00$ $ 1,000.00 1,000.00$ $ 3,420.00 3,420.00$ $ 3,000.00 3,000.00$ 11 Furnish and Install 8-inch PVC SDR 26 Pipe (Open Trench Construction),including excavation,dewatering,bedding,backfill, and trench surface restoration,complete in place as detailed and specified. 640 $ 37.00 23,680.00$ $ 46.00 29,440.00$ $ 80.00 51,200.00$ $ 160.00 102,400.00$ $ 55.00 35,200.00$ $ 60.00 38,400.00$ $ 31.00 19,840.00$ $ 61.03 39,059.20$ $ 29.00 18,560.00$ 12 Furnish and Install 12-inch PVC SDR 26 Pipe (Open Trench Construction),including excavation,dewatering,bedding,backfill, and trench surface restoration,complete in place as detailed and specified. 150 $ 54.00 8,100.00$ $ 47.00 7,050.00$ $ 150.00 22,500.00$ $ 250.00 37,500.00$ $ 60.00 9,000.00$ $ 72.00 10,800.00$ $ 68.00 10,200.00$ $ 65.69 9,853.50$ $ 38.50 5,775.00$ 13 Furnish and Install 12-inch PVC C900, DR 18 or Epoxy Coated Ductile Iron Pipe (Open Trench Construction),including excavation, dewatering,bedding,backfill,and trench surface restoration, complete in place as detailed and specified. 5,000 $ 63.00 315,000.00$ $ 56.00 280,000.00$ $ 50.00 250,000.00$ $ 90.00 450,000.00$ $ 60.00 300,000.00$ $ 75.00 375,000.00$ $ 38.00 190,000.00$ $ 46.76 233,800.00$ $ 44.60 223,000.00$ 14 Furnish and Install 12-inch PVC C900, DR 18 or Epoxy Coated Ductile Iron Pipe with concrete encasement,including excavation, dewatering,bedding,backfill,and trench surface restoration, complete in place as detailed and specified. 40 $ 580.00 23,200.00$ $ 138.00 5,520.00$ $ 100.00 4,000.00$ $ 250.00 10,000.00$ $ 90.00 3,600.00$ $ 100.00 4,000.00$ $ 120.00 4,800.00$ $ 45.89 1,835.60$ $ 60.00 2,400.00$ 15 Furnish and Install 12-inch PVC C900, DR 18 or Epoxy Coated Ductile Iron Pipe with cap concrete,including excavation,dewatering, bedding,backfill,and trench surface restoration,complete in place as detailed and specified. 70 $ 120.00 8,400.00$ $ 91.00 6,370.00$ $ 100.00 7,000.00$ $ 115.00 8,050.00$ $ 90.00 6,300.00$ $ 82.00 5,740.00$ $ 90.00 6,300.00$ $ 72.11 5,047.70$ $ 50.00 3,500.00$ 16 Furnish and Install 12-inch PVC C900,DR-18 Pipe or Epoxy Coated Ductile Iron Pipe in casing,complete in place as detailed and specified. 160 $ 80.00 12,800.00$ $ 74.00 11,840.00$ $ 500.00 80,000.00$ $ 80.00 12,800.00$ $ 105.00 16,800.00$ $ 64.00 10,240.00$ $ 15.00 2,400.00$ $ 51.29 8,206.40$ $ 49.00 7,840.00$ 17 Furnish and Install 24-inch Steel Casing Pipe (Boring and Jacking Construction), complete in place as detailed and specified.115 $ 650.00 74,750.00$ $ 515.00 59,225.00$ $ 35.00 4,025.00$ $ 475.00 54,625.00$ $ 475.00 54,625.00$ $ 400.00 46,000.00$ $ 480.00 55,200.00$ $ 285.00 32,775.00$ $ 513.00 58,995.00$ 18 Furnish and Install 24-inch Steel Casing Pipe (Open Trench Construction), complete in place as detailed and specified.45 $ 330.00 14,850.00$ $ 112.00 5,040.00$ $ 250.00 11,250.00$ $ 225.00 10,125.00$ $ 150.00 6,750.00$ $ 75.00 3,375.00$ $ 60.00 2,700.00$ $ 204.90 9,220.50$ $ 170.00 7,650.00$ 19 Furnish and Install 4-Foot Diameter Drop Manhole,complete in place as detailed and specified.1 $ 10,000.00 10,000.00$ $ 8,730.00 8,730.00$ $ 6,500.00 6,500.00$ $ 14,000.00 14,000.00$ $ 6,700.00 6,700.00$ $ 7,550.00 7,550.00$ $ 7,500.00 7,500.00$ $ 7,762.32 7,762.32$ $ 6,500.00 6,500.00$ 20 Furnish and Install 5-Foot Diameter Manhole,Combination Air/Vacuum Valve,and associated appurtenances as shown in Detail F on Sheet CZ-5, complete in place as detailed and specified. 4 $ 8,000.00 32,000.00$ $ 13,700.00 54,800.00$ $ 7,000.00 28,000.00$ $ 14,000.00 56,000.00$ $ 8,500.00 34,000.00$ $ 6,750.00 27,000.00$ $ 8,400.00 33,600.00$ $ 12,410.27 49,641.08$ $ 10,400.00 41,600.00$ 21 Furnish and Install 4-Foot Diameter Manhole,complete in place as detailed and specified.1 $ 5,000.00 5,000.00$ $ 6,600.00 6,600.00$ $ 6,000.00 6,000.00$ $ 10,000.00 10,000.00$ $ 5,700.00 5,700.00$ $ 5,650.00 5,650.00$ $ 9,100.00 9,100.00$ $ 5,261.02 5,261.02$ $ 4,800.00 4,800.00$ 22 Connect to existing manhole by coring and reshape invert, complete in place as detailed and specified.1 $ 7,000.00 7,000.00$ $ 4,300.00 4,300.00$ $ 5,000.00 5,000.00$ $ 13,000.00 13,000.00$ $ 1,950.00 1,950.00$ $ 1,500.00 1,500.00$ $ 2,000.00 2,000.00$ $ 3,420.00 3,420.00$ $ 2,100.00 2,100.00$ 23 Connection to 12-inch WW pipeline system by Others (or provide a cap if WW pipeline is not installed),complete in place as detailed and specified. 2 $ 6,000.00 12,000.00$ $ 960.00 1,920.00$ $ 1,200.00 2,400.00$ $ 2,500.00 5,000.00$ $ 1,500.00 3,000.00$ $ 500.00 1,000.00$ $ 2,000.00 4,000.00$ $ 1,368.00 2,736.00$ $ 1,800.00 3,600.00$ 24 Connection to 8-inch WW pipeline system by Others at the manhole stub, complete in place as detailed and specified.1 $ 5,000.00 5,000.00$ $ 914.00 914.00$ $ 1,200.00 1,200.00$ $ 2,250.00 2,250.00$ $ 900.00 900.00$ $ 500.00 500.00$ $ 2,000.00 2,000.00$ $ 1,368.00 1,368.00$ $ 1,470.00 1,470.00$ 25 Cut and cap existing 8-inch WW pipeline,complete in place as detailed and specified.3 $ 2,000.00 6,000.00$ $ 880.00 2,640.00$ $ 500.00 1,500.00$ $ 2,250.00 6,750.00$ $ 750.00 2,250.00$ $ 500.00 1,500.00$ $ 1,500.00 4,500.00$ $ 627.00 1,881.00$ $ 2,500.00 7,500.00$ 26 Cleaning of 8-inch PVC SDR 26 pipeline and associated manholes, complete in place as detailed and specified.1 $ 4,000.00 4,000.00$ $ 710.00 710.00$ $ 800.00 800.00$ $ 3,250.00 3,250.00$ $ 3,000.00 3,000.00$ $ 640.00 640.00$ $ 1,000.00 1,000.00$ $ 570.00 570.00$ $ 1,300.00 1,300.00$ 27 Testing of 8-inch PVC SDR 26 pipeline,complete in place as detailed and specified.1 $ 100.00 100.00$ $ 710.00 710.00$ $ 800.00 800.00$ $ 2,750.00 2,750.00$ $ 1,500.00 1,500.00$ $ 640.00 640.00$ $ 1,000.00 1,000.00$ $ 912.00 912.00$ $ 2,000.00 2,000.00$ 28 Cleaning of 12-inch PVC SDR 26 pipeline and associated manholes, complete in place as detailed and specified.1 $ 3,000.00 3,000.00$ $ 170.00 170.00$ $ 800.00 800.00$ $ 800.00 800.00$ $ 4,000.00 4,000.00$ $ 150.00 150.00$ $ 500.00 500.00$ $ 570.00 570.00$ $ 500.00 500.00$ September 29, 2016 WESTINGHOUSE SOUTH REGIONAL WW SYSTEM IMPROVEMENTS BASE BID AMOUNT (BASE BID ITEM Nos. 1 - 35) CC Carlton X X X X Joe Bland Construction JKB Construction X X X X Patin Construction, LLC X X X X X Prota X X X Skyblue Utilities, Inc. X X X Royal Vista, Inc. X X X Santa Clara Construction, LTD X X Central Road and Utility, Ltd. Dba CRU, Ltd. X X X Page 26 of 77 City of Georgetown Westinghouse S Regional WWSystem Imp and Stonehedge LS Modifications Project No. 3CE/3CD BID TABULATION Approved Bidders September 29, 2016 CC CarltonJoe Bland Construction JKB Construction Patin Construction, LLC Prota Skyblue Utilities, Inc.Royal Vista, Inc.Santa Clara Construction, LTD Central Road and Utility, Ltd. Dba CRU, Ltd. 29 Testing of 12-inch PVC SDR 26 pipeline,complete in place as detailed and specified.1 $ 200.00 200.00$ $ 170.00 170.00$ $ 800.00 800.00$ $ 1,250.00 1,250.00$ $ 2,000.00 2,000.00$ $ 150.00 150.00$ $ 500.00 500.00$ $ 1,596.00 1,596.00$ $ 1,000.00 1,000.00$ 30 Cleaning of 12-inch PVC C900,DR-18 (or DI)pipeline,complete in place as detailed and specified.1 $ 8,000.00 8,000.00$ $ 5,860.00 5,860.00$ $ 2,500.00 2,500.00$ $ 13,000.00 13,000.00$ $ 15,000.00 15,000.00$ $ 500.00 500.00$ $ 5,600.00 5,600.00$ $ 1,140.00 1,140.00$ $ 5,300.00 5,300.00$ 31 Testing of 12-inch PVC C900,DR-18 (or DI)pipeline,complete in place as detailed and specified.1 $ 11,000.00 11,000.00$ $ 5,860.00 5,860.00$ $ 2,500.00 2,500.00$ $ 9,000.00 9,000.00$ $ 10,000.00 10,000.00$ $ 1,500.00 1,500.00$ $ 1.00 1.00$ $ 3,990.00 3,990.00$ $ 6,500.00 6,500.00$ 32 Testing of new manholes,complete in place as detailed and specified.2 $ 2,000.00 4,000.00$ $ 550.00 1,100.00$ $ 850.00 1,700.00$ $ 600.00 1,200.00$ $ 700.00 1,400.00$ $ 250.00 500.00$ $ 750.00 1,500.00$ $ 399.00 798.00$ $ 550.00 1,100.00$ 33 Testing of retrofitted manholes,complete in place as detailed and specified.1 $ 2,000.00 2,000.00$ $ 850.00 850.00$ $ 5,000.00 5,000.00$ $ 1,200.00 1,200.00$ $ 1,000.00 1,000.00$ $ 125.00 125.00$ $ 1,000.00 1,000.00$ $ 399.00 399.00$ $ 1,600.00 1,600.00$ 34 Furnish and Install Access Road at Lift Station,complete in place as detailed and specified.335 $ 14.00 4,690.00$ $ 16.00 5,360.00$ $ 35.00 11,725.00$ $ 45.00 15,075.00$ $ 50.00 16,750.00$ $ 37.00 12,395.00$ $ 45.00 15,075.00$ $ 20.52 6,874.20$ $ 48.00 16,080.00$ 35 Provide Re-vegetation, complete in place as detailed and specified.11.2 $ 7,000.00 78,400.00$ $ 4,842.00 54,230.40$ $ 500.00 5,600.00$ $ 2,100.00 23,520.00$ $ 5,000.00 56,000.00$ $ 1,750.00 19,600.00$ $ 3,000.00 33,600.00$ $ 684.00 7,660.80$ $ 1,500.00 16,800.00$ Total - Base Bid (Item Nos. 1-35)--2,376,430.00$ -2,142,615.40$ -1,809,400.00$ -2,690,345.00$ -2,344,625.00$ -1,969,564.00$ -1,831,876.00$ -2,047,103.38$ -1,959,220.00$ Bid Item STONHEDGE LIFT STATION MODIFICATIONS BASE BID AMOUNT Estimated Quantity Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 36 Furnish and install all necessary labor,materials,equipment and incidentals necessary to complete in place improvements to the Stonehedge Lift Station,as detailed and specified;and not included in other base bid items. 1 $ 233,000.00 233,000.00$ $ 99,900.00 99,900.00$ $ 165,000.00 165,000.00$ $ 178,445.00 178,445.00$ $ 230,000.00 230,000.00$ $ 130,000.00 130,000.00$ $ 125,000.00 125,000.00$ $ 318,925.02 318,925.02$ $ 175,000.00 175,000.00$ 37 Bonding,Insurance,and Mobilization Related Expenses not to exceed 5% of Total Bid.1 $ 12,000.00 12,000.00$ $ 7,100.00 7,100.00$ $ 8,750.00 8,750.00$ $ 10,000.00 10,000.00$ $ 10,000.00 10,000.00$ $ 7,000.00 7,000.00$ $ 6,500.00 6,500.00$ $ 11,400.00 11,400.00$ $ 9,500.00 9,500.00$ 38 Storm Water Pollution Prevention Plan (SWPPP)and SWPPP Implementation,including installing the stabilized construction entrances,silt fence,and other required temporary sedimentation and erosion control best management practices as required by the SWPPP plan, complete in place as detailed and specified. 1 $ 5,000.00 5,000.00$ $ 1,380.00 1,380.00$ $ 1,200.00 1,200.00$ $ 4,000.00 4,000.00$ $ 6,000.00 6,000.00$ $ 3,850.00 3,850.00$ $ 3,000.00 3,000.00$ $ 11,400.00 11,400.00$ $ 4,800.00 4,800.00$ 39 Traffic Control Plan and Implementation,complete in place as detailed and specified.1 $ 1,000.00 1,000.00$ $ 4,900.00 4,900.00$ $ 1,500.00 1,500.00$ $ 3,000.00 3,000.00$ $ 8,000.00 8,000.00$ $ 650.00 650.00$ $ 4,000.00 4,000.00$ $ 5,700.00 5,700.00$ $ 5,200.00 5,200.00$ 40 Trench Safety Plan and Implementation,as required for all pipe trenches deeper than 5 feet,complete in place as detailed and specified. 210 $ 1.00 210.00$ $ 1.00 210.00$ $ 1.00 210.00$ $ 1.00 210.00$ $ 10.00 2,100.00$ $ 5.00 1,050.00$ $ 3.50 735.00$ $ 11.40 2,394.00$ $ 2.10 441.00$ Total - Base Bid (Item Nos. 36-40)--251,210.00$ -113,490.00$ -176,660.00$ -195,655.00$ -256,100.00$ -142,550.00$ -139,235.00$ -349,819.02$ -194,941.00$ Total - Base Bid (Item Nos. 1-40)--2,627,640.00$ -2,256,105.40$ -1,986,060.00$ -2,886,000.00$ -2,600,725.00$ -2,112,114.00$ -1,971,111.00$ -2,396,922.40$ -2,154,161.00$ Bid Item ADDITIVE ALTERNATE No. 1: ACM DIVERSION LINE Estimated Quantity Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 Bonding,Insurance,and Mobilization Related Expenses not to exceed 5% of Total Bid.1 $ 8,000.00 8,000.00$ $ 5,500.00 5,500.00$ $ 6,500.00 6,500.00$ $ 9,000.00 9,000.00$ $ 7,000.00 7,000.00$ $ 5,500.00 5,500.00$ $ 4,900.00 4,900.00$ $ 11,400.00 11,400.00$ $ 10,000.00 10,000.00$ 2 Storm Water Pollution Prevention Plan (SWPPP)and SWPPP Implementation,including installing the stabilized construction entrances,silt fence,and other required temporary sedimentation and erosion control best management practices as required by the SWPPP plan, complete in place as detailed and specified. 1 $ 5,000.00 5,000.00$ $ 1,650.00 1,650.00$ $ 850.00 850.00$ $ 1,500.00 1,500.00$ $ 4,000.00 4,000.00$ $ 500.00 500.00$ $ 1,500.00 1,500.00$ $ 7,980.00 7,980.00$ $ 3,500.00 3,500.00$ 3 Traffic Control Plan and Implementation,complete in place as detailed and specified.1 $ 3,000.00 3,000.00$ $ 4,900.00 4,900.00$ $ 2,500.00 2,500.00$ $ 1,500.00 1,500.00$ $ 8,000.00 8,000.00$ $ 450.00 450.00$ $ 3,000.00 3,000.00$ $ 3,990.00 3,990.00$ $ 5,000.00 5,000.00$ 4 Site and Right-of-Way Preparation,complete in place as detailed and specified.0.05 $ 94,000.00 4,700.00$ $ 4,700.00 235.00$ $ 5,000.00 250.00$ $ 2,000.00 100.00$ $ 40,000.00 2,000.00$ $ 5,500.00 275.00$ $ 50,000.00 2,500.00$ $ 2,280.00 114.00$ $ 10,000.00 500.00$ 5 Furnish and Install Temporary Improvements to provide temporary access gate(s)and fencing to keep the property secure and cattle onsite. 1 $ 2,000.00 2,000.00$ $ 5,600.00 5,600.00$ $ 1,500.00 1,500.00$ $ 2,500.00 2,500.00$ $ 6,000.00 6,000.00$ $ 1,650.00 1,650.00$ $ 1,500.00 1,500.00$ $ 3,420.00 3,420.00$ $ 1,500.00 1,500.00$ 6 Trench Safety Plan and Implementation,as required for all pipe trenches deeper than 5 feet,complete in place as detailed and specified. 360 $ 1.00 360.00$ $ 1.00 360.00$ $ 5.00 1,800.00$ $ 4.00 1,440.00$ $ 10.00 3,600.00$ $ 1.00 360.00$ $ 2.00 720.00$ $ 1.14 410.40$ $ 2.00 720.00$ 7 Excavation Safety Plan and Implementation complete in place as detailed and specified.1 $ 800.00 800.00$ $ 1,110.00 1,110.00$ $ 1,500.00 1,500.00$ $ 1,000.00 1,000.00$ $ 1,000.00 1,000.00$ $ 250.00 250.00$ $ 750.00 750.00$ $ 1,140.00 1,140.00$ $ 2,500.00 2,500.00$ 8 Furnish and Install 8-inch PVC SDR 26 Pipe (Open Trench Construction),including excavation,dewatering,bedding,backfill, and trench surface restoration,complete in place as detailed and specified. 360 $ 40.00 14,400.00$ $ 48.00 17,280.00$ $ 80.00 28,800.00$ $ 225.00 81,000.00$ $ 55.00 19,800.00$ $ 72.00 25,920.00$ $ 28.00 10,080.00$ $ 76.56 27,561.60$ $ 45.00 16,200.00$ 9 Furnish and Install 8-inch PVC SDR 26 Pipe in casing,complete in place as detailed and specified.145 $ 60.00 8,700.00$ $ 41.00 5,945.00$ $ 200.00 29,000.00$ $ 70.00 10,150.00$ $ 70.00 10,150.00$ $ 60.00 8,700.00$ $ 20.00 2,900.00$ $ 91.75 13,303.75$ $ 20.00 2,900.00$ 10 Furnish and Install 18-inch Steel Casing Pipe (Boring and Jacking Construction), complete in place as detailed and specified.145 $ 670.00 97,150.00$ $ 394.00 57,130.00$ $ 300.00 43,500.00$ $ 375.00 54,375.00$ $ 450.00 65,250.00$ $ 350.00 50,750.00$ $ 350.00 50,750.00$ $ 257.08 37,276.60$ $ 325.00 47,125.00$ 11 Furnish and Install 4-Foot Diameter Manhole,complete in place as detailed and specified.2 $ 5,000.00 10,000.00$ $ 5,200.00 10,400.00$ $ 6,000.00 12,000.00$ $ 11,500.00 23,000.00$ $ 6,500.00 13,000.00$ $ 5,350.00 10,700.00$ $ 5,300.00 10,600.00$ $ 4,382.00 8,764.00$ $ 8,500.00 17,000.00$ 12 Connect to existing manhole by coring and reshape invert, complete in place as detailed and specified.1 $ 8,000.00 8,000.00$ $ 2,610.00 2,610.00$ $ 5,000.00 5,000.00$ $ 6,000.00 6,000.00$ $ 1,950.00 1,950.00$ $ 1,500.00 1,500.00$ $ 2,000.00 2,000.00$ $ 3,990.00 3,990.00$ $ 3,500.00 3,500.00$ 13 Connection to 8-inch WW pipeline system by Others at the manhole stub (or provide a cap if WW pipeline by Others is not installed), complete in place as detailed and specified. 1 $ 5,000.00 5,000.00$ $ 950.00 950.00$ $ 850.00 850.00$ $ 2,500.00 2,500.00$ $ 1,250.00 1,250.00$ $ 500.00 500.00$ $ 2,000.00 2,000.00$ $ 1,368.00 1,368.00$ $ 5,000.00 5,000.00$ 14 Cleaning of 8-inch PVC SDR 26 pipeline and associated manholes, complete in place as detailed and specified.1 $ 3,000.00 3,000.00$ $ 550.00 550.00$ $ 500.00 500.00$ $ 2,750.00 2,750.00$ $ 4,500.00 4,500.00$ $ 150.00 150.00$ $ 1,500.00 1,500.00$ $ 798.00 798.00$ $ 1,000.00 1,000.00$ 15 Testing of 8-inch PVC SDR 26 pipeline,complete in place as detailed and specified.1 $ 500.00 500.00$ $ 550.00 550.00$ $ 500.00 500.00$ $ 2,500.00 2,500.00$ $ 2,500.00 2,500.00$ $ 505.00 505.00$ $ 1,500.00 1,500.00$ $ 570.00 570.00$ $ 1,000.00 1,000.00$ 16 Testing of new manholes,complete in place as detailed and specified.2 $ 2,000.00 4,000.00$ $ 550.00 1,100.00$ $ 500.00 1,000.00$ $ 600.00 1,200.00$ $ 700.00 1,400.00$ $ 250.00 500.00$ $ 750.00 1,500.00$ $ 456.00 912.00$ $ 1,000.00 2,000.00$ 17 Testing of retrofitted manholes,complete in place as detailed and specified.1 $ 2,000.00 2,000.00$ $ 835.00 835.00$ $ 850.00 850.00$ $ 1,250.00 1,250.00$ $ 1,000.00 1,000.00$ $ 125.00 125.00$ $ 1,500.00 1,500.00$ $ 456.00 456.00$ $ 2,000.00 2,000.00$ 18 Provide Re-vegetation, complete in place as detailed and specified.0.05 $ 98,000.00 4,900.00$ $ 4,850.00 242.50$ $ 5,000.00 250.00$ $ 2,000.00 100.00$ $ 40,000.00 2,000.00$ $ 4,500.00 225.00$ $ 10,000.00 500.00$ $ 2,280.00 114.00$ $ 10,000.00 500.00$ Total - Additive Bid (Item Nos. 1-18)--181,510.00$ -116,947.50$ -137,150.00$ -201,865.00$ -154,400.00$ -108,560.00$ -99,700.00$ -123,568.35$ -121,945.00$ STONEHEDGE LIFT STATION MODIFICATIONS BASE BID AMOUNT (BASE BID ITEM Nos. 36 - 40) TOTAL PROJECT WESTINGHOUSE SOUTH REGIONAL WW SYSTEM IMPROVEMENTS & STONEHEDGE LIFT STATION MODIFICATIONS BASE BID AMOUNT (BASE BID ITEM Nos. 1- 43) ADDITIVE ALTERNATE No. 1: ACM DIVERSION LINE Refer to Westinghouse South Regional Wastewater System Improvements Drawing Sheet CP-1. Page 27 of 77 City of Georgetown Westinghouse S Regional WWSystem Imp and Stonehedge LS Modifications Project No. 3CE/3CD BID TABULATION Approved Bidders September 29, 2016 CC CarltonJoe Bland Construction JKB Construction Patin Construction, LLC Prota Skyblue Utilities, Inc.Royal Vista, Inc.Santa Clara Construction, LTD Central Road and Utility, Ltd. Dba CRU, Ltd. Bid Item ADDITIVE ALTERNATE No. 2: WESTINGHOUSE POINTE APARTMENTS DIVERSION LINE Estimated Quantity Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 Bonding,Insurance,and Mobilization Related Expenses not to exceed 5% of Total Bid.1 $ 4,000.00 4,000.00$ $ 2,200.00 2,200.00$ $ 5,000.00 5,000.00$ $ 6,500.00 6,500.00$ $ 4,000.00 4,000.00$ $ 3,150.00 3,150.00$ $ 2,200.00 2,200.00$ $ 5,700.00 5,700.00$ $ 7,500.00 7,500.00$ 2 Storm Water Pollution Prevention Plan (SWPPP)and SWPPP Implementation,including installing the stabilized construction entrances,silt fence,and other required temporary sedimentation and erosion control best management practices as required by the SWPPP plan, complete in place as detailed and specified. 1 $ 21,000.00 21,000.00$ $ 830.00 830.00$ $ 850.00 850.00$ $ 1,500.00 1,500.00$ $ 4,000.00 4,000.00$ $ 500.00 500.00$ $ 1,500.00 1,500.00$ $ 3,420.00 3,420.00$ $ 3,500.00 3,500.00$ 3 Traffic Control Plan and Implementation,complete in place as detailed and specified.1 $ 3,000.00 3,000.00$ $ 4,900.00 4,900.00$ $ 2,500.00 2,500.00$ $ 1,950.00 1,950.00$ $ 4,000.00 4,000.00$ $ 450.00 450.00$ $ 2,000.00 2,000.00$ $ 1,140.00 1,140.00$ $ 5,000.00 5,000.00$ 4 Site and Right-of-Way Preparation,complete in place as detailed and specified.0.13 $ 36,000.00 4,680.00$ $ 4,700.00 611.00$ $ 5,000.00 650.00$ $ 2,000.00 260.00$ $ 40,000.00 5,200.00$ $ 5,500.00 715.00$ $ 20,000.00 2,600.00$ $ 2,280.00 296.40$ $ 10,000.00 1,300.00$ 5 Furnish and Install Temporary Improvements to provide temporary access gate(s)and fencing to keep the property secure and cattle onsite. 1 $ 2,000.00 2,000.00$ $ 2,800.00 2,800.00$ $ 1,500.00 1,500.00$ $ 2,500.00 2,500.00$ $ 8,000.00 8,000.00$ $ 1,150.00 1,150.00$ $ 1,500.00 1,500.00$ $ 2,280.00 2,280.00$ $ 5,000.00 5,000.00$ 6 Trench Safety Plan and Implementation,as required for all pipe trenches deeper than 5 feet,complete in place as detailed and specified. 250 $ 1.00 250.00$ $ 1.00 250.00$ $ 10.00 2,500.00$ $ 5.00 1,250.00$ $ 10.00 2,500.00$ $ 1.00 250.00$ $ 1.00 250.00$ $ 5.70 1,425.00$ $ 3.00 750.00$ 7 Furnish and Install 8-inch PVC SDR 26 Pipe (Open Trench Construction),including excavation,dewatering,bedding,backfill, and trench surface restoration,complete in place as detailed and specified. 250 $ 40.00 10,000.00$ $ 48.00 12,000.00$ $ 160.00 40,000.00$ $ 270.00 67,500.00$ $ 55.00 13,750.00$ $ 110.00 27,500.00$ $ 30.00 7,500.00$ $ 93.66 23,415.00$ $ 50.00 12,500.00$ 8 Connect to existing manhole by coring and reshape invert, complete in place as detailed and specified.1 $ 8,000.00 8,000.00$ $ 4,250.00 4,250.00$ $ 5,000.00 5,000.00$ $ 13,500.00 13,500.00$ $ 1,950.00 1,950.00$ $ 1,500.00 1,500.00$ $ 2,000.00 2,000.00$ $ 3,420.00 3,420.00$ $ 3,500.00 3,500.00$ 9 Connect to proposed manhole (Additive Alternative No.1,ACM MH No. 1), complete in place as detailed and specified.1 $ 4,000.00 4,000.00$ $ 2,600.00 2,600.00$ $ 4,000.00 4,000.00$ $ 7,500.00 7,500.00$ $ 1,950.00 1,950.00$ $ 800.00 800.00$ $ 2,000.00 2,000.00$ $ 4,332.00 4,332.00$ $ 4,000.00 4,000.00$ 10 Cut and cap existing 12-inch WW pipeline,complete in place as detailed and specified.1 $ 2,000.00 2,000.00$ $ 1,000.00 1,000.00$ $ 1,000.00 1,000.00$ $ 2,500.00 2,500.00$ $ 1,500.00 1,500.00$ $ 500.00 500.00$ $ 4,000.00 4,000.00$ $ 684.00 684.00$ $ 1,500.00 1,500.00$ 11 Cleaning of 8-inch PVC SDR 26 pipeline and associated manholes, complete in place as detailed and specified.1 $ 3,000.00 3,000.00$ $ 270.00 270.00$ $ 500.00 500.00$ $ 1,500.00 1,500.00$ $ 4,500.00 4,500.00$ $ 250.00 250.00$ $ 500.00 500.00$ $ 570.00 570.00$ $ 1,000.00 1,000.00$ 12 Testing of 8-inch PVC SDR 26 pipeline,complete in place as detailed and specified.1 $ 400.00 400.00$ $ 270.00 270.00$ $ 500.00 500.00$ $ 2,250.00 2,250.00$ $ 2,500.00 2,500.00$ $ 350.00 350.00$ $ 500.00 500.00$ $ 45.60 45.60$ $ 1,000.00 1,000.00$ 13 Testing of retrofitted manholes,complete in place as detailed and specified.1 $ 2,000.00 2,000.00$ $ 840.00 840.00$ $ 850.00 850.00$ $ 2,250.00 2,250.00$ $ 1,000.00 1,000.00$ $ 125.00 125.00$ $ 1,000.00 1,000.00$ $ 4,560.00 4,560.00$ $ 2,000.00 2,000.00$ 14 Demolish and repair existing headwall and concrete apron, complete in place as detailed and specified.1 $ 8,000.00 8,000.00$ $ 4,900.00 4,900.00$ $ 5,000.00 5,000.00$ $ 13,000.00 13,000.00$ $ 19,500.00 19,500.00$ $ 5,750.00 5,750.00$ $ 7,500.00 7,500.00$ $ 1,482.00 1,482.00$ $ 6,500.00 6,500.00$ 15 Repair existing driveway,complete in place as detailed and specified.1 $ 4,000.00 4,000.00$ $ 2,720.00 2,720.00$ $ 4,000.00 4,000.00$ $ 7,500.00 7,500.00$ $ 6,000.00 6,000.00$ $ 4,050.00 4,050.00$ $ 5,500.00 5,500.00$ $ 2,850.00 2,850.00$ $ 9,500.00 9,500.00$ 16 Provide Re-vegetation, complete in place as detailed and specified.0.13 $ 41,000.00 5,330.00$ $ 4,840.00 629.20$ $ 5,000.00 650.00$ $ 2,000.00 260.00$ $ 40,000.00 5,200.00$ $ 4,500.00 585.00$ $ 5,000.00 650.00$ $ 2,280.00 296.40$ $ 10,000.00 1,300.00$ Total - Additive Bid (Item Nos. 1-16)--81,660.00$ -41,070.20$ -74,500.00$ -131,720.00$ -85,550.00$ -47,625.00$ -41,200.00$ -55,916.40$ -65,850.00$ Notes: 1. All amounts highlighted are corrected values. In accordance with Section 00100 Article 14, the bid form math was checked and amounts have been updated accordingly. 2. CRU only provided the 'total amounts', thus the 'unit amounts' were back-calculated accordingly. ADDITIVE ALTERNATE No. 2: WESTINGHOUSE POINTE APARTMENTS DIVERSION LINE Refer to Westinghouse South Regional Wastewater System Improvements Drawing Sheet CP-1 Page 28 of 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 SUBJECT: Cons id eration and p o s s ib le rec o mmendation to approve Tas k Ord er DEI-17-001 with Dunham Engineering, Inc . of College S tatio n, Texas, fo r profes sional services related to the Design o f a Sun City 2.0 MG (millio n gallon) Co mp o s ite EST (elevated s to rage tank) in the amount o f $300,000.00 – Wes ley Wright, P.E., S ys tems Engineering Direc tor/Mic hael Hallmark, CIP Manager. ITEM SUMMARY: This Task Ord er is Professional Engineering S ervic es to prepare p lans and s pec ificatio ns fo r the cons tructio n of a new 2 MG (million gallo n) EST (elevated sto rage tank) to replac e the existing 0.4 MG ES T. Services will als o inc lude s ite s urvey, geo tec hnical s urvey, s tructural s ervic e, bid p hase, and s p ecialized co ns truc tion ins p ectio n s ervic es . The existing Sun City 0.4 MG EST has lo ng lived it us eful c ap acity to the 1015 pres s ure plane loc ated in Sun City. The improvements includ e: a new 2 MG c o mp o s ite ES T, piping, as s o c iated elec tric al eq uipment, and d emo lition of the exis ting 0.4 EST. A rend ering o f the p ro p o s ed EST is attac hed for referenc e. STAFF RECOMMENDATIONS: Staff rec o mmend s executing Task Order DEI-17-001 for p ro fes s io nal s ervic es relating to the S un City ES T with Dunham Engineering, Inc . o f Co llege Statio n, Texas, in the amo unt o f $300,000. FINANCIAL IMPACT: Funds fo r this exp enditure are bud geted in the Water CIP. S ee attac hed CIP Bud getary & Financ ial Analysis Sheet. SUBMITTED BY: – Wesley Wright, P.E., Sys tems Engineering Direc tor/Michael Hallmark, CIP Manager. ATTACHMENTS: Description Type B&FAW Backup Material DEI Tas k Order Backup Material Page 29 of 77 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 30 of 77 DATE: PROJECT NAME:2CP 10/20/2016 Sun City EST Division/Department:GUS / Water Director Approval Prepared By:Michael Hallmark Finance Approval TW 10/25/2016 TOTAL ANNUAL BUDGET 3,050,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B) Budget Consulting 300,000.00 300,000.00 10% Right of Way 0.00 0% Construction 0.00 0% Other Costs 0.00 0% Total Current Year Costs 0.00 300,000.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 660-9-0580-90-097 3,050,000.00 Total Budget 3,050,000.00 TOTAL PROJECT BUDGET 3,050,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 300,000.00 300,000.00 10% Right of Way 0.00 0.00 0% Construction 0.00 0.00 0% Other Costs 0.00 0.00 0% Total Project Costs 0.00 300,000.00 300,000.00 Comments: Task Order DEI-17-001 CIP- Budgetary and Financial Analysis Worksheet Page 31 of 77 Page 32 of 77 Page 33 of 77 Page 34 of 77 Page 35 of 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 SUBJECT: Cons id eration and p o s s ib le rec o mmendation to approve Tas k Ord er DEI-17-002 with Dunham Engineering, Inc . of College S tatio n, Texas, fo r profes sional services related to the Design o f the Airp o rt 1.5 MG (millio n gallon) GS T (Ground Sto rage Tank) Rehabilitation in the amount of $80,000.00 – Wes ley Wright, P.E., S ys tems Engineering Direc tor/Mic hael Hallmark, CIP Manager. ITEM SUMMARY: This Task Ord er is Professional Engineering S ervic es to prepare p lans and s pec ificatio ns fo r the cons tructio n to rehab ilitate the 1.5 MG (millio n gallon) GS T (Ground Sto rage Tank) and overs ite o f cons tructio n. STAFF RECOMMENDATIONS: Staff rec o mmend s executing Task Order DEI-17-002 for p ro fes s io nal s ervic es relating to the Airport GST Rehab ilitatio n with Dunham Engineering, Inc . of College S tatio n, Texas, in the amount of $80,000. FINANCIAL IMPACT: Funds fo r this exp enditure are bud geted in the Water CIP. S ee attac hed CIP Bud getary & Financ ial Analysis Sheet. SUBMITTED BY: Wes ley Wright, P.E., S ystems Engineering Direc to r/Mic hael Hallmark, CIP Manager. ATTACHMENTS: Description Type B&FAW Cover Memo Tas k Order Cover Memo Page 36 of 77 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 37 of 77 DATE: PROJECT NAME:2CQ 10/20/2016 Airport GST Rehab. Division/Department:GUS / Water Director Approval Prepared By:Michael Hallmark Finance Approval TW 10/25/16 TOTAL ANNUAL BUDGET 480,000.00 (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 17% Right of Way 0.00 0% Construction 0.00 0% Other Costs 0.00 0% Total Current Year Costs 0.00 80,000.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 660-9-0580-90-071 480,000.00 Total Budget 480,000.00 TOTAL PROJECT BUDGET 480,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 80,000.00 80,000.00 17% Right of Way 0.00 0.00 0% Construction 0.00 0.00 0% Other Costs 0.00 0.00 0% Total Project Costs 0.00 80,000.00 80,000.00 Comments: Task Order DEI-17-002 CIP- Budgetary and Financial Analysis Worksheet Page 38 of 77 Page 39 of 77 Page 40 of 77 Page 41 of 77 Page 42 of 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 SUBJECT: Cons id eration and pos s ible rec ommend ation to ap p ro ve a c hange o rd er with Itineris N.A to provide management, s up p o rt, and overs ight o f the transformatio n and c o nvers io n tasks for Data Migratio n in the amo unt o f $56,000. – Leticia Zavala, Cus tomer C are Directo r ITEM SUMMARY: The Data Migratio n P lan fo llo ws the traditio nal ET L (Extrac tion – Trans formatio n – Load) p ro cess and is a critical part of the CIS p ro ject. It c o nsists o f extrac ting data fro m the legac y (Inc o d e) s ystem, converting that d ata to a fo rmat that c o mplies with the UMAX d ata mo d el, and lo ad ing the c onverted d ata into UMAX. (See attac hed doc uments fo r diagram) A Data Migration Impac t As s es s ment was c ond uc ted d uring the first phas e o f the p ro ject to determine the effo rt needed to c o mp lete the transformation and mapping tasks for the Data Migration P lan. The as s es s ment pro vided a Res p o nsibility As s es s ment Matrix that identified the tas ks and assigned res p o nsibilities s o that a cost estimate could b e develo p ed . While this change o rd er includ es the management o f the d ata conversion deliverables it d o es no t inc lude the ac tual c onvers ion of the data. There is ano ther as s o ciated agenda item fo r the trans formatio n rule d es ign, develo p ment, and conversion o f the Inc o d e d ata into the UMAX d ata model. STAFF RECOMMENDATION Staff rec o mmend s approval of this c hange order to ensure the p ro ject stays on track and all conversion related d eliverab les are met without an imp ac t to the overall projec t timeline. T he lack of s p ecialized in hous e technic al expertis e necessitates the vend o r as s ume respons ib ility for the management, s upport, and o versight of the d ata conversion deliverab les . FINANCIAL IMPACT: The co s t was unkno wn in May 2016 when the s o ftware contrac t with Itineris N.A. was approved . The Projec t Contingenc y amo unt o f $500,000 inc lud es an internal c o s t es timate fo r Data Migratio n. The general led ger ac count #610-9-0580-91-105 will b e used to fund the $56,000 and is part o f the overall p ro jec t b udget. Project Components Budget S o ftware & Integration Services $2,500,557 IT & Infrastruc ture 400,000 Co nsulting Services 672,180 Contingency**500,000 To tal Projec t Budget:$4,072,737 SUBMITTED BY: Leticia Zavala, C us to mer Care Directo r (skm) ATTACHMENTS: Description Type Covers heet with Diagram Backup Material Page 43 of 77 Data Migration Change Order Backup Material Data Migration RACI Backup Material Page 44 of 77 Georgetown Utility System Advisory Board Meeting Date: November 11, 2016 Item No. SUBJECT Consideration and possible recommendation to approve a change order with Itineris N.A to provide management, support, and oversight of the transformation and conversion tasks for Data Migration in the amount of $56,000. ITEM SUMMARY The Data Migration Plan follows the traditional ETL (Extraction – Transformation – Load) process and is a critical part of the CIS projec t. It consists of extracting data from the legacy (Incode) system, converting that data to a format that complies with the UMAX data model, and loading the converted data into UMAX. A Data Migration Impact Assessment was conducted during the first phase of the project to determine the effort needed to complete the transformation and mapping tasks for the Data Migration Plan. The assessment provided a Responsibility Assessment Matrix that identified the tasks and assigned responsibilities so that a cost estimate could be developed. While this change order includes the management of the data conversion deliverables it does not include the actual conversion of the data. There is another associated agenda item for the transformation rule design, development, and conversion of the Incode data into the UMAX data model. STAFF RECOMMENDATION Staff recommends approval of this change order to ensure the project stays on track and all conversion related deliverables are met without an impact to the overall proj ect timeline. The lack of specialized in house technical expertise necessitates the vendor assume responsibility for the management, support, and oversight of the data conversion deliverables. FINANCIAL IMPACT The cost was unknown in May 2016 when the software contract with Itineris N.A. was approved. The Project Contingency amount of $500,000 includes an internal cost estimate for Data Migration. The general ledger account #610-9-0580-91-105 will be used to fund the $56,000 and is part of the overall project budget. Project Components Budget Software & Integration Services $2,500,557 IT & Infrastructure 400,000 Consulting Services 672,180 Contingency** 500,000 Total Project Budget: $4,072,737 ATTACHMENTS Itineris Data Migration Change Order Data Migration RACI Leticia Zavala Customer Care Director Page 45 of 77 11.11.16 Itineris Change OrderCO - Transformation 1 | P a g e Change Order Change Order 003: Data Migration Impact Assessment Client: City of Georgetown Project: Georgetown CIS UMAX Implementation - Project Genesis Itineris Project Manager: K. Jeanine Stone Date Delivered: 10/31/2016Revision to 9/20/2016 v04 Georgetown Project Manager: Cindy Pospisil Analysis Phase End Date: 8/25/2016 Background Information: GUS requested that Itineris provide a Data Migration Impact Assessment to evaluate the effort required for Itineris to complete the Transform tasks for Data Migration. Sections from related documents are included for complete reference of Transformation tasks. These documents include:  Data Migration Plan & Strategy  Data Migration Scope & Acceptance Criteria Description of Work: Management Summary: The Georgetown CIS UMAX Implementation - Project Genesis project entails the transition from the Georgetown Utility Systems legacy billing system to the use of a standard ERP solution for the North American utility market: UMAX. The data migration is considered to be a crucial aspect of the project, and follows the traditional ETL (Extraction – Transformation – Load) process. It consists of a controlled extraction of data from the legacy system, a transformation of those data to a format that complies with the UMAX data model, and a load of the transformed data into UMAX. Definitions / Acronyms ETL Extraction – Transformation – Load Data Entity A logical grouping of data (e.g. customer, account, meter, consumption, etc.) IMAC Itineris Migration Administration Cockpit (UMAX migration framework for the load activities) IST Integrated System Testing No. Assumptions 1 Only data that is necessary for the correct processing of the in-scope UMAX functionalities is migrated. If the data has no value in UMAX, it is by default out of scope. 2 GUS requires 24 months (2 years) of historical data will be migrated to UMAX. 3 Data scope for data migration is frozen at the end of the analysis phase. Page 46 of 77 11.11.16 Itineris Change OrderCO - Transformation 2 | P a g e No. Assumptions 4 All data cleansing activities are performed by GUS or their designate. No data cleansing or data enrichment will be performed by Itineris. 5 GUS has the necessary knowledge and expertise available for the source data quality assessment, both from a technical and a business perspective. 6 Every data entity has one ‘master’, i.e. one source system (and owner) that is leading in providing the correct data. 7 GUS Legacy System (Incode) and ESRI will be the sole sources of the data migration. 8 All extracted data must be available in a normalized database. 9 All data migration test runs will be performed on a fresh (i.e. max 1 week old) backup of the source environments. 10 The Georgetown Utility Systems Database is synced with the legacy CIS on a nightly basis. This accounts for 95% of Legacy tables (the Transaction Bill Tables are not included). 11 Georgetown Utility Systems populates the Transaction Bill tables overnight on the weekend, due to the large size of the transaction bill file. (6GB) 12 No data manipulations are performed on the legacy CIS data when transferred to the Intermediary database. 13 The (meta-) datamodel of the source system(s) does not change during the project. 14 GUS will be responsible for the Extraction. 15 Itineris will be responsible for the Load into UMAX. 16 GUS has a data migration lead who is the single point of contact for matters concerning the data migration. Itineris has a data migration lead who is the single point of contact for matters concerning the data migration. 17 GUS and Itineris are responsible for a timely delivery of the necessary extraction files and transformation files/load tables for each migration run. 18 GUS has the necessary knowledge and expertise available for the transformation design and development, both from a technical and a business perspective. 19 Formal business decisions required for the data migration will be made within 5 business days. 20 GUS and Itineris provide answers to outstanding questions within 5 business days. 21 GUS is responsible for a timely delivery of the necessary access to the system and the necessary capacity (environments, storage requirements) to support the supplier. 22 The technical setup of the intermediary environment will be done by Georgetown Utility Systems. 23 System maintenance windows will be planned in a way that does not hinder the planned data migration test runs. 24 Data migration activities will be executed on a dedicated server. 25 The Itineris users will be able to establish a direct connection to these servers from a remote location. 26 Itineris will have local admin rights on both the AOS and DB migration servers. Page 47 of 77 11.11.16 Itineris Change OrderCO - Transformation 3 | P a g e No. Assumptions 27 Itineris will not be dependent on any external party to make intermediary backups or execute restores of the DM environments. 28 This infrastructure will be made available by GUS for the start of the first migration run, and until post-go-live. 29 The last 2 migration test runs will be performed on the production environment (or an environment of the same technical specifications). 30 There will be a code freeze on the UMAX target from the start of the last migration test run until go- live (excluding bug fixes). 31 When performing comparisons between source and target data, the UMAX data have to be compared to the same source system backup(s) that have been used to start the migration run. 32 Test users that perform the comparisons between source and target data have the necessary access to the source system backup(s) that have been used to start the migration run 33 The Integration System Tests and User Acceptance Tests will be performed on migrated data. 34 Planning and budget estimates are based on the availability of the necessary resources and infrastructure to have all necessary DTAP streets until post-go-live. 35 Parameterization is not in scope of the data migration. 36 Cutover and go-live activities are not described in this document. 37 The data migration will be finalized (full scope and all attributes mapped) by the start of the Integration & System Testing. 38 This document does not take into account any unplanned activities nor possible ‘idle time’ that is a consequence of GUS or Itineris not meeting exit- or entry-criteria for which it is responsible. Solution Detail: Transform Proposed Solution This section describes a proposed solution on how to successfully transform data from the Legacy System (INCODE) to UMAX. Based on Itineris best practices and experience with previous data migrations, the proposed solution outlined below, if followed, has been proven to provide high quality data migrations. 1.1.1. Stages The transformation typically consists of 2 steps: the step from Intermediary Source to Staging, and the step from Staging to Transformed. Each step has its own goals, and characteristics. Step 1: Intermediary Source --> Staging: In this step, a first filtering of data is performed: all data that are OUT of the scope of the data migration are left behind in Intermediary Source. Examples of these are:  Non-Billed Meter readings  Historic bills older than 24 months  Premises that have never been linked to an occupant in Incode  Etc. Page 48 of 77 11.11.16 Itineris Change OrderCO - Transformation 4 | P a g e Transform Proposed Solution It is important that the Staging environment contains the full IN-SCOPE dataset, and nothing else. So all data that arrives in the Staging environment, is also to be expected in the Target environment for go-live. In this stage, the data still complies with the source datamodel. Step 2: Staging --> Transformed: In this step, the following actions are performed:  Mapping of source values to target values (possibly based on configuration)  Transformation of source datamodel to target datamodel (UMAX) The technical setup of the intermediary environment will be done by Georgetown Utility Systems. Itineris can provide assistance here, but that assistance is not considered to be in the Itineris scope. Once the data is published in the Transformed environment, it is ready to be loaded to UMAX. 1.1.2. UMAX Loadsheets Itineris will provide detailed loadsheets for each in-scope data entity, so that there is no extensive knowledge needed of the UMAX data model to be able to design and develop the transformation rules. The format of these loadsheets is an excel spreadsheet, where all attributes for that data entity are listed and documented: functional attribute name, technical attribute name, data type, length, validations, extra information, etc. Itineris will support, manage and direct the GUS contractor with interpreting the loadsheets and all related transformation tasks. The combination of the documentation of the loadsheets and the delivered support should provide the GUS contractor with the necessary knowledge transfer, and familiarize them with the UMAX datamodel. Itineris will load the transformed data into UMAX. Itineris will perform the load, and provide Georgetown Utility Systems with a load report afterwards, where the following aspects of the load are reported back to Georgetown Utility Systems:  Exception % per data entity (= per loadsheet)  Exception details (which transactions were rejected and why)  Lead times per data entity (= per loadsheet) It is then up to Georgetown Utility Systems/Itineris to analyze exceptions, and make the necessary adjustments to their extraction/ transformation scripts. Page 49 of 77 11.11.16 Itineris Change OrderCO - Transformation 5 | P a g e Transform Proposed Solution 1.2. Quantity of Migrated Data 1.2.1. Traceability It is important that the data migration team keeps track of the number of transactions that flow through the ETL process (Source – Staging – Transformed – Target) – and even more importantly, the number of transactions that are left behind. As discussed earlier (see Section 1.1.1), filtering will take place in some stages of the data migration because some categories of data that are part of the source database are out of scope of the data migration. Examples of these are:  Non-Billed Meter readings  Historic data (that older than 24 months)  Premises that have never been linked to an occupant in the Legacy System  Etc. However, it is important that the number of transactions that are filtered out, are documented as well: the general philosophy should be that all data that is left behind in some stage of the data migration process (either Source, Staging or Transformed) should be accounted for, i.e., a clear reason has to be given (and documented) why this data is left behind. Page 50 of 77 11.11.16 Itineris Change OrderCO - Transformation 6 | P a g e Transform Proposed Solution This quantity check will typically be performed for each data migration test run (and for go-live as well), and is shared responsibility GUS-Itineris:  Per loadsheet, the number of transactions in each stage (Intermediary Source, Staging, Transformed, Target (UMAX)) is noted. o GUS is responsible for the counts in the Intermediary Source. o The party responsible for the transformation will be responsible for the counts in Staging and Transformed. o Itineris will validate the counts for the Transformed Stage, and is responsible for the count in the Target stage.  These counts will be brought together, and an explanation will be given for any differences between different stages (out of scope, still to be cleansed, transformation exception, load exception, etc.). Example: This document will focus on one level, i.e. the number of transactions for each data entity. A drilldown to a deeper level of understanding will also be needed (e.g. drilldown the number of customers to distinguish between residential customers and commercial customers, etc.), this will be discussed in the next section. Page 51 of 77 11.11.16 Itineris Change OrderCO - Transformation 7 | P a g e 1.2.2. Migration Dashboard It is important to detail the Migration Dashboard in this Assessment as the party responsible for Transform activities will be required to design control counts for Transform tasks. 1.2.2.1. What is it? The migration dashboard is a quantity instrument that is generated after each migration test run (and go- live). It is made up of a list of predefined control counts, for which the comparison is made between source and target environment, and whose visual representation allows for a quick overview of the quality/quantity of the data migration run.  Quantity instrument: it is an instrument that can be used to provide the accepters of the data migration with a deep insight into the completeness of the migration.  Predefined control counts: Itineris and GUS will agree on a limited but representative set of control counts for which they want to see a comparison between source and target.  Comparison: the control counts are executed on both source (Intermediary Source) and target environment (UMAX). The difference between the two counts is displayed as well.  Visual representation: the layout of the dashboard has to allow for a quick identification of concern areas: control counts that fall outside of a predefined range are highlighted. The additional insight gained through the dashboard compared to the traceability report, is that the functional control counts that are defined here are meant to give a deeper insight and drilldown, and only take into account the in scope entities and attributes. For example, in the previous section, we would count the number of customer transactions in the customer loadsheet. This does provide some insight, but you might want to dig deeper to distinguish between:  Commercial and residential customers  Customers with a payment that is past due  Etc. Note: the migration dashboard is not meant to contain comprehensive BI reports. The control counts that are used here should be kept relatively simple. Complex reports fall outside of the scope of the data migration. 1.2.2.2. Responsibilities Itineris- Georgetown Utility Systems Since the control counts are performed on both source and target, both Itineris and GUS have a responsibility:  GUS responsibility: o Review the list of control counts that is proposed by Itineris (+ potentially make requests for additional control counts) to land on a baseline. o Provide Itineris with all counters from the source database after each migration run (and go- live).  Itineris responsibility: Page 52 of 77 11.11.16 Itineris Change OrderCO - Transformation 8 | P a g e Transform Proposed Solution o Present an initial proposition of control counts to GUS based on previous experience and best practice o Agree on a baseline (of control counts) after review by GUS o Design the dashboard o Build the dashboard o Provide counters from the target database after each migration run (and go-live) o Consolidate source and target counters after each migration run (and go-live) It is crucial that the agreed list of control counts is supported by the accepters of the data migration, as the dashboard will typically be used as an important tool for the acceptance. Only when the accepters feel that the list of agreed control counts is representative for the complete dataset, will they feel confident in taking an informed decision. To reach the support of the accepters, they have to be involved in the composition and review of the set of control counts. 1.3. Data Entities In this section, an overview is given of the data entities (+specifications) that will be in scope of the data migration. Some entities or specifications that have been discussed in the migration workshops are explicitly mentioned in the out of scope section. Any other entities that are not mentioned in the table, or that are not in the “in scope” column, are considered out of scope. Data Entity In Scope Out of Scope Assumptions Customer Account  All Active  All Inactive with end date within last 24 months  Final Emergency Contacts (notes are out of scope for migration) No accounts in disconnect status will be migrated, i.e. none will exist at Go-Live. Party The current financially responsible party for every in scope customer account  Owner/Tenant (Data not reliable)  Other parties: roommate, spouse etc. (Data not reliable and incomplete) Consolidation of financially responsible party will be performed by GUS during data cleansing activities prior to transformation. Premises All premises in the ServiceAddress table, including COGEAMID from ESRI  Living Units (data NOT reliable)  Premises that have NEVER been linked to an occupant Every premises is migrated as a single premises (no grouped premises). Page 53 of 77 11.11.16 Itineris Change OrderCO - Transformation 9 | P a g e Data Entity In Scope Out of Scope Assumptions Landlords All unique landlords Service  All records in the Occupant table with no end date (=active)  All records in the Occupant table with start date <= 24 months Meters  All installed meters (=meters in the Meter table)  All Meters in Inventory  Any information from Infor  Meter test results All open meter exchanges/installations/ removals are completed prior to the go live freeze. Geographical Coordinates  Geo coo for each in scope service Point (=service or installed meter, tbd)  Geo coo for each in scope premises Geographical coordinates on any other entities ESRI is added as direct source for extraction so that the COGEAMID and geographical coordinates of the premises are available in the intermediary database Registers All registers on an in scope meter Modules All current modules installed on an in scope meter Historic modules on meters Street Light All currently installed street lights History  Migrated as separate assets without serial number  Serial numbers are inserted manually after go live Page 54 of 77 11.11.16 Itineris Change OrderCO - Transformation 10 | P a g e Data Entity In Scope Out of Scope Assumptions Cart All currently installed carts History Dumpster All currently installed dumpsters History Locking Device All currently installed locking devices History Backflow Device Currently installed backflow devices (including date of last successful test result)  History Backflow Device  Test results Other assets Due to not tracked in legacy:  Compactor  AC unit  Water heater  Pressure reducing valve  Irrigation controller  Meter control panel  Load management device  Current & potential transformers Drainage Pond Current ponds History Well Current wells History Solar Panel Current solar panels History Other appliances Due to not tracked in legacy:  Swimming pool  Hydrant private  Wind Turbine  Cattle through  Septic Service Orders Service Orders in Incode for the last year  Call Center tickets (Infor)  Service/Work Orders in Infor  All other service orders in Incode  Historic service orders are migrated as Cases  All open service orders are completed prior to the go live freeze Contracts  One commercial agreement per in scope premises  One or more delivery agreements per in scope Rates (rate structure and prices are configured in UMAX)  Contracts are migrated based on a template with product.  Complex structures (if any) will be migrated manually. Page 55 of 77 11.11.16 Itineris Change OrderCO - Transformation 11 | P a g e Data Entity In Scope Out of Scope Assumptions premises (Contracts do not exist in Legacy -to be created during transformation)  All ongoing move in/outs are completed prior to the go live freeze Invoice Structures One invoice structure per in scope premises (Invoice structures do not exist in Legacy –to be created during transformation) Certificates & fixed quantities Current/last known situation for each In Scope Customer History (Not available) Meter Readings  For each in scope service that has been billed in legacy: all billed meter readings for the last 24 months  For each in scope service that has not yet been billed in legacy: initial meter reading  Meter Reading requests  Consumptions calculated in Legacy system  Not billed meter readings Historic meter readings are migrated for consultation purposes only Period Quantity Period Quantities for all In Scope meter readings DAC  Most recent DAC for every in scope contract  Most recent DAC for every installed register Historic DACs Bill For each in scope customer, all bills of the past two years  Budget Billing  Non posted bills  All Bills are processed and posted prior to the go live freeze  Bills are migrated as bill header + document reference  Migrated bills are for consultation only; no automatic Page 56 of 77 11.11.16 Itineris Change OrderCO - Transformation 12 | P a g e Data Entity In Scope Out of Scope Assumptions adjustment or cancellation is supported. Customer Transactions For each in scope customer account:  Amount due on the last legacy bill  All non-settled payments, credits, others received after the last legacy bill  Unposted transactions  Settled transactions All bills and transactions are processed and posted prior to the go live freeze General Ledger For all in scope customer transactions, at least one ledger transaction (possibly split per fund for the amount due) All other general ledger transactions Cases  Service Orders as discussed in topic 'Service Orders'  TBD: which comment codes need to be a Case  Call Center tickets  ALL CommentCodes NOT in Contract or Customer or Premises  Notes  ONLY cases related to in scope entities can be migrated  GUS will archive the existing notes that can be searchable by customer number or address in Incode Deposits TBD: all deposits that have not been paid back. ALL paid deposits Deposits are in scope until decision is reached Inspections Start date of every vacant premises at go live  Historical vacancy dates  Inspection records (not available in Incode) Turn off/on reason codes None  Complete all ongoing/scheduled turn offs/ons 2 weeks prior to go live freeze  Reconnections on migrated turn offs will be handled as move ins (to be UMAX process) Page 57 of 77 11.11.16 Itineris Change OrderCO - Transformation 13 | P a g e Data Entity In Scope Out of Scope Assumptions Direct Debit File TBD: Decision recurring payments and credit cards Possible manual migration or import of journal lines Payment Plan Active Payment plans  Deposits in legacy  Historical payment plans  Complete as many open payment plans as possible prior to the go live freeze  Manual Migration because customer specific Dubious TBD; pending decision on how to migrate bad debt accounts Collection Letter TBD; Depends on decision whether or not to wave current penalties Other files  Commission commitment  Bankruptcy  Dispute  Depreciation  Lien  Refund  NSF  Disconnection Document References For each migrated bill, when available All other document references  Unique identifier to identify specific bills/account is provided by GUS  Path to the physical location or URL will be migrated (TBD) Note that the entire scope has not yet been completely defined, but it is expected that the above entities (excluding the scoping specifications) are 90% accurate. The open topics are to be discussed and clarified as soon as possible (by mid Design phase). The fact that a data entity is ‘in scope’ does not necessarily mean that the import will be automated (through a loadsheet or a sql script or an AX script). The ‘migration method’ (automated vs manually) will be determined based on the number of transactions and/or the complexity. For instance, when the number of transactions is small and complex, it may be more beneficial to import the transactions manually (e.g. payment arrangements). Page 58 of 77 11.11.16 Itineris Change OrderCO - Transformation 14 | P a g e 1.4. Source Systems It is assumed that the Georgetown Utility Legacy System (Incode) and ESRI are the main (and only) sources of the data migration. All other sources are either indirect sources for the migration are out-of-scope. Estimate Formulas Itineris has compiled an estimating process to evaluate the tasks and efforts to perform Transform tasks. This estimating* includes:  Functional Effort – Itineris Functional Consultant additional task effort to work w/Technical Transform Consultant  Transform Effort – tasks to be performed by Technical Transform Consultant  Staffing – percentage of monthly required staffing of Functional Consultant, Technical Consultant (Load) and Technical Consultant (Transform).  Complexity – each entity was analyzed and assigned a complexity level of 1-10  Estimates - Transform tasks were estimated based on the complexity of the entities and the required development, workshop attendance, testing, rework, dashboard & traceability report counts & execution required. *Estimations are based on a total of 8 data migration iterations including Go-Live. Transformation Tasks are estimated in man days and include: Transformation Development Initial development Two different formats of load tables: line and block structure 0 .00 Rework (as a result of migration runs and testing) 0.00 Dashboard + Traceability Development of all counts for intermediary environments 0.00 Error analysis (technical comparison and discussion with counts of extract and load) 0.00 Technical support - General support/assistance for migration related technical tasks. i.e. set up of intermediate tables, infrastructure, etc. -Support for ITI and GUS leads in work sessions and DM meetings 0.00 Migration runs Execution transform 0.00 Reports (traceability, dashboard) 0.00 Dry run (Mock Go-Live) Execution transform 0.00 Additional activities during dry run (roadmap meetings, infrastructure meetings, etc.) 0.00 Reports (traceability, dashboard) 0.00 Go-Live Execution transform 0.00 Reports (traceability, dashboard) 0.00 Page 59 of 77 11.11.16 Itineris Change OrderCO - Transformation 15 | P a g e Sub-Total 0.00 Itineris Functional Itineris Technical Support of Transformation  64 man days to support transformation (mapping design): This is a task done by the Itineris migration lead and the customer migration lead together, in both scenarios (transform responsibility by Itineris or by customer)  46 man days transformation support for the GUS contractor including:  Transformation guidance throughout the process to support transformation plan.  Support Transformation rule design  Data migration status meetings and follow-up, if direction is needed.  Escalation and resolution to complete plan  Technical support and guidance of how to set up particular data load tables from legacy system (e.g. for block structure load sheets)  Support to deliver data migration reports to ensure data is not lost and migration has migrated correctly.  General support and assistance as needed to successfully complete the data migration.  5 days load count support  5 days technical support 56.00 Total Kent’s estimated effort per completion of a Staffing Effort matrix totals 122.75 man days. It is assumed that Kent will remain a sub-contractor for GUS and not under the employ of Itineris. Staffing Efforts per Data Migration Consultant were estimated per month based on Itineris historical efforts and are as follows: Page 60 of 77 11.11.16 Itineris Change OrderCO - Transformation 16 | P a g e A RACI.xls has been provided as part of this Change Order for review and approval by GUS of Data Migration responsibilities. The Transform efforts being primarily completed by a GUS contractor but managed and directed by Itineris for the transformation delivery. The following deliverables’ responsible party should be revised as follows:  Del. 38 – Transformation Rules Design Responsible: Itineris/GUS  Del. 51 – Transformation Rules Development Responsible: Itineris/GUS  Del. 71 – Converted Data/Audit Trail Responsible: Itineris / GUS  Del. 73 – Trial Data Migration Responsible: Itineris / GUS  Del. 79 – Migration Final Load Responsible: Itineris / GUS Project Impact Impact Description Budget 46 man days of Itineris Transformation Support 5 man days load count report support 5 man days of technical support 56 Total man days @ project rate of $1,000 per MD = $56,000. This is a fixed price for the services provided and will not exceed $56,000 Travel and lodging expenses, if needed will be billed monthly as the work is performed and due 30 days from the date of invoice. Costs are in addition to the initially agreed upon travel budget. Resource(s) TBD Payments $ 56,000 To be billed on a Time & Material basis monthly and will not exceed $56,000. Due upon receipt of DMIA Schedule The 1st Migration run at the end of the design stage in still on track with this change control so the overall delivery schedule will not be impacted. Risk Any delay in the activities laid out in this change control to achieve the 1st migration run at the end of the design phase may result in a delay to the delivery of the overall project. Page 61 of 77 11.11.16 Itineris Change OrderCO - Transformation 17 | P a g e Approvals Item # City of Georgetown Itineris Itineris Name Byron King K. Jeanine Stone Role VP Professional Services Project Manager Signature Date Customer signature serves as an acceptance of the budget amount listed above as it relates to the description of work contained in this Change Order. Your signature also indicates you have reviewed and agree to the scope of work as detailed in any accompanying enclosures or attachments. Page 62 of 77 R:Responsible - owns/completes the tasks A: C: I:Informed - notified of decisions/results Project Project Genesis - Georgetown UMAX CIS Implementation Updated 10/19/2016 Kent Hudson Task DESCRIPTION Aloysious Sheil Load Consultant Transform Consultant James Foutz Business Process & Data Christina Richison Testing Data Migration - Analysis Phase May - August 2016 1 Data Migration Plan & Strategy (D: 17-I)R/A I C/I A C/I 2 Data (Quality) Assessment (D: 18-G)C/I I I R/A C/I 3 High Level Entity Mapping (D:19-I)R/A I C/I A C/I 4 Data Migration Workshops (D:20-I)R/A I C/I R C/I 5 Extraction and Extraction Design (D: 21-G)C/I I C/I R/A C/I 6 Data Migration Scope and Acceptance Criteria (D: 22-G)C/I I C/I R/A C/I Data Migration - Design Phase September - December 2016 7 Entity Mapping - (D: 37-I)R/A C/I C/I A C/I 8 Transformation Rules Design D: 38-I)R/A C/I R A C/I 9 Iteration Scope and & Acceptance Criteria (D: 39-G)C/I I C/I R/A C/I 10 Data Cleansing (D: 40-G)C/I I C/I R/A C/I 11 Set Up Intermediary Environments C/I I R R/A I 12 Intermediate DM Runs (mini runs for all master data entities)R/A R/A R/A R/A C/I 13 Iteration 1 - schedule to be developed in Design Phase R/A R/A R R/A C/I Data Migration - Development Phase December 2015 - May 2017 14 Transformation Rules Development (D: 51-I)R/A C/I R A C/I 15 Data Cleansing - GUS C/I I C/I R/A C/I 16 Data Migration Scripts (D: 52-I)R/A R/A C/I A C/I 17 Data Migration Dashboard (D:53-I/G)R/A C/I R R/A C/I 18 Visual Comparisons on Migrated Data C/I I I R/A A 19 Load Reports R/A R/A I I I 20 Traceability Report R/A R/A R R/A C/I 21 Error Analysis and Fixes R/A R/A R R/A C/I 22 Intermediate Runs (ad hoc Test Runs between Iterations) D: 54-I/G)R/A R/A R/A R/A C/I 23 Iteration 2 - schedule to be developed in Design Phase R/A R/A R/A R/A C/I 24 Iteration 3 - schedule to be developed in Design Phase R/A R/A R/A R/A C/I 25 Iteration 4 - schedule to be developed in Design Phase R/A R/A R/A R/A C/I Data Migration - Deployment Phase May 2017 - November 2017 26 Converted Data/Audit Trail (D:71 - I)R/A R/A R A C/I 27 Data Cleansing - GUS C/I I C/I R/A C/I 28 Intermediate Runs (ad hoc in between official runs and before Mock Go-Live)R/A R/A R/A R/A C/I 29 Iteration 5 R/A R/A R/A R/A C/I 30 Iteration 6 - Trial Data Migration (D: 73-I)R/A R/A R/A R/A C/I Data Migration - Operations Phase December 2017 31 Mock Go-Live - Iteration 7 R/A R/A R/A R/A C/I 32 Migration Final Load - Iteration 8 (D: 79-I)R/A R/A R/A R/A C/I GeorgetownItineris Data Migration RACI Accountable - Approver, to whom R is responsible Consulted - communicated with regarding decisions and tasks Page 63 of 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 SUBJECT: Cons id eration and p o s s ib le recommend ation to ap p ro ve a c o ntract with KHA Intelligence Group LLC to p ro vide transformatio n rule design, d evelopment, and d ata c o nvers io n of the legac y s ys tem d ata for Data Migratio n in the amo unt o f $83,470. -- Letic ia Zavala, Cus tomer Care Direc to r ITEM SUMMARY: The Data Migratio n P lan fo llo ws the traditio nal ET L (Extrac tion – Trans formatio n – Load) p ro cess and is a critical part of the CIS p ro ject. It c o nsists o f extrac ting data fro m the legac y (Inc o d e) s ystem, converting that d ata to a fo rmat that c o mplies with the UMAX d ata mo d el, and lo ad ing the c onverted d ata into UMAX. (See attac hed doc uments fo r diagram) A Data Migratio n Imp act Assessment was cond uc ted d uring the first phas e of the projec t to determine the effo rt needed to c omplete the trans fo rmation and mapping tas ks fo r the Data Migration P lan. The as s es s ment p ro vid ed a Res pons ib ility As s es s ment Matrix that id entified the d eliverables and as s igned res p o nsibilities fo r the migratio n o f the d ata. Kent Hud s o n, owner o f KHA Intelligence Gro up LLC, is o ne o f the original develo p ers of the Inc ode s ystem and as a res ult, has exp ert kno wledge o f the s ys tem, es pec ially as it relates to d atabas e struc tures . Mr. Hud s o n was retained through a s ole s o urc e arrangement earlier in the CIS projec t to provid e data extractio n services from the Inc ode s ys tem. This item will s ecure ad d itional hours to perform the trans fo rmation rule design, d evelopment, and data c onvers ion o f the legacy s ystem d ata into a format that complies with the UMAX d ata mo d el. STAFF RECOMMENDATION Staff rec o mmend s approval of this c o ntract to ens ure the p ro ject stays o n trac k and all conversion related d eliverables are met without an imp act to the overall projec t timeline. The lac k o f s pec ialized in ho use tec hnical expertis e nec es s itates c o ntracting with a 3rd p arty. FINANCIAL IMPACT: The c o s t was unknown in May 2016 when the s o ftware contrac t was approved . T he P ro ject Contingenc y amo unt of $500,000 inc ludes an internal c o s t estimate fo r Data Migratio n Servic es . T he general ledger acc o unt #610-9-0580-91-105 will be used to fund the $83,470 and is p art of the overall projec t b udget. Project Components Budget S o ftware & Integration Services $2,500,557 IT & Infrastruc ture 400,000 Co nsulting Services 672,180 Contingency **500,000 To tal Projec t Budget:$4,072,737 SUBMITTED BY: Leticia Zavala, C us to mer Care Directo r (skm) ATTACHMENTS: Description Type Covers heet with Diagram Backup Material Page 64 of 77 KHA Contract Backup Material Page 65 of 77 Georgetown Utility System Advisory Board Meeting Date: November 11, 2016 Item No. SUBJECT Consideration and possible recommendation to approve a contract with KHA Intelligence Group LLC to provide transformation rule design, development, and data conversion of the legacy system data for Data Migration in the amount of $83,470. ITEM SUMMARY The Data Migration Plan follows the traditional ETL (Extraction – Transformation – Load) process and is a critical part of the CIS project. It consists of extracting data from the legacy (Incode) system, converting that data to a format that complies with the UMAX data model, and loading the converted data into UMAX. A Data Migration Impact Assessment was conducted during the first phase of the project to determine the effort needed to complete the transformation and mapping tasks for the Data Migration Plan. The assessment provided a Responsibility Assessment Matrix that identified the deliverables and assigned responsibilities for the migration of the data. Kent Hudson, owner of KHA Intelligence Group LLC, is one of the original developers of the Incode system and as a result, has expert knowledge of the system, especially as it relates to database structures. Mr. Hudson was retained through a sole source arrangement earlier in the CIS project to provide data extraction services from the Incode system. This item will secure additional hours to perform the transformation rule design, development, and data conversion of the legacy system data into a format that complies with the UMAX data model. STAFF RECOMMENDATION Staff recommends approval of this contract to ensure the project stays on track and all conversion related deliverables are met without an impact to the overall project timeline. The lack of specialized in house technical expertise necessitates contracting with a 3 rd party. FINANCIAL IMPACT The cost was unknown in May 2016 when the software contract was approved. The Project Contingency amount of $500,000 includes an internal cost estimate for Data Migration Services. The general ledger account #610-9-0580-91-105 will be used to fund the $83,470 and is part of the overall project budget. Project Components Budget Software & Integration Services $2,500,557 IT & Infrastructure 400,000 Consulting Services 672,180 Contingency ** 500,000 Total Project Budget: $4,072,737 ATTACHMENTS Contract Leticia Zavala Customer Care Director Page 66 of 77 1 of 5 CONSULTATION AGREEMENT WITH THE CITY OF GEORGETOWN This Consultation Agreement (the “Agreement”) is entered into and made effective on the ______ day of ___________, _________ by and between kha Intelligence Group (“Consultant”) and the City of Georgetown, Texas (“City”). 1. Scope of Services. Consultant agrees to provide such services as are further described in Exhibit A, which is attached and incorporated herein. 2. City Terms Prevail. In the event there is a conflict between a term in Exhibit A and a term in this agreement, the terms of this agreement shall prevail. 3. Total Compensation. The total compensation paid by the City to the Consultant, including expenses, under this agreement shall not exceed $83,470. 4. Term. The term of this agreement shall be in effect until the services have been completed by Consultant, but in no event shall the term extend beyond 02/01/2018. 5. Amendments. Any changes to the terms of this agreement will not be effective unless in writing and signed by both parties. 6. Insurance. Consultant shall maintain insurance coverage appropriate for the fulfillment of this Agreement. In the event the Consultant, its employees, agents or subcontractors enter premises occupied by or under the control of the City, the Consultant agrees to maintain public liability and property damage insurance in reasonable limits covering the obligations set forth in this Agreement, and will maintain Workers’ Compensation coverage (either by insurance or if qualified pursuant to law, through a self-insurance program) covering all employees performing on premises occupied by or under control of the City. Upon request, Consultant shall provide a copy of its insurance policies to the City. 7. INDEMNITY. THE CONSULTANT SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL SUITS, ACTIONS, LEGAL PROCEEDINGS, CAUSES OF ACTION, CLAIMS, DEMANDS, DAMAGES, JUDGMENTS, LOSSES, LIENS, COSTS, EXPENSES, ATTORNEYS’ FEES AND ANY AND ALL OTHER COSTS, FEES AND/OR CLAIMS OF ANY KIND OR DESCRIPTION ARISING OUT OF, IN CONNECTION WITH OR RESULTING FROM THE AGREEMENT OR SERVICES PROVIDED UNDER THE AGREEMENT OR FROM ITS NEGLIGENCE OR WILLFUL ACT WHETHER SUCH ACT BE BY THE CONSULTANT OR ITS DESIGNEE. THE CITY, AS A GOVERNMENTAL ENTITY IN THE STATE OF TEXAS, SHALL NOT INDEMNIFY THE CONSULTANT. 8. Release by Consultant. The Consultant releases, relinquishes and discharges the City, its elected officials, officers, directors, agents, employees, representatives and volunteers from all claims, demands, and causes of action of every kind and character, including the cost of defense, for any injury to or death of any person (whether employees of either party or other Page 67 of 77 2 of 5 third parties) and any loss or damage to any property that is caused by or alleged to be caused by, arising out of, or in connection with the work it performed under this Agreement. This release shall apply regardless of whether the claims, demands and/or causes of action are covered in whole or in part by insurance. 9. Dispute Resolution. If either the Consultant or the City has a claim or dispute, the parties shall first attempt to resolve the matter through this dispute resolution process. The disputing party shall notify the other party in writing as soon as practicable after discovering the claim, dispute or breach. The notice shall state the nature of the dispute and list the party’s specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall make a good faith effort, in person or through generally accepted means, to resolve any claim, dispute, breach or other matter in question that may arise out of, or in connection with, this Agreement. If the parties fail to resolve the dispute within sixty (60) days of the date of receipt of the notice of the dispute, then the parties may submit the matter to non -binding mediation upon written consent of authorized representatives of both parties. If the parties cannot resolve the dispute through mediation, then either party shall have the right to exercise any and all remedies available under law regarding the dispute. 10. Payment Terms. All payments will be processed in accordance with Texas Prompt Payment Act, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Consultant within thirty days after of receipt of a correct invoice for services. The Consultant may charge a late fee (fee shall not be greater than that permitted under the Texas Prompt Payment Act) for payments not made in accordance with this prompt payment policy; however, the policy does not apply to payments made by the City in the event: (a) there is a bona fide dispute between the City and Consultant concerning the goods, supplies, materials, equipment delivered, or the services performed, that causes the payment to be late; (b) the terms of a federal agreement, grant, regulation or statute prevents the City from making a timely payment with Federal funds; (c) there is a bona fide dispute between the Consultant and a subcontractor and its suppliers concerning goods, supplies, material or equipment delivered, or the services performed, which caused the payment to be late; or (d) the invoice is not mailed to the City in accordance with Agreement. 11. Termination for Convenience. The City shall have the right to terminate this Agreement, in whole or in part, without cause any time upon thirty (30) calendar days’ prior written notice. Upon receipt of a notice of termination, the Consultant shall promptly cease all further work pursuant to the Agreement, with such exceptions, if any, specified in the notice of termination. The City shall pay the Consultant, to the extent of funds appropriated or otherwise legally available for such purposes, for all services performed and obligations incurred prior to the date of termination. 12. Termination for Cause. In addition to the termination rights described above, either party may terminate this Agreement effective upon written notice to the other if the other breaches any of the terms and conditions of this Agreement and fails to cure that breach within thirty (30) days after receiving written notice of the breach. In the event of an incurable breach, the non-breaching party may terminate this Agreement effective immediately upon written notice to the breaching party. Page 68 of 77 3 of 5 13. Notices. Any notice or communication permitted or required by this Agreement shall be deemed effective when personally delivered or deposited, postage prepaid, in the first class mail of the United States properly, or sent via electronic means, addressed to the appropriate party at the address set forth below: Notice to the Consultant: Kha Intelligence Group___ ATTN: Kent Hudson_____ PO Box 591____________ McKinney, TX 75070____ ______________________ Notice to the City: City of Georgetown ATTN: City Manager P.O. Box 409 Georgetown, Texas 78627 ________________@georgetown.org With a copy to: City of Georgetown ATTN: City Attorney P.O. Box 409 Georgetown, Texas 78627 ________________@georgetown.org 14. Independent Contractor. The Agreement shall not be construed as creating an employer/employee relationship, a partnership or joint venture. The Consultant’s services shall be those of an independent contractor. The Consultant agrees and understands that the Agreement does not grant any rights or privileges established for employees of the City. Consultant shall not be within protection or coverage of the City’s Worker Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City, from time to time, may have in force. 15. Force Majeure. The City and the Consultant will exert all efforts to perform the tasks set forth herein within the proposed schedules. However, neither the City nor the Consultant shall be held responsible for inability to perform under this Agreement if such inability is a direct result of a force substantially beyond its control, including but not limited to the following: strikes, riots, civil disturbances, fire, insurrection, war, embargoes, failures of carriers, acts of God, or the public enemy. 16. No Waiver. The waiver by either party of a breach or violation of any provision of this Agreement shall not operate as or be construed to be a waiver of any subsequent breach hereof. Page 69 of 77 4 of 5 17. Nondiscrimination. The Consultant, with regard to the work performed by it after award and prior to completion of this Agreement, shall not discriminate on the basis of race, color, sex, or national origin in the selection and retention of Sub-consultants, including procurements of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by any federal, state or local law. 18. Confidential Information. Each party agrees not to use, disclose, sell, license, publish, reproduce or otherwise make available the Confidential Information of the other party except and only to the extent necessary to perform under this Agreement or as required by the Texas Public Information Act or other applicable law. Confidential Information shall be designated and marked as such at the time of disclosure. Each party agrees to secure and protect the other party’s Confidential Information in a manner consistent with the maintenance of the other party’s confidential and proprietary rights in the information and to take appropriate action by instruction or agreement with its employees, consultants, or other agents who are permitted access to the other party’s Confidential Information to satisfy its obligations under this Section. The provisions of this paragraph shall survive the term of the Agreement. 19. Severability. This Agreement is severable and if any one or more parts of it are found to be invalid, such invalidity shall not affect the remainder of this Agreement if it can be given effect without the invalid parts. 20. Governing Law and Venue. This Agreement shall be governed by the laws of the State of Texas. Venue shall be located in Williamson County, Texas. 21. Successors and Assigns. This Agreement shall bind and inure to the benefit of the parties hereto and any subsequent successors and assigns. The Consultant shall not subcontract or assign responsibility for performance of any portion of this Agreement without the prior written consent of the City. 22. Third Party Beneficiaries. Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the City or the Consultant. 23. Entire Agreement. This Agreement, with all exhibits, includes the entire agreement of the City and the Consultant and supersedes all prior and contemporaneous agreements between the parties, whether oral or written, relating to the subject of this agreement. Page 70 of 77 5 of 5 THE CITY OF GEORGETOWN KHA INTELLIGENCE GROUP ______________________________ ________________________________ ________________, _____________ Kent Hudson, Owner Date Signed: ___________________ Date Signed:_______________ 11/3/2016 Page 71 of 77 Exhibit A - Scope of Work Overview: Assist Georgetown Utility Systems (GUS) with Data Migration Plan incorporating transformation rule design, development and data conversion of the Incode legacy system data to the Itineris UMAX model. Deliverables: 1. Set up Intermediary server environments 2. Design data conversion rules 3. Oversees the extraction and conversion of the legacy system data during the Data Migration Iterations (8) a. Iteration schedule to be developed with coordination from Itineris & GUS 4. Develop data conversion rules and assist with documentation 5. Create data migration dashboard 6. Create traceability Report 7. Assist with error analysis & fixes 8. Provide audit trail for converted data Work Performed: Majority of the work will be performed remotely in collaboration with the GUS and Itineris data migration project team. Contract Pricing: Travel is included in the contract pricing of $83,470. This contract is for 122.75 work days at a rate of $680 per work days. Network Access: City of Georgetown will grant the necessary server and IT UMAX infrastructure access as needed for Data Migration tasks. Page 72 of 77 City of Georgetown, Texas Utility System Advisory Board November 11, 2016 SUBJECT: Cons id eration and p o s s ib le rec o mmendation to approve a task order with Elec tSolve Technology Solutions and Service to d evelop and configure integratio ns b etween the meter d ata management sys tem and the new C IS UMAX s o ftware in the amount of $75,000. -- Leticia Zavala, C us to mer Care Directo r ITEM SUMMARY: This tas k o rd er is fo r the develo p ment and configuration of a new Web Service Interfac e for the integratio n b etween the exis ting meter data management (MDM) s o ftware (Elec tSolve/uCentra) and the new Itineris CIS sys tem (UMAX). (S ee attac hed d o cuments fo r diagram) The existing uCentra MDM s oftware p ro vides a c o mmo n infrastruc ture fo r rec eiving meter read s from the current AMR/AMI s ys tems , proc es s ing the read s to p ro d uc e billing quantity d ata, sto ring and managing d ata, and providing o ther applic ations ac cess to meter data. The Itineris UMAX software is the s ys tem o f rec o rd for c us tomers and b illing rec o rd s . It requires meter read s in o rd er to p ro vide acc urate billings to the c us to mers . The integratio ns inc lud ed in this tas k o rder b etween UMAX and uCentra enables the follo wing d ata exc hanges. Exchange ac tive cus tomer information Exchange ac tive meter informatio n Exchange b illing his tory Provide s ingle s ign o n fo r web portal Exchange meters read Exchange ad -hoc remote reques ts Exchange s ervic e order meter read s STAFF RECOMMENDATION Staff rec o mmend s approval of this c o ntract to d evelop and configure neces s ary integratio ns within the existing uCentra MDM in order to p ro vide the nec es s ary d ata exc hanges with the CIS UMAX sys tem. FINANCIAL IMPACT: The tas k o rd er includ es time and materials p ric ing at a rate of $125/ho ur whic h eq uates to 600 hours of work. T his c o s t was includ ed in the IT & infras tructure amount of the o verall projec t b udget. The general led ger acc o unt #610-9-0580-91-105 will be us ed to fund the $75,000. Project Components Budget S o ftware & Integration Services $2,500,557 IT & Infras tructure **400,000 Co nsulting Services 672,180 Co ntingenc y 500,000 To tal Projec t Budget:$4,072,737 SUBMITTED BY: Leticia Zavala, C us to mer Care Directo r (skm) ATTACHMENTS: Description Type Page 73 of 77 Covers heet with Diagram Backup Material ElectSolve Tas k Order Backup Material Page 74 of 77 Georgetown Utility System Advisory Board Meeting Date: November 11, 2016 Item No. SUBJECT Consideration and possible recommendation to approve a task order with ElectSolve Technology Solutions and Service to develop and configure integrations between the meter data management system and the new CIS UMAX software in the amount of $75,000. -- Leticia Zavala, Customer Care Director ITEM SUMMARY This task order is for the development and configuration of a new Web Service Interface for the integration between the existing meter data management (MDM) software (ElectSolve/uCentra) and the new Itineris CIS system (UMAX). The existing uCentra MDM software provides a common infrastructure for receiving meter reads from the current AMR/AMI systems, processing the reads to produce billing quantity data, storing and managing data, and providing other applications access to meter data. The Itineris UMAX software is the system of record for customers and billing records. It requires meter reads in order to provide accurate billings to the customers. The integrations included in this task order between UMAX and uCentra enables the following data exchanges .  Exchange active customer information  Exchange active meter information  Exchange billing history  Exchange meters read  Exchange ad-hoc remote requests  Exchange service order meter reads  Provide single sign on for web portal STAFF RECOMMENDATION Staff recommends approval of this contract to develop and configure necessary integrations within the existing uCentra MDM in order to provide the necessary data exchanges with the CIS UMAX system . FINANCIAL IMPACT The task order includes time and materials pricing at a rate of $125/hour which equates to 600 hours of work. This cost was included in the IT & inf rastructure amount of the overall project budget. The general ledger account #610-9-0580-91-105 will be used to fund the $75,000. Project Components Budget Software & Integration Services $2,500,557 IT & Infrastructure ** 400,000 Consulting Services 672,180 Contingency 500,000 Total Project Budget: $4,072,737 ATTACHMENTS Task Order Leticia Zavala Customer Care Director Page 75 of 77 TASK ORDER City of Georgetown (COG) uCentra Upgrade and CIS Conversion/Web Services Interface DATE: 7/29/16 TASK ORDER #: 1010 1.0 Background. City of Georgetown is requesting the development and configuration of a new Web Services Interface for the integration between the ElectSolve uCentra ODM/MDM and the new Itineris UMAX Solutions CIS that will be installed at the City of Georgetown. 2.0 Deliverales and Scope of Work. 2.1 MDM uCentra Upgrade and CIS Interface Conversion from Incode to uMAX 2.1.1 Billing process review, evaluation and change evaluation. 2.1.2 Production planning, testing and rollout. 2.1.3 Installation of latest uCentra MDM version release. 2.1.4 Interface and Integration of uMax to the uCe ntra MDM. 2.1.5 Installation of Multispeak Interfaces and other needed interfaces to synchronize and update the uCentra system from uMax; Data synchronization includes at a minimum: Meters, Customers, Accounts, Locations, Rates and all other required CIS fields. uCentra supports both Multispeak versions 3 and 4.16. File based methods and other web services will be used as required for fields not supported by Multispeak methods. 2.1.6 Billing determinant data exchange integration utilizing Webservice methods and file exchange methods as required by uMax. 2.1.7 Billing module re-configuration and testing. 2.1.8 Data conversion of existing Incode data stored in uCentra to support any conversions of key fields from Incode to uMAX 2.1.9 Parallel testing, all cycles. 2.1.10 Project Management Services; reporting, issues tracking, schedule management, meeting coordination. 3.0 Place of Performance. The Contractor shall perform tasks under this contract in accordance with Contract Exhibit A. 4.0 Travel. Travel shall be reimbursed in accordance with Contract Exhibit A. 5.0 Customer Property and Office Space. COG will provide the contractor with office space in accordance with Contract Exhibit A. Computer, printer, facsimile service, reproduction capability, Internet access and administrative support for the project as required, while working on the Task Order. Telephone service for official use and local calls only will be provided to the contractor; all other calls shall be made at the contractor’s expense. The contractor shall not use COG furnished material or equipment to work on projects other than those directed by this task order. COG furnished equipment provided to the contractor will be returned to COG in good working order. 6.0 Hazards Information. There is no requirement for the contractor to handle any hazardous material. 7.0 Security. Employees selected by the contractor for this task order must be able to pass all security requirements and back-ground checks. Page 76 of 77 8.0 Identification of Contractor Employee(s). 8.1 At the request of COG , the contractor shall provide each employee an identification (ID) badge on contract start or employment start date. The ID badge shall be made of nonmetallic material, easily readable and include employee’s name, Contractor’s name, functional area of assignment and color photograph. 8.2 Display of ID Badges: At the request of COG, Contractor personnel shall wear the ID badge at all times when performing work under this contract to include attending off -site meetings while representing COG. Unless otherwise specified in the contract, each Contractor employee shall wear the ID badg e in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. 8.3 Answering Telephones: Contractor personnel shall identify themselves as Contractor employees when answering COG telephones. 9.0 Technical Point of Contact (TPOC): Name: Erika Valentine Address: P.O.Box 661 Shreveport, La. 71162 Phone # 877-221-2055/2077 Fax # 318-861-7700 Email Address: evalentine@electsolve.com 10.0 Payment: The vendor shall bill COG on a monthly basis. 11.0 Price: Time and Materials at COG preferred rate of $125.00 per hour plus expenses (if applicable). ElectSolve recommends a budget of $75,000. Bill to: Attn: of Leticia Zavala PO #____________ SIGNED THIS ____ day of _______, 2016 CITY OF GEORGETOWN ELECTSOLVE TECHNOLOGY SOLUTIONS AND SERVICES, INC. By: ______________________________________ By: ___________________________________ Name: ___________ ________________________ Name: Mark Ponder Title: ___________________________________ Title: President/CEO Page 77 of 77