HomeMy WebLinkAboutAgenda CC 09.08.2015 WorkshopNotice of Meeting of the
Governing Body of the
City of Georgetown, Texas
SEPTEMBER 8, 2015
The Georgetown City Council will meet on SEPTEMBER 8, 2015 at 4:00 P.M. at the Council Chambers,
101 E. 7th St., Georgetown, Texas
The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you
require assistance in participating at a public meeting due to a disability, as defined under the ADA,
reasonable assistance, adaptations, or accommodations will be provided upon request. Please contact the City
Secretary's Office, least four (4) days prior to the scheduled meeting date, at (512) 930-3652 or City Hall at
113 East 8th Street for additional information; TTY users route through Relay Texas at 711.
Policy Development/Review Workshop -
A Presentation and Discussion on the Proposed Outdoor Sirens and Warning System -- Clay Shell,
Assistant Fire Chief and John Sullivan, Fire Chief
B EMS Implementation Update -- John Sullivan, Fire Chief
C Presentation and Discussion on the Westside Service Center -- Wesley Wright, P.E., Systems
Engineering Director
Executive Session
In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon's Texas Codes,
Annotated, the items listed below will be discussed in closed session and are subject to action in the regular
session.
D Sec. 551.071: Consultation with Attorney
- Advice from attorney about pending or contemplated litigation and other matters on which the
attorney has a duty to advise the City Council, including agenda items
- CTSUD Update
Sec. 551.074: Personnel Matters
- City Manager, City Attorney, City Secretary and Municipal Judge: Consideration of the appointment,
employment, evaluation, reassignment, duties, discipline, or dismissal
- City Secretary Recruitment
Sec. 551.087: Deliberation Regarding Economic Development Negotiations
- Project Mesa
- Pulte Rebate Agreement
Adjournment
Certificate of Posting
I, Jessica Brettle, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of
Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all
times, on the _____ day of _________________, 2015, at __________, and remained so posted for at least
72 continuous hours preceding the scheduled time of said meeting.
__________________________________
Jessica Brettle, City Secretary
City of Georgetown, Texas
City Council Agenda
September 8, 2015
SUBJECT:
Presentation and Discussion on the Proposed Outdoor Sirens and Warning System -- Clay Shell, Assistant
Fire Chief and John Sullivan, Fire Chief
ITEM SUMMARY:
In 2012, a Citizens Committee recommended to City Council that the existing system be replaced and
expanded to meet the needs of the community. As such, the City sought help in completing a preliminary
study and cost analysis.
Grants were evaluated to assist with moving this project forward. The final study and pricing was completed
in July 2014.
The City received funds through a federal grant under FEMA for natural disaster mitigation. A portion of the
funds were used to create the Georgetown Hazard Mitigation Plan and the remaining money are eligible for
use on the outdoor warning system.
This project will replace and expand the existing outdoor warning system with a new state of the art system.
Our current system is antiquated and inadequate to meet the needs of the community with only seven (7)
locations. The new system will be expanded to include twenty-three (23) locations.
FINANCIAL IMPACT:
Funding is through an existing grant that will require a 25% match. This match will be met using in-kind
monies and budget allocation.
SUBMITTED BY:
Clay Shell, Assistant Chief
ATTACHMENTS:
Proposed Warning Siren Location Map
Emergency Management Update
Georgetown Study
Cover Memo
Item # A
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
9
8
6
5
4
7
3
2
1
23
22
21
20
19 18 17
1615
14
13
12
11
10
±
Legend
!(ProposedWarning Sirens
City Limits
1 in = 1 miles
Warning Siren Locations
Attachment number 1 \nPage 1 of 1
Item # A
Outdoor Warning Notification System
Attachment number 2 \nPage 1 of 5
Item # A
April 2012 Council appoints Citizens Taskforce
Committee
◦Meetings were held and research assignments completed.
June 2012 Finding presented to Council
◦Taskforce recommended replacing the existing antiquated
and inadequate system with a new state of the art system.
July 2012 DH Marketing completed a free study and
cost analysis.
◦Direction was given to find grants to assist with this
project moving forward.
Attachment number 2 \nPage 2 of 5
Item # A
2013 The outdoor warning system was included in the Georgetown Hazard Mitigation Plan (HMP)
August 2014 GFFA approves the purchase of an outdoor warning system
◦The item was pulled council agenda due to timing issues with the HMP approval process
November 2014 Council adopts the hazard mitigation plan.
January 2015 FEMA approves our Hazard Mitigation Plan
Attachment number 2 \nPage 3 of 5
Item # A
August 2015 City received FEMA Letter of
approval to use funds from 2008 federal grant
under FEMA for natural disaster mitigation
The City is currently evaluating bid proposals
Attachment number 2 \nPage 4 of 5
Item # A
Attachment number 2 \nPage 5 of 5
Item # A
City of Georgetown, Texas
Outdoor Warning System Proposal
Prepared by:
D H Marketing
P.O. Box 5680
Lago Vista, Texas 78645
www.dhmarketing.biz (800) 966-3357
Company Profile
Attachment number 3 \nPage 1 of 37
Item # A
Established in 1901, Federal Signal is recognized as the world wide
leader in Public Warning. For over 20 Years, D H Marketing has been
the exclusive factory Sales Representative for Federal Signal in the
States of Texas, Oklahoma, Louisiana and Arkansas
Although D H Marketing works mainly with Federal Signal customers
in the municipal market, we have several systems installed in the
Nuclear, University and Industrial markets as well.
Some of our customers in the State of Texas include: Dallas, Irving,
Mesquite, Grapevine, Texas City, Comanche Peak Nuclear Power
facility, Pantex, Amarillo, Tyler, Longview, New Braunfels and several
University of Texas campuses, including UT Austin.
Mission-critical communications are enabled by Federal Signal alerting
and notification systems, which are deployed in thousands of
implementations in countries, states, counties and in cities around the
world. Integrated alerting and notification systems are part of the Federal
Signal industry public safety platform that enables the safe and sec ure
communities of tomorrow—today.
• Citizen Alerting
• Community-wide alerting
• Campus and base-wide alerting
• Interoperable communications
• Personal alerting
Georgetown Environment
Attachment number 3 \nPage 2 of 37
Item # A
During our initial evaluation of the City of Georgetown, it was
determined that siren placement will be an issue due to the major
elevation changes throughout the city limits. When evaluating a
possible siren location, we look at the following criteria:
Elevation
Power availability
Obstructions (multi-story buildings, foliage)
Ambient Noise
Easy access to service / maintain unit
There are many areas in the far western and southern parts of the City
that do not appear to be populated, so sirens may not have been
placed at this time, to reduce the overall cost. As you move through
the process of reviewing this proposal, we would like to have you
develop a list of critical locations you feel must receive a high level of
tone coverage, so that we can relocate proposed locations if necessary.
Typical coverage communities strive for is 70db, based on FEMA
guidelines, which is a standard level of warning determined to get a
person’s attention outdoors. Some communities may desire a higher
decibel level at areas where large crowds gather, such as downtown,
large parks / stadiums, lakes, fairgrounds, etc.
Scope of Work
Attachment number 3 \nPage 3 of 37
Item # A
A preliminary study has been completed to determine an approximate
number of outdoor sirens required for the City of Georgetown. Several
maps were completed and reworked to improve the overall coverage.
The most recent map was started using the downtown library location
as the centerpiece, to assure coverage throughout the downtown area.
Because of the elevation and foliage issues, we have proposed the
Federal Signal Model 508 low frequency rotating siren. This unit is
available in DC (battery) operation, with or without solar, as well as
AC/DC operation, providing battery backup upon the loss of AC power.
Each siren control unit will contain a Motorola 2-way mobile radio to
provide activation, as well as report status updates to the activation
point. These status updates include AC power availability, battery
status, cabinet intrusion, communication failure, siren rotation and
local activation. The 2-way status monitoring feature assures the City
of Georgetown that each siren unit is fully operational when needed, as
well as eliminates the need to send out city personnel on test dates to
verify each siren operated properly.
Our basic proposal includes installation on 50’ Class II Wooden poles, as
well as options to upgrade to direct burial galvanized or concrete poles
for aesthetic purposes. Installation will be completed by our factory
trained and authorized installation / service team based out of Edmond,
Oklahoma. Our installers will install all siren equipment, and prepare
the siren with meter box and weatherhead, ready for city provided AC
power.
For activation of the siren units, we have proposed our Digital
Commander Status monitoring software, which will be located on a PC
at one or more activation points selected by the City. Typical locations
include police / fire dispatch or Emergency Operations Center (EOC).
Attachment number 3 \nPage 4 of 37
Item # A
Each activation location selected by the City of Georgetown will receive
an SS2000+ encoder, desktop PC w/ 22” monitor and the Digita l
Commander Software. The software will be loaded onto each PC
during the System Optimization, and configured to the specifications
desired by the City. Federal Signal technicians will set up the software
with a map, individual siren and group siren activation hotkeys, as well
as automatic test dates and times.
Following system optimization, Training for Administrators and
operators will commence. A complete training description is attached
for your review.
Proposed Equipment
MODEL 508 (Low Frequency) SIREN
Attachment number 3 \nPage 5 of 37
Item # A
The 508 low frequency rotating electro-mechanical siren was released
in the 1st Qtr. of 2012, to provide a low frequency solution for
Nuclear facilities, as well as communities with heavy
foliage and rough terrain. Producing a 500Hz Steady
tone, and a 180-500Hz Wail Tone, this siren will provide
a long-range roar capable of penetrating natures
obstacles that the 2001-130 cannot.
With a sound output of 128db +/- 1db @ 100’, this unit provides over 1
mile radius coverage. With 3 st andard warning tones, and available in
AC, DC or AC/DC operation.
MODEL DCFCTBD Siren Control Unit
The DCFCTBD electro-mechanical siren control unit powers the 508
Siren unit, using four (4) deep cycle maintenance free
marine batteries. This unit can operate from UHF,
VHF or 800MHz, and has six (6) remote sensor inputs
and four (4) relay outputs , allowing external devices
to activate the siren (flood sensors, chemical sensors,
etc) or be activated upon activation of the siren unit
(strobe lights, other devices). The DCFCTBD siren
control unit receives the activation command and
triggers the desired siren function, and instantly reports status updates
and failures back to the activation point.
MODEL SS2000+ FSK Encoder (Desktop or Rack Mount)
The SS2000+ Desktop or Rack Mount FSK encoder is connected to an existing
base station radio for sending out activation functions over the city’s existing
radio channel. This unit funnels all activation
commands from the desktop PC to the radio
channel, but also serves as a backup method
for activation, should the desktop PC ever fail.
Attachment number 3 \nPage 6 of 37
Item # A
The SS2000+ encoder is key lock protected, and has eighteen (18) Hot Keys for
quick activation of the warning system.
Digital Commander Status Monitoring Software
The Digital Commander software is loaded on to a dedicated PC, and acts as
the primary method of activation of the outdoor warning system. Following
installation, the Digital Commander software is
configured to the city’s requirements, including
individual or group activations, as well as
automated test dates and times. The encrypted
software will allow for automatic polling of the
siren system for status updates, as well as real time
failure notification of any siren component. Along
with status reporting, the software also has the capabilities to send text or
email messages to first responders upon activation of the siren system.
Informer Tone Alert Receiver (Indoor Warning Unit)
The Informer Tone Alert Receiver can operate on an existing VHF / UHF
frequency, providing multiple warning tones¸
simultaneously with the outdoor warning system. The
Informer has an output of 85db @ 10’, providing live voice if
needed, as well as the ability to activate external devices
such as bed shakers, strobes or existing PA systems.
Preliminary Siren Locations
Attachment number 3 \nPage 7 of 37
Item # A
Site #1 - Model 508 Siren
Site #2 - Model 508 Siren
Site #3 - Model 508 Siren
Site #4 - Model 508 Siren
Site #5 - Model 508 Siren
Site #6 - Model 508 Siren
Site #7 - Model 508 Siren
Site #8 - Model 508 Siren
Site #9 - Model 508 Siren
Site #10 - Model 508 Siren
Site #11 - Model 508 Siren
Site #12 - Model 508 Siren
Site #13 - Model 508 Siren
Site #14 - Model 508 Siren
Site #15 - Model 508 Siren
Site #16 - Model 508 Siren
Site #17 - Model 508 Siren
Site #18 - Model 508 Siren
Site #19 - Model 508 Siren
Site #20 - Model 508 Siren
Site #21 - Model 508 Siren
Site #22 - Model 508 Siren
Site #23 - Model 508 Siren
Attachment number 3 \nPage 8 of 37
Item # A
Site #1
Site Description: Sun City, at the Entrance to Cowan Creek Golf Club.
Latitude: 30.728853
Longitude: 97.747018
Elevation: 892’
Power: Solar
Attachment number 3 \nPage 9 of 37
Item # A
Site #2
Site Description: Sun City, SW Corner of Sun City Blvd. @ Hwy 195.
Latitude: 30.736293
Longitude: 97.692927
Elevation: 854’
Power: Overhead
Attachment number 3 \nPage 10 of 37
Item # A
Site #3
Site Description: Sun City, at Fire Station #3. East side of Texas Drive,
100’ South of Sun City Blvd.
Latitude: 30.717455
Longitude: 97.715552
Elevation: 867’
Power: Solar
Attachment number 3 \nPage 11 of 37
Item # A
Site #4
Site Description: North Side of Williams Drive, at the Scott & White
driveway entrance, east of Casa Loma Circle.
Latitude: 30.697297
Longitude: 97.736732
Elevation: 904’
Power: Solar
Attachment number 3 \nPage 12 of 37
Item # A
Site #5
Siren Type: Federal Signal Model 508 Siren
Controller Type: Federal Signal Model DCFCTBDH (2-Way / VHF)
Site Description: Russell Park Entrance Gate (North Side)
Latitude: 30.680244
Longitude: 97.760404
Elevation: 929’
Power: Overhead
Attachment number 3 \nPage 13 of 37
Item # A
Site #6
Site Description: Lake Georgetown. Cedar Breaks Park Rd West of DB
Wood Road.
Latitude: 30.660843
Longitude: 97.735986
Elevation: 909’
Power: Solar
Attachment number 3 \nPage 14 of 37
Item # A
Site #7
Site Description: South Side of Booty Road, 200’ East of Gabriel View
Drive.
Latitude: 30.664752
Longitude: 97.698362
Elevation: 794’
Power: Overhead
Attachment number 3 \nPage 15 of 37
Item # A
Site #8
Site Description: West side of Madrid Drive, across from Sherwood Ct
(near mailboxes).
Latitude: 30.687188
Longitude: 97.709642
Elevation: 852’
Power: Solar
Attachment number 3 \nPage 16 of 37
Item # A
Site #9
Site Description: West side of Segundo Drive, 50’ South of Brangus Rd.
Latitude: 30.695986
Longitude: 97.680922
Elevation: 800’
Power: Overhead
Attachment number 3 \nPage 17 of 37
Item # A
Site #10
Site Description: Across from 305 Cassidy Road.
Latitude: 30.640306
Longitude: 97.717153
Elevation: 855’
Power: Overhead
Attachment number 3 \nPage 18 of 37
Item # A
Site #11
Site Description: Valero Station. Chi Chi Drive @ FM 195
Latitude: 30.7154482
Longitude: 97.663731
Elevation: 762’
Power: Solar
Attachment number 3 \nPage 19 of 37
Item # A
Site #12
Site Description: FM 972 @ Interstate 35. Northbound Frontage, next
to Crestview RV
Latitude: 30.726133
Longitude: 97.642622
Elevation: 770’
Power: Overhead
Attachment number 3 \nPage 20 of 37
Item # A
Site #13
Site Description: Southbound I-35 Frontage Road. 200’ South of ESI
Masonry.
Latitude: 30.682232
Longitude: 97.660614
Elevation: 740’
Power: Overhead
Attachment number 3 \nPage 21 of 37
Item # A
Site #14
Site Description: West Side of North Austin Ave @ Hwy 971, behind
apartment complex.
Latitude: 30.654706
Longitude: 97.671125
Elevation: 704’
Power: Overhead
Attachment number 3 \nPage 22 of 37
Item # A
Site #15
Site Description: Downtown, in front of the Georgetown Library.
Intersection of 9th Street and Forest Street. (Existing Location)
Latitude: 30.635835
Longitude: 97.679789
Elevation: 748’
Power: Existing Power
Attachment number 3 \nPage 23 of 37
Item # A
Site #16
Site Description: Eastview High School. Sports Complex Area.
Latitude: 30.638795
Longitude: 97.616733
Elevation: 740’
Power: Solar
Attachment number 3 \nPage 24 of 37
Item # A
Site #17
Site Description: James Mitchell Elementary School. County Road 110.
Latitude: 30.618056
Longitude: 97.643027
Elevation: 795’
Power: Overhead
Attachment number 3 \nPage 25 of 37
Item # A
Site #18
Site Description: North Side of Pleasant Valley Road, West of FM1460.
Latitude: 30.617443
Longitude: 97.670730
Elevation: 753’
Power: Overhead
Attachment number 3 \nPage 26 of 37
Item # A
Site #19
Site Description: James Tippit Middle School, between Football field
and tennis courts.
Latitude: 30.614786
Longitude: 97.700257
Elevation: 833’
Power: Overhead
Attachment number 3 \nPage 27 of 37
Item # A
Site #20
Site Description: East end of Ashberry Trail. Summercrest Park.
Latitude: 30.636794
Longitude: 97.651152
Elevation: 749’
Power: Solar
Attachment number 3 \nPage 28 of 37
Item # A
Site #21
Site Description: South Side of Grand Junction Trail, 200’ East of
Naturita. Next to Mailboxes.
Latitude: 30.599445
Longitude: 97.656793
Elevation: 846’
Power: Solar
Attachment number 3 \nPage 29 of 37
Item # A
Site #22
Site Description: Georgetown Power Sub Station. Rabbit Hill Rd across
from Clearview Drive.
Latitude: 30.588710
Longitude: 97.682266
Elevation: 940’
Power: Overhead
Attachment number 3 \nPage 30 of 37
Item # A
Site #23
Site Description: Charles Forbes Middle School.
Latitude: 30.660666°
Longitude: 97.648785°
Elevation: 689’
Power: Solar
Attachment number 3 \nPage 31 of 37
Item # A
SIREN EQUIPMENT
(23) Model 508-128 DC Rotating Low Frequency Sirens
508-128 Siren Head
DCFCTBDH Siren Controller
Antenna, Coax, Pole Mounting Bracket
Installation (Includes 50’ Class II Wood Pole & Batteries)
Shipping Fees
(10) Model PVS220W-48 Solar Panel Package
Solar Panels, Brackets and Mounting Hardware
Installation
Shipping Fees
Upgrade from 50’ Wood Pole to 50’ Direct Bury Galvanized Pole
$3,570.00 Additional Cost Per Siren Site
ACTIVATION EQUIPMENT
(2) Activation Points
FSK Encoder (Desktop / Rack Mount)
Desktop PC w/ 22” Monitor
Digital Commander Software
System Optimization and Training Package
Customer to provide Installed and operational base station
radio (VHF) compatible with SS2000+ encoder at each
activation point.
City to provide AC power connections at all sites not utilizing
solar packages.
Attachment number 3 \nPage 32 of 37
Item # A
Upon receipt of your order and acceptance by Federal Signal Corporation, the equipment herein will be supplied at the quoted prices below. Delivery
schedule cannot be established until radio information is supplied, if applicable.
July 14, 2014
Item
No.
Qty. Federal Model/
Part No.
Description Weight Ttl Weight
Lbs
Total
Weight Kg
Unit Price Total
(23) 508-128 DC Sirens (2-Way / VHF)
(10) Solar Sites
1 23 508-128 ROTATING LOW FREQUENCY SIREN $9,825.00 $225,975.00
2 10 PVS220W-48 SOLAR PANEL PACKAGE $3,800.00 $38,000.00
3 23 DCFCTBDH SIREN CONTROL UNIT (VHF / 2-WAY) $7,269.00 $167,187.00
4 23 OMNI-4 OMNI-DIRECTIONAL ANTENNA W/ COAX $402.00 $9,246.00
5 23 AMB-P ANTENNA POLE MOUNT BRACKET $135.00 $3,105.00
(2) ACTIVATION POINTS
6 2 SS2000+ DESKTOP / RACKMOUNT ENCODER $3,560.00 $7,120.00
7 2 X-PC-22 DELL DESKTOP PC $3,300.00 $6,600.00
8 1 SFCD25 DIGITAL COMMANDER SOFTWARE $6,113.00 $6,113.00
Equip. List Price: $463,346.00
(Customer Discount) -$129,736.88
Freight / Services Discounted Equipment
Total:
$333,609.12
9 1 ES-FREIGHT SHIPPING FEES - Freight $17,500.00
10 23 TK-I-2001DC-CU INSTALL (Includes 50' Class II Wood Pole &
Batteries $5,882.00 $135,286.00
11 10 TK-I-CUSTINS INSTALLATION OF SOLAR PACKAGE $650.00 $6,500.00
12 2 TK-I-CUSTINS INSTALLATION OF ENCODER, PC & SOFTW. $2,120.00 $4,240.00
13 1 TK-S-FULOPTPKG TRAINING / OPTIMIZATION PACKAGE $2,710.00 $2,710.00
Total Weight: - - Total: $499,845.12
Prices are firm for 90 days from the date of quotation unless shown otherwise. Upon acceptance, prices are firm for 6 months. This quotation is expressly subject
to acceptance by Buyer of all Terms stated in the attached Terms document, and any exception to or modification of such Terms shall not be binding on Seller
unless expressly accepted in writing by an authorized agent or Officer of Seller. Any order submitted to Seller on the basis set forth above, in whole or in part, shall
constitute an acceptance by Buyer of the Terms. Any such order shall be subject to acceptance by Seller in its discretion. If the total price for the items set forth
above exceeds $50,000 then this quotation IS ONLY VALID if countersigned below by a Regional Manager of the Safety & Security Systems Group, Federal Signal
Corporation. Installation is not included unless specifically quoted as a line item above. Adverse Site Conditions, including rock, caving soil conditions,
contaminated soil, poor site access availability, and other circumstances which result in more than 2 hours to install a pole, will result in a $385.00 per hour fee,
plus equipment. Trenching is additional. Power clause, bringing power to the equipment is the responsibility of the purchaser. Permit Clause, any special permits,
licensesor fees will be additional. See attached Terms sheet.
Delivery: 6-8 Weeks Proposed By: Scott Hollingsworth
Freight Terms: FOB - University Park, IL (Factory) Company: D H Marketing
Terms: Equipment - Net 30 Days upon Shipment Address: PO Box 5680
Services - Net 30 Days, as completed City,State, Zip: Lago Vista, Tx.
78645 Country: USA
Contact Name: Clay Shell
Customer: Georgetown Fire Department
Address: 3600 DB Wood Road
City: Georgetown State: TX Zip: 78628
Quotation No.: ANS
71414162653
Reference quote no. on your order
Country: E-mail: clay.shell@georgetown.org
Office Phone: (512) 930-3600 Mobile Phone: (512) 844-9799
Attachment number 3 \nPage 33 of 37
Item # A
Work Phone (800) 966-3357 x 703
Fax: (512) 267-7760
Purchase order MUST be made out to:
Federal Signal Corporation, Alerting & Notification Systems, 2645 Federal Signal Drive, University Park, IL 60484
Accepted By:
Date:
Title:
Page 1 of 1 Federal Signal - 2645 Federal Signal Drive, University Park, IL 60466 - 800-548-7229 - fax: 708-534-4865
Signature:
Attachment number 3 \nPage 34 of 37
Item # A
SALES AGREEMENT
(1) Agreement. This agreement (the “Agreement”) between Federal Signal Corporation (“FSC”) and Buyer for the sale of the products and services described
in FSC’s quotation and any subsequent purchase order shall consist of the terms herein. This Agreement constitutes the entire agreement between FSC and
Buyer regarding such sale and supersedes all prior oral or written representations and agreements. This Agreement may only be modified by a written
amendment signed by authorized representatives of FSC and Buyer and attached hereto except that stenographic and clerical errors are subject to correction
by FSC or upon FSC’s written consent. FSC objects to and shall not be bound by any additional or different terms, whether printed or oth erwise, in Buyer’s
purchase order or in any other communication from Buyer to FSC unless specifically agreed to by FSC in writing. Prior courses of dealing between the parties
or trade usage, to the extent they add to, detract from, supplant or explain this Agreement, shall not be binding on FSC. This Agreement shall be for the benefit
of FSC and Buyer only and not for the benefit of any other person.
(2) Termination. This Agreement may be terminated only upon FSC’s written consent. If FSC shall declare or consent to a termination of the Agreement, in
whole or in part, Buyer, in the absence of a contrary written agreement signed by FSC, shall pay termination charges based upon expenses and costs incurred
in the assembly of its products or in the performance of the services to the date such termination is accepted by FSC including, but not limited to, expenses of
disposing of materials on hand or on order from suppliers and the losses resulting from such disposition, plus a reasonable profit. In addition, any products
substantially completed or services performed on or prior to any termination of this Agreement shall be accepted and paid for in full by Buyer. In the event of a
material breach of this Agreement by Buyer, the insolvency of Buyer, or the initiation of any solvency or bankruptcy proceedings by or against Buyer, FSC shall
have the right to immediately terminate this Agreement, and Buyer shall be liable for termination charges as set forth herein.
(3) Price/Shipping/Payment. Prices are F.O.B. FSC’s Factory. Buyer shall be responsible for all shipping charges. If this Agreement is for more than one unit
of product, the products may be shipped in a single lot or in several lots at the discretion of FSC, and Buyer shall pay for each such shipment s eparately. FSC
may require full or partial payment or payment guarantee in advance of shipment whenever, in its opinion, the financial condition of Buyer so warrants. FSC will
invoice for product upon shipment to Buyer and for services monthly as completed. Amounts invoiced by FSC are due 30 days from date of invoice, except that
payment terms for turn-key sales of product and services are 10% of total contract mobilization fee due with Buyer’s order. Invoice deductions will not be
honored unless covered by a credit memorandum. Minimum billing per order is $75.00.
(4) Risk of Loss. The risk of loss of the products or any part thereof shall pass to the Buyer upon delivery thereof by FSC to the carrier. Buyer shall have sole
responsibility for processing and collection of any claim of loss against the carrier.
(5) Taxes. Price quotes by FSC do not include taxes. Buyer shall pay FSC, in addition to the price of the products or services, any applicable tax (however
designated) imposed upon the sale, production, delivery or use of the products or services to the extent required or not forbidden by law to be collected by FSC
from Buyer, whether or not so collected at the time of the sale, unless valid exemption certificates acceptable to the taxing authorities are furnished to FSC
before the date of invoice.
(6) Delivery. Although FSC shall in good faith endeavor to meet estimated delivery dates, delivery dates are not guaranteed but are estimated on the basis of
immediate receipt by FSC of all information required from Buyer and the absence of delays, direct or indirect, as set forth in paragraph 29 herein.
(7) Returns. Buyer may return shipped product to FSC only upon FSC’s prior written consent (such consent to be in the sole discretion of FSC) and upon te rms
specified by FSC, including prevailing restocking and handling charges. Buyer assumes all risk of loss for such returned product until actual receipt thereof by
FSC. Agents of FSC are not authorized to accept returned product or to grant allowances or adjustments with respect to Buyer’s account.
(8) Inspection. Buyer shall inspect the product immediately upon receipt. All claims for any alleged defect in FSC’s product or deficiency in the performance of
its services under this Agreement, capable of discovery upon reasonable inspection, must be fully set forth in writing and received by FSC within 30 days of
Buyer’s receipt of the product or FSC’s performance of the services. Failure to make any such claim within said 30 day period shall constitute a waiver of such
claim and an irrevocable acceptance of the product and services by Buyer.
(9) Limited Warranty. FSC warrants each new product to be free from defects in material and workmanship, under normal use and service, for a period of two
years from delivery to Buyer (one-year for Informers and all software products, five years on 2001 & ECLIPSE Series siren head). During this warranty period,
FSC will provide warranty service for any unit which is delivered, shipping prepaid by the Buyer, to a desi gnated warranty service center for examination and
such examination reveals a defect in material and/or workmanship. FSC will then, at its option, repair or replace the product or any defective part(s), or remit the
purchase price of the product to Buyer. This warranty does not cover travel expenses, the cost of specialized equipment for gaining access to the product, or
labor charges for removal and re-installation of the product for warranty service at any location other than FSC’s designated warranty service center. This
warranty shall not apply to components or accessories that have a separate warranty by the original manufacturer, such as, but not limited to, radios and
batteries, and does not extend to any unit which has been subjected to abuse, misuse, improper installation or which has been inadequately maintained, nor to
units with problems due to service or modification by other than an FSC warranty service center FSC will provide on-site warranty service during the first 60
days after the completion of the installation when FSC has provided a turn-key installation including optimization and/or commissioning services. THERE ARE
NO OTHER WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO, ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR
FITNESS FOR A PARTICULAR PURPOSE.
(10) Remedies and Limitations of Liability. Buyer’s sole remedy for breach of warranty shall be as set forth above. IN NO EVENT SHALL FSC BE LIABLE
FOR ANY LOSS OF USE OF ANY PRODUCT, LOST PROFITS OR ANY INDIRECT, CONSEQUENTIAL OR PUNITIVE DAMAGES, NOR SHALL FSC’s
LIABILITY FOR ANY OTHER DAMAGES WHATSOEVER ARISING OUT OF OR CONNECTED WITH THIS AGREEMENT OR THE MANUFACTURE, SALE,
DELIVERY OR USE OF THE PRODUCTS OR SERVICES EXCEED THE PURCHASE PRICE OF THE PRODUCTS OR SERVICES.
(11) PATENTS. FSC shall hold Buyer harmless, to the extent herein provided, against any valid claim by any third person of infringement of any United States
Patent by product manufactured by FSC, but if Buyer furnished product or system design specific ations to FSC, Buyer shall hold FSC harmless against any
infringement claim consisting of the use of product manufactured by FSC in accordance with Buyer’s product or system design or in combination with product
manufactured by Buyer or others. In the event that any product manufactured by FSC is held to infringe any patent and its use is enjoined by any competent
court of law, FSC, if unable within a reasonable time to secure for Buyer the right to continue using such product, either by suspension of the injunction, by
securing for Buyer a license, or otherwise, shall, at its own expense, either replace such product with non-infringing product or modify such product so that it
becomes non-infringing, or accept the return of the enjoined product and refund the purchase price paid by Buyer less allowance for any period of actual use
thereof. FSC makes no warranty that its product will be delivered free of a valid claim by a third person of infringement or the like and Buyer’s remedies for such
a claim will be limited to those provided in this paragraph.
Attachment number 3 \nPage 35 of 37
Item # A
(12) Assignment and Delegation. Buyer shall not assign any right or interest in this Agreement, nor delegate the performance of any obligation, without FSC’s
prior written consent. Any attempted assignment or delegation shall be void and ineffective for all purposes unless made in conformity with this paragraph.
(13) Severability. If any term, clause or provision contained in this Agreement is declared or held invalid by a court of competent jurisdiction, such declaration
or holding shall not affect the validity of any other term, clause or provision herein contained.
(14) Installation. Installation shall be by Buyer unless otherwise specifically agreed to in writing by FSC.
(15) Governing Law and Limitations. This Agreement shall be governed by the laws of the State of Illinois. Venue for any proceeding initiated as the result of
any dispute between the parties that arises under this Agreement shall be either the state or federal courts in Cook or DuPage County, Illinois. Whenever a term
defined by the Uniform Commercial Code as adopted in Illinois is used in this Agreement, the definition contained in said Uniform Commercial Code is to control.
Any action for breach of this Agreement or any covenant or warranty contained herein must be commenced within one year after the cause of action has
accrued.
(16) Receiving Product and Staging Location. Buyer is responsible to receive, store and protect all products intended for installation purposes, including, but
not exclusively, siren equipment, poles, batteries, and installation materials. Materials received in cardboard containers must be protected from all forms of
precipitation. Additionally, Buyer is to provide a staging area of an appropriate size for installation contractors to work from and to store equipment overnight.
(17) Installation Methods & Materials. Installation is based on methods and specifications designed and intended by FSC to meet or exceed all national, state
& local safety and installation codes and regulations. Design changes required by Buyer may result in additional charges.
(18) Radio Frequency Interference. FSC is not responsible for RF transmission and reception affected by system interference beyond its control.
(19) Installation Site Approval. Buyer must provide signed documentation to FSC, such as the "WARNING SITE SURVEY FORM" or a document with the
equivalent information, that FSC is authorized to commence installation at the site designated by Buyer before FSC will commence installation. Once installation
has started at an approved site, Buyer is responsible for all additional costs incurred by FSC for redeployment of resources if the work is stopped by Buyer or its
agents, property owners, or as the result of any governmental authority or court order, or if it is determined that installation is not possible at the intended
location, or the site is changed for any reason by the Buyer.
(20) AC Power Hookup. Buyer is responsible to coordinate and pay for all costs to bring proper AC power to the electrical service disconnect installed adjacent
to the controller cabinet, unless these services are quoted by FSC. All indoor installations assume AC power is available within 10 feet of the installation
location.
(21) Permits & Easements. FSC will obtain and pay for electrical and right-of-way work permits as necessary for installations. Buyer is responsible for
obtaining and payment of all other required easements, permits, or other fees required for installation, unless specifically quoted.
(22) Soil Conditions Clause. In the event of poor site conditions including, but not limited to rock, cave-ins, high water levels, or inability of soil to provide
stable installation to meet specifications, FSC will direct installation contractors to attempt pole installation for a maximum of 2 hours. Buyer approval will be
sought when pole installation exceeds 2 hours and abandoned if FSC cannot obtain approval in a timely manner.
(23) Contaminated Sites. FSC is not responsible for cleanup and restoration of any installation sites or installer equipment where contaminated soil is
encountered. FSC will not knowingly approve installation at any site containing contaminates. Buyer must inform FSC when known or suspected soil
contaminates exist at any intended installation site.
(24) Site Cleanup. Basic installation site cleanup includes installation debris removal, general site cleanup, and general leveling of affected soil within 30' of the
pole. Additional Site Restoration quotes are available.
(25) Waste Disposal. Buyer is responsible for providing disposal of all packing materials including shipping skids and containers.
(26) Work Hours. All installation quotes are based on the ability to work outdoors during daylight hours and indoors from 7 AM to 7 PM Monday through
Saturday. Work restrictions or limitations imposed by Buyer or its agents may result in additional charges being assessed to Buyer for services.
(27) Project Reporting. Installation & Service Progress Reports will be provided on a regular basis, normally every week during active installation, unless pre-
arranged otherwise by mutual agreement.
(28) Safety Requirements & Compliance. FSC requires that all subcontractors and their employees follow applicable laws and regulations pertaining to all
work performed, equipment utilized and personal protective gear common to electrical and construction site work performed in the installation of FSC
equipment. Additional safety compliance requirements by Buyer may result in additional charges assessed to Buyer for the time and expenses required to
comply with the additional requirements.
(29) Project Delays. FSC shall not be liable in any regard for delivery or installation delays or any failure to perform its obligations under this Agreement
resulting directly or indirectly from change order processing, acts or failure to act by Buyer, unresponsive inspectors, utility companies and any other causes
beyond the direct control of FSC, including acts of God, weather, local disasters of any type, civil or military authority, fires, war, riot, delays in transportation,
lack of or inability to obtain raw materials, components, labor, fuel or supplies, or other circumstances beyond FSC’s reasonable control, whether similar or
dissimilar to the foregoing.
Attachment number 3 \nPage 36 of 37
Item # A
Limited Warranty
Federal Warning Systems, Federal Signal Corporation (Federal) warrants each new
product to be free from defects in material and workmanship, under normal use and service,
for a period of two years on parts replacement and factory-performed labor (one year for
Informer, EAS, and Federal software products) from the date of delivery to the first userpurchaser.
Federal Warning Systems warrants every 2001 & Eclipse Siren (Top of pole
only) to be free from defects in material, per our standard warranty, under normal use and
service for a period of five years on parts replacement.
During this warranty period, the obligation of Federal is limited to repairing or replacing, as
Federal may elect, any part or parts of such product which after examination by Federal
discloses to be defective in material and/or workmanship.
Federal will provide warranty for any unit which is delivered, transported prepaid, to the
Federal factory or designated authorized warranty service center for examination and such
examination reveals a defect in material and/or workmanship.
This warranty does not cover travel expenses, the cost of specialized equipment for gaining
access to the product, or labor changes for removal and re-installation of the product. The
Federal Signal Corporation warranty shall not apply to components or accessories that have
a separate warranty by the original manufacturer, such as, but not limited to, radios and
batteries.
Federal will provide on-site warranty service during the first 60-days after the completion of
the installation, when Federal has provided a turn-key installation including optimization
and/or commissioning services.
This warranty does not extend to any unit which has been subjected to abuse, misuse,
improper installation or which has been inadequately maintained, nor to units which have
problems related to service or modification at any facility other than Federal factory or
authorized warranty service centers. Moreover, Federal shall have no liability with respect to
defects arising in Products through any cause other than ordinary use (such as, for example,
accident, fire, lightning, water damage, or other remaining acts of god).
THERE ARE NO OTHER WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING BUT
NOT LIMITED TO, ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS
FOR A PARTICULAR PURPOSE. IN NO EVENT SHALL FEDERAL BE LIABLE FOR ANY
LOSS OF PROFITS OR ANY INDIRECT OR CONSEQUENTIAL DAMAGES ARISING OUT
OF ANY SUCH DEFECT IN MATERIAL WORKMANSHIP.
2645 Federal Signal Drive, University Park, IL 60484
Phone: (800) 548-7229 Web: alertnotification.com
Attachment number 3 \nPage 37 of 37
Item # A
City of Georgetown, Texas
City Council Agenda
September 8, 2015
SUBJECT:
EMS Implementation Update -- John Sullivan, Fire Chief
ITEM SUMMARY:
The purpose of this agenda item is to update City Council on the implementation plan for emergency medical
services (EMS) in the City of Georgetown.
FINANCIAL IMPACT:
Update only.
SUBMITTED BY:
John Sullivan, Fire Chief
Cover Memo
Item # B
City of Georgetown, Texas
City Council Agenda
September 8, 2015
SUBJECT:
Presentation and Discussion on the Westside Service Center -- Wesley Wright, P.E., Systems Engineering
Director
ITEM SUMMARY:
The Westside Service Center is a proposed annex of the Georgetown Municipal Complex to be located at the
Northeast corner of Jim Hogg and Williams Drive. The facility consists of a 17,881 SF building (including
administrative offices and workbays), covered storage, and a utility operations yard.
The facility will primarily support utility operations - Water, Wastewater, and Electric. Transportation,
Inspections, and Engineering will also have a presence at the facility. Additionally, the facility will house the
city's Conservation department and serve as a showcase for their programs and initiatives.
The proposed facility contains approximately 11,000 square feet of air conditioned office and utility
workstation space, along with approximately 6,500 square feet of enclosed bay/storage space. Additionally,
there is approximately 5,000 square feet of outside, covered storage space. The facility will be capable of
supporting approximately 50 utility workers as well as over 30 office personnel. The Westside Service
Center will have a large training room, as well as two formal and one informal conference rooms.
In August 2013, Council entered into an agreement with PGAL Architects of Austin to design the facility. In
addition to the base bid which included both site and architectural work, staff included a total of eight (8)
alternate bids for consideration:
Alternate 1 - Concrete Paving (instead of asphalt)
Recommended for approval due to decreased life cycle and maintenance costs. Additionally,
concrete is much more functional for heavy loads and turning movements expected at the
facility.
Alternate 2 - Spray Foam Insulation
Recommended for approval due to the added HVAC operational efficiencies and overall
sustainability.
Alternate 3 - Bird Mesh Protection (for outside overhead)
Recommended for approval to prevent nuisance of nesting birds over materials, vehicles, and
equipment.
Alternate 4 - Remove Entryway Millwork
NOT recommended for approval due to lack of formal entryway and/or desk for greeting
guests.
Alternate 5 - Additional Landscape Trees
NOT recommended and not required per the city's Unified Development Code.
Alternate 6 - Reduced Fencing
NOT recommended due to aesthetics, minimal costs, and additional fencing obligations per the
terms of the original property acquisition contract.
Alternate 7 - Lightning Protection
Recommended for approval due to potential damage and disruption of the facility resulting
from a potential strike.
Alternate 8 - Additional Office Space (approximately 1,400 SF)
Recommended for approval due to increased costs of future expansion and competitive pricing
FTWOODS was the low bidder and is located in Georgetown and has successfully completed multiple
projects for both public and private entities. At the regular City Council meeting, staff will be recommending
awarding Bid #201545 to FTWOODS including the Base Bid and Alternates 1, 2, 3, 7, & 8 for a total
amount of $4,277,850.00. Construction is estimated to take ten (10) months.
FINANCIAL IMPACT:
Cover Memo
Item # C
n/a
SUBMITTED BY:
Jana Kern for Wes Wright
Cover Memo
Item # C
City of Georgetown, Texas
City Council Agenda
September 8, 2015
SUBJECT:
Sec. 551.071: Consultation with Attorney
- Advice from attorney about pending or contemplated litigation and other matters on which the attorney has
a duty to advise the City Council, including agenda items
- CTSUD Update
Sec. 551.074: Personnel Matters
- City Manager, City Attorney, City Secretary and Municipal Judge: Consideration of the appointment,
employment, evaluation, reassignment, duties, discipline, or dismissal
- City Secretary Recruitment
Sec. 551.087: Deliberation Regarding Economic Development Negotiations
- Project Mesa
- Pulte Rebate Agreement
ITEM SUMMARY:
FINANCIAL IMPACT:
To Be Determined
SUBMITTED BY:
Cover Memo
Item # D