Loading...
HomeMy WebLinkAboutAgenda_GUS_03.14.2014Notice of Meeting for the Georgetown Utility System Advisory Board and the Governing Body of the City of Georgetown March 14, 2014 at 2:00 PM at Georgetown Municipal Complex, 300-1 Industrial Avenue, Georgetown, Texas The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you require assistance in participating 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 at least four (4) 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 Texas at 711. 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 The Board may, at any time, recess the Regular Session to convene in 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 C Discussion regarding the Project Progress Report, timelines including projects and Council Actions. – Michael Hallmark, Project Manager D Industry Updates Legislative Regular Agenda E Nominations and election of Vice-Chair of the GUS Board. - Arthur Yaeger, GUS Board Chair F Nominations and election of Secretary of the GUS Board. – Arthur Yaeger, GUS Board Chair G Review and possible action related to the Day and Time of GUS Board Meetings. – Arthur Yaeger, GUS Board Chair H Review and possible action to approve the minutes from the regular GUS Board meeting held on February 14, 2014. - Sheila K. Mitchell, GUS Board Liaison I Consideration and possible recommendation to approve the contract for construction of the Tin Barn Alley / 17th St / 8th St. Pavement and Utility Improvements to Patin Construction, LLC., of Taylor, Texas for the amount of $882,678.00. -- Wesley Wright, P.E., Systems Engineering Director / Michael Hallmark, Project Manager J Consideration and possible recommendation to award the contract for construction of the Park Lift Station and Miscellaneous Lift Station Improvements to Central Road and Utility of Austin, Texas in the amount of $492,000.00. - Wesley Wright, P.E., Director of Engineering / Michael Hallmark, Project Manager. K Consideration and possible recommendation to approve a contract for construction of the Solid Waste Public Drop Facility to BPI-Bauerle Partners, Inc., of Lakeway, Texas for the amount of $184,125.80. - Wesley Wright, P.E., Director of Engineering / Michael Hallmark, Project Manager L Consideration and possible recommendation to approve Task Order KPA-14-005 with Kasberg, Patrick & Associates, LP of Georgetown, Texas, for professional services related to Edwards Aquifer Recharge Zone Rehabilitation 2013-2014 in the amount of $284,540.00 -- Wesley Wright, P.E. Director of Engineering / Michael Hallmark Project Manager. M Consideration and recommendation to award a bid to Power Line Services of Houston, Texas, in the amount of $203,294.52 for labor associated with the 2014 Electric System Overhead Construction and Maintenance Projects. - Wesley Wright, P.E., Systems Engineering Director and Jim Ward, Electric Planning Supervisor Adjournment CERTIFICATE OF POSTING I, Jessica Brettle, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the ______ day of __________________, 2014, at __________, and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. ____________________________________ Jessica Brettle, City Secretary City of Georgetown, Texas SUBJECT: Call to Order The Board may, at any time, recess the Regular Session to convene in 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. ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: City of Georgetown, Texas SUBJECT: Introduction of Visitors ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: City of Georgetown, Texas SUBJECT: Discussion regarding the Project Progress Report, timelines including projects and Council Actions. – Michael Hallmark, Project Manager ITEM SUMMARY: GUS Projects: EARZ Phase 1 year 12-13 James Street EST North Georgetown Addition Park Lift Station and Miscellaneous Lift Station Improvements Public Training Facility WW Snead Drive Streets and Wastewater Improvements Solid Waste Public Drop Facility Improvements Tin Barn Alley/17th & Austin Avenue Waterline Improvements Council Actions FINANCIAL IMPACT: SUBMITTED BY: Michael Hallmark ATTACHMENTS: Description Type GUS Mar proj rpts Backup Material Council Rpt Feb mtg for Mar GUS Backup Material GUS BOARD ITEMS FORWARDED TO COUNCIL February 25, 2014 H Forwarded from Georgetown Utility System Advisory Board (GUS): Consideration and possible action to approve an amendment to Task Order 12-003 to CDM Smith of Austin, Texas in the amount of $85,746.00 for water and wastewater master plan updates -- Wesley Wright, P.E., Systems Engineer Director O Forwarded from Georgetown Utility Systems Advisory Board (GUS): Consideration and possible action to approve a contract with Techline Construction Inc. of Austin, Texas, for labor associated with various electric system overhead construction and maintenance, as well as occasional underground and emergency services, in the estimated amount of $750,000.00 -- Wesley Wright, P.E., Systems Engineering Director P Forwarded from Georgetown Utility Systems Advisory Board (GUS): Consideration and possible action to approve Task Order MS 14-002 with M&S Engineering, Inc. of Spring Branch, Texas, for engineering services related to transformer additions at the Rivery and Georgetown East Substations in the amount of $382,800 -- Jimmy Sikes/T&D Services Manager and Glenn W. Dishong, Utility Director ALL ITEMS PASSED City of Georgetown, Texas SUBJECT: Industry Updates ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: City of Georgetown, Texas SUBJECT: Nominations and election of Vice-Chair of the GUS Board. - Arthur Yaeger, GUS Board Chair ITEM SUMMARY: Per the Bylaws of the Georgetown Utility Systems Advisory Board; “Section 3.1 – Officers. The Board Officers are Chairman, Vice-Chairman and Secretary. The Chairman is appointed by the City Council during the annual appointment process. The other Board Officers are elected by a majority vote of the Members at the first meeting after the annual appointment process.” The Chair of the Board, Mr. Arthur Yaeger, will take the nominations from the floor, for position of Vice- Chair. FINANCIAL IMPACT: SUBMITTED BY: Arthur Yaeger (skm) City of Georgetown, Texas SUBJECT: Nominations and election of Secretary of the GUS Board. – Arthur Yaeger, GUS Board Chair ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: Arthur Yaeger (skm) City of Georgetown, Texas SUBJECT: Review and possible action related to the Day and Time of GUS Board Meetings. – Arthur Yaeger, GUS Board Chair ITEM SUMMARY: Per the GUS Bylaws Section 4.1 Time & Date of Regular Meeting. The Board shall meet once a month on the same week of the month, the same day of the week, at the same time, and at the same place. The regular date, time, and place of the Board meeting will be decided by the Members at the first meeting of the Board after the annual appointment process. Currently, the GUS Board meets on the second Friday of each month at 2:00 p.m. FINANCIAL IMPACT: SUBMITTED BY: Arthur Yaeger (skm) ATTACHMENTS: Description Type GUS Mgt Schedule 14-15 Backup Material GEORGETOWN UTILITY SYSTEM ADVISORY BOARD (GUS) Meeting Schedule March 2014 – February 2015 All Regular Meetings will be held on the second FRIDAY of every month at 2:00 p.m. at the Georgetown Municipal Complex, located at 300-1 Industrial Avenue Please contact Sheila Mitchell @ 512.931.7709 if you have questions regarding meeting dates or times. MARCH 14, 2014 APRIL 11, 2014 MAY 9, 2014 JUNE 13, 2014 JULY 11, 2014 AUGUST 8, 2014 SEPTEMBER 12, 2014 OCTOBER 10, 2014 NOVEMBER 14, 2014 DECEMBER 11, 2014 (Thursday) JANUARY 9, 2015 FEBRUARY 13, 2015 City of Georgetown, Texas SUBJECT: Review and possible action to approve the minutes from the regular GUS Board meeting held on February 14, 2014. - Sheila K. Mitchell, GUS Board Liaison ITEM SUMMARY: Board to review, revise and/or approve the minutes from the regular meeting held on February 14, 2014. FINANCIAL IMPACT: SUBMITTED BY: Sheila K. Mitchell/GUS Board Liaison ATTACHMENTS: Description Type GUS Feb 2014 Minutes Backup Material Notice of Meeting of the Georgetown Utility Systems Advisory Board and the Governing Body of the City of Georgetown, Texas February 14, 2014 at 2:00PM 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 at least four (4) 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 Texas at 711. Board Members Present: Robert Young; Chair, Arthur Yaeger; Vice Chair, Brian Lindsey, Bill Stump, John Hesser Board Members Absent: Robert Kostka; Secretary, Patty Eason Staff Present: Jim Briggs, Glenn Dishong, Mike Babin, Wesley Wright, Jimmy Sikes, David Munk, Chris Foster, Trina Bickford, Leticia Zavala, Sheila Mitchell Others Present: none Regular Session Called to order by Chair at 2:00pm A. Call to Order Georgetown Utility Systems Advisory 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 – introduced Mike Babin as City Deputy General Manager of Utilities. Babin has been with the City for about a month. C. Discussion regarding the Project Progress Report, timelines including projects and Council Actions. – Michael Hallmark, Project Manager Discussion: Wright updated on EARZ construction work currently under way. Approval of EARZ analysis was approved by Council; James Street EST work will be complete by end of the month; North Georgetown Addition will continue through the summer. Park Lift Station and Miscellaneous Lift Station Improvements will come to the Board next month. Wright reviewed various additional projects and their timelines. Young asked about Sun City Lift Station, which is now completed. All items passed at Council. D. Industry Updates Discussion: Briggs provided update from a state board meeting this week regarding discussion of City of New Braunfels bidding out a wastewater treatment plant project at the estimated cost of $36 million; noting equipment costs were included in bid specifications. Young asked who designed project and Briggs/Dishong elaborated on engineering firm. Further discussion continued on construction costs, proprietary equipment costs, etc. Foster then provided an update on ERCOT & PCRR’s. Briggs further explained shift in the market protocol during 1990’s- early 2000’s. Young asked about litigation between City & LCRA and Briggs stated we are filing arguments to go to the Supreme Court on the issue of Sovereign Immunity. Briggs spoke on a district court that upheld the landmark case that is the foundation for our argument. TML is now involved. If this goes to trial it may be 2015 before a date is scheduled. Other questions came from the board and Briggs provided further updates regarding the state legislature as well as the CTSUD consolidation and possible opposition in state legislature by the State Representative in Bell County. Young asked TCEQ status and Briggs explained the comment period will close next Friday (February 21) and then determination if a hearing or granting of CCN. Briggs spoke on opposition by City of Leander, as they wish to serve in a particular area. Discussion continued on support/opposition of consolidation, asset transfer, district employee benefits , health insurance, etc. Young asked about relationship with district and City staff and Briggs felt like all going well with field staff, office staff has some angst/unsettling due to the TCEQ delay, customer base has been quiet. Stump asked about the Dove Springs solar. Babin provided update on Borrego solar project regarding rooftop solar. Stated we have bid from Borrego and are working on how City would sell participation in the program. Stump discussed participation and Briggs noted a survey would be prepared to determine interest. Hesser asked and Babin spoke on where solar panels might be located, what options and reasons customers would have to participate and/or purchase power. Discussion continued on selling house and conveying panels or taking when leaving; need to determine parameters for program; generate survey for interest. Some discussion continued. Young asked and Briggs updated on lake levels noting we haven’t been using as much as we had. Rain has not been in the right areas. Dishong stated Lake Georgetown is down around 15 feet to about 776. Briggs has been speaking with David at CDM re: pumps at Lake Stillhouse, to get big pumps going around April. 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 December 12, 2013. – Sheila K. Mitchell, GUS Board Liaison Discussion: None. Motion by Hesser, seconded by Yaeger to approve the minutes from the Regular GUS Board meeting held on December 12, 2013. Approved: 5-0-2 (Kostka, Eason absent) F. Consideration and possible recommendation to approve an amendment to Task Order 12- 003 to CDM Smith of Austin, Texas in the amount of $85,746.00 for water and wastewater master plan updates. - Wesley Wright, P.E., Systems Engineer Director Discussion: Wright gave update on project stating original scope did not include incorporating CTSUD’s model into our model, as well as capital improvement needs; however with the consolidation that needs to be included. Additional sewer needs on the city’s system need to be included as well. Therefore the Change Order to the Task Order is to incorporate new items that have come up. Motion by Hesser, seconded by Stump to approve an amendment to Task Order 12-003 to CDM Smith of Austin, Texas in the amount of $85,746.00 for water and wastewater master plan updates. Further discussion: Young asked about funding and Wright reconfirmed; half of the funds for CTSUD should be recovered from CTSUD. Stump asked and Wright explained the work hours that were involved in the update of this job. Young noted the twelve tasks and Wright stated they will be phased in and impact fees will need to be updated for next year. CTSUD work will not be done until TCEQ approves consolidation. Young/Stump stated there were a lot of tasks for the amount of funds; good fee for amount of work involved. Wright further explained costs involved and costs developers could be asked to pay if they’re continuing project. No further discussion. Motion carries. Approved: 5-0-2 (Kostka, Eason absent) G. Consideration and possible recommendation for approval of a contract to Techline Construction Inc. of Austin, Texas, for labor associated with various electric system overhead construction and maintenance, as well as occasional underground and emergency services, in the estimated amount of $750,000.00. - Wesley Wright, P.E., Systems Engineering Director and Jim Ward, Electric Planning Supervisor Discussion: Wright noted electric utility operations are traditionally different than water operations. We are beginning now to go out to bid. We typically use a contract for purchasing materials and our operations crews do the work. Now we are looking at other options for labor as previous outside vendor chose not to renew and City has chosen to go out to bid. Labor contract is usually brought to board in September/October however due to changes, we feel we can work with Techline (who also does our materials contract). The Techline contract will have renewals each year. Young asked about last year compared to this year and how agreement would work with Techline. Wright explained what type of and volume of labor they would be doing; they will have a dedicated crew for city projects. Techline work is expected to start March 1st. Motion by Hesser, seconded by Lindsay for approval of a contract to Techline Construction Inc. of Austin, Texas, for labor associated with various electric system overhead construction and maintenance, as well as occasional underground and emergency services, in the estimated amount of $750,000.00. Further discussion: Stump inquired about use of LCRA contract. Bickford provided information stating we are eligible to use LCRA’s bid pricing , which was publically bid; any agreements for work we have will be separate with the vendor. No further discussion. Motion carries. Approved: 5-0-2 (Kostka, Eason absent) H. Consideration and possible recommendation to approve Task Order MS 14-002 with M&S Engineering, Inc. of Spring Branch, Texas, for design, construction support, and project management services for modifications to the existing Rivery and Georgetown East Substations in the amount of $382,800. – Jimmy Sikes/T&D Services Manager, Glenn W. Dishong/Utility Director Discussion: Sikes noted transformer at Rivery substation is for replacement of an LCRA transformer, noting we’re still in process of purchasing substations from LCRA. Rivery will be a better transformer for capacity. Georgetown East substation transformer is a new transformer; serves downtown area. This will increase liability, better utilize equipment and load moving. When transformers are brought in, we also modernize our relays in substations. Sikes noted this is for engineering services only. We are out for bid right now, closing February 26th and will bring bid back to Board in a couple of months. Motion by Hesser, seconded by Lindsey to approve Task Order MS 14-002 with M&S Engineering, Inc. of Spring Branch, Texas, for design, construction support, and project management services for modifications to the existing Rivery and Georgetown East Substations in the amount of $382,800. Further discussion: Young asked and Sikes stated we have been working with M&S Engineering; they’ve been working with us on relaying schemes; they do a great job and meet deadlines. They’ve been working with us for just over a year and have done a lot of work for Pedernales, New Braunfels, Kerrville, TXU and others. They are great in coming up with new ideas for our relaying schemes to increase reliability. Briggs asked and Sikes noted Rivery is 30MVA going to a 47MVA; East we are adding a second 47MVA. No further discussion. Motion carries. Approved: 5-0-2 (Kostka, Eason absent) Young congratulated Dishong on Manager of Year Employee Award for GUS. In addition, Leticia Zavala was awarded a Manager of the Year Employee Award. Briggs spoke about one of our electric lineman, Charles Hamilton, who recently achieved his Bachelor’s degree; we will bring him to the board meeting next month for introduction and recognition. Young also thanked staff for proving a copy of the Brazos River Authority presentation from last month’s meeting, as promised. Motion by Yaeger, seconded by Hesser to adjourn. Approved 5-0-2 (Kostka, Eason absent) Adjourned 3:24pm Adjournment Certificate of Posting I, Jessica Brettle, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the _____ day of ____________, 2013, at _________, and remained so posted for at least 72 hours preceding the scheduled time of said meeting. _____________________________________ Jessica Brettle, City Secretary City of Georgetown, Texas SUBJECT: Consideration and possible recommendation to approve the contract for construction of the Tin Barn Alley / 17th St / 8th St. Pavement and Utility Improvements to Patin Construction, LLC., of Taylor, Texas for the amount of $882,678.00. -- Wesley Wright, P.E., Systems Engineering Director / Michael Hallmark, Project Manager ITEM SUMMARY: This project will consist of replacement of approximately 479 LF of 2-inch waterline with 8-inch C-900 waterline, 94 LF of 8-inch DI waterline, 74 LF of 16-inch steel encasement by bore, and associated appurtenances. We will also be adding electric and communications conduit to convert overhead electric to underground; this will consist of the installation of conduit duct bank through the alley. This project will also be improving storm drain, sidewalk improvements with ADA ramps, and repaving the alley way with concrete, 17th street and 8th street with be repaved with HMAC. This project was publicly advertised January 12, 2014 and January 19, 2014. There were eight (8) plan holders. On February 4, 2014 at 2:00 pm bids were received from two (2) bidders. The responsive low bidder is Patin Construction LLC., of Taylor, Texas with a bid for the amount of $882,678.00. Steger & Bizzell, and staff believe they are qualified to perform the work included in the Plans and Specification within the conditions of the contract. STAFF RECOMMENDATIONS: Staff recommends approval to award the contract for construction of the Tin Barn Alley / 17th St / 8th St. Pavement and Utility Improvements to Patin Construction, LLC., of Taylor, Texas, for $882,678.00. FINANCIAL IMPACT: Funds for this expenditure are available in the 2014 Water Capital Budget. See attached Budgetary & Financial Analysis Sheet SUBMITTED BY: Wesley Wright, P.E., Systems Engineering Director / Michael Hallmark, Project Manager ATTACHMENTS: Description Type Tin Barn Alley, 17th St, 8th St Street & Utility Improvments Backup Material Recommendation of Award Backup Material 201407 Bid Tabulation Backup Material Project Number DATE: PROJECT NAME:2BV 02/13/2014 Division/Department:Director Approval Prepared By:Michael Hallmark Finance Approval La'Ke3/7/14 TOTAL ANNUAL BUDGET 1,036,804.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B)Budget Consulting 30,421.00 30,421.00 3% Right of Way 0.00 0.00 0.00 0% Construction 0.00 882,678.00 882,678.00 85% Other Costs 0.00 0.00 0.00 0% Total Current Year Costs 30,421.00 913,099.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 660-9-0580-90-161 300,000.00 247,496.00 640-9-0880-90-069 150,000.00 134,378.00 262-5-0603-52-013 , -010, -003 246,000.00 *160,000.00 610-9-0580-90-129 340,804.00 340,804.00 Total Budget 1,036,804.00 882,678.00 TOTAL PROJECT BUDGET 1,036,804.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 30,421.00 30,421.00 60,842.00 6% Right of Way 0.00 0.00 0.00 0% Construction 0.00 882,678.00 882,678.00 85% Other Costs 0.00 0.00 0.00 0% Total Project Costs 30,421.00 913,099.00 943,520.00 Comments:* Difference to be made up out of other Downtown accounts: 010 and 003 Water Services CIP- Budgetary and Financial Analysis Worksheet Tin Barn Alley/17th St/8th Street & Utiity Improvments. With Patin Construction City of Georgetown Bid No. 201407 Steger Bizzell Job No. 22158 Tin Barn Alley / 17th / 8th St Street and Utility Improvements BID TABULATION Bid Opening: 2/4/2014 @ 2:00 p.m. No.Item Description   Unit Price Total Price Unit Price Total Price Unit Price Total Price 1. Insurance, Bonds and Move‐In (≤ 5%)1LS $     43,750.00 $     43,750.00 50,000.00$    $     50,000.00 $     42,844.00 $     42,844.00  2. Videotape Project Area 1LS $       1,000.00 $       1,000.00 6,000.00$      $       6,000.00 $       1,000.00 $       1,000.00  3. Provide Traffic Control Plan 1LS $       2,000.00 $       2,000.00 3,000.00$      $       3,000.00 $       1,000.00 $       1,000.00  4. Traffic Control Implementation 1LS $       7,400.00 $       7,400.00 20,000.00$    $     20,000.00 $     20,000.00 $     20,000.00  5. Provide Trench Safety Plan 1LS $       1,500.00 $       1,500.00 3,000.00$      $       3,000.00 $       1,000.00 $       1,000.00  6. Trench Safety Implementation 1511 LF $               2.00 $       3,022.00 12.00$            $     18,132.00 $               1.00 $       1,511.00  7. TCEQ Notice of Intent 1LS $       2,000.00 $       2,000.00 6,000.00$      $       6,000.00 $          500.00 $          500.00  8. Utility Locate and Pot Hole 1LS $     12,000.00 $     12,000.00 30,000.00$    $     30,000.00 $     15,000.00 $     15,000.00  9. Force Account 50,000 DOL $               1.00 $     50,000.00 1.00$              $     50,000.00 $               1.00 $     50,000.00  TOTAL PROJECT‐WIDE BID AMOUNT TIN BARN ALLEY QUANTITIES 1.Furnish and Install 8" SDR‐26 PVC pipe 331 LF 45.00$            $     14,895.00 125.00$         $     41,375.00 $            85.00 $     28,135.00  2.Furnish and Install Concrete Encasement of Wastewater Line 279 LF 35.00$            $       9,765.00 60.00$            $     16,740.00 $            75.00 $     20,925.00  3.Furnish and Install Manhole 2 EA 3,800.00$      $       7,600.00 6,500.00$      $     13,000.00 $       7,500.00 $     15,000.00  4.Core & Re‐Coat Existing Manhole 2 EA $       1,200.00 $       2,400.00 2,000.00$      $       4,000.00 $       1,000.00 $       2,000.00  5.Connect to Wastewater Service Line 6 EA $          950.00 $       5,700.00 2,000.00$      $     12,000.00 $       1,100.00 $       6,600.00  6.Furnish and Install 4" C‐900 DR‐18 PVC pipe 189 LF $            40.00 $       7,560.00 80.00$            $     15,120.00 $            60.00 $     11,340.00  7.Furnish and Install 4" DI‐350 pipe 20 LF $            40.00 $          800.00 110.00$         $       2,200.00 $            85.00 $       1,700.00  8.Perform 12" Wet Connection 1 EA $       4,000.00 $       4,000.00 7,500.00$      $       7,500.00 $       3,500.00 $       3,500.00  9.Perform 4" Wet Connection 1 EA $       4,000.00 $       4,000.00 4,500.00$      $       4,500.00 $       2,000.00 $       2,000.00  10.Connect to Existing Water Service Line 10 EA $          800.00 $       8,000.00 2,000.00$      $     20,000.00 $       1,000.00 $     10,000.00  11.Furnish and Install 4" Gate Valve w/ Valve Box 2 EA 950.00$         $       1,900.00 1,000.00$      $       2,000.00 $       1,500.00 $       3,000.00  12.Furnish and Install 6"‐thick Concrete Pavement 380 SY $            50.00 $     19,000.00 100.00$         $     38,000.00 $          180.00 $     68,400.00  13.Furnish and Install Base Material, 8" Depth 380 SY $               8.00 $       3,040.00 100.00$         $     38,000.00 $            30.00 $     11,400.00  14.Re‐Vegetate Site with Sod 4 SY $            50.00 $          200.00 50.00$            $          200.00 $            25.00 $          100.00  15.Furnish and Install 2" HMAC Type D, incl. Mill & Sawcut 80 SY $            65.00 $       5,200.00 200.00$         $     16,000.00 $            75.00 $       6,000.00  16.Furnish and Install 2" PE SDR‐9 water pipe 63 LF $          100.00 $       6,300.00 60.00$            $       3,780.00 $            50.00 $       3,150.00  17.Remove Existing Conc. Wash Pad, Plug Drain, Repave 1 LS $       2,500.00 $       2,500.00 6,500.00$      $       6,500.00 $       7,500.00 $       7,500.00  18.Furnish and Install all electric related components 1 LS $  290,000.00 $  290,000.00 415,000.00$  $  415,000.00 $  170,000.00 $  170,000.00  TOTAL TIN BARN ALLEY BID AMOUNT 17TH STREET QUANTITIES 1.Furnish and Install 8" C‐900 DR‐18 PVC pipe 479 LF 40.00$            $     19,160.00 110.00$         $     52,690.00 $            60.00 $     28,740.00  2.Furnish and Install 8" DI‐350 pipe 20 LF 60.00$            $       1,200.00 130.00$         $       2,600.00 $            85.00 $       1,700.00  3.Furnish and Install 8" DI‐350 pipe through bore 74 LF 80.00$            $       5,920.00 125.00$         $       9,250.00 $            30.00 $       2,220.00  4.Replace and Re‐connect 2" water service lines 6 EA $       1,375.00 $       8,250.00 2,000.00$      $     12,000.00 $       1,500.00 $       9,000.00  5.Perform 8" Wet Connection 1 EA $       5,000.00 $       5,000.00 6,000.00$      $       6,000.00 $       2,500.00 $       2,500.00  6.Perform 6" Wet Connection 1 EA $       5,000.00 $       5,000.00 5,500.00$      $       5,500.00 $       2,000.00 $       2,000.00  7.Perform 2" Wet Connection 1 EA $       5,000.00 $       5,000.00 3,000.00$      $       3,000.00 $       1,500.00 $       1,500.00  $132,855.00$186,132.00 Engineer's Estimate $122,672.00 Quantity Patin Construction Royal Vista $392,860.00 $655,915.00 $370,750.00 201407 Bid Tabulation.xlsx Page 1 of 3 Prepared by Steger Bizzell (F-181) City of Georgetown Bid No. 201407 Steger Bizzell Job No. 22158 Tin Barn Alley / 17th / 8th St Street and Utility Improvements BID TABULATION Bid Opening: 2/4/2014 @ 2:00 p.m. No.Item Description   Unit Price Total Price Unit Price Total Price Unit Price Total Price Engineer's Estimate Quantity Patin Construction Royal Vista 8.Plug Existing Water Line and Abandon 2 EA $          500.00 $       1,000.00 500.00$         $       1,000.00 $       1,000.00 $       2,000.00  9.Furnish and Install 18" Bore w/ Steel Casing 74 LF $          333.00 $     24,642.00 550.00$         $     40,700.00 $          350.00 $     25,900.00  10.Remove and Replace Sidewalk 5 SY $            50.00 $          250.00 200.00$         $       1,000.00 $            80.00 $          400.00  11.Remove and Replace Damaged Concrete for Curb 15 LF 30.00$            $          450.00 50.00$            $          750.00 $            25.00 $          375.00  12.Remove and Replace ADA Curb Ramp 1 EA $       1,200.00 $       1,200.00 2,000.00$      $       2,000.00 $       5,000.00 $       5,000.00  13.Furnish and Install 8" Gate Valve w/ Valve Box 1 EA $       1,750.00 $       1,750.00 2,000.00$      $       2,000.00 $       2,500.00 $       2,500.00  14.Furnish and Install 6" Gate Valve w/ Valve Box 1 EA $       1,250.00 $       1,250.00 1,800.00$      $       1,800.00 $       2,000.00 $       2,000.00  15.Furnish and Install 2" Gate Valve 1 EA $          500.00 $          500.00 800.00$         $          800.00 $          750.00 $          750.00  16.Furnish and Install 8" full‐body tapping valve & sleeve 1 EA $       2,500.00 $       2,500.00 6,000.00$      $       6,000.00 $       3,500.00 $       3,500.00  17.Furnish and Install 6" full‐body tapping valve & sleeve 1 EA $       2,500.00 $       2,500.00 5,500.00$      $       5,500.00 $       3,000.00 $       3,000.00  18.Re‐Vegetate Site with Sod 50 SY $               3.00 $          150.00 50.00$            $       2,500.00 $            25.00 $       1,250.00  19.Install and Remove Curb or Grate Inlet Protection 4 EA $          125.00 $          500.00 1,000.00$      $       4,000.00 $          250.00 $       1,000.00  20.Furnish and Install 2" HMAC Type D, incl. Mill & Sawcut 1,890 SY $            20.00 $     37,800.00 50.00$            $     94,500.00 $            22.50 $     42,525.00  21.Remove and Replace Storm Sewer Curb Inlet (10' Type IIR) 1 LS $       5,000.00 $       5,000.00 11,500.00$    $     11,500.00 $     10,000.00 $     10,000.00  TOTAL 17TH STREET BID AMOUNT 8TH STREET QUANTITIES 1.Furnish and Install Concrete Curb & Gutter 202 LF 40.00$            $       8,080.00 50.00$            $     10,100.00 $            25.00 $       5,050.00  2.Furnish and Install Concrete Laydown Curb 211 LF 35.00$            $       7,385.00 40.00$            $       8,440.00 $            22.00 $       4,642.00  3.Furnish and Install Concrete Curb Ramps 232 SF 20.00$            $       4,640.00 50.00$            $     11,600.00 $            65.00 $     15,080.00  4.Furnish and Install Concrete Sidewalk/Ramp Landing 195 SF $            15.00 $       2,925.00 50.00$            $       9,750.00 $            25.00 $       4,875.00  5.Furnish and Install Concrete Riprap (inc. Curb Ramp Flares) (5") 251 SF $            15.00 $       3,765.00 50.00$            $     12,550.00 $            20.00 $       5,020.00  6.Furnish and Install Concrete Driveway (6") 42 SY $            60.00 $       2,520.00 100.00$         $       4,200.00 $          180.00 $       7,560.00  7.Install Brick Pavers (inc. necessary fill, foundation, leveling) 154 SY $            70.00 $     10,780.00 200.00$         $     30,800.00 $          200.00 $     30,800.00  8.Relocate Lamp Post & Foundation (inc. conduit & conductor  extensions)2EA  $       3,000.00  $       6,000.00 9,500.00$         $     19,000.00  $       2,750.00  $       5,500.00  9.Furnish and Install Electric Transformer Pad 1 LS $       5,000.00 $       5,000.00 5,000.00$      $       5,000.00 $       4,500.00 $       4,500.00  10. Furnish and Install New Parking Pavement Structure (inc. 2" HMACP  Type D, variable depth HMACP Type B, texturizing of existing  pavement, milling, and sawcutting) 275 SY  $            66.00  $     18,150.00 200.00$            $     55,000.00  $            75.00  $     20,625.00  11.Furnish and Install 4" White Striping (Traffic Paint) 278 LF 3.00$              $          834.00 10.00$            $       2,780.00 $               2.00 $          556.00  12.Furnish and Install White Handicap Striping (Traffic Paint) 1 EA $          225.00 $          225.00 2,000.00$      $       2,000.00 $          400.00 $          400.00  13.Relocate Traffic Sign (inc. new base and foundation) 2 EA $          500.00 $       1,000.00 2,500.00$      $       5,000.00 $          300.00 $          600.00  14.Furnish and Install Handicap Sign 1 EA $          500.00 $          500.00 2,000.00$      $       2,000.00 $          500.00 $          500.00  15.Relocate Fire Hydrant Assembly, Valves 1 LS $       5,000.00 $       5,000.00 4,000.00$      $       4,000.00 $       6,000.00 $       6,000.00  16.Remove Existing Handrails 2 EA $          200.00 $          400.00 2,500.00$      $       5,000.00 $          500.00 $       1,000.00  17.Refinish and Grout Existing Exposed Steps 1 LS $       3,000.00 $       3,000.00 5,000.00$      $       5,000.00 $       7,500.00 $       7,500.00  18.Furnish and Install 4'x4' Concrete Junction Box (precast or C‐I‐P) 1 EA $       2,500.00 $       2,500.00 7,500.00$      $       7,500.00 $       7,500.00 $       7,500.00  19.Make Connection to Existing 3'x2' box 1 LS 1,500.00$      $       1,500.00 25,000.00$    $     25,000.00 $       5,000.00 $       5,000.00  20.Make Connection to Existing Storm Sewer Manhole 1 LS 2,000.00$      $       2,000.00 4,000.00$      $       4,000.00 $       1,000.00 $       1,000.00  $147,860.00$129,022.00 $265,090.00 201407 Bid Tabulation.xlsx Page 2 of 3 Prepared by Steger Bizzell (F-181) City of Georgetown Bid No. 201407 Steger Bizzell Job No. 22158 Tin Barn Alley / 17th / 8th St Street and Utility Improvements BID TABULATION Bid Opening: 2/4/2014 @ 2:00 p.m. No.Item Description   Unit Price Total Price Unit Price Total Price Unit Price Total Price Engineer's Estimate Quantity Patin Construction Royal Vista 21.Furnish and Install 30" RCP Class IV (inc. bedding & pavement repair) 412 LF 200.00$         $     82,400.00 150.00$         $     61,800.00 $          135.00 $     55,620.00  22.Furnish and Install Extension of 2~6" SDR‐21 PVC Drain Pipes and  Connect to Prop. Storm Sewer Trunk 1LS  $       1,000.00  $       1,000.00 3,000.00$         $       3,000.00  $       2,000.00  $       2,000.00  23.Furnish and Install Parking Drain on Rock St 1 EA $       2,500.00 $       2,500.00 6,000.00$      $       6,000.00 $       4,000.00 $       4,000.00  24.Furnish and Install 18" RCP Class IV (inc. bedding & pavement repair) 60 LF $          150.00 $       9,000.00 110.00$         $       6,600.00 $            70.00 $       4,200.00  25.Furnish and Install Steel Bollards 3 EA $          500.00 $       1,500.00 800.00$         $       2,400.00 $       1,500.00 $       4,500.00  26.Relocate/Adjust Utility Meter Boxes 5 EA $          600.00 $       3,000.00 800.00$         $       4,000.00 $          500.00 $       2,500.00  27.Furnish and Install Painted Steel Handrail 79 LF $            80.00 $       6,320.00 200.00$         $     15,800.00 $          100.00 $       7,900.00  28.Furnish and Install Concrete Walls 97 LF $          100.00 $       9,700.00 300.00$         $     29,100.00 $            50.00 $       4,850.00  29.Adjust Valve Covers 4 EA 500.00$         $       2,000.00 700.00$         $       2,800.00 $          500.00 $       2,000.00  30.Furnish and Install Concrete Step at Tin Barn Alley 1 LS $       5,000.00 $       5,000.00 4,000.00$      $       4,000.00 $       1,000.00 $       1,000.00  31.Furnish and Install Concrete Steps at Rock St @ 8th St 1 LS $       6,500.00 $       6,500.00 6,000.00$      $       6,000.00 $       4,000.00 $       4,000.00  32.Relocate 12" Water Line (incl. all appurtenances) 1 LS $       6,000.00 $       6,000.00 8,500.00$      $       8,500.00 $       5,000.00 $       5,000.00  33.Relocate 8" Water Line (incl. all appurtenances) 1 LS $       5,200.00 $       5,200.00 15,000.00$    $     15,000.00 $       4,500.00 $       4,500.00  34.Relocate 6" Water Line (incl. all appurtenances) 1 LS $       3,800.00 $       3,800.00 7,500.00$      $       7,500.00 $       4,000.00 $       4,000.00  35.Relocate 4" Water Line (incl. all appurtenances) 1 LS $       3,000.00 $       3,000.00 7,000.00$      $       7,000.00 $       3,500.00 $       3,500.00  36.Relocate Gas Line (incl. all appurtenances) 1 LS $       5,000.00 $       5,000.00 10,000.00$    $     10,000.00 $       5,000.00 $       5,000.00  TOTAL 8TH STREET BID AMOUNT TOTAL BID ADJUSTED FOR CORRECTNESS SUBMITTED BID DIFFERENCE FROM ENGINEER'S ESTIMATE ADDENDUM #1 YY BID BOND YY STATEMENT OF EXPERIENCE YY $882,678.00 $1,525,357.00 $882,687.00 $1,525,357.00 $899,743.00 ‐2% 70% $248,278.00$238,124.00 $418,220.00 201407 Bid Tabulation.xlsx Page 3 of 3 Prepared by Steger Bizzell (F-181) City of Georgetown, Texas SUBJECT: Consideration and possible recommendation to award the contract for construction of the Park Lift Station and Miscellaneous Lift Station Improvements to Central Road and Utility of Austin, Texas in the amount of $492,000.00. - Wesley Wright, P.E., Director of Engineering / Michael Hallmark, Project Manager. ITEM SUMMARY: Several lift stations are included in this contract. This contract will include construction services for electrical improvements, including the addition of a generator at the Park Lift Station, and electrical improvements that would allow connection of a portable generator at Interceptor Lift Station, Country Club Lift Station, Rail Road Lift Station, and ACM Lift Station. Park Lift Station – the work associated with this lift station includes a new generator and associated duct bank from the generator to the lift station, automatic transfer switch, and replacement of the main disconnect and control panel. Interceptor, Country Club, Rail Road, and ACM Lift Station – The work associated with these lift stations includes the improvements to install a manual transfer switch, a quick connect for a portable generator, addition of a main disconnect, if necessary, and other appurtenances as required. STAFF RECOMMENDATIONS: CDM Smith and Staff recommend approval to award the contract for construction of the Park Lift Station and Miscellaneous Lift Station Project with Central Road and Utility, of Austin, Texas, in the amount of $492,000.00 FINANCIAL IMPACT: Funds for this expenditure are budgeted in the Wastewater CIP. See attached CIP Budgetary & Financial Analysis Sheet SUBMITTED BY: Wesley Wright, P.E., Director of Engineering / Michael Hallmark Project Manager. ATTACHMENTS: Description Type Park and Miscellaneous Lift Station Project with Central Road & Utility Backup Material Bid Evaluations and Recommendations Backup Material Park & Misc LS - Bid Tab 01-28-14 Backup Material DATE: PROJECT NAME:3CC 02/28/2014 Central Road And Utility Division/Department:GUS / Wastewater Director Approval Prepared By:Michael Hallmark Finance Approval La'Ke 2/26/14 TOTAL ANNUAL BUDGET 612,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B)Budget Consulting 0.00 0% Right of Way 0.00 0% Construction 492,000.00 492,000.00 80% Other Costs 39.18 39.18 0% Total Current Year Costs 39.18 492,039.18 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 660-9-0581-90-220 362,000.00 Transfer from 660-9-0581-90-152 250,000.00 Total Budget 612,000.00 TOTAL PROJECT BUDGET 749,149.33 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 135,000.00 0.00 135,000.00 18% Right of Way 0.00 0.00 0% Construction 492,000.00 492,000.00 66% Other Costs 2,149.33 39.18 2,188.51 0% Total Project Costs 137,149.33 492,039.18 629,188.51 Comments: Park and Miscellaneous Lift Station Project CIP- Budgetary and Financial Analysis Worksheet 12357-A Riata Trace Parkway, Suite 210 Austin, Texas 78727 tel: 512-346-1100 fax: 512-345-1483 February 26, 2014 Mr. Michael Hallmark City of Georgetown P.O. Box 409 Georgetown, Texas 78627 Subject: Park and Miscellaneous Lift Station Improvements Project Project No. 3CC Bid No. 201405 Contract No. 2014-500-C Bid Evaluation and Recommendation Dear Mr. Hallmark: Bids were received and publicly read aloud at 2:00 p.m. January 28, 2014 for the above referenced project. Three general contractors submitted bids and they are summarized below in Table 1. We have reviewed these bids and have found no discrepancies. The bids are tabulated on the attached exhibit. Central Road and Utility, Ltd. submitted the lowest bid price, $492,000.00. Table 1: Summary of Bid Tabulation Bidders Total Base Bid Central Road and Utility $492,000.00 The Barr Company $553,808.94 Austin Engineering $592,500.00 In addition to submitting their bids, each of the bidders submitted a Statement of Bidder’s Information. CDM Smith called multiple references included in the Statement of Bidder’s information as well as met with the City and Central Road and Utility to discuss the Contractor’s proposed plan for shutdowns and for bypass pumping. Based on the conversations with the references, Central Road and Utility appears qualified to perform the work associated with this project with close oversight from the City’s project manager and inspectors. Central Road and Utility also has an acceptable plan for the bypass pumping and understands the City’s requirements for temporary shutdowns, bypassing pumping, and traffic control. Based upon our review of the information provided by Central Road and Utility, CDM Smith recommends that they be awarded the contract for Park and Miscellaneous Lift Station Improvements Project in the amount of $492,000.00. City of Georgetown Park & Miscellaneous Lift Station Improvements Project No. 3CC BID TABULATION January 28, 2014 Approved Bidders Central Road & Utility The Barr Company Austin Engineering Acknowledged all Addenda X X X Provide Bid Security (5%)X X X Provide Information from 00400 X X X Base Bid Items BASE BID ITEM NO. 1: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the Park Lift Station and to the Park Pump Station, as detailed and specified, except for the items included with Base Bid Item Nos. 2 - 4. 212,000.00$ 266,981.92$ 305,000.00$ BASE BID ITEM NO. 2: Furnish and install all necessary labor, materials, equipment and incidentals necessary to pothole existing pipelines as necessary to complete the improvements for the Park Lift Station, as detailed and specified. Refer to Sheet CA- 1. 19,500.00$ 8,177.40$ 7,500.00$ BASE BID ITEM NO. 3: Furnish and install all necessary labor, materials, equipment and incidentals necessary to prepare and implement a Traffic Control Plan as necessary to complete the improvements for the Park Lift Station, as detailed and specified. Refer to Sheet CA-1. 15,500.00$ 8,177.40$ 3,500.00$ BASE BID ITEM NO. 4: Furnish and install all necessary labor, materials, equipment and incidentals necessary to provide by-pass pumping at Park Lift Station, as detailed and specified. 18,000.00$ 55,755.00$ 15,000.00$ BASE BID ITEM NO. 5: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the ACM Lift Station, as detailed and specified. 45,500.00$ 39,658.78$ 65,000.00$ BASE BID ITEM NO. 6: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the Interceptor Lift Station, as detailed and specified. 47,000.00$ 40,104.82$ 65,000.00$ BASE BID ITEM NO. 7: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the Country Club Lift Station, as detailed and specified. 49,500.00$ 36,863.60$ 60,000.00$ BASE BID ITEM NO. 8: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the Railroad Lift Station, as detailed and specified, except for the items included with Base Bid Items Nos. 9 and 10. 40,000.00$ 34,157.62$ 50,000.00$ BASE BID ITEM NO. 9: Furnish and install all necessary labor, materials, equipment and incidentals necessary to prepare and implement a Traffic Control Plan as necessary to complete the improvements for the Railroad Lift Station, as detailed and specified. 17,500.00$ 8,177.40$ 3,500.00$ BASE BID ITEM NO. 10: Furnish and install all necessary labor, materials, equipment and incidentals necessary to provide by-pass pumping at Railroad Lift Station, as detailed and specified. 27,500.00$ 55,755.00$ 18,000.00$ Total - Base Bid (Item Nos. 1-10)492,000.00$ 553,808.94$ 592,500.00$ City of Georgetown Park & Miscellaneous Lift Station Improvements Project No. 3CC BID TABULATION January 28, 2014 Approved Bidders Central Road & Utility The Barr Company Austin Engineering Acknowledged all Addenda X X X Provide Bid Security (5%)X X X Provide Information from 00400 X X X Base Bid Items BASE BID ITEM NO. 1: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the Park Lift Station and to the Park Pump Station, as detailed and specified, except for the items included with Base Bid Item Nos. 2 - 4. 212,000.00$ 266,981.92$ 305,000.00$ BASE BID ITEM NO. 2: Furnish and install all necessary labor, materials, equipment and incidentals necessary to pothole existing pipelines as necessary to complete the improvements for the Park Lift Station, as detailed and specified. Refer to Sheet CA- 1. 19,500.00$ 8,177.40$ 7,500.00$ BASE BID ITEM NO. 3: Furnish and install all necessary labor, materials, equipment and incidentals necessary to prepare and implement a Traffic Control Plan as necessary to complete the improvements for the Park Lift Station, as detailed and specified. Refer to Sheet CA-1. 15,500.00$ 8,177.40$ 3,500.00$ BASE BID ITEM NO. 4: Furnish and install all necessary labor, materials, equipment and incidentals necessary to provide by-pass pumping at Park Lift Station, as detailed and specified. 18,000.00$ 55,755.00$ 15,000.00$ BASE BID ITEM NO. 5: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the ACM Lift Station, as detailed and specified. 45,500.00$ 39,658.78$ 65,000.00$ BASE BID ITEM NO. 6: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the Interceptor Lift Station, as detailed and specified. 47,000.00$ 40,104.82$ 65,000.00$ BASE BID ITEM NO. 7: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the Country Club Lift Station, as detailed and specified. 49,500.00$ 36,863.60$ 60,000.00$ BASE BID ITEM NO. 8: Furnish and install all necessary labor, materials, equipment and incidentals necessary to complete in place improvements to the Railroad Lift Station, as detailed and specified, except for the items included with Base Bid Items Nos. 9 and 10. 40,000.00$ 34,157.62$ 50,000.00$ BASE BID ITEM NO. 9: Furnish and install all necessary labor, materials, equipment and incidentals necessary to prepare and implement a Traffic Control Plan as necessary to complete the improvements for the Railroad Lift Station, as detailed and specified. 17,500.00$ 8,177.40$ 3,500.00$ BASE BID ITEM NO. 10: Furnish and install all necessary labor, materials, equipment and incidentals necessary to provide by-pass pumping at Railroad Lift Station, as detailed and specified. 27,500.00$ 55,755.00$ 18,000.00$ Total - Base Bid (Item Nos. 1-10)492,000.00$ 553,808.94$ 592,500.00$ City of Georgetown, Texas SUBJECT: Consideration and possible recommendation to approve a contract for construction of the Solid Waste Public Drop Facility to BPI-Bauerle Partners, Inc., of Lakeway, Texas for the amount of $184,125.80. - Wesley Wright, P.E., Director of Engineering / Michael Hallmark, Project Manager ITEM SUMMARY: This will include the construction of the drop area; safety features, curb stops, rails, retaining walls, public/waste container transport drive configuration, and repaving the drive surface. This project was publicly advertised January 19, 2014 and January 26, 2014. There were six (6) plan holders. On February 14, 2014 at 2:00 pm bids were received from five (5) bidders. The responsive low bidder is BPI-Bauerle Partners, Inc., of Lakeway, Texas with a bid for the amount of $184,125.80. Steger & Bizzell, and staff believe they are qualified to perform the work included in the Plans and Specification within the conditions of the contract. STAFF RECOMMENDATION: Steger and Bizzell Engineering and Staff recommend approval to award the contract for construction of the Solid Waste Public Drop Facility to BPI-Bauerl Partners, Inc., of Lakeway, Texas in the amount of $184,125.80. FINANCIAL IMPACT: Please see CIP-Budgetary and Financial Analysis Worksheet SUBMITTED BY: Wesley Wright, P.E., Director of Engineering / Michael Hallmark, Project Manager ATTACHMENTS: Description Type Public Drop Facility With BPI Backup Material Pictures Backup Material Recommendation Letter Backup Material DATE: PROJECT NAME:6DF 02/25/2014 BPI-Bauerle Partners Division/Department:GUS / Wastewater Director Approval Prepared By:Michael Hallmark Finance Approval La'Ke2/26/14 TOTAL ANNUAL BUDGET 350,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B)Budget Consulting 0.00 Right of Way/ Land 0.00 Construction 184,125.80 184,125.80 53% Other Costs 42.00 42.00 0% Total Current Year Costs 42.00 184,167.80 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 120-9-0380-90-161 350,000.00 Total Budget 350,000.00 TOTAL PROJECT BUDGET 350,000.00 Estimated (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 55,952.00 55,952.00 16% Right of Way/ Land 0.00 0.00 0% Construction 184,125.80 184,125.80 53% Other Costs 42.00 42.00 0% Total Project Costs 55,952.00 184,167.80 240,119.80 Comments: Georgetown Public Drop Facility CIP- Budgetary and Financial Analysis Worksheet City of Georgetown, Texas SUBJECT: Consideration and possible recommendation to approve Task Order KPA-14-005 with Kasberg, Patrick & Associates, LP of Georgetown, Texas, for professional services related to Edwards Aquifer Recharge Zone Rehabilitation 2013-2014 in the amount of $284,540.00 -- Wesley Wright, P.E. Director of Engineering / Michael Hallmark Project Manager. ITEM SUMMARY: The Texas Commission Environmental Quality (TCEQ) regulations require that wastewater collection systems over the Edward Aquifer Recharge Zone (EARZ) be tested and defects be corrected. GUS Water Services Department performs all testing of the wastewater system and Kasberg, Patrick and Associates (KPA) reviews the city testing data and recommends remedial action needed to prevent exfiltration into aquifer. This item takes the remediation recommendation and engages the services of KPA to perform the necessary design, bidding, and construction management to enact the recommended repairs. KPA is qualified because of their experience with reviewing City of Georgetown EARZ testing data and numerous projects they have done for the city. Pursuant to the Master Services Agreement, Task Order KPA-14-005 (attached) defines the scope of work as: surveying, schematic design, final design, bidding, and construction administration for the rehabilitation of defects in the existing wastewater system identified in the EARZ 2013-2014 testing. Improvements will replace by open cut and/or rehabilitate through trenchless or cured-in-place technologies, the existing vitrified clay piping system, offset pipe joints and brick manholes which are failing with a sound wastewater system that will adhere to current TCEQ regulations. STAFF RECOMMENDATIONS: Staff recommends executing Task Order KPA-14-005 for professional services relating to Edwards Aquifer Recharge Zone Rehabilitation 2013-2014 with Kasberg, Patrick, & Associates, LP of Georgetown, Texas, in the amount of $284,540.00 FINANCIAL IMPACT: Funds for this expenditure are budgeted in the Wastewater CIP. See attached CIP Budgetary & Financial Analysis Sheet. SUBMITTED BY: Wesley Wright, P.E. Director of Engineering / Michael HAllmark Project Manager. ATTACHMENTS: Description Type Task Order KPA-14-005 For EARZ 2013-2014 Final Design Backup Material Task Order KPA 14-005 final Design Backup Material DATE: PROJECT NAME:3CG 02/26/2014 Final Design Division/Department:GUS / Wastewater Director Approval Prepared By:Michael Hallmark Finance Approval La'Ke2/26/14 TOTAL ANNUAL BUDGET 2,000,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B)Budget Consulting 0.00 284,540.00 284,540.00 14% Right of Way 0.00 0% Construction 1,628,050.00 1,628,050.00 81% Other Costs 0.00 0% Total Current Year Costs 1,628,050.00 1,912,590.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 660-9-0581-90-037 2,000,000.00 Total Budget 2,000,000.00 TOTAL PROJECT BUDGET 3,000,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 165,838.00 284,540.00 450,378.00 15% Right of Way 0.00 0.00 0% Construction 1,628,050.00 1,628,050.00 54% Other Costs 765,794.52 0.00 765,794.52 26% Total Project Costs 931,632.52 1,912,590.00 2,844,222.52 Comments: Task Order KPA-14-005 for EARZ 2013-2014 CIP- Budgetary and Financial Analysis Worksheet City of Georgetown, Texas SUBJECT: Consideration and recommendation to award a bid to Power Line Services of Houston, Texas, in the amount of $203,294.52 for labor associated with the 2014 Electric System Overhead Construction and Maintenance Projects. - Wesley Wright, P.E., Systems Engineering Director and Jim Ward, Electric Planning Supervisor ITEM SUMMARY: The Energy Services Department requires outside labor for upcoming overhead construction associated with 2014 Capital Improvement Plan (CIP) projects as internal resources are currently allocated to other projects. The following projects were bid competitively: FM 1460 Road Widening – Relocation of overhead and underground facilities for the FM 1460 road expansion project. All services requiring relocation are in the existing TxDOT right-of-way; therefore, GUS will not receive funding reimbursement for this project. Vine Street Reconductor and Tie – CIP project to handle additional load to the system and provide additional options to restore services and balance system load during peak demand periods. Georgetown East 60 Feeder Voltage Conversion - Preparing the system for upgrade distribution voltage conversion from 12kV to 25kV. This is part of the overall plan to replace substation transformers and support the system with the increasing load demand. The upgrade will provide better options in redirecting load from one substation to another, also known as “back-standing” the distribution circuit/system. All three projects were bid together and advertised on January 26, 2014 and February 2, 2014. On February 21, 2014 bids were received from six bidders. The lowest responsive, responsible bidder was Power Line Services of Houston, Texas with a bid for all three projects totaling $203,294.52 which is within 5% of the engineer's estimate of $195,000. McCord Engineering and staff believe they are qualified to perform the work included in the Plans and Specification of the bid. FINANCIAL IMPACT: This project is within budget and funds are included in the current year CIP budget (account #610-9-0580- 90-300). Please see attached budget worksheet SUBMITTED BY: Wesley Wright ATTACHMENTS: Description Type GUS - 2014 Electric Overhead Bid Budget form Backup Material Engineer's Recommendation of Award Backup Material Bid Tabulations Backup Material DATE: PROJECT NAME:49G 03/03/2014 Division/Department:GUS/Electric Director Approval Prepared By:Wesley Wright, P.E.Finance Approval La'Ke 3/5/14 TOTAL ANNUAL BUDGET 2,810,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B)Budget Consulting 33,560.14 33,560.14 1% Right of Way 0.00 0% Construction 105,543.78 203,294.52 308,838.30 11% Other Costs 437,047.17 437,047.17 16% Total Current Year Costs 576,151.09 779,445.61 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 610-9-0580-90-300 Electric System Improv.2,810,000.00 Total Budget 2,810,000.00 TOTAL PROJECT BUDGET 2,810,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 33,560.14 33,560.14 1% Right of Way 0.00 0.00 0% Construction 308,838.30 308,838.30 11% Other Costs 437,047.17 437,047.17 16% Total Project Costs 0.00 779,445.61 779,445.61 Comments: 2014 Electric System Overhead Construction and Maintenance Projects CIP- Budgetary and Financial Analysis Worksheet McCord Engineering, Inc. P.O. Box 10047 College Station, TX 77845 2/28/2014 Bidder Project 1 Total Project 2 Total Project 3 Total Lump Sum Total Power Line Services 50,804.62 53,232.01 99,257.89 203,294.52 Willbros T&D Services, LLC 31,873.00 63,196.00 144,225.00 239,294.00 Bright Star Solutions 38,776.00 53,769.00 166,591.00 259,136.00 Bird Electric 67,735.73 88,368.94 259,946.31 416,050.98 Sentry Engineering Group 109,305.72 147,325.10 228,116.29 484,747.11 Power Secure Utility 376,385.80 397,490.07 829,129.03 1,603,004.90 BID TABULATION CITY OF GEORGETOWN, TEXAS Electric Distribution System 2013-2014 CIP Overhead Construction Projects (Labor Only) Bid #201406, Contract #2014-501-C McCord Engineering, Inc. P.O. Box 10047 College Station, TX 77845 3/3/2014 Bidder Project 1 Total Project 2 Total Project 3 Total Lump Sum Total Power Line Services 50,804.62 53,232.01 99,257.89 203,294.52 Willbrox T&D Services, LLC 31,873.00 63,196.00 144,225.00 239,294.00 Bright Star Solutions 38,776.00 53,769.00 166,591.00 259,136.00 Bird Electric 67,735.73 88,368.94 259,946.31 416,050.98 Sentry Engineering Group 109,305.72 147,325.10 228,116.29 484,747.11 Power Secure Utility 376,385.80 397,490.07 829,129.03 1,603,004.90 BID EVALUATION CITY OF GEORGETOWN, TEXAS Electric Distribution System 2013-2014 CIP Overhead Construction Projects (Labor Only) Bid #201406, Contract #2014-501-C City of Georgetown, Texas SUBJECT: ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: