Loading...
HomeMy WebLinkAboutAgenda_GUS_06.08.2018Notice of Meeting for the Georgetown Utility System Adv isory Board and the Gov erning Body of the City of Georgetown June 8, 2018 at 2:00 PM at Georgetown Municipal Complex, 300-1 Industrial Av enue, Georgetown TX The City o f G eo rgeto wn is committed to comp lianc e with the Americans with Dis abilities Ac t (ADA). If yo u req uire as s is tanc e in participating at a p ublic meeting d ue to a disability, as d efined und er the ADA, reas onab le as s is tance, ad ap tatio ns , or acc o mmo d ations will b e provid ed up o n req uest. P leas e c o ntact the City Sec retary's Office, at leas t three (3) days prior to the sc hed uled meeting d ate, at (512) 930-3652 o r City Hall at 113 Eas t 8th Street fo r add itional info rmation; TTY us ers ro ute through Relay Texas at 711. Regular Session (This Regular S es s io n may, at any time, b e rec es s ed to convene an Exec utive S es s io n fo r any p urpose authorized b y the Op en Meetings Act, Texas Go vernment Co d e 551.) A Call to Ord er The Board may, at any time, rec es s the R egular S es s io n to convene in Exec utive S es s io n at the reques t of the Chair, a Board Memb er, the City Manager, As s is tant City Manager, G eneral Manager of Utilities, City Co uncil Member, o r legal c o uns el for any p urpos e authorized b y the Op en Meetings Act, Texas Government C o d e Chapter 551, and are s ubjec t to actio n in the Regular Ses s ion that follows . B Introduction of Vis itors Emp lo yee R ec ognitio n -- None submitted at time o f posting C June 2018 GUS Projec t Updates and May Counc il Ac tion - Wesley Wright, P.E., Sys tems Engineering Direc tor/Michael Hallmark, CIP 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 May 11, 2018. - Sheila K. Mitchell, GUS Board Liais o n F Co nsideration and possible recommendatio n to ap p ro ve Task Order CDM-18-004 with CDM Smith Inc . of Austin, Texas for p ro fes s io nal s ervic es related to the Ced ar Breaks to Pas to r Ded icated Water Line in the amo unt of $305,000.00 - Wesley Wright, P.E., Sys tems Engineering Direc tor/Michael Hallmark, CIP Manager. G Co nsideration and possible recommendatio n to exerc is e an optio n to renew an Agreement with Hyd roP ro So lutio ns LLC for p ro viding Mas ter Meter water meters and registers fo r the Ad vanced Metering Infras tructure s ys tem with a no t to exc eed amo unt o f $1,000,000. -- Glenn W. Dis ho ng, Utility Directo r/Ros emary Led es ma, Purchas ing Manager Page 1 of 106 H Co nsideration and possible recommendatio n to renew an Agreement with Wes co Distrib utio n, Inc. to provid e Honeywell elec tric meters and related items fo r the Ad vanced Metering Infras tructure s ystem in an amount not to exceed $420,000. -- Glenn W. Dis hong, Utility Direc tor/R o s emary Ledesma, Purc hasing Manager I Dis cus s ion and pos s ible recommend ation o n the F Y19 Capital Improvement Plan - Wes ley Wright, P.E., Systems Engineering Directo r J Co nsideration and p o s s ib le rec ommend ation regarding the 2018 Imp act Fee s tud y and c o mmittee find ings . -- Chels ea Solomon, Utility Engineer/C hristo p her Foster, Manager o f Res o urc e Planning and Integration K Dis cus s ion regarding the 2018 Water Servic es Rate Study. -- Chris topher F o s ter, Manager of Res ourc e Planning and Integratio n (no action required) L Co nsideration and p o s s ib le actio n to set a Spec ial G US Board meeting o n F rid ay, June 15, 2018. -- Christo p her F o s ter, Manager of Resourc e P lanning and Integration M Co nsideration and possible rec ommend ation regarding p ro p o s ed changes to the Elec tric Utility’s c onnec t fees and line extens io n p o licy. – Chris top her Fos ter, Manager o f Res ourc e Planning and Integratio n N Executive Session In c o mp lianc e with the Open Meetings Ac t, Chap ter 551, Government C o d e, Verno n's Texas Co d es , Anno tated, the item lis ted b elo w will b e d is c us s ed in c lo s ed session and is s ub ject to ac tion in the regular session. Sec. 551.086 Competitive Matters Co nsideration, d is cus s io n, and possible rec o mmendatio n o n the 2019 Elec tric Capital Improvement Plan - Wesley Wright, P.E., Sys tems Engineering Direc tor Sec. 551.086 Competitive Matters Co nsideration and pos s ible rec o mmendatio n regard ing p ropos ed c hanges to the Elec tric Utility’s R ates from the 2018 R ate Study. – Chris topher Fos ter, Manager o f Res o urc e Planning and Integratio n O Actio n from Executive S es s io n - 2019 Elec tric C ap ital Imp ro vement Plan (action required) - Elec tric Utility R ates (action required) 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 __________________, 2018, 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 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 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 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: June 2018 GUS P ro ject Up d ates and May C o unc il Actio n - Wes ley Wright, P.E., S ystems Engineering Direc to r/Mic hael Hallmark, CIP Manager. ITEM SUMMARY: GUS Updates - June 2018 Airport GST Rehab. Rehab has begun. Slud ge remo val co mp lete. Interior Sand b las ting, p rimer and intermediate c o ating is comp lete. Hallid ay testing to be done 5-21-18 and to uc hup s to be c o mp leted Berry Creek Wastewater Interceptor Staff and projec t team have finis hed draft info rmation for p res entatio n with County Commissioners related to p ro ject up d ates. A meeting was held with Commissioner Covey to review the d raft info rmatio n and s ubsequent meetings are being s ched uled with County C o mmis s io ners, the Jud ge, prior to full pres entatio n to the Co urt in June. The report find ings support original evaluation, that enviro nmentally and projec t imp act will b e the leas t imp actful to the p ark and s p rings if the original gravity route is followed . There will be s o me disrup tion to the trail within the park but o verall the route and impac t will not negatively imp ac t s pring o p erations , now o r in the future. Braun Elevated Storage Tank (EST) Tentative Bid Augus t o f 2018 with Co ns truc tion starting late Dec ember 2018 of a 3.0 MG c o mpos ite Elevated S torage Tank to rep lace the exis ting 0.75 MG EST Cedar Breaks to Pasto r Dedicated Water Line Tas k Order cons id eration by GUS Board 6/6/18 & City Co uncil 6/26/18 CR 255 Recommended b y GUS 10/09/15, ap p ro ved b y CC on 10/27/15. Preliminary Cons tructio n Plans are near 80% complete & Eas ements 50% c o mp lete. Do mel Pump Statio n 3 Pump C o ntro l valves installed & Mo tor Control Center b uilding being ins talled EARZ 2018 – Area 1 Tas k Order ap p ro ved b y GUS Board for ap p ro val 4/3/18 & approved b y City Counc il 4/24/18. Pro jec t to Bid late summer 2018 Lake WTP Chemical Storage Improvements Tas k Order ap p ro ved b y GUS Board 12/8/17 & City Co uncil 12/12/17. Tentatively o ut for Bid Summer 2018 Lake WTP Raw Water Intake & Pump Station Improvements Recommendatio n o f Award given to Huffman Contrac tors, approved b y City Counc il 5/22/18 Mission Oaks Offsite Water Line In Des ign Phas e estimated to Bid late s ummer o f 2018 Park Lift Station Tas k Order recommend ed by GUS 2/10/17& ap p ro ved b y City Co unc il 2/18/17. 100% Des ign Plans being reviewed by S taff, Bids late s ummer of 2018 Pasto r Pump Statio n NTP d ate Mo nday 4/16/18, PreCons truc tion Meeting held , s ubmittals under review and T Mo rales will start with UG elec tric duct banks & trans former p ad wo rk Page 4 of 106 Pecan Branch WWTP NTP 7/17/17, Last sec tion of the elevated walk way was plac ed early las t week, s hould start with the hand rails this week. Exp ected to s tart s inking the new wet well s truc ture this week San Gabriel Wastewater Treatment Plant – Belt Press Tas k Order ap p ro ved b y GUS Board 3/9/18 & b y City Counc il 3/27/18. Bids February 2019 Shell Road Water line Final Des ign P lans are 90% complete & Eas ements are 60% complete Sun City 2.0 MG Elevated Storage Tank NTP is s ued fo r 12/18/17, F o und ation and Starter wall fo r c o lumn is in plac e. Setting fo und ation fo r c rane. CET C rews s ched uled to b e o ns ite 6/4/1 Water Tank Rehab- 2018 CDM Tas k Ord er rec o mmended b y GUS Bo ard 12/8/17 & approved b y Counc il 12/12/17 Tentatively Out fo r Bid late s ummer 2018 Westinghouse Regional Lift Station NTP – 1/3/17, Lift Station on line, Park Central wastewater divers ion line being tested . Valve tes ting c o mpleted @ S tonehedge Lift May Council Action - attached FINANCIAL IMPACT: N/A SUBMITTED BY: Wes ley Wright, P.E., S ystems Engineering Direc to r/Mic hael Hallmark, CIP Manager. ATTACHMENTS: Description Type June 2018 GUS Updates Cover Memo May Council Action Backup Material Page 5 of 106 GUS Item Update Coversheet June 2018 Airport GST Rehab. Rehab has begun. Sludge removal complete. Interior Sandblasting, primer and intermediate coating is complete. Halliday testing to be done 5-21-18 and touchups to be completed Berry Creek Wastewater Interceptor Staff and project team have finished draft information for presentation with County Commissioners related to project updates. A meeting was held with Commissioner Covey to review the draft information and subsequent meetings are being scheduled with County Commissioners, the Judge, prior to full presentation to the Court in Late May or Early June. The report findings support original evaluation, that environmentally and project impact will be the least impactful to the park and springs if the original gravity route is followed. There will be some disruption to the trail within the park but overall the route and impact will not negatively impact spring operations, now or in the future. Braun Elevated Storage Tank (EST) Tentative Bid August of 2018 with Construction starting late December 2018 of a 3.0 MG composite Elevated Storage Tank to replace the existing 0.75 MG EST Cedar Breaks to Pastor Dedicated Water Line Task Order consideration by GUS Board 6/6/18 & City Council 6/26/18 CR 255 Recommended by GUS 10/09/15, approved by CC on 10/27/15. Preliminary Construction Plans are near 80% complete & Easements 50% complete Domel Pump Station 3 Pump Control valves installed & Motor Control Center building being installed EARZ 2018 – Area 1 Task Order approved by GUS Board for approval 4/3/18 & approved by City Council 4/24/18. Project to Bid late summer 2018 Lake WTP Chemical Storage Improvements Task Order approved by GUS Board 12/8/17 & City Council 12/12/17. Tentatively out for Bid Summer 2018 Lake WTP Raw Water Intake & Pump Station Improvements Recommendation of Award given to Huffman Contractors, approved by City Council 5/22/18 Page 6 of 106 Mission Oaks Offsite Water Line In Design Phase estimated to Bid late summer of 2018 Park Lift Station Task Order recommended by GUS 2/10/17& approved by City Council 2/18/17. 100% Design Plans being reviewed by Staff, Bids late summer of 2018 Pastor Pump Station NTP date Monday 4/16/18, PreConstruction Meeting held, submittals under review and T Morales will start with UG electric duct banks & transformer pad work Pecan Branch WWTP NTP 7/17/17, Last section of the elevated walk way was placed early last week, should start with the hand rails this week. Expected to start sinking the new wet well structure this week San Gabriel Wastewater Treatment Plant – Belt Press Task Order approved by GUS Board 3/9/18 & by City Council 3/27/18. Bids February 2019 Shell Road Water line Final Design Plans are 90% complete & Easements are 60% complete Sun City 2.0 MG Elevated Storage Tank NTP issued for 12/18/17, Foundation and Starter wall for column is in place. Setting foundation for crane. CET Crews scheduled to be onsite 6/4/18 Water Tank Rehab- 2018 CDM Task Order recommended by GUS Board 12/8/17 & approved by Council 12/12/17 Tentatively Out for Bid late summer 2018 Westinghouse Regional Lift Station NTP – 1/3/17, Lift Station on line, Park Central wastewater diversion line being tested. Valve testing completed @ Stonehedge Lift Page 7 of 106 Project: Airport GST Rehab Project# 2CQ Update – June 2018 Project Description: This project will consist of the rehabilitation of the ground storage tank used to provide reclaim water to Sun City Golf Courses. Purpose: The purpose of this project is includes repairing tank, removal of existing coating on interior and exterior of tank and applying a new coating system. Also will include other various repairs. Project Manager: Chris Pousson Engineer: Dunham Engineering, Inc. Contractor: E.J. Chris Contracting Phase Start Finish Status / Comments Preliminary Engineering December 2016 June 2017 ROI complete. Final Design June 2017 August 2017 100% complete ROW / Easements N/A N/A N/A Bid / Award Bid # August 2017 October 2017 GUS Board approved 10/13/17 – City Council approved on 10/24/17 Construction December 2017 Rehab has begun. Sludge removal complete. Interior Sandblasting, primer and intermediate coating is complete. Halliday testing to be done 5-21-18 and touchups to be completed. Post Construction Page 8 of 106 Project: Berry Creek Wastewater Interceptor Project# 3CJ Update – June 2018 Project Description: This project will consist of approximately 15,000 linear feet of wastewater interceptor ranging in diameter from 36-inch to 30-inch from the existing Berry Creek lift station to the existing Sun City lift station. The alignment of the interceptor will generally follow Berry Creek. Purpose: The purpose of this project is to add wastewater capacity in Sun City, provide wastewater service to the Shell road area, and will allow Sun City Lift Station to come off line when the future phases are complete. Project Manager: Ken Taylor Engineer: CDM Smith Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering May 2015 February 2016 Recommended by GUS 5/8/15 approved by CC 5/26/15. Final Design February 2016 March 2018 90% complete ROW / Easements June 2015 30% complete Bid / Award Bid # Construction Post Construction Page 9 of 106 Project: Berry Creek Wastewater Interceptor Phase 1,2, &3 Project# Update – June 2018 Project Description: This project will consist of approximately 21,500 linear feet of wastewater interceptor ranging in diameter from 36-inch to 48-inch from the existing Berry Creek lift station to the existing Pecan Branch Wastewater Plant. The alignment of the interceptor will generally follow Berry Creek. Purpose: The purpose of this project is to add wastewater capacity in Sun City, provide wastewater service to the Shell road area, and will allow Sun City Lift Station to come off line. Project Manager: Ken Taylor Engineer: Walker partners, LLC Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering November 2017 November2018 Recommended by GUS 10/13/17 Approved by City Council 10/23/17. Boring samples being analyzed Final Design November 2018 January 2019 ROW / Easements Bid / Award Bid # Construction January 2019 April 2020 Post Construction Page 10 of 106 Project: Braun EST Project# 2JG Update – June 2018 Project Description: This project involves - Design, bidding and general services during construction for a 3 MG elevated storage tank (EST) at the Braun EST site Purpose: The purpose of this project is to add additional elevated water storage capacity and meet the demands of the water system in the 1178 pressure plane. Project Manager: Ken Taylor Engineer: CDM Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering January 2018 March 2018 Task Order approved by GUS Board 12/8/17 & by City Council 12/12/17 Final Design April 2018 July 2018 ROW / Easements Bid / Award Bid # September 2018 October 2018 Tentative Bid August 2018 with Construction starting late December 2018 of a 3.0 MG composite Elevated Storage Tank to replace the existing 0.75 MG EST Construction Post Construction Page 11 of 106 Project: Cedar Breaks EST – Pastor 24 Inch Dedicated Water Line Project# 2JI Update – June 2018 Project Description: This project will consist of approximately 12,000 linear feet water line that will run from Cedar Breaks Elevated Storage Tank to the Pastor Ground Storage Tank. The water line will run in DB Woods Rd right-of-way for the northern portion of the alignment and around the north and western border of Wood Ranch for the southern portion. Purpose: The purpose of this project is to run a dedicated water line from Cedar Breaks EST to Pastor Pump Station, this dedicated 24-inch waterline will allow the Pastor Pump Station to fill without depleting the existing distribution system and effecting fire flow. This will also increase the capacity of the Pastor Pump Station to keep up with growth and demand in the Western District. Project Manager: Ken Taylor Engineer: CDM Smith Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering July 2018 September 2018 Task Order consideration by GUS Board 6/6/18 & City Council 6/26/18 Final Design October 2018 November 2018 ROW / Easements July 2018 November 2018 Bid / Award Bid # January 2019 February 2019 Construction June 2019 Post Construction Page 12 of 106 Project: County Road 255 Waterline Improvements Project# 2JE Update – June 2018 Project Description: This project involves upgrading the existing 15-inch water main with 16-inch C-905 or DI pipe. This project will consist of approximately 44,500 LF of 16-inch water main replacement. Purpose: The purpose of this project is to upgrade the class pipe water mains to C-905 or DI pipe, and replace this existing main that has a large amount of water leaks. Project Manager: Ken Taylor Engineer: KPA Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering October 2015 March 2016 Recommended by GUS 10/09/15, approved by CC on 10/27/15. Final Design March 2016 February2018 80% Complete ROW / Easements October 2015 50% complete Bid / Award Bid # Construction Post Construction Page 13 of 106 Project: Domel Pump Station Improvements Project# 2JF Update – June 2018 Project Description: This project will consist of construction 3 submersible pumps to bring capacity to a firm 3 MGD, construct a new UV reactor and UV system. Purpose: The purpose of this project is to adequately keep up with water demands by supplying a firm 3 MGD. Project Manager: Ken Taylor Engineer: CDM Contractor: Archer Western Phase Start Finish Status / Comments Preliminary Engineering December 2015 April 2016 Task Order Recommended by GUS 2/10/17 Approved by CC 2/28/17 Final Design May 2016 March 2017 Complete ROW / Easements N/A N/A N/A Bid / Award Bid # Bid opening Bid Opening 5/23/17 Bid# 201727 Archer Western Approved by Council 6/27/17 Construction July 2017 July 2018 3 Pump Control valves installed & Motor Control Center building being installed Post Construction Page 14 of 106 Project: EARZ 2018 – Area 1 Project# 3CQ Update – June 2018 Project Description: This project will consist of pipe bursting, cured-in-place, open trench, & rehabbing manholes. Purpose: The purpose of this project is to make repairs on the wastewater collection system to be in compliance with TCEQ rules and regulations. Project Manager: Ken Taylor Engineer: KPA Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering March 2017 June 2017 Task Order Recommended by GUS 2/10/17 Approved by CC 2/28/17 Final Design June 2017 August 2017 August 2018 ROW / Easements N/A N/A N/A Bid / Award Bid # Bid opening Task Order approved by GUS Board for approval 4/3/18 & goes to City Council 4/24/18. Project to Bid late summer 2018 Construction Fall of 2018 Post Construction Page 15 of 106 Project: Lake WTP – Chemical Storage Improvements Project# 2CW Update – June 2018 Project Description: This project involves - Design, bidding and general services during construction for the design of sodium permanganate storage and feed system improvements at the Lake WTP. Purpose: The purpose of this project is the sodium permanganate storage and feed system improvements will be bid so that small specialized, qualified chemical feed contractors can bid the project. Project Manager: Ken Taylor Engineer: CDM Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering January 2018 March 2018 Task Order approved by GUS Board 12/8/17 & City Council 12/12/17 Final Design April 2018 June 2018 ROW / Easements Bid / Award Bid # July 2 018 September 2018 Tentatively out for Bid Summer 2018. Construction Post Construction Page 16 of 106 Project: Lake Water Treatment Plant Raw Water Intake & Pump Station Maintenance Improvements Project# 2CU Update – June 2018 Project Description: This project involves - Design bidding and general services during construction for the maintenance improvements consist of replacing the intake gates and other general maintenance on the 40-year-old intake. The maintenance improvements also consist of replacing some discharge piping at the Raw Water Pump Station Purpose: The purpose of this project is the replacing the intake gates and other general maintenance on the 40-year-old intake. There will also be revisions to the discharge piping that will reduce the pump head loss at the existing pump Project Manager: Ken Taylor Engineer: CDM Contractor: Huffman Contractors Phase Start Finish Status / Comments Preliminary Engineering October 2017 November 2017 Approved by GUS Board 9/17 & City Council September 17 Final Design November 2017 February 2018 ROW / Easements Bid / Award Bid # April 2018 May 2018 Recommendation of Award given to Huffman Contractors, approved by City Council 5/22/18 Construction Fall 2018 Post Construction Page 17 of 106 Project: Mission Oaks Offsite Water Line Project# 2JK Update – June 2018 Project Description: This project involves the construction of approximately 4,650 LF of 12-inch water line located in the northwest portion of the City. Purpose: The purpose of this project is to fulfill a former Chisholm Trail SUD Utility Agreement with Mission Oaks Subdivision Project Manager: Ken Taylor Engineer: KPA Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering March 2018 May 2018 Final Design May 2018 August 2018 ROW / Easements April 2018 June 2018 60% complete, preliminary staking completed Bid / Award Bid # Tentatively Bids late Summer 2018 Construction Post Construction Page 18 of 106 Project: San Gabriel Park Lift Station Improvements Project# 3CN Update – June 2018 Project Description: This project will consist of the construction a new wastewater lift station with appurtenant electrical and instrumentation improvements. Purpose: The purpose of this project is to provide wastewater service for growth and development in the San Gabriel Wastewater Basin. Project Manager: Ken Taylor Engineer: KPA Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering March 2017 June 2017 Recommended by GUS 2/10/17& City Council 2/18/17 Final Design July 2017 December 2017 100% Plans under review by Staff ROW / Easements N/A N/A Bid / Award Bid # Bid late Summer of 2018 Construction Post Construction Page 19 of 106 Project: Pastor Pump Station Project# 2BZ Update – June 2018 Project Description: This project involves upgrading the existing pump station with two new motors, pumps, electrical, instrumentation & HVAC. Design of pipeline improvements to provide more water to the Pastor Pump Station and to complete the West Loop Water Line near SH 29 and DB Wood Road. Purpose: The purpose of this project is to upgrade pipeline improvements and to provide more water to the Pastor Pump Station and to complete the West Loop Water Line near SH 29 and DB Wood Road. Project Manager: Ken Taylor Engineer: CDM Contractor: Archer Western Phase Start Finish Status / Comments Preliminary Engineering May 2017 October 2017 Task Order recommended by GUS 4/14/17 and goes to Council 4/25/17. Final Design October 2017 February 2018 ROW / Easements Bid / Award Bid # GUS Board approved Contract with Archer Western 3/9/18 and Council approved 3/27/18 Construction April 2018 April 2019 PreConstruction Meeting held, submittals under review and T Morales will start with UG electric duct banks & transformer pad work Post Construction Page 20 of 106 Project: Pecan Branch Wastewater Treatment Plant Expansion Project# 3CA Update – June 2018 Project Description: The project includes expanding the existing Pecan Branch WWTP from 1.5 to 3.0 MGD including the construction of an influent pump station, screening and grit removal facilities, aeration basins, secondary clarifiers, cloth disk filters, UV disinfection facility, sludge holding tanks facilities, site grading and paving, electrical improvements, and instrumentation improvements. Purpose: The purpose of this project is to provide wastewater treatment for future growth and development. Project Manager: Ken Taylor Engineer: CDM Smith Contractor: CSA Construction Phase Start Finish Status / Comments Preliminary Engineering November 2012 March 2013 Complete Final Design December 2015 January 2017 100% Set of Plans ROW / Easements Complete Bid / Award Bid # 201717 March 2017 May 2017 Bid Opening 3/28/17 GUS Board approved 4/14/17 City Council 4/25/17 NOA 4/26/17 Construction July 2017 August 2019 NTP 7/17/17, Last section of the elevated walk way was placed early last week, should start with the hand rails this week. Expected to start sinking the new wet well structure this week Post Construction Page 21 of 106 Project: San Gabriel Wastewater Treatment Plant – Belt Press Project# 3CP Update – June 2018 Project Description: This project involves - Design, bidding and general services during construction for a new sludge dewatering building and the installation of dewatering equipment, a polymer system and a conveyor for the San Gabriel Wastewater Treatment Plant (WWTP) Purpose: The purpose of this project is to replace the existing drying beds with a new sludge dewatering building and the installation of dewatering equipment, a polymer system and a conveyor to load a roll-off dumpster. Project Manager: Ken Taylor Engineer: CDM Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering April 2018 August 2018 Task Order approved by GUS Board 3/9/18 & by City Council 3/27/18 Final Design August 2018 December 2018 ROW / Easements N/A Bid / Award Bid # February 2019 March 2019 Tentatively out for Bid February 2019 Construction Post Construction Page 22 of 106 Project: Shell Road Waterline Improvements Project# 3CI Update – June 2018 Project Description: This project will consist of approximately 13,500 LF of 16-inch water line and approximately 2300 LF of 12-inch waterline. Purpose: The purpose of this project is to provide secondary feed of water to Sun City. Project Manager: Ken Taylor Engineer: KPA Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering April 2015 August 2015 Task Order Recommended by GUS 3/13/15 Approved by CC 3/24/15. Final Design August 2015 March 2018 90% complete ROW / Easements June 2015 October 2017 60% complete Bid / Award Bid Construction Post Construction Page 23 of 106 Project: Sun City Elevated Water Storage Tank Project# 2CP Update – June 2018 Project Description: This project will consist of the replacement of the existing .4 million gallon Elevated Water Storage Tank with a 2 million gallon Elevated Water Storage Tank. Purpose: The purpose of this project is to increase elevated water storage in the Sun City 1015 pressure plan from .4 MG to 2MG to meet the demands of the water system in the 1015 pressure plane. Project Manager: Chris Pousson Engineer: Dunham Engineering, Inc. Contractor: CB&I Phase Start Finish Status / Comments Preliminary Engineering November 2016 May 2017 Task Order recommended by GUS 11/11/16, Approved by CC 11/22/16. Final Design May 2017 June 2017 100% complete ROW / Easements N/A N/A N/A Bid / Award Bid # July 2017 September 2017 GUS Board and Council Approved Construction December 2017 March 2019 Foundation and Starter wall for column is in place. Setting foundation for crane. CET Crews scheduled to be onsite 6/4/18 Post Construction Page 24 of 106 Project: Water Tank Rehab - 2018 Project# 2CX Update – June 2018 Project Description: This project involves - Design bidding and general services during construction for the demolition of the steel ground storage tank (GST) and steel lime silo at the Park Water Treatment Plant (WTP), demolition of the Woods GST, and rehabilitation of the 1 MG GST at the Southside WTP; and design Purpose: The purpose of this project is the demolition of the steel structures at the Park WTP and the Woods sites and rehabilitation of the 1 MG GST at the Southside WTP site will be bid so that qualified demolition and tank rehab contractors can bid the project. Project Manager: Ken Taylor Engineer: CDM Contractor: TBD Phase Start Finish Status / Comments Preliminary Engineering January 2018 March 2018 Task Order recommended by GUS Board 12/8/17 & approved by Council 12/1/2/17 Final Design April 2018 June 2018 ROW / Easements Bid / Award Bid # July 2018 September 2018 Tentatively out for Bid late Summer 2018. Construction Post Construction Page 25 of 106 Project: Westinghouse Regional Lift Station Project# 3CE Update – June 2018 Project Description: This project will consist of a new wastewater lift station with appurtenant electrical and instrumentation improvements including an emergency generator. Also included will be Stonehedge Lift Station improvements this project will provide electrical improvements at the Stonehedge Lift Station that will allow the use of a portable emergency generator, and the addition of piping improvements including a flow control valve and vault and a new 8-inch force main. Purpose: The purpose of this project is to provide wastewater service for growth and development in the Westinghouse area. Project Manager: Ken Taylor Engineer: CDM Smith Contractor: CC Carlton Phase Start Finish Status / Comments Preliminary Engineering August 2014 October 2014 Complete Final Design October 2014 July 2016 100% complete ROW / Easements August 2014 August 2016 Complete Bid / Award Bid # 201646 September 2016 October 2016 GUS Board 11/11/16 City Council approved 11/22/16 NOA sent 11/23/16 Construction November 2016 August2018 NTP 1/3/17, Lift Station on line, Park Central wastewater diversion line being tested. Valve testing completed @ Stonehedge Lift Post Construction August 2018 August 2019 Page 26 of 106 GUS BOARD ITEMS FORWARDED TO COUNCIL May 22, 2018 M Forwarded from Georgetown Utility Systems Advisory Board (GUS): Consideration and possible action to approve a contract with Huffman Contractors, LLC of Nederland, Texas for the Raw Water Intake Maintenance Improvements in the amount of $774,000.00 -- Wesley Wright, P.E., Systems Engineering Director ITEM PASSED Page 27 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Indus try Up dates ITEM SUMMARY: FINANCIAL IMPACT: N/A SUBMITTED BY: Page 28 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 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 May 11, 2018. - 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 May 11, 2018. FINANCIAL IMPACT: N/A SUBMITTED BY: Sheila K. Mitc hell/GUS Bo ard Liais o n ATTACHMENTS: Description Type GUS May 11 2018 DRAFT Minutes Backup Material Page 29 of 106 Notice of Meeting of the Georgetown Utility Systems Advisory Board and the Governing Body of the City of Georgetown, Texas May 11, 2018 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 Texas at 711. Board Members Present: Mike Cunningham – Chair, John Copelan – Vice Chair, Steve Fought, David Maserang, Ed Pastor, Edward Wiley -- Secretary, Arthur Yaeger Board Members Absent: None Staff Members Present: Jim Briggs, Mike Babin, Glenn Dishong, Wesley Wright, Leticia Zavala, Jimmy Sikes, David Thomison, Chris Foster, Michael Hallmark, Paul Diaz, Tristan Whitmire, Christi Rawls, Sheila Mitchell, Ed Rollmann, Jr., Allen Brantley, Bill Cardwell, Cameron Currie, Chase Kluge Others Present: Gary Newman/Trio Development (joined at 2:05), Angie Flores & Tim William/Raftelis (joined at 2:05pm) 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 Chair 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 Employee Recognition – Dishong spoke about progression training program in water department. He spoke about duration, tests and licensing required to achieve these promotions. -- Water and Wastewater Promotional Recognitions -- David Thomison, Water Services Manager/Mike Welch, Plant Operations Superintendent Thomison introduced those present, noting time of employment with the city and gave recognition for their accomplishments. Board congratulated all and thanked them for their hard work and dedication. -- Ed Rollmann, Jr. - earned Bachelor's in Project Management and promoted to Senior Technician ; began with city in January 2013. -- Chase Kluge - promoted to Senior Technician; began with city in 2013. -- Allen Brantley - promoted to Senior Technician; began with city in September 2014. -- Bill Cardwell - promoted to Senior Technician; began with city in June 2014. -- Cameron Currie - promoted to Senior Treatment Plant Operator; began with city in October 2016. -- Willie Tapia - promoted to Senior Treatment Plant Operator (was not able to attend meeting) All including Thomison departed after recognitions. C. May 2018 GUS Board Updates and April Council Action Wesley Wright, P.E., Systems Engineering Director/Michael Hallmark, CIP Manager Wright gave updates on all projects included in packet. Yaeger asked and Wright stated we will send development pipeline map out to board. Ed Wiley stepped out at 2:09pm and returned at 2:10PM Page 30 of 106 D. Financial FY18 Update/Water - Chris Foster, Manager of Resource Planning & Integration/Paul Diaz, Budget Manager Diaz gave explanation of proposed new financial report format to be presented to the board on a quarterly basis. He spoke specifically on the water financials and noted the water fund is in a healthy position with strong cash reserves. Briggs clarified wastewater rates are not up; water revenues are up, showing a representation of growth. Diaz asked board if this format is in-line with information they’re looking to receive. Fought stated he was satisfied with this level of information and noted Council will receive information in their budget book. Cunningham agreed with proposed format. Diaz noted electric financials to be presented in Executive Session as noted later on the agenda. Some discussion on expenditures regarding upcoming CIP projects. E. Industry Updates --Business and Commerce Hearing – May 1st, Regulated Markets Briggs noted their attendance and testimony at the hearing for Senate Business and Commerce Hearing, noting synopsis included in packet. Briggs gave background of deregulation on electric market in the late 90’s; rules were created to comply with the law. He gave update on end of hearing and some discussions with staff that followed; not expecting anything else to come out of the hearing. Updates will be given as follow up to Hearing Committee. Briggs announced the new General Manager at Brazos River Authority (BRA), David Collinsworth; Phil Ford retired at the end of March after 17 years of service. Collinsworth has been with BRA for more than 20 years. Some discussion continued regarding water, ERCOT summer electric supply & demand, etc. Legislative Regular Agenda The Board will individually consider and possibly take action on any or all of the following items: F. Review and possible action to approve the minutes from the Regular GUS Board meeting held on April 13, 2018. – Sheila K. Mitchell, GUS Board Liaison No discussion. Motion by Yaeger, seconded by Copelan to approve the minutes from the Regular GUS Board meeting held on April 13, 2018. Approved 7-0-0 G. Consideration and possible recommendation to approve a contract with Huffman Contractors, LLC of Nederland, Texas for the Raw Water Intake Maintenance Improvements in the amount of $774,000.00 – Wesley Wright, P.E., Systems Engineering Director/Michael Hallmark, CIP Manager Wright gave update and overview of project at Lake Georgetown, showing diagram of gates. Proposed project will revise structure from five gates to nine. Four bids were received. Propose to start work around October and finish by spring of next year. All work is done underwater via qualified diver. Some discussion regarding specifics of project. Motion by Yaeger, seconded by Pastor to approve a contract with Huffman Contractors, LLC of Nederland, Texas for the Raw Water Intake Maintenance Improvements in the amount of $774,000.00. Approved 7-0-0 H. Discussion on the proposed FY19 Utility Capital Improvement Plan - Wesley Wright, P.E., Systems Engineering Director (no action required) Wright distributed DRAFT CIP for board review. The Board will review final list and make recommendation in June. Wright discussed some of the major projects included in the CIP, noting all projects will be reviewed when final report comes to board in June. No further discussion. No action required. Motion by Wiley seconded by Copelan to enter into Executive Session at approximately 2:58PM I. EXECUTIVE SESSION In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon's Texas Codes, Annotated, the item listed below will be discussed in closed session and is subject to action in the regular session. Sec. 551.086 Competitive Matters Quarterly Electric Financials and Power Supply planning discussion. -- Chris Foster, Manager of Resource Planning & Integration (no action required) Sec. 551.086 Competitive Matters Page 31 of 106 Electric Rate Study Update and discussion. -- Chris Foster, Manager of Resource Planning & Integration (no action required) Yaeger departed at 3:25PM and Maserang departed at 3:28PM; both during Executive Session. Quorum still remained. Motion by Wiley, seconded by Cunningham to return to regular session. Approved 5-0-2 (Yaeger and Maserang absent) J. Action from Executive Session - Quarterly Electric Financials/Power Supply planning discussion (no action required) - Electric Rate Study Update and discussion (no action required) No action required. Adjournment Motion by Fought, seconded by Copelan to adjourn. Adjourned at 4:11PM Certificate of Posting I, Shelley Nowling, 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 ____________, 201 8, at _________, and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. _____________________________________ Shelley Nowling, City Secretary Page 32 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Cons id eration and p o s s ib le rec o mmendation to approve Tas k Ord er CDM-18-004 with CDM S mith Inc. o f Aus tin, Texas fo r professional services related to the Cedar Breaks to Pas tor Dedic ated Water Line in the amount of $305,000.00 - Wes ley Wright, P.E., S ystems Engineering Direc to r/Mic hael Hallmark, CIP Manager. ITEM SUMMARY: This d ed icated 24-inc h waterline will allo w the Pas to r P ump Station to fill witho ut depleting the existing d is tribution sys tem and effec ting fire flow. T his will als o increase the c ap ac ity of the P as tor Pump Statio n to keep up with gro wth and d emand in the Wes tern Dis tric t. Design, Bidding and C o nstruc tion Phase s ervic es fo r an approximately 12,000 foot long water line that will run from Ced ar Breaks Elevated S torage Tank to the P as tor Gro und Storage Tank. The water line will run in the DB Wo o d s road right-of-way fo r the no rthern p o rtion of the alignment and around the no rth and western b o rder o f Wood Ranch for the southern portio n o f the alignment. The projec t may inc lude a horizontal d irec tional drill installation of the water line ac ro s s the Mid d le Fork of the S an Gab riel River. Staff Recommendations: Staff rec o mmend s executing this Tas k Ord er fo r the Cedar Breaks to Pastor Dedic ated Water Line design with CDM Smith Inc . o f Aus tin, Texas in the amount of $305,000.00 FINANCIAL IMPACT: Funds fo r this exp enditure are bud geted in the Water CIP. SUBMITTED BY: Wes ley Wright, P.E., S ystems Engineering Direc to r/Mic hael Hallmark, CIP Manager. ATTACHMENTS: Description Type Tas k Order CDM-18-004 Cover Memo Budgetary Works heet Backup Material Page 33 of 106 Page 34 of 106 Page 35 of 106 Page 36 of 106 Page 37 of 106 Page 38 of 106 Page 39 of 106 Page 40 of 106 DATE: PROJECT NAME:2JI 5/23/2018 Division/Department:GUS/Water Director Approval Prepared By:Ken Taylor Finance Approval TW 5/29/2018 TOTAL ANNUAL BUDGET 2,490,666.71 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B)Budget Consulting 305,000.00 305,000.00 12% Materials Testing 0.00 0% B&F Construction 0% Other Costs 0% Total Current Year Costs 0.00 305,000.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 660-9-0580-90-076 Pastor Dedicated - 2JI 2,490,666.71 Total Budget 2,490,666.71 TOTAL PROJECT BUDGET 2,490,666.71 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 305,000.00 305,000.00 12% Right of Way 0.00 0.00 0% Construction 0.00 0.00 0% Other Costs 0.00 0.00 0% Total Project Costs 0.00 305,000.00 305,000.00 Task Order CDM-18-004 Pastor Dedicated Capital Improvement Project - Budgetary and Financial Analysis Page 41 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Cons id eration and p o s s ib le rec o mmendation to exercis e an o p tion to renew an Agreement with HydroPro Solutions LLC fo r provid ing Master Meter water meters and regis ters fo r the Advanc ed Metering Infrastruc ture s ys tem with a not to exceed amount of $1,000,000. -- Glenn W. Dis hong, Utility Direc tor/Rosemary Ledesma, P urc hasing Manager ITEM SUMMARY: This item is to req ues t approval of renewal o f the s o le source annual p urc has e agreement to HydroPro Solutions LLC with an inc reas e of the no t no t-to -exc eed amount to $1,000,000 for continuous sup p ly o f water meters and regis ters on an as needed bas is . T his is a five year Agreement, exerc is ing the firs t annual extension option, with three annual extens ion optio ns remaining und er the c o ntrac t. COMMENTS: The Loc al Go vernment Co d e, Sec tion 252.022, (7) (A) approves exemp tio n fro m c o mp etitive b id d ing laws fo r proc urement of items available fro m only one s ource b ecaus e of p atents , c opyrights, sec ret p ro cesses , o r natural monopolies . STAFF RECOMMENDATION: Staff rec o mmend s approval of this renewal. FINANCIAL IMPACT: Total annual c os t is not to exceed $1,000,000 fo r thes e p arts. SUBMITTED BY: Rosemary Ledes ma, P urc hasing Manager (skm) ATTACHMENTS: Description Type HydroPro_RenewalAgmnt_5.25.2018 (00009850-2xE1949)Backup Material 17-0073-GC - Hydro Pro Solutions Backup Material Page 42 of 106 {00009850 / v2 / / PURCHASING / COMMODITY / 05/24/2018} RENEWAL AGREEMENT This Renewal Agreement is entered into by and between CITY OF GEORGETOWN, a Texas Home-Rule Municipal Corporation (the “City”), and HYDROPRO SOLUTIONS LLC. (the “Contractor”), collectively, the PARTIES follows: WHEREAS, the PARTIES entered into an Agreement on June 13, 2017 for the purchase of Master Meter Water Meters, Registers, and related items for the City’s Advanced Metering Infrastructure, Contract No. 17-0073-GC (the “Original Agreement”), WHEREAS, the PARTIES hereby agree to renew the Original Agreement in accordance with the terms of the Original Agreement as well as any terms provided herein, NOW THEREFORE, in consideration of the mutual covenants contained herein, the Parties agree as follows: 1. The initial term of the Original Agreement ends on June 12, 2018. 2. The Original Agreement provided for (4) four additional one (1) year renewal terms. 3. The Parties agree to renew the Original Agreement for an additional term which will begin immediately upon the expiration of the initial term and will end on June 12, 2019, this being the first renewal term. 4. This renewal binds and benefits the Parties and their successors or assigns. This document, including the Original Agreement, is the entire agreement between the Parties. 5. During this renewal term, the City will pay the Contractor an amount not to exceed one million dollars ($1,000,000). 6. All other terms and conditions of the Original Agreement remain in full force and effect. HYDROPRO SOLUTIONS, LLC. CITY OF GEORGETOWN By: By: Mayor, Dale Ross Printed Name: Date: Title: Date: ATTEST: ________________________________ Shelley Nowling, City Secretary APPROVED AS TO FORM: ____________________________________ City Attorney Page 43 of 106 T Contract No -_ 1 7 -0073 -GC Project No. Bid No. RFP No. 19 New Contract []Renewal Change Order Amendment Assignment Other NAME OF CONTRACTOR: Hydro Pro Solutions, LLC CONTRACT DESCRIPTION: Master Meter water meters for COG's AMR/AMI system. CONTRACT VALUE GL ACCOUNT NO: 325,000 Annually 660-00527-52-147 GRANT FUNDED: 8NO YES If YES, Grant No. 51G ATURES RECOMMENDING APPROVAL 0 ZA"O(n 4 /57/ L7-- PURCHASING/C NTRACT COORDINATOR DATE Nle LEG7L DEPARTMENT DIRECTOR ADMINISTERING CONTRACT greater than $10,000) APPROVED and EXECUTED N/,r4 DIRECTOR ADMINISTERING CONTRACT 10,000 or less) Al /A CITY NfANAGER/ASST CITY MANAGER 50 f or lx - L s) C?0-1v) MAYOR/CITY SECRETARY ATTESTS (if applicable) DATE n DAT DATE DATE l DATE FINAL PR CESSING 2/a 117 PURC DATE for Purchasing Use Only Insurance Certificates: Performance Bond: Payment Bond: Form 1295: For City Secretary Use Only Originals sent to CSO: Scanned into Laserfiche/Global: Council Date: Item No.: Page 44 of 106 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos. l - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 it there are no interested parties: CERTIFICATION OF FILING Certificate Number: 2017-227635 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. HydroPro Solutions, LLC Georgetown, TX United States Date Filed: 06/22/2017NameofgovetnmentalentryorstateagencythatIsapartytotthecontractforwhicSteforms being filed. City of Georgetown, TX Date Acknowledged: 7- 1()- 1,2 3 Provide the Identification number used by the governmental entity or state agency to track or Identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. IOGEOR2017 Water metering equipment/devices 4 Name of Interested Party City, State, Country (place of business) Nature of interest check applicable) Controlling I Intermediary Phillips, Chris Georgetown, TX United States X 5 Check only If there Is NO Interested Party. 6 I swear, or affirm, under penalty of rjury. that the above disclosure is true and correct. DYNELLYA ANTMEITE WXOYtibCreitionEttplrestA10WL(5 f, 2018 Signature of authorized agent 41contracting business entity AFFIX NOTARY STAMP/ SEAL ABOVE Sworn to and subscribed before me, by the said . itis the day of 20__L' L, to certify which, witness my hand ands al of otrice. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provioea by i exas i=mics Commission www.ethics.state.tx.u5 Version V1.0.883 Page 45 of 106 CONTRACT BETWEEN THE CITY OF GEORGETOWN ("City") AND HYDROPRO SOLUTIONS, LLC. ("Contractor") for Supply of Master Meter Water Meters, Registers and Related Items for City's Advanced Metering Infrastructure (AMI) System Contract No. 17 -0073 -GC This General Supply Contract is by and between HYDROPRO SOLUTIONS, LLC. ("HYDROPRO"), having offices at 100 East Whitestone Blvd„ Suite 148, Cedar Park, TX 78613 and the City of Georgetown ("City,"), a Texas Home - Rule Municipal Corporation, and is effective as of the date executed by the City ("Effective Date"). 1 1 IZ AIRM a I , fiT1119 s C• 11 s r ! - J f - 1 1 i R 1 a 1 • li IF: 1 : 1: 1 w1laq-1@111MI 10 911 Me Lvj I PAWIF I I V MIJ Fl. a 11 Wt'iWo /1 1.1.1 This Contract Summary Page; 1.1.2 Exhibit 1, City of Georgetown Standard Terms and Conditions; and 1.1.3 Exhibit 2, City of Georgetown Supplemental Terms and Conditions. 1.2 Qonsideration, In consideration for the goods and/or services provided under the contract, the Contractor shall be paid a total not to exceed amount of $325,000.00 annually in accordance with this Contract. Payment for goods provided shall be made, in accordance with the Price List inserted below, following Acceptance (or Final Acceptance) of the Goods and/or Services by the City. Price List Part# Description Each 345410 Water Meter 140.00 345411 1" Water Meter 185.00 345415 518" Water Meter 140.00 345416 1-1/2" Water Meter 420.00 345412 2" Water Meter 555.00 345431 1" Water Meter Western District 303.11 345430 Water Meter Westem District 253.00 345418 Register 96.00 345419 1" R2gister 96.00 345420 1-1/2" Register MJ 105.00 345422 1-1/2"R ister MS 105.00 345421 2" Reqister MJ 105.00 345423 2" Register MS 105,00 345499 Register Western District 162.67 345409 1" Direct Read Water Meter 144.17 345405 Water Meter Less Register 54.99 This Contract (including any Exhibits) constitutes the entire and integrated agreement between the City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may be Contract No. 17 -0073 -GC for Master Meter water Page 1 of 9 meters, registers and related items Page 46 of 106 This Contract (including any Exhibits) constitutes the entire and integrated agreement between the City and Contractor and supersedes all prior negotiations, representations,or agreements, either written or oral. This Contract may be altered, amended, or modified only by a written instrument signed by the duly authorized representatives of both parties In witness whereof, the parties have caused a duly authorized representative to execute this Contract on the date set forth below. HYDROPRO SOLUTIONS, LLC CITY OF GEORGiETOWN hV/ Signat4a Dale Ross, Mayor Printed me Title vlSe , Zu IZ Date - T Contract No. 17 -0073 -GC for Master Meter water meters, registers and related items LA CA. C1 Date Approved as to City Attorney Date Page 2 of 4 Page 47 of 106 Exhibit 1 CITY OF GEORGETOWN STANDARD TERMS AND CONDITIONS A. ADVERTISING and PUBLICITY Vendor shall not advertise r otherwise publicize, without the City's priorwritten consent, the fact that the City has entered into the Agreement, except to the extent required by applicable law. B. ASSIGNMENTS The Agreement shall be binding upon and inure to the benefit of the City and the Vendor, and their respective successors and assignees, provided however, that no right or interest in the Agreement shall be assigned and no obligation shall be delegated by the Vendor without the prior written consent of the City. Any attempted assignment or delegation by the Vendor shall be void unless made in conformity with this Paragraph, The Agreement is not intended to confer any rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there be no third party beneficiaries to the Agreement. C. CANCELLATION or TERMINATION 1. Termination For Cause: In the event of default by the Vendor, the City shall have the right to terminate the Agreement for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Vendor, within such ten (10) day period cures such default, or provides evidence sufficient to prove to the City's satisfaction that such default does not, in fact, exist. In addition to any other remedies available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses and expenses incurred by the City as a result of the Vendor's default, including without limitation, cost of cover, reasonable attorneys' fees, court costs and prejudgment and post judgment interest at the maximum lawful rate. Additionally, in the event of default by the Vendor, the City may remove the Vendor from the City's Vendor List and any Offer submitted by the Vendor may be disqualified for up to three (3) years. All rights and remedies under the Agreement are cumulative and not exclusive of any other right or remedy provided by law. 2. Termination Without Cause: The City shall have the right to terminate the 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 Vendor 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 Vendor, to the extent of funds appropriated or otherwise legally available for such purposes, for all goods delivered and obligations incurred prior to the date of termination in accordance with the terms hereof. 3. Non -Appropriation: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed that the City shall have the right to terminate the Agreement if, for any reason, funds are not appropriated to continue this Agreement. 4. Cancellation: The City reserves the right to cancel the Agreement for default for all or any part of the delivered portion of the deliverables if the Vendor breaches any terra hereof including warranties, or becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any remedies which the City may have in law or in equity. D. CLAIM If a claim, demand, suit or other action is asserted against the Vendor which arises under or concerns the Agreement, or which could have a material adverse effect on the Vendor's ability to perform thereunder, the Vendor shall give written notice to the City within ten (10) calendar days after receipt of notice by the Vendor, Such notice to the City shall state the date of notification of any such claim, demand, suit or other action; the names and address of the claimant(s); the basis thereof; and the name of each person against whom such claim is asserted. Such notice shall be delivered to the Purchasing Department as set forth below and to the City Attomey at PO Box 409, Georgetown, TX 78627, E. CODES. PERMITS, LICENSES Vendor shall comply with all federal, state and local standards, codes and ordinances, as well as other authorities that have Jurisdiction pertaining to equipment and materials used and their application. None of the terms or provisions of the specification shall be construed as waiving any rules, regulations or requirements of these authorities. Vendor shall be responsible for obtaining all necessary permits, certificates and/or licenses to fulfill contractual obligations to the City. Contract No, 17 -0073 -GC for Master Meter water Page 3 of 9 meters, registers and related items Page 48 of 106 F. DEFAULT Vendor shall be in default under the Agreement if the Vendor (a) fails to fully, timely and faithfully perform any of its material obligations under the Agreement, (b) fails to fully, timely and faithfully perform any of its material obligations under any agreement Vendor has with the City, (c) fails to timely pay any fees or taxes awed to the City, (d) becomes insolvent or seeks relief under the bankruptcy laws of the United States, or (e) makes a material misrepresentation in Vendor's quote, or in any report or deliverable required to be submitted by Vendor to the City. A Vendor who abandons or defaults the work on the Agreement and causes the City to purchase the goods or services elsewhere may be charged the difference in cost of the goods or service if any and may not be considered In the re - advertisement of the service and may be rejected as an irresponsible bidder and not considered in future Solicitations for the same type of service unless the scope of work is significantly modified. G. DISPUTE RESOLUTION If either the Vendor or the City has a claim, dispute or other matter in question for breach of duty, obligations, services rendered or any warranty that arises under this Agreement, 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 in accordance with the Arbitration Rules of the American Arbitration Association or other applicable rules governing mediation then in effect. 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. H, FORCE MAJFURE Neither party shall be liable for any default or delay in the performance of its obligations under this Agreement if, while and to the extent such default or delay is caused by acts of God, fire. riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond reasonable control. In the event of default or delay in performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, In such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. I. INDEPENDENT CONTRACTOR Nothing in this Agreement is Intended to be construed as creating an employerlemployee relationship, a partnership or joint venture. The Vendor's services shall be those of an independent contractor. The Vendor agrees and understands that the Agreement does not grant any rights or privileges established for employees of the City. Vendor 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. J. INDEMNITY VENDOR 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 THE GOODS OR SERVICES PROVIDED UNDER THE AGREEMENT. IF THE VENDOR AND THE CITY ARE CONCURRENTLY NEGLIGENT, EACH PARTY'S LIABILITY SHALL BE LIMITED TO THAT PORTION OF NEGLIGENCE ATTRIBUTABLE TO IT AS DETERMINED UNDER THE APPLICABLE PROPORTIONATE RESPONSIBILITY RULES OF THE STATE OF TEXAS, K. INFRINGEMENT Vendor represents and warrants to the City that: (a) Vendor shall provide the City good and indefeasible title to the deliverables and (b) the deliverables supplied by the Vendor in accordance with the specifications of the Agreement shall not infringe, directly or contributory, any patent, trademark, copyright, trade secret or any other intellectual property right of any kind of any third party; that no claims have been made by an person or entity with respect to the ownership or operation of the deliverables and the Vendor does not know of any basis for any such claims. Vendor shall, at Its sole expense, defend, indemnify and hold the City harmless from and against all liability, damages and costs (including court Contract No. 17 -0073 -GC for Master Meter water Page 4 of 9 meters, registers and related items Page 49 of 106 costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (a) any claim that the City's exercise anywhere in the world of the rights associated with the City's ownership, and if applicable, license rights, and its use of the deliverable infringes the intellectual property rights of any third party; or (b) Vendor's breach of any of the Vendor's representations or warranties stated In this Agreement In the event of any such claim, the City shall have the right to monitor such claim or, at its option, engage its own separate counsel to act as co -counsel on the City's behalf Further, Vendor agrees that the City's specifications regarding the deliverables shall in no way diminish Vendor's warranties or obligations under this Paragraph, and the City makes no warranty that the products, development or delivery of such deliverables will not impact such warranties of Vendor. L. INSURANCE REQUIREMENTS Upon request, Vendor shall provide a copy of its insurance policies to the City. M. INTERPRETATION The Agreement is intended by both parties as the final, complete and exclusive statement of the terms of their Agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Agreement. Although the Agreement may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner fair to both parties, reading no provision more strictly against one party of the other. Whenever a term defined by the Uniform Commercial Code (the UCC"), as enacted by the State of Texas, is used in the Agreement, the UCC definition shall control unless otherwise defined in the Agreement. N. INVALIDITY The invalidity, illegality or unenforceability of any provision of this Agreement shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace the stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Agreement from being void should a provision which is the essence of the Agreement be determined to be void. O. LIABILITY Any person, firm or corporation party to this Agreement or Purchase Order shall be liable for all damages incurred while in the performance of the Agreement, Vendor assumes full responsibility for the terms contained herein and hereby releases, relinquishes, and discharges the City, its officers, agents and employees from all claims, demands and causes of action of any nature including the cost of defense thereof, for any injury to, including death of, any person whether that person be a third party, supplier or an employee of either of the parties hereto, and any loss of or damage to property, whether the same be that of either of the parties, caused by or alleged to have been caused by, arising out of or in connection with the issuance of the Agreement or Purchase Order to the Vendor and the negligence of the Vendor, whether or not said claims, demands and causes of action in whole or in part are covered by Insurance, Certificates of insurance may be required for, but not limited to, Commercial General Liability, Business Auto Liability, Workers Compensation and Professional Liability Insurance. P. WENS Vendor shall defend, indemnify and hold the City harmless from and against any and all liens and encumbrances for all goods and equipment provided under this Agreement. At the City's request, the Vendor or its subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. Q. MANAGEMENT Should there be a change in ownership or management, the Agreement may be canceled unless a mutual Agreement is reached with the new owner to continue the Agreement with its present terms, conditions and pricing. The Agreement is nontransferable by either party. R. NOTICES Unless otherwise specified, all notices, requests or other communications required or appropriate to be given under the Agreement shall be in writing and deemed delivered three (3) business days after postmarked if sent by US Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, fax, or other commercially accepted means. Notices to the Vendor shall be sent to the address specified in the Vendor's quote or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to: City of Georgetown, Purchasing Office, PO Box 409, Georgetown, TX 78627 and marked to the attention of the Purchasing Contract No. 17-0073•GC for Master Meter water Page 5 of 9 meters, registers and related items Page 50 of 106 Manager. S. OVERCHARGES Vendor hereby assigns to the City any and all claims for overcharges associated with this Agreement which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and/or which arise under the antitrust laws of the State of Texas, Business and Commerce Code Ann., Section 15.01, at seq. T. PAYMENT TERMS 1. Tax Exempt Status: The City is exempt from all federal excise, state and local taxes unless otherwise stated in this document. The City claims exemption from all sales and/or use taxes under Texas Tax Code §151.309, as amended. Texas Limited Sales Tax Exemption Certificates are furnished upon request. Vendor will not charge for such taxes. If billed, the City will not remit payment until a corrected invoice is received, 2. Invoicing Requirements: Unless otherwise specified, all invoices shall be submitted to City of Georgetown, Accounts Payable, PO Box 409, Georgetown, TX 78627, and issued as required by the Purchase Order or Agreement. Each invoice must reference the unique Purchase Order number, and include the Vendor's complete name and remit to address. If applicable, transportation and delivery charges must be itemized on the each invoice. A copy of the bill of lading and the freight waybill must be submitted with the invoice if applicable. 3. Payment Terms: All payments will be processed in accordance with Texas Prompt Payment Act, Texas Govemment Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after acceptance of goods, supplies, materials, equipment or the day of performance of services was completed, or the day of receipt of a correct invoice for goods, supplies, materials, equipment or services, whichever is later. The Vendor 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 Vendor 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 Vendor and a subcontractor and its suppliers concerning goods, supplies, material or equipment delivered, which caused the payment to be late; or (d) the invoice is not mailed to the City in strict accordance with instructions on the Purchase Order or Agreement, or other such contractual agreement 4. Right To Audit: The Vendor agrees that the representatives of the City shall have access to, and the rights to audit, examine, or reproduce, any and all records of the Vendor related to the performance under this Agreement. The Vendor shall retain all such records for a period of four (4) years after final payment on this Agreement or until all audit and litigation matters that the City has brought to the attention of the Vendor are resolved, whichever is longer. The Vendor agrees to refund to the City any overpayments disclosed by any such audit, 5. Firm Pricing: The price shall remain firm for the duration of the Agreement and resulting Purchase Order, or any extension periods. No separate line item charges shall be permitted for invoice purposes, which shall include equipment rental, demurrage, fuel surcharges, delivery charges, and costs associated with obtaining permits or any other extraneous charges 6. Price Warranty: The Vendor warrants the prices quoted are not materially higher than the Vendors current prices on orders by others for like deliverables under similar terms of purchase In addition to any other remedy available, the City may deduct from any amounts owed to the Vendor, or otherwise recover, any amounts paid for items materially in excess of the Vendor's current prices on orders by others for like deliverables under similar terms of purchase. U. RIGHT TO ASSURANCES In the event the City, in good faith, has reason to question the intent of the Vendor to perform, the City may demand written assurances of the intent to perform. In the event no written assurance is given within the time specified, the City may treat this failure as an anticipatory repudiation of the Agreement, V. SEVERABILITY The invalidity or unenforceability of any provision herein shall not affect the validity or enforceability of any other Contract No. 17 -0073 -GC for Master Meter water Page 6 of 9 meters, registers and related items Page 51 of 106 provision. W. SURVIVABILITY O Q6tIGATION5 All provisions of the Agreement that impose continuing obligations on the parties, including but not limited to the warranty, indemnity and confidentiality obligations of the parties, shall survive the expiration or termination of the Agreement. X. VENDOR'S OBLIGATION: Vendor shall fully and timely provide all deliverables described in this Agreement in strict accordance with the terms, covenants and conditions of the Agreement and all applicable federal, state and local laws, rules and regulations. Y. VENUE This Agreement is made under and shall be governed by the laws of the State of Texas, including when applicable, the UCC as adopted in Texas, VTCA, Business & Commerce Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or Jurisdiction. This Agreement is fully performable in Georgetown, Texas, and the venue for any action related to this Agreement shall be Georgetown, Texas, All issues arising from this Agreement shall be resolved in the courts of Williamson County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or the ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein and does not waive the City's defense of sovereign immunity. Z. WAIVER No claim or right arising out of a breach of the Agreement can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Vendor or the City of any one or more events of default by the other party shall operate as, or be constfued to be, a permanent waiver of any rights or obligations under the Agreement, or an express or implied acceptance of any other existing or future default(s), whether of similar or different character. Contract No. 17 -0073 -GC for Master Meter water Page 7 of 9 meters, registers and related items Page 52 of 106 Exhibit 2 City of Georgetown Supplemental Purchase Terms and Conditions A. TERM OF AGREEMENT 1. Original Term: The initial term of the Agreement shall become effective from date of acceptance and approval by the City of Georgetown. It shall remain in full force and effect with firm fixed prices for twelve (12) months. 2. Renewal Term: Upon completion of the term of the original agreement and upon mutual agreement of both parties, the original agreement may be renewed for up to four (4) additional one (1) years (five (5) years total]. The renewal will be under the same terms and conditions as the original agreement; provided, however, that the unit prices under the original agreement may, by mutual consent, be increased pursuant to the escalationide-escalation provisions provided herein. In the event a new agreement cannot be executed at the anniversary date of the original term or any renewal tern, the agreement may be renewed month-to-month until a new agreement is executed. B. ESCA ATIONIDE-ESCALATION The unit prices of all items purchased under an estimated annual requirements contract is firm for the first annual period of the contract. If the option to renew for additional one-year term(s) is exercised by the City, the City may allow a unit price adjustment at the time of renewal, The Contractor may request unit price adjustments when correlated with the Consumer Price Index specified herein. The price index shall be the specified index as published by the Bureau of Labor Statistics, Washington, DC 20212. The baseline index shall be the index announced for the month in which bids opened. Unit prices may be adjusted for each renewal period in accordance with the changes in the index. The allowable percent change shall be calculated by subtracting the baseline index from the index announced for the month in which the renewal oplion is exercised (or the most current month published by the Bureau of Labor Statistics) and dividing the result by the baseline index. The allowable percent change shall be rounded to the nearest one-hundredth of one percent and the maximum unit price adjustments permitted will be no more than five (5) % increase per renewal period; however, the City reserves the right to limit the unit price increases at any renewal period. The Contractor may offer price decreases in excess of the allowable percent change. Supplier(s) are required to give a sixty (60) day written notice requesting the increase. Increases will be effective on the start date of the renewal term. C. COMMODITIESIEQUIPMENT 1. Material Safety Data Sheets: Under the "Hazardous Communication Act," commonly known as the 'Texas Right to Know Act,' a Vendor must provide to the City WITH EACH DELIVERY Material Safety Data Sheets, which are applicable to hazardous substances as defined in the Act. 2. Assembly: Goods or equipment provided under this Agreement shall be completely assembled, adjusted, and all equipment including standard and supplemental equipment installed, and made ready for continuous operation. 3. Goods: Goods furnished shall be the latest improved model in currant production, as offered to commercial trade, and shall be of quality workmanship and material. The Vendor represents that all goods and equipment offered shall be new. Unless otherwise specified, used, shopworn, demonstrator, prototype or discontinued models are not acceptable, 4. Packaging Of Deliverables: Vendor must package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and the unit price. Unless otherwise provided in writing by the City, each shipping container shall be clearly and permanently marked wilh the Vendor's name and address, and the City's name, address and Purchase Order number, Vendor shall bear all costs of packaging. Deliverables must be suitably packed to secure lowest transportation cost, conform with requirements of common carriers and ensure safe delivery. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 5. Warranty: The goods or equipment specified shall be warranted against defects in material or workmanship for a period of not less than twelve (12) months from date of acceptance by the City. If the manufacturer's warranty exceeds twelve 12) rnonlhs, then the manufacturers warranly shall be in effect. Vendor shall furnish a copy of the manufacturer's Contract No, 17 -0073 -GC for Master Meter water Page 8 of 9 meters, registers and related items Page 53 of 106 warranty at the time of delivery. 6. No Limitation Of Manufacturers' Warranties: Vendor may not limit, exclude or disclaim any warranty provided by manufacturer. 7. Special Tools And Equipment: If the price stated in the Offer Includes the cost of any special tooling or special test equipment fabricated or required by the Vendor to fulfill the Agreement, such special tooling and/or equipment and all process sheets associated thereto shall become the property of the City and shall be identified by the Vendor as such. D. DELIVERY 1. Delivery Terms, Transportation Charges, FOB: Deliverables shall be shipped FOB point of delivery unless otherwise specified on the Purchase Order or in the Solicitation. The Vendors price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship deliverables. The place of delivery shall be specified in the Purchase Order. 2. No Substitutions Or Cancellations: Unless specifically permitted in writing by the City, no substitutions or cancellations shall be acceptable. 3. Notice Of Delay In Delivery: If a delay in delivery is anticipated, Vendor shall give written notice to the City. The City has the right to extend the delivery time/service date, or to cancel the Purchase Order or Agreement. Vendor shall keep the City advised at all times of the status of the order. Default in promised delivery or failure to meet specifications authorizes the City to procure the goods or equipment from an alternate source and charge the full increase, if any, in cost and handling to defaulting Vendor. Default on delivery may result in legal action and recourse. 4. Delivery Location, Hours, Days, Holidays: Unless otherwise specified, all deliveries must be made to City of Georgetown, Central Receiving, 300-1 Industrial Avenue, Georgetown, TX, between the hours of 8AM and 4PM (CST), Monday through Friday except regularly observed state and federal holidays (see http 11q.2 reelorcwn.arqontact-uslholiday-sehedul l For schedule). Receipt of goods or materials does not signify acceptance. If goods are delivered to the incorrect location, Vendor is responsible for all expenses associated delivering items to their correct destination. 5. No Shipment Under Reservation: Vendor is not authorized to ship deliverables under reservation and no lender of bill of lading will operate as a tender of deliverables, 6. Title/Risk Of Loss: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables (no delivery, no sale). 7. Right Of Inspection And Rejection: The City expressly reserves all sights under law, including but not limited to, the Uniform Commercial Code, to inspect the deliverables at delivery ar at a reasonable time subsequent to delivery, and to reject defective or non -conforming deliverables. The Vendor will be notified if the goods or services are not in compliance with the required specifications. If any goods or services are rejected as non-comptlant, the required goods or services may be procured from an alternate source, and the Vendor may be charged the full increase in cost, if any. If the City has the right to inspect the Vendors or the Vendors subcontractors facilities, or the deliverables at the Vendor's or the Vendor's subcontractors premises, the Vendor shall furnish or shall cause to be furnished without additional charge all reasonable facilities and assistance to the City to facilitate such inspection. 8. Acceptance Of Incomplete Or Non -Conforming Goods: If, instead of requiring immediate correction or removal and replacement of defective or non -conforming deliverables, the City prefers to accept such deliverables, the City may do so. The Vendor shall pay all claims, losses and damages attributable to the City's evaluation of and determination to accept such defective or non -conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non -conforming deliverables. If discovery that the deliverables are defective or non -conforming occurs after Final payment, Vendor may be required to refund such amounts to the City. E. REGULATIONS and STANDARDS The goods or equipment provided shall meet or exceed all Federal and State of Texas safety, health, lighting, and noise regulations and standards in effect and applicable to equipment furnished at the time of manufacture. Contract No. 17 -0073 -GC for Master Meter water Page 9 of 9 meters, registers and related items Page 54 of 106 Council Meeting Date: June 13, 2017 or Council Workshop Date: Regular Agenda Consent 0 Executive Session Attachments Ordinance Publication Date: Draft Ordinance to City Secretary: Must be published 72 hours before meeting; deadline to WC Draft ordinance must be given to City Secretary one week before Sun is 11:00 Monday Council meeting AGENDA ITEM COVER SHEET SURJECT- Consideration and possible action to approve a contract with Hydro Pro Solutions, LLC to provide Master Meter water meters, registers and related items for the Advanced Metering Infrastructure system in an amount not to exceed $325,000. --Rosemary Ledesma, Purchasing Manager. ITEM SUMMARY/SPECIAL CONSIDERATIONS: This item is to request approval of a sole source purchase to Hydro Pro Solutions, LLC for a one (1) year initial term and four (4) annual extension options for providing Master Meter water meters, registers and related items on an as needed basis. GUS initially purchased the Advanced Metering Infrastructure (AMI) system in 2010 from Elster Solutions, Inc. The purchase was for the acquisition and deployment of an AMI system for an amount not to exceed $8,600,000. The AMI project required Elster Solutions to provide various AMI compatible electric and water hardware items including meters, gatekeepers and endpoint units. Elster Solutions installed AMI compatible water meters and registers manufactured by Master Meter for the City's AMI system. The water products manufactured by Master Meter are proprietary parts to the AMI system. Hydro Pro Solutions, LLC. of Cedar Park, Texas is the sole authorized AMR/AMI meter systems provider of Master Meter products in the Austin metropolitan area. This distributor will be responsible for supplying and providing warranty support in repair or replacement of Master Meter water products as required by the City. Master Meter, Inc. has confirmed confidence that Hydro Pro Solutions can meet future supply needs required by the City. FINANCIAL IMPACT: Total annual cost is not to exceed $325,000. Funding for the extension options is contingent upon available funding in future budgets. COMMENTS: The Local Government Code, Section 252.022, (7) (A) approves exemption from competitive bidding laws for procurement of items available from only one source because of patents, copyrights, secret processes, or natural monopolies. ATTACHMENTS: Sole Source Letter from Master Meter, Inc. AMI Contract Summary & Signatures Page 55 of 106 101 REGENCY PARKWAY MANSFIELD, TX 76063 ail -842-8000 r~' FAX 817-842-8100 Mr. Mr. Paul Conomos Warehouse Supervisor City of Georgetown 3003 Industrial Ave. .9` 1 Georgetown TX 78626 Dear Mr. C.onoIrios, May 1, 2017 Hydro Pro Solutions of Cedar Park Texas is the sole authorized AMR/AM] Meter Systems Provider of Master Meter products in the Austin metropolitan area. Additionally, Hydro Pro Solutions will work in conjunction with the City of Georgetown to inail:tain an inventory of Master Meter water meters equipped with Accu.0 lrix"m encoder registers and accessories to serve the. specific .needs of the. City of Georgetown and its contractors. 'I3 pis instares access to our products and could possibly eliminate potential delays in deliver}-, Master Meter is ver}; confident that HPS will provide duality sales and service to the City of Georgetown resulting in a successful project and long term l"usin-ess relationship. Please coo not hesitate to contact me if you have any questions, regarding this letter. 'thank you for your consideration of blaster Meter brand products. Hest regards, L' & Ric O'Connor Regional Sales Manager Master meterInc, 8'17-313--9835 cnnnorrir'n gernieter.coni weIr--ri'I Page 56 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Cons id eration and p o s s ib le rec o mmendation to renew an Agreement with Wes c o Dis tribution, Inc . to p ro vide Honeywell electric meters and related items for the Advanc ed Metering Infras truc ture sys tem in an amo unt not to exc eed $420,000. -- Glenn W. Dis ho ng, Utility Directo r/Ro s emary Led es ma, Purchas ing Manager ITEM SUMMARY: This item is to reques t ap p ro val o f renewal of the s o le s o urc e annual p urc has e agreement to Wesc o Distrib utio n, Inc . in an amo unt no t-to -exc eed $420,000 for c o ntinuo us sup p ly o f electric meters o n an as needed b as is . This is a five year Agreement, exercising the firs t annual extension optio n, with three annual extension options remaining under the c o ntrac t. The electric produc ts manufac tured by Ho neywell are p ro p rietary parts to the AMI s ystem. Wesc o Distrib utio n, Inc . is the s o le autho rized distributor o f Ho neywell Energy Axis AMI elec tric meters in the State o f Texas . COMMENTS: The Loc al Go vernment Co d e, Sec tion 252.022, (7) (A) approves exemp tio n fro m c o mp etitive b id d ing laws fo r proc urement of items available fro m only one s ource b ecaus e of p atents , c opyrights, sec ret p ro cesses , o r natural monopolies . STAFF RECOMMENDATION: Staff rec o mmend s approval of this renewal. FINANCIAL IMPACT: Total annual c os t is not to exceed $420,000 fo r thes e p arts. SUBMITTED BY: Rosemary Ledes ma, P urc hasing Manager (skm) ATTACHMENTS: Description Type Wes co_RenewalAgmnt_5.2018 (00009849-3xE1949)Backup Material 17-0074-GC - WESCO - Meters contract Backup Material Page 57 of 106 {00009849 / v3 / / PURCHASING / COMMODITY / 05/24/2018} RENEWAL AGREEMENT This Renewal Agreement is entered into by and between CITY OF GEORGETOWN, a Texas Home-Rule Municipal Corporation (the “City”), and WESCO DISTRIBUTION, INC. (the “Contractor”), collectively, the PARTIES follows: WHEREAS, the PARTIES entered into an Agreement on June 13, 2017 for the purchase of Honeywell Electric Meters and for Water Modules related to the City’s Advanced Metering Infrastructure, Contract No. 17-0074-GC (the “Original Agreement”), WHEREAS, the PARTIES hereby agree to renew the Original Agreement in accordance with the terms of the Original Agreement as well as any terms provided herein, NOW THEREFORE, in consideration of the mutual covenants contained herein, the Parties agree as follows: 1. The initial term of the Original Agreement ends on June 12, 2018. 2. The Original Agreement provided for (4) four additional one (1) year renewal terms. 3. The Parties agree to renew the Original Agreement for an additional term which will begin immediately upon the expiration of the initial term and will end on June 12, 2019, this being the first renewal term. 4. This renewal binds and benefits the Parties and their successors or assigns. This document, including the Original Agreement, is the entire agreement between the Parties. 5. During this renewal term, the City will pay the Contractor an amount not to exceed four hundred twenty thousand dollars ($420,000.00). 6. All other terms and conditions of the Original Agreement remain in full force and effect. WESCO DISTRIBUTION, INC. CITY OF GEORGETOWN By: By: Mayor, Dale Ross Printed Name: Date: Title: Date: ATTEST: ________________________________ Shelley Nowling, City Secretary APPROVED AS TO FORM: ____________________________________ City Attorney Page 58 of 106 r") O z D n T 0 Contract No. 17 -0074 -GC Project No. Bid No. RFP No. New Contract Renewal Change Order Amendment Assignment Other NAME OF CONTRACTOR: Wesco Distributing, Inc. Honeywell electric meters for the Energy Axis AMI CONTRACT DESCRIPTION: electric system. CONTRACT VALUE: $420,000 Annually GL ACCOUNT No: 610-5-0525-52-147 ($120K) 660-5-0528-52-147 ($300K) GRANT FUNDED: @N0 DYES If YES, Grant No. SIGNATURES RECOMMENDING APPROVAL 6QAde. LAZkCA.-r- 616-11 PURCHASING/C NTRACT COORDINATOR DATE WE LEGAL DEPARTMENT AJ 41 DIRECTOW ADMINISTERING CONTRACT greater than $10,000) APPROVED and EXECUTED i4 DIRE OR ADMINISTERING CONTRACT 10,000 or less) CITY ANAGER/ASST CITY MANAGER s5o a o e5s) MAYOR/CITY SECRETARY ATTESTS (if applicable) FINAL PROCESSING PURCHASING for Purchasing Use Only Insurance Certificates: jai /Ad Performance Bond: /1i.A Payment Bond: 41 jA Form 1295: DATE 7 DAT DATE DATE DATE I U 1 DATE For City Secretary Use Only Originals sent to CSO: Scanned into Laserfiche/Global: Council Date: Item No,: Page 59 of 106 CONTRACT BETWEEN THE CITY OF GEORGETOWN ("City") AND WESCO DISTRIBUTION, Inc. ("Contractor") for Supply of Honeywell Electric Meters and for Water Modules and Related Items for City's Advanced Metering Infrastructure (AMI) System Contract No. 170074 -GC This General Supply Contract is by and between WESCO DISTRIBUTION, Inc, ('WESCO"), having offices at 4410 Dividend, San Antonio, TX 78219 and the City of Georgetown ("City,"). a Texas Home -Rule Municipal Corporation and is effective as of the date executed by the City ("Effective Date"). I •11• :• neiPiMrloll a. 11 1 .1 i i •, 1 1 1- 1 is 1 a !i f f a s 1 • a 1 1 a i 1 1' 1- • t i l A• 11 1 1. 1 1 1.1.1 This Contract Summary Page; 1.1.2 Exhibit 1, City of Georgetown Standard Terms and Conditions; and 1.1.3 Exhibit 2, City of Georgetown Supplemental Terms and Conditions. 1.2 ,Qonsideration. In consideration for the goods and/or services provided under the contract, the Contractor shall be paid a total not to exceed amount of 5420,000.00 annually in accordance with this Contract. Payment for goods provided shall be made, in accordance with the Price List inserted below, following Acceptance (or Final Acceptance) of the Goods and/or Services by the City. 13 r P1 ICC L1St Ity PaH Description Each 1366900 Meter, Form IS , Type R2S, REX2 w/o. Disconnect 97.64 1 366901 Meter, Form 2S, Type R2S, NET 200 am 95.29 366902 Meter, Form 2S, Type R2S, NET 320 anti 101.17 366910 Meter, Form 4S, Type A3TL, Class 20 407.00 366911 Meter, Form 9S, Type A3TL, Class 20 407.00 366912 Meter, Form 16S, Type A3TL, Class 200 Am 407.00 366913 Meter, Form 16S, Type A3TL. Class 320 Amp 418.82 366914 Meter, Form 35S; Type A3TL, Class 20 Am 407.00 366915 Meter, Form 3S, Type A3TL, Class 20 instrument 407.00 366917 Meter, orm 36S, Typo A3TL, Class 20 Am 407.00 36 6918 F ' Meter, 2S, Type R2SD;with DisconnectForm 134.00 366919 366920 Meter, Form 2S, Type A3TL, 480 Volt, 200 amp Meter, Electric, Forum 2S, Type R2S, House 200 amp 407.00 95.79 366922 Meter, Form 12S, Type R2SD,Networkwith Disconnect I 151.76 366923 Meter, Form 2S, Type R2S, 320 amp 101.17 366924 Meter, Form 16S, Typ.e A3RL, Class 200 Am 487.00 366925 Meter, Form 16S, Type A3RL, Class 320 Am 498.82 366927 Meter, Form 12S, T e R2S, Class 200 w/o Disconnect 112.94 366928 Meter, Form 12S, Type A3TL, Class 200 Am 407.00 I 366937 i Meter. Electric, 16S Cl 200, ZD3310P801-4, Bi -Directional for Solar Meter, Electric, 16S, CI -320. ZD3410P801-4, Bi -Directional for Solar 498.82366938 Contract No- 1 1 -0074 -GC for Honeywell electric meters. Page 1 of 9 water modules and related items Page 60 of 106 366940 Meter, 165, Cf 200, 120-480V, Remote DS, ZD3310P$OL4 487.00 366941 Meter, CL 320 120-480 RD ZD341 OP801-4 498.82 345400 Meter water module the'/." water meters Honeywell Water module mounting kit Honeywell 34.5413 3" Water Meter Honeywell 345414 4" Water Meter _ ^ - — Honeywell This Contract (including any Exhibits) constitutes the entire and integrated agreement between the City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may be altered, amended, or modified only by a written instrument signed by the duly authorized representatives of both parties. In witness whereof, the parties have caused a duly authorized representative to execute this Contract on the date set. forth below. y,f5e-v 7vz;T916t4T'1oN I — lAe-. EY RE) S(9l 1_L'YIALIL' Si atu Printed Ame t R Contract No. 17 -0074 -GC for Honeywell electric meters, water modules and related items CITY OF EORGETO ly, Dale Ross, Mavor City Attorney Z—Z'— / e7 Dato- Page 2 of 9 Page 61 of 106 Exhibit 1 CITY OF GEORGETOWN STANDARD TERMS AND CONDITIONS A. ADVERTISING and PUBLICITY Vendor shall not advertise or othenvise pUblicize, without the City's pdorwriften consent, the fact that the City has entered into the Agreement. except to the extent required by applicable law. B. ASSIGNMENTS The Agreement shall be binding upon and inure to the benefit of the City and the Vendor, and their respective successors and assignees, provided however, that no right or interest in the Agreement shall be assigned and no obligation shall be delegated by the Vendor without the prior written consent of the City. Any attempted assignment or delegation by the Vendor shall be void unless made in conformity with this Paragraph The Agreement is not intended to confer any rights or benefits on any person, firm or entity not a party hereto: it being the intention of the parties that there be no third party beneficiaries to the Agreement C. CANCELLATION _ELLATION or TERMINATION 1, Termination For Cause: In the event of default by the Vendor, the City shall have the right to terminate the Agreement for cause, by written notice effective ten (10) calendar days, unless othenvise specified, after the date of such notice, unless the Vendor. within such ten (10) day period cures such default, or provides evidence sufficient to prove to the City's satisfaction that such default does not, in fact, exist. In addition to any other remedies available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses and expenses Incurred by the City as a result of the Vendor's default, including without limitation, cost of cover, reasonable attorneys' fees, court costs and prejudgment and postjudgment interest at the maximum lawful rate. Additionally, in the event of default by the Vendor, the City may remove the Vendor from the City's Vendor List and any Offer submitted by the Vendor may be disqualified for up to three (3) years. All rights and remedies under the Agreement are cumulative and not exclusive of any other right or remedy provided by law. 2, Termination Without Cause: The City shall have the right to terminate the 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 Vendor 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 Vendor, to the extent of funds appropriated or otherwise legally available for such purposes, for all goods delivered and obligations incurred prior to the date of termination in accordance with the terms hereof. 3. Non -Appropriation: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed that the City shall have the right to terminate the Agreement if, for any reason, funds are not appropriated to continue this Agreement. 4. Cancellation: The City reserves the right to cancel the Agreement for default for all or any part of the delivered portion of the deliverables if the Vendor breaches any term hereof including warranties, or becomes insolvent or commits acts of bankruptcy. Such right. of cancellation is in addition to and not in lieu of any remedies which the City may have in law or in equity. D. CL IMS If a claim, demand, suit or other action is asserted against the Vendor which arises under or concerns the Agreement, or which could have a material adverse effect on the Vendor's ability to perform thereunder, the Vendor shall give written notice to the City within ten (10) calendar days after receipt of notice by the Vendor. Such notice to the City shall state the date of notification of any such claim, demand, suit or other action; the names and address of the claimant(s); the basis thereof; and the name of each person against whom such claim is asserted. Such notice shall be delivered to the Purchasing Department as set forth below and to the City Attorney at PO Box 409, Georgetown, TX 78627 E. CODES PERMITS LICENSES Vendor shall comply with all federal, state and local standards, codes and ordinances, as well as other authorities that have jurisdiction pertaining to equipment and materials used and their application. None of the terms or provisions of the specification shall be construed as waiving any rales, regulations or requirements of these authorities. Vendor shalt be responsible for obtaining all necessary permits, certificates and/or licenses to fulfill contractual obligations to the City. Contract No. 17 -0074 -GC for Honeywell electric meters, Page 3 of 9 water modules and related items Page 62 of 106 F. DEFAULT Vendor shall be in default under the Agreement if the Vendor (a) fails to fully, timely and faithfully perform any of its material obligations under the Agreement, (b) fails to fully. timely and faithfully perform any of its material obligations under any agreement Vendor has with the City, (c) fails to timely pay any fees or taxes owed to the City, (d) becomes insolvent or seeks relief under the bankruptcy laws of the United States, or (e) makes a material misrepresentation in Vendor's quote, or in any report or deliverable required to be submitted by Vendor to the City. A Vendor who abandons or defaults the work on the Agreement and causes the City to purchase the goods or services elsewhere may be charged the difference in cost of the goods or service if any and may not be considered in the re - advertisement of the service and may be rejected as an irresponsible bidder and not considered in future Solicitations for the same type of service unless the scope of work is significantly modified, G. DISPUTE RESOLUTION If either the Vendor or the City has a claim, dispute or other matter in question for breach of duly, obligations. services rendered or any warranty that arises under this Agreement, 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 in accordance with the Arbitration Rules of the American Arbitration Association or other applicable rules governing mediation then in effect, 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. H. FORCE MAJEURE Neither party shall be liable for any default or delay in the performance of its obligations under this Agreement if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond reasonable control. In the event of default or delay in performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform _ I. INDEPENDENT CONTRACTOR Nothing in this Agreement is intended to be construed as creating an employer/employee relationship, a partnership or joint venture, The Vendor's services shall be those of on independent contractor. The Vendor agrees and understands that the Agreement does not grant any rights or privileges established for employees of the City. Vendor 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, J. INDEMNITY VENDOR 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 THE GOODS OR SERVICES PROVIDED UNDER THE AGREEMENT, IF THE VENDOR AND THE CITY ARE CONCURRENTLY NEGLIGENT, EACH PARTY'S LIABILITY SHALL BE LIMITED TO THAT PORTION OF NEGLIGENCE ATTRIBUTABLE TO IT AS DETERMINED UNDER THE APPLICABLE PROPORTIONATE RESPONSIBILITY RULES OF THE STATE OF TEXAS. K. INFRINGEME T Vendor represents and warrants to the City that: (a) Vendor shall provide the City good and indefeasible title to the deliverables and (b) the deliverables supplied by the Vendor in accordance with the specifications of the Agreement shall not infringe, directly or contributory, any patent, trademark, copyright, trade secret or any other intellectual property right of any kind of any third party, that no claims have been made by an person or entity with respect to the ownership or operation of the deliverables and the Vendor does not know of any basis for any such claims. Vendor shall, at its sole expense, defend, indemnify and hold the City harmless from and against all liability, damages and costs (including court Contract No, 17 -0074 -GC for Honeywell electric meters. Page A of 9 water modules and related items Page 63 of 106 costs and reasonable fees of attorneys and other professionals) arising Out of or resulting from: (a) any claim that the City's exercise anywhere in the world of the rights associated with the City's ownership: and if applicable. license rights, and its use of the deliverable Infringes the intellectual property rights of any third party, or (b) Vendor's breach of any of the Vendor's representations or warranties stated in this Agreement. In the event of any such claim, the City shall have the right to monitor such claim or, at its option, engage its own separate counsel to act as co -counsel on the City's behalf Further, Vendor agrees that the City's specifications regarding the deliverables shall in no way diminish Vendor's warranties or obligations under this Paragraph, and the City makes no warranty that the products, development or delivery of such deliverables will not impact such warranties of Vendor L_ INSURANCE REQUIREMENTS Upon request, Vendor shall provide a copy of its insurance policies to the City M. INTERPRETATION The Agreement is intended by both parties as the final, complete and exclusive statement of the terrns of their Agreement No course of prior dealing between the parties Or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Agreement. Although the Agreement may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner fair to both parties, reading no provision more strictly against one party of the other. Whenever a term defined by the Uniform Commercial Code (the UCC"), as enacted by the State of Texas, is used in the Agreement, the UCC definition shall control unless otherwise defined in the Agreement. N. INVALIDITY The invalidity, illegality or unenforceability of any provision of this Agreement shall In no way affect the validity or enforceability of any other portion or provision of the Agreement Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace the stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Agreement from being void should a provision which is the essence of the Agreement be determined to be void, O. LIABILITY Any person, firm or corporation party to this Agreement or Purchase Order shall be liable for all damages incurred while in the performance of the Agreemenk Vendor assumes full responsibility for the terms contained herein and hereby releases, relinquishes, and discharges the City, its officers, agents and employees from all claims, demands and causes of action of any nature including the cost of defense thereof, for any injury to, including death of, any person whether that person be a third party, supplier or an. employee of either of the parties hereto, and any loss of or damage to property, whether the same be that of either of the parties, caused by or alleged to have been caused by, arising out of or in connection with the issuance of the Agreement or Purchase Order to the Vendor and the negligence of the Vendor, whether or not said claims, demands and causes of action in whole or in part are covered by insurance. CertiFicates of insurance may W required for, but not limited to, Commercial General Liability, Business Auto Liability, Workers Compensation and Professional Liability Insurance. P. LIENS Vendor shall defend, indemnify and hold the City harmless from and against any and all liens and encumbrances for all goods and equipment provided under this Agreement. At the City's request, the Vendor or its subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City Q. MANAGEMENT Should there be a change in ownership or management, the Agreement may be canceled unless a mutual Agreement is reached with the new owner to continue the Agreement with its present terms, conditions and pricing. The Agreement is nontransferable by either party. R. NOTICES Unless otherwise specified, all notices, requests or other communications required or appropriate to be given under the Agreement shall be in writing and deemed delivered three (3) business days after postmarked if sent by US Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, fax, or other commercially accepted means. Notices to the Vendor shall be sent to the address specified in the Vendor's quote or at such other address as a party may notify the other in writing. Notices to the City shall be addressed toy City of Georgetown, Purchasing Office, PO Box 409, Georgetown: TX 78627 and marked to the attention of the Purchasing Contract No. 1 7 -0074 -GC for Honeywell electric meters. Page 5 of 9 water modules and related items Page 64 of 106 Manager S. OVERCHARGES Vendor hereby assigns to the City any and all claims for overcharges associated with this Agreement which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and/or which arise under the antitrust laws of the State of Texas, Business and Commerce Code Ann., Section 15.01, et seq. PAYMENT TERMS 1. Tax Exempt Status: The City is exempt from all federal excise, state and local taxes unless otherwise stated in this document. The City claims exemption from all sales and/or use taxes under Texas Tax Code §151.309, as amended. Texas Limited Sales Tar, Exemption Certificates are furnished upon request. Vendor will not charge for such taxes, If billed, the City will not remit payment until a corrected invoice is received. 2. Invoicing Requirements, Unless otherwise specified, all invoices shall be submitted to City of Georgetown, Accounts Payable, PO Box 409, Georgetown, TX 78627, and issued as required by the Purchase Order or Agreement. Each invoice must reference the unique Purchase Order number, and include the Vendor's complete name and remit to address. If applicable, transportation and delivery charges must be itemized on the each invoice. A copy of the bill of lading and the freight waybill must be submitted with the invoice if applicable. 3. Payment Terms: All payments will be processed in accordance with Texas Prompt Payment Act, Texas Govemmenr Code, Subtitle F, Chapter 2251, The City will pay Vendor within thirty days after acceptance of goods, supplies, materials, equipment or the day of performance of services was completed, or the day of receipt of a. correct invoice for goods. supplies, materials, equipment or services, whichever is later, The Vendor 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 Vendor 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 Vendor and a subcontractor and its suppliers concerning goods, supplies, material or equipment delivered, which caused the payment to be late; or (d) the invoice is not mailed to the City in strict accordance with Instructions on the Purchase Order or Agreement, or other such contractual agreement_ 4. Right To Audit; The Vendor agrees that the representatives of the City shall have access to, and the rights to audit, examine, or reproduce, any and all records of the Vendor related to the performance under this Agreement. The Vendor shall retain all such records for a period of four (4) years after final payment on this Agreement or until all audit and litigation matters that the City has brought to the attention of the Vendor are resolved, whichever is longer. The Vendor agrees to refund to the City any overpayments disclosed by any such audit. 5. Firm Pricing: The price shall remain firm for the duration of the Agreement and resulting Purchase Order, orany extension periods. No separate line item charges shall be permitted tot invoice purposes. which shall include equipment rental, demurrage, fuel surcharges, delivery charges, and costs associated with obtaining permits or any other extraneous charges. 6. Price Warranty: The Vendor warrants the prices quoted are not materially higher than the Vendors current prices on orders by others for like deliverables under similar terms of purchase. In addition to any other remedy available, the City may deduct from any amounts owed to the Vendor, or otherwise recover, any amounts paid for items materially in excess ofthe Vendor's current prices on orders by others for like deliverables under similar terms of purchase. U. RIGHT TO ASSURANCES In. the event the City, in good faith, has reason to question the intent of the Vendor to perform. the City may demand written assurances of the intent to perform In the event no written assurance is given within the time specified, the City may treat this failure as an anticipatory repudiation of the Agreement V. .SEVERABILITY Tile invaiidity.of unenforceability of any provision herein shall not affect the validity or enforceability of any other Contract No 17 -0074 -GC for Honeywell electric meters, Page 6 of 9 water modules and related items Page 65 of 106 provision W. SURVIVABILITY OF OBLIGATIONS All provisions of the Agreement that impose continuing obligations on the parties, including but not limited to the warranty, indemnity and confidentiality obligations of the parties, shall survive the expiration or termination of the Agreement X. VENDOR'S OBLIGATION: Vendor shall fully and timely provide all deliverables described in this Agreement in strict accordance with the terms, covenants and conditions of the Agreement and all applicable federal, state and local laws, rules and regulations Y, VENUE This Agreement Is made under and shall be governed by the laws of the State of Texas, including when applicable, the UCC as adopted in Texas, VTCA, Business & Commerce Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. This Agreement is fully performable in Georgetown, Texas, and the venue for any action related to this Agreement shall be Georgetown, Texas, All issues arising from this Agreement shall be resolved in the courts of Williamson County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts, The foregoing, however, shall not be construed or interpreted to limit or restrict the right or the ability of the City to seek and secure Injunctive relief from any competent authority as contemplated herein and does not waive the City's defense of sovereign immunity. Z, WAIVER No claim or right arising out of a breach of the Agreement can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Vendor or the City of anyone or more events of default by the other party shall operate as, or be construed to be; a permanent waiver of any rights or obligations under the Agreement, or an express or implied acceptance of any other existing or future default(s), whether of similar or different character Contract No 17 -0074 -GC for Honeywell electric meters. Page 7 of 9 water modules and related items Page 66 of 106 Exhibit 2 City of Georgetown Supplemental Purchase Terms and Conditions A. TERM OF AGREEMENT 1. Original Term: The initial term of the Agreement shall become effective from date of acceptance and approval by the City of Georgetown. it shali remain in full force and effect with firm fixed prices for twelve (12) months - 2. Renewal Term: Upon completion of the term of the original agreement and upon mutual agreement of both parties, the original agreement may be renewed for up to four (4) additional one (1) years [five (5) years total]. The renewal will be under the same terms and conditions as the original agreement; provided, however, that the unit prices under the original agreement may, by mutual consent, be increased pursuant to the escalation/de-escalation provisions provided herein. In the event a new agreement cannot be executed at the anniversary date of the original term or any renewal term, the agreement may be renewed month-to-month until a new agreement is executed. B. ESCALATION)DE-ESCALATION The unit prices of all items purchased under an estimated annual requirements contract is firm for the first annual period of the contract. If the option to renew for additional one-year temi(s) is exercised by the Clty, the City may allow a unit price adjustment at the time of renewal. The Contractor may request unit price adjustments when correlated with the Consumer Price Index specified herein. The price index shall be the specified index as published by the Bureau of Labor Statistics, Washington, DC 20212. The baseline index shall be the Index announced for the month in which bids opened. Unit prices maybe adjusted for each renewal period in accordance with the changes in the index. The allowable percent change shall be calculated by subtracting the baseline index from the index announced for the month in which the renewal option is exercised (or the most current month published by the Bureau of Labor Statistics) and dividing the result by the baseline index. The allowable percent change shall be rounded to the nearest one-hundredth of one percent and the maximum unit price adjustments -permitted will be no more than five (5) % increase per renewal period; however, the City reserves the right to limit the unit price increases at any renewal period. The Contractor may offer price decreases in excess of the allowable percent change. Supplier(s) are required to give a sixty (60) day written notice requesting the increase. Increases will be effective on the start date of the renewal term. C. COMMODITIES/EQUIPMENT 1, Material Safety Data Sheets: Under the 'Hazardous Communication Act," commonly known as the 'Texas Right to Know Act,' a Vendor must provide to the City WITH EACH DELIVERY Material Safety Data Sheets, which are applicable to hazardous substances as defined in the Act_ 2. Assembly: Goods or equipment provided under this Agreement shall be completely assembled, adjusted, and all equipment including standard and supplemental equipment installed, and made ready for continuous operation. 3. Goods: Goods furnished shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. The Vendor represents that all goods and equipment offered shall be new. Unless otherwise specified, used, shopworn, demonstrator, prototype or discontinued models are not acceptable 4. Packaging Of Deliverables: Vendor must package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and the unit price. Unless otherwise provided in writing by the City, each shipping container shall be clearly and permanently marked with the Vendor's name and address, and the Citys name, address and Purchase Order number. Vendor shall bear all costs of packaging. Deliverables must be suitably packed to secure lowest transportation cost, conform with requirements of common carriers and ensure safe delivery The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 5. Warranty. The goods o; equ pment specified shall be warranted against defects in material or workmanship for a period of not less than twelve (12) months from date of acceptance by the City. If the manufacturer's warranty exceeds twelve 12) months, then the manufacturer's warranty shall be in effect. Vendor shall furnish a copy of the manufacturer's Contract No. 17 -0074 -GC for Honeywell electric meters, Page 8 of 9 water modules and remled items Page 67 of 106 warranty at the time of delivery. 6. No Limitation Of Manufacturers' Warranties: Vendor may not limit, exclude or disclaim any warranty provided by manufacturer. 7. Special Tools And Equipment: If the price stated in the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Vendor to fulfill the Agreement. such special tooling andlor equipment and all process sheets associated thereto shall become the property of the City and shall be identified by the Vendor as such. D. DELIVERY 1. Delivery Terms, Transportation Charges, FOB: Deliverables shall be shipped FOB point of delivery unless otherwise specified on the Purchase Order or in the Solicitation. The Vendor's price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship deliverables. The place of delivery shall be specified in the Purchase Order, 2. No Substitutions Or Cancellations: Unless specifically permitted in writing by the City, no substitutions or cancellations shall be acceptable. 3. Notice Of Delay In Delivery: If a delay in delivery is anticipated, Vendor shall give written notice to the City. The City has the right to extend the delivery time/service date, or to cancel the Purchase Order or Agreement. Vendor shall keep the City advised at all times of the status of the order. Default in promised delivery or failure to meet specifications authorizes the City to procure the goods or equipment from an alternate source and charge the full increase, if any, in cost and handling to defaulting Vendor. Default on delivery may result in legal action and recourse. 4. Delivery Location, Hours, Days, Holidays: Unless otherwise specified, all deliveries must be made to City of Georgetown, Central Receiving, 300-1 Industrial Avenue, Georgetown. TX, between the hours of BAM and 4PM (CST), Monday through Friday except regularly observed state and federal holidays (see for schedule) Receipt of goods or materials does not signify acceptance. If goods are delivered to the incorrect location, Vendor is responsible for all expenses associated delivering items to their correct destination. 5. No Shipment Under Reservation.- Vendor eservation: Vendor is not authorized to ship deliverables under reservation and no tender of bill of lading will operate as a tender of deliverables. 6. Title/Risk Of Loss: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables (no delivery. no sale), 7. Right Of Inspection And Rejection: The City expressly reserves all rights under law, including but not limited to, the Uniform Commercial Code, to inspect the deiiverabies at delivery. or at a reasonable time subsequent to delivery, and to reject defective or non -conforming deliverables: The Vendor will be notified if the goods or services are not in compliance with the required specifications. If any goods or services are rejected as norl-compliant, the required goods or services May be procured from an alternate source, and the Vendormay tie charged the full increase in cosi, if any. If the City has the right to inspect the Vendor's r the Vendor's subcontractors facilities, or the deliverables at the -Vendor's or the Vendor's subcontractors premises, the Vendor shall furnish or shall cause to be furnished without additional charge all reasonable facilities and assistance to the City to facilitate such inspection. 8. Acceptance Of Incomplete Or Non -Conforming Goods: If, instead of requiring immediate correction or removal and replacement of defective or non -conforming deliverables, the City prefers to accept such deliverables, the City may do so, The Vendor shall pay all claims, losses and damages attributable to the City's evaluation of and determination to accept such defective or non -conforming detiverables If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non -conforming deliverables. If discovery that the deliverables are defective or non -conforming occurs after final payment, Vendor may be roquired to refund such amounts to the City, E, REGULATIONS and STANDARDS The goods or equipment prov!ded shalt meet or exceed all Federal and State of Texas safety, health, lighting, and noise regulations and standards rn effect and applicable to equipment furnished at the time of manufacture. Contract No. 17 -0074 -GC for Honeywell electric meters. Page 9 of 9 water modules and related items Page 68 of 106 Honeywell THE POWER OF CONNECTED Smart Energy Electricity Americas 208 South Rogers Lane Raleigh, NC 27616 www.honeywell.com May 15, 2017 Mr. Mike Maldonado Georgetown Utility Systems 300-1 Industrial Ave. Georgetown, TX. 78627 Dear Mike, To confirm our conversation and as of the email, Wesco is Honeywell's sole distributor of Energy Axis AMI electric meters in the State of Texas. Since the City of Georgetown has deployed an Energy Axis AMI electric system Wesco can supply the City with Honeywell electric meters that include the Energy Axis AMI module. Sincerely, Jim Jim Krzyzaniak Region Director Honeywell I Smart Energy Office: 817.964.3630 Mobile: 910.819.4998 Page 69 of 106 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 10f1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Cerrifirate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-231959 WESCO Distribution San Antonio, TX United States Date Filed: 07/05/20172Nameofgovernmentalentityorstateagencythatisapartytothecontractforwhichtheformis being filed. City of Georgetown gate Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 17 -0074 -GC Metering Contract 4 Name of Interested Party City, State, Country (place of business) Nature of interest check applicable) Controlling Intermediary WESCO Distribution San Antonio, TX United States X 5 Check only if there is NO Interested Party. I 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct, Sigt a re of auttion t agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE 1 L, Sworn to and subscribed before me, by the said _N o t `0`(, this the y \ day of. 217to certify which, witness my hand and seal of offtfe. X68,$ P JESSICA HERAS Notary Public ignature of officer ar n'iinistenng oath Printed name of officer admit+istermg oath itlr cer MV1CaA11Mrk5R,7W12-201. Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 Page 70 of 106 Council Meeting Date: June 13, 2017or Council Workshop Date: Regular Agenda Consent ® Executive Session Attachments Ordinance Publication Date: Draft Ordinance to City Secretary: Must be published 72 hours before meeting; deadline to WC Draft ordinance must be given to City Secretary one week before Sun is 11:00 Monday Council meeting AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve a contract with Wesco Distribution, Inc. to provide Honeywell electric meters, water modules and related items for the Advanced Metering Infrastructure system in an amount not to exceed $420,000. Rosemary Ledesma, Purchasing Manager. ITEM SUMMARY/SPECIAL CONSIDERATIONS: This item is to request approval of a sole source purchase to Westco Distribution, Inc. for a one (1) year initial term and four (4) annual extension options for providing Honeywell electric meters, water modules and related items on an as needed basis. GUS initially purchased the Advanced Metering Infrastructure (AMI) system in 2010 from Elster Solutions, Inc. The purchase was for the acquisition and deployment of an AMI system for an amount not to exceed $8,600,000. The AMI project required Elster Solutions to provide various AMI compatible electric and water hardware items including meters, gatekeepers and endpoint units. Elster Solutions installed AMI compatible electric meters and water modules manufactured by Honeywell for the City's AMI system. The electric products manufactured by Honeywell are proprietary parts to the AMI system. Wesco Distribution, Inc. is the sole authorized distributor of Honeywell Energy Axis AMI electric meters and the water modules in the State of Texas. This distributor will be responsible for supplying and providing warranty support in repair or replacement of Honeywell electric and water products as required by the City. FINANCIAL IMPACT: Total annual cost is not to exceed $420,000. Funding for the extension options is contingent upon available funding in future budgets. COMMENTS: The Local Government Code, Section 252.022, (7) (A) approves exemption from competitive bidding laws for procurement of items available from only one source because of patents, copyrights, secret processes, or natural monopolies. ATTACHMENTS: Sole Source Letter from Honeywell AMI Contract Summary & Signatures Page 71 of 106 City of Georgetown, Texas Advanced Metering Infrastructure (AAAI) contract No. 2011.507.0 GENERAL AGREEMENT FOR CITY OF GEORGETOWN, TEXAS CONTRACT NO. 2011-607-C 1. GENERAL: The CITY OF GEORGETOWN, TEXAS, a Texas home rule municipal corporation (hereinafter referred to as "COG'), and ELSTER SOLUTIONS, LLC, a Delaware limited liability company (hereinafter referred to as "Elster" ), enter into this General Agreement for Advanced Metering Infrastructure (the "Genemi Agreement') including all Exhibits as described in Paragraph 4 helow (collectively, the "Agreemehf') as of the_ day of December, 2010 (the "Effective Date"). COG and Elster may be referred to individually herein as the "Party` or collectively as the "Parties", 2. DEFINITIONS: The rneraning of Terms, Acronyms and Abbreviaitions; are defined in Exhibit E and throughout this Agreement. When required, the plural will include the singular and the singular will include the plural, 3. AGREEMENT TERM; The term of this Agreement will be for a period of thirty-six (36) months from the Effective Date ("Term"), The Term may be extended upon mutual written agreement, 4. ENTIRE AGREEMENT: This General Agreement, together with the Exhibits attached hereto constitute the entire Agreement between the Parties for all legal purposes, and supersede and cancel any and all prior agreements, written or oral, between them relating to the subject matter hereof, and may not be amended except in a written change signed by both of the Parties hereto. This Agreement shall include (the "agreement Documents"),. General Agreement Exhibit A Schedule of Prices Exhlb€t B —Technical Specifications & Statement of Work Exhlb t C -- Software License Agreement ("SLA") Ex lbit — Systern Maintenance Agreement ("SMA") xh€bft F — Definitions Exhibit F —Warranties Exhibit G — Insurance Requirement Affidavit The SLA and SMA are included herein, as their signing by the Parties Is a requirement for completion of the Agreement. The SLA and SMR will survive the earlier expiration or termination of the General Agreement and shall stand alone for the duration of their individual terms. S. ORDER OF PRECEDENCE: All Agreement Documents and subsequently executed Addenda, Amendments or Modifications to the Agreement Daci.iments are essential parts of this Agreement, and a requirement occurring in one is binding as though occurring in all, General Agreement •- City of Georgetown and Elster Page 72 of 106 City of Georgetown, Texas Advanced MotaOng Infrastructure (,4M1) Contract No. 2011-607-C goods at the time of purchase. COG will furnish an exemption certificmte to Eister on request and cooperate with Ester in obtaining such certification. Elster shall not include any such taxes in its applications to COG for payment, and COG shall not pay any such taxes if Elster fails to acquire a limited sales, excise and use tax permit or exemption certificate as required by this Paragraph 8, 9. PROGRESS PAYMENTS: Elster shall submit rnontlily appticatlons for payments in writing to COG, COG shall make progress payments according to: (i) pricing In Exhibit A, (i#) any applicable change orders on the basis of Elster's applications for payment, and (iii) in accordance with the schedule below (then 'Progress Payments"), less applicabis Retainage as described in Paragraph 10 below. Progress Payments will bre rnade in accordance with the Prompt Payment Act. Invoices and Progress Payments will be made in accordance with the following schedule: A. Headend System Server Software -- Headend System Server Software shall be invoiced only after both (i) completion; and (ii) written acceptance by COG. 13, System Software License fees The base software license fee and initial per meter license fees shall be invoiced only upon conclusion of each of the following: (I) completion of installation; (it) completion of training at site; and (Iii) written acceptance by COG. Additional per meter fees will bre issued after any periodic audit, but not ntorr: than one (1) audit per calendar year shall be billed to GOG. No credit will be given for audits resulting in fewer meters on the system. C. Meters, Gatekeepers, and Endpoint Units — Costs for Meters, Gatekeepers, and Endpoint Units shall be invoiced for actual quantities received upon arrival at Elster's warehouse within COG's service territory. Ail costs of Instalfation of Meters, Gatekeepers and EndpQint Units shall be invoiced monthly upon completion of such installations. Elster may only order such Meters, Gatekeepers, and Endpoint Units in compliance with the Final Project Schedule, and COG shall not be obligated to pay califs for any Meters, Gatekeepers, or Endpoint Units ordered and received by Elstor prior to times indicated in the f=inal Project Schedule, Final Project Schedule will be created during Phase 1 as defined in the SOW. D. System Maintenance Fetes — Syslerns Maintonance f=ees shall be invoiced upon completion of moth (i) Software installation: and (ii) training for the first partial calendar year after installation, and annually tllerea(ler unless terminated by COG in accordance with the SLA. E. Project Support Services - Shall be invoiced as follows: Supimwf invoice 1,3.00.t fl Upon commencement of system planning t according to Exhibit LES Support invoice $241,300.00 Upon completion of EA_MS site the olvsut 2 and training according to Exhibit B Support Invoice $241,300.00 Upon completion of all Work according to 3 Exhibit 5 TOTAL $723,966 Elster Project Services according to E ttbit A General Agreement -- City of Georgetown and Elster Page 73 of 106 City of Georgetown, Texas Advanced Metering Infrastructuro (AMI) Contract No. 2011-507-C SIGNATURE PAGE OF ELSTER TO AMI GENERAL AGREEMENT) ELSTER. ELSTER SOLUTIONS, LLC, a Delaware limited liability company Name: f _ F Title:-'4__,L;.rj-_:''_ STATE OF NORTH CAROLINA ACKNOWLEDGMENT COUNTY OF A pis, strVin Ott was acknowledged before me on this the l _ _clay of _ t? { Y' , 20. 6., by YpIr IMT person known to me, in his/44er-- capacity as S S3 'ri!' t of Elster Solutions, LLC:, a Delaware limited liability company, on behalf of said limited liability company. Notary Public, State of North Carolina N( 41 L A16V VS Nocary 1nuboo Wake Grady florlh Caro na By GAtifrrtaalif rr L.'Xplres jut) 26, 2,015 General Agreement — City of Georgetown and Elster 23 Page 74 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Disc ussion and p o s s ib le rec o mmendatio n on the FY19 Cap ital Imp ro vement P lan - Wesley Wright, P.E., Sys tems Engineering Direc tor ITEM SUMMARY: Please s ee attac hed s ummary and p res entatio n. FINANCIAL IMPACT: Please s ee attac hed s ummary and p res entatio n. SUBMITTED BY: Wes ley Wright ATTACHMENTS: Description Type GUS CIP Packet FY19 Backup Material GUS CIP Pres entation FY19 Backup Material Page 75 of 106 Page 76 of 106 Page 77 of 106 Page 78 of 106 Page 79 of 106 Page 80 of 106 Page 81 of 106 Page 82 of 106 Page 83 of 106 Page 84 of 106 Page 85 of 106 Page 86 of 106 Page 87 of 106 Page 88 of 106 Page 89 of 106 Page 90 of 106 Page 91 of 106 Page 92 of 106 Page 93 of 106 FY2019 Annual Budget Georgetown Utility SystemsAdvisory Board (GUS)June 8, 2018 City Council June 12, 2018Page 94 of 106 FY2019 Annual Budget 2019 Capital Improvement Plan •Water •Wastewater •Irrigation (none) Page 95 of 106 FY2019 Annual Budget Water •DB Wood Road 24” Water •$3,100,000 •Dedicated transmission to serve Pastor PS (Western District)•Lake WTP Intake Rehab •$13,450,000 •Additional filtration due to increased intake capacity at plant•Misc Line Upgrades •$250,000 •As needed in the Western District•Rabbit Hill 16” Water •$1,050,000 •Feed to the new Rabbit Hill EST Page 96 of 106 FY2019 Annual Budget Water •Radio Replacement •$153,670 •Operational needs•Daniels/Reagan 30” Water •$4,250,000 •Additional transmission for the Braun 3MG EST (Western District)•Round Rock Supply Line •$1,100,000 •Transmission line to supply treated water from Round Rock along Sam Bass•South Lake WTP •$5,000,000 •Design and Permitting for new plant (TCEQ & USACOE) Page 97 of 106 FY2019 Annual Budget Water •Tank Rehab •$480,000 •Daniels Mountain 750k gal tank demo Page 98 of 106 FY2019 Annual Budget Wastewater •EARZ •$2,000,000 •Continuation of TCEQ required maintenance program •Lift Station Upgrades •$550,000 •As needed for existing stations •SGWWTP Sludge Thickener •$1,150,000 •Complete rehab in conjunction with forthcoming belt press project Page 99 of 106 FY2019 Annual Budget Georgetown Utility SystemsAdvisory Board (GUS)June 8, 2018 City Council June 12, 2018Page 100 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Cons id eration and p o s s ib le rec o mmendation regard ing the 2018 Imp act F ee study and committee findings . -- Chelsea So lo mo n, Utility Engineer/Christopher F o s ter, Manager of Resourc e P lanning and Integration ITEM SUMMARY: This item is an update to the City’s imp act fees as req uired b y b o th State Law and financ ial polic y to b e reviewed every 3 years . The City retained R aftelis in February, 2018, to begin p rep aring the imp act fee mo d el. Co unc il appointed a review committee to overs ee the p ro ject. This c ommittee met three times , o nc e eac h in Marc h, April, and May, and they were charged with ap p ro ving the land use and p ro jected growth assumptio ns fo r the next 10 years , approving the calc ulatio n o f the maximum fee allowed by law, and recommending a fee to b e set by the Co unc il. T his item is being b ro ught to GUS to c o ver the committee’s find ings and rec o mmendatio ns, as well as s eeking a GUS reco mmendatio n to Counc il. Committee Recommendations: Current Fee New Max R ecommend ed F ee Water $7,039 $7,023 $6,921 WW $2,997 $3,115 $3,115 South Fo rk WW $4,452 $4,348 $4,348 FINANCIAL IMPACT: None SUBMITTED BY: Chels ea So lomon, Utility Engineer/Chris topher Fos ter, Manager o f Res o urc e Planning and Integratio n (s km) Page 101 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Disc ussion regarding the 2018 Water Services Rate Study. -- Christo p her F o s ter, Manager o f Res o urc e Planning and Integration (no action required) ITEM SUMMARY: The City’s financ ial polic y req uires a review of rates every 3 years , tho ugh the utility agreed to extend that review for Water S ervic es Rates p as t 5 years as p art o f the merger with CT SUD. Water rates were las t modified Effec tive January 1st of 2014. Was tewater rates were last modified effective January 1st o f 2016. The City retained NewGen Strategies and Solutions in May to c o nduct a review o f the City’s Water, Was tewater, and R eus e utility rates . This item is to review the 5 year financ ial mo d el that estab lis hes the revenue req uirements of the utilities . Staff will als o b e seeking GUS Bo ard input o n rate s tructure d es ign, es p ecially in regards to a proposal to ap p ly inc lining bloc k rates to commerc ial irrigatio n s imilar to the b lo ck rate struc ture currently ap p lied to resid ential c us to mers . FINANCIAL IMPACT: New rates are propos ed to b e effec tive January 1st of 2019. SUBMITTED BY: Chris topher Fos ter, Manager o f Res o urc e Planning and Integratio n (s km) Page 102 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Cons id eration and possible ac tion to set a Spec ial GUS Bo ard meeting on Friday, June 15, 2018. -- Chris topher Fos ter, Manager o f Res o urc e Planning and Integratio n ITEM SUMMARY: The Water Servic es R ate s tud y is reques ting a s p ecial meeting to go o ver propos ed rate s tructures fo r the p urpose o f pres enting them to Counc il on June 26th. FINANCIAL IMPACT: N/A SUBMITTED BY: Chris topher Fos ter, Manager o f Res o urc e Planning and Integratio n (s km) Page 103 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Cons id eration and p o s s ible recommend ation regarding propos ed changes to the Elec tric Utility’s c o nnec t fees and line extens ion polic y. – Christo p her F o s ter, Manager of Resource P lanning and Integration ITEM SUMMARY: In 1997 the utility ad o p ted updated c o nnect fees and a line extension polic y. T his p o licy was set for review and update in 2010, b ut was never ad o p ted. As a c o ns equenc e, the c o s t of new develo p ment in the City has s hifted fro m the fees and into the general rate bas e. T he item is presented as a s up p lement to the Elec tric Rate S tud y to ad d res s shifting tho s e c os ts bac k to the new d evelop ment. Additio nally, the s truc ture for calc ulating the fees o n line extension is p ro pos ed to b e standardized to vastly s p eed up the proc es s ing time of d eveloper applic ations . STAFF RECOMMENDATION: Staff rec o mmend s approval of the proposed c hanges to the Electric Utility's c onnec t fees and line extension polic y. FINANCIAL IMPACT: New rates are propos ed to b e effec tive Oc to b er 1st of 2018. Estimated to generate about $1,000,000 per year more in fee revenue over the c urrent p o licy. SUBMITTED BY: Chris topher Fos ter, Manager o f Res o urc e Planning and Integratio n (s km) Page 104 of 106 City of Georgetown, Texas Utility System Advisory Board June 8, 2018 SUBJECT: Executive Session In compliance with the Op en Meetings Act, C hapter 551, Go vernment Code, Vernon's Texas Codes, Annotated, the item lis ted below will be d is cus s ed in closed s es s io n and is s ubjec t to actio n in the regular s es s io n. Sec. 551.086 Competitive Matters Cons id eration, dis c us s ion, and p o s s ib le rec ommend ation on the 2019 Electric C ap ital Imp ro vement Plan - Wes ley Wright, P.E., S ystems Engineering Direc to r Sec. 551.086 Competitive Matters Cons id eration and p o s s ib le rec o mmend ation regard ing proposed c hanges to the Elec tric Utility’s Rates fro m the 2018 Rate S tud y. – Christo p her Fo s ter, Manager of Resource Planning and Integration ITEM SUMMARY: Bo ard to rec eive pres entatio ns o n b o th items d uring Executive S es s io n. STAFF RECOMMENDATIONS: -Staff rec o mmend s approval of the Georgeto wn Utility Sys tems Elec tric Capital Improvement P lan. -Staff is req ues ting that the GUS Bo ard make a rec o mmendatio n to Counc il o n updated elec tric rates . FINANCIAL IMPACT: CIP -- To be inc lud ed as p art o f disc ussion. Electric Utility's Rates -- To b e includ ed as part of d is cus s io n. See attac hed for ad d itional details . SUBMITTED BY: Wes ley Wright, S ys tems Engineering Direc to r/C hris to p her Foster, Manager of Res ource Planning and Integratio n (s km) ATTACHMENTS: Description Type 060818_Electric Rates _CS Backup Material Page 105 of 106 City of Georgetown, Texas SUBJECT: Consideration and possible recommendation regarding proposed changes to the Electric Utility’s Rates from the 2018 Rate Study. – Christopher Foster, Manager of Resource Planning and Integration ITEM SUMMARY: GUS Board reviewed the forecasted financials of the utility at the May meeting . They requested proposed rates to be brought back showing both a version raising 6% of revenues in year one, and a version raising 8% overall, with the Municipal Water rates being brought to full cost of service. This item will show those rate options, as wel l as a rate track that includes revenues from the proposed connect fee and line extension updates. Staff is requesting that the GUS Board make a recommendation to Council on updated electric rates. STAFF RECOMMENDATION: Staff is requesting that the GUS Board make a recommendation to Council on updated electric rates. FINANCIAL IMPACT: New rates are proposed to be effective January 1st of 2019 ATTACHMENTS: 2018 Proposed rates from Utility Financial Solutions SUBMITTED BY: Christopher Foster, Manager of Resource Planning and Integration Page 106 of 106