Loading...
HomeMy WebLinkAboutAgenda CC 11.10.2009Item # A Item # B Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # D Item # D Item # D Item # D Item # D Item # D Item # D Item # D Item # D Item # D Item # D Item # E Item # E Item # E Item # F Item # G Item # G Item # G Item # H Item # I Item # I Item # I Item # I Item # J Item # K Item # K Item # K Item # K Item # K Item # K Item # K Item # K Item # K Item # K Item # K Item # K Item # K Item # K Item # K Item # L Item # L Item # L Item # L Item # L Item # M Item # N Item # O Item # O Item # O Item # O Item # P Item # Q Item # Q Item # Q Item # R Item # R Item # R Item # S Item # S Item # S Item # S Item # S Item # T Item # T Item # T Item # T Item # T Item # T Item # T Item # T Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # U Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # W Item # W Item # W Item # X Item # X Item # X Item # X Item # X Item # X Item # Y Item # Z Item # AA Council Meeting Date: November 10, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve an Interlocal Agreement with Williamson County to reimburse the County for utility adjustment work as part of the project to reconstruct the intersection of Southeast Inner Loop and FM 1460 in the amount of $10,963.56. - Thomas R. Benz, P.E., Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: Williamson County (County) is constructing improvements to the intersection of Southeast Inner Loop and FM 1460. As part of the construction project, a City of Georgetown (City)18-inch water line requires a 30 " encasement. The cost for this encasement is $10,963.56. The attached signed Interlocal Agreement (ILA) has been presented by the County for execution by the City. The ILA describes the details of the terms and funding of the work to be accomplished. BOARD RECOMMENDATION: Under $50,000 - does not require Board approval. STAFF RECOMMENDATION: Staff recommends approval of the Interlocal Agreement with Williamson County for utility adjustment work as part of the project to reconstruct the intersection of Southeast Inner Loop and FM 1460 in the amount of $10,963.56. FINANCIAL IMPACT: Funds for this additional expenditure are available in the Water Mains Budget. See attached CII' - Budget & Financial Analysis sheet. ATTACHMENTS: CIP - Budget and Financial Analysis sheet Proposed Interlocal Agreement with Williamson County. �vy�1J Submitted By: Thomas R. Benz, P.E. Jim Bri s, Systems Engineering or �ssis t 'ty ger for CIP- Budgetary and Financial Analysis Worksheet Consulting 0.00 0% DATE: PROJECT NAME: ILA with Williamson County Construction 10,963.56 10,963.56 0% Utility Adjustments 0.00 0% SDentlEncumbered (SE Inner Loop & FM 1460) 2BQ 10/29/2009 Division/Department: Systems Engineering Director Approval 0.00% Prepared By: Bill Dryden Finance Approval LAKE 10!29/09 TOTAL ANNUAL BUDGET —9,012,889.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B) (A + B) Budget Consulting 0.00 0% Right of Way 0.00 0% Construction 10,963.56 10,963.56 0% Other Costs 0.00 0% Total Current Year Costs 0.00 10,963.56 Approved V C19Cr[HL LCVVCR AIi VUN1 PUMOCR 1 T out 660-9-0580-90-200 Water Mains 9,012, Total Budget 9,012,889.00 TOTAL PROJECT BUDGET 9,012,889.00 0.00 (includes all previous yrs) Right of Way Prior Years Year Current Year Total Project % Total SDentlEncumbered Costs Costs Other Costs Consulting 0.00 0.00 0.00% Right of Way 0.00 0.00 0.00% Construction 10,963.56 10,963.56 0.12% Other Costs 0.00 0.00 0.00% Total Project Costs 0.00 10,963.56 10,963.56 Comments: INTERLOCAL AGREEMENT BETWEEN WILLIAMSON COUNTY, TEXAS AND THE CITY OF GEORGETOWN, TEXAS FOR THE RELOCATION OF CITY WATER LINES IN FM 1460 This Interlocal Agreement ("Agreement") is made and entered into and effective the day of . 2009, by and between the City of Georgetown, Texas (hereinafter referred to as "Georgetown"), and Williamson County, Texas, (hereinafter referred to as "County"). WITNESSETH: WHEREAS, V.T.C.A., Government Code, Chapter 791, the Texas Interlocal Cooperation Act, provides that any one or more public agencies may contract with each other for the performance of governmental functions and for the joint use of facilities or services for the promotion and protection of the health and welfare of the inhabitants of this State and the mutual benefit of the parties; WHEREAS, Georgetown is the owner of certain water lines and appurtenances, (herein called Facilities) along SE Inner Loop crossing FM 1460 ROW from Sta. 29+50 to Sta. 30+70. These facilities are located within existing ROW WHEREAS, County desires to widen FM 1460, also known as SE Inner Loop & FM 1460 (hereinafter called "Project") and make improvements to Project as shown on plans submitted to Georgetown; WHEREAS, to accommodate the Project, County will perform certain facility modification/relocation work herein referred to as the "Work" and described as follows and attached in the relocation plan set (Exhibit `A'):, • Install approximately 16LF of 30" steel casing as an extension of the existing 30" steel casing in order to remain outside of proposed pavement and continue to fulfill TxDOT UAR. WHEREAS, Georgetown, under the terms hereinafter stated, has evaluated the Project and is willing to allow the County to perform Work to its Facilities to accommodate the Project and agrees to reimburse the County 1001/6 of its actual costs, both direct and indirect, of doing the Work. Georgetown will maintain full inspection and authority of the Wojk. NOW, THEREFORE, in consideration of the promises and mutual covenants herein contained, Georgetown agrees to allow the County to perform the Work subject to the following terms and provisions: I. OBLIGATIONS AND AGREEMENTS OF CITY I. Georgetown agrees that the description of the Work and attached Exhibit `A' contain a complete representation of the Work requested of Georgetown to accommodate the Project. 2. Georgetown shall, at its own expense, inspect the Work by the County hereunder, to assure itself that the Work is being performed in compliance with the standards of the County. 3. Georgetown agrees to bear 100% of all direct and indirect costs incurred by the County to do the Work, including, but not limited to, labor, materials, and engineering relating to the modification of the Facilities to accommodate the Project. Georgetown recognizes that the County may use one or more contractors to perform the Work. 4. The "Good Faith Estimate" herein refereed to as the "Estimate" of the Work is based upon JOB Site's (the roadway contractor) and LAN's (roadway designer) estimates and is estimated to be ten thousand nine hundred sixty three dollars and fifty six cents ($10,963.56), JOB Site's portion is $7,558.56 (estimated) and LANs portion is $3,405.00 (actual). Final actual costs may be more or less than the Estimate, which shall not be construed as a limitation of costs for such Work. 5. The final cost may be greater or less than the Estimate and Georgetown shall be liable to the County for 100% of the final cost, regardless of whether that amount exceeds the Estimate. Georgetown shall pay the full amount of such invoice within 30 days after receipt. II. OBLIGATIONS AND AGREEMENTS OF COUNTY 1. The County hereby agrees to perform all necessary and appropriate engineering, design and construction of the Project referred to herein. The Project II shall be constructed in accordance with both the design plans developed for the Project and the County's Subdivision Regulations, as amended (hereinafter the "County's Regulations'. 2. The County shall be responsible for management of the Project, including oversight of the actual construction of the Project. In the event County hires contractors to perform any of the necessary construction services, County shall be responsible for management of any of its construction contractors, payment to its contractors and assuring that the contractor complies with all requirements relating to the construction of the Project, including the obtaining of any necessary permits for the Project. Unless otherwise specified by the County, the County's Engineer or his designee shall act as the County's single point of contact (hereinafter "County's SPDC'), with the City. The County's SPOC shall be knowledgeable in the planning, content, subject matter and construction of the Project. The County's SPOC shall possess decision making ability and authority; provided, however, such decision making ability and authority shall be subject to any limitations in which the Williamson County Commissioners Court wishes to assert. 4. The County will inspect construction of the Project at reasonable times and intervals and the City's staff may accompany the County's staff during such inspections. The County will provide the City's SPOC with seventy two (72) hours telephone notice of preconstruction conferences, periodic inspections and regular meetings regarding the construction of the Project. The County will also provide the City with seventy two (72) hours telephone notice of the final inspection. The City may elect to have its employees or staff inspect or observe construction of the Project from time to time. The City's representatives shall have a reasonable right to access and is encouraged to inspect the Project as construction progresses, and the County shall not interfere with such access or inspection by the City or its designated representative(s). 5. Upon completion of construction in accordance with the Project's design plans and the County's Regulations, the Project will be deemed to have complied with applicable City development regulations and the final construction summary and a set of record drawings shall be provided to the City. 6. After a period of twelve (12) months from the Date of Completion, the County and the City shall jointly inspect the Project and the County shall, within four (4) weeks of the joint inspection, correct or cause to be corrected any deficiencies that are found in the construction of the Project. For purposes of this Agreement, the "Date of Completion" of the Project shall be the date that the County verifies, in writing, that the Project has been completed in accordance with the design plans and County's Regulations. 7. The County shall obtain all warranties, guarantees and bonds with the City of Georgetown, Texas, named as co -beneficiary, and will assist the City in enforcing such guaranties, warranties and bonds to the extent practicable. 8. County shall perform all operations and construction activities above or adjacent to the Facilities in a workmanlike and safe manner and in conformance with all applicable industry and governmental standards and conditions that may be imposed by Georgetown from time to time. M. TERM AND TERMINATION 1. This Agreement shall be effective from and after the date of the last party to sign (`Effective Date"), shall automatically renew for successive one-year periods, and shall expire one year after the Date of Completion, unless previously terminated pursuant to Section III. B. 2. If either party defaults in the performance of any of the terms or conditions of this Agreement, the non -defaulting party shall deliver written notice of such default to the defaulting party. Such notice shall specify the nature of the default and inform the defaulting party that unless the default is cured within thirty (30) days of receipt ofthe notice, additional steps may be taken to terminate this Agreement. If the defaulting party begins a good faith attempt to cure the default within thirty (30) days, then and in that instance, the thirty (30) day period may be extended by the non -defaulting party, so long as the defaulting party continues to prosecute a cure diligently to completion and continues to make a good faith attempt to cure the default. If, in the opinion of the non -defaulting party, the defaulting party does not cure the breach within thirty (30) days or otherwise fails to make any diligent attempt to correct the default, the defaulting party shall be deemed to be in default and the non -defaulting party may, in addition to seeking any other remedies available at law or in equity, terminate this Agreement. IV. MISCELLANEOUS Severability. If any section, subsection, sentence, clause or phrase of this Agreement is for any reason held to be unconstitutional, void or invalid, the validity of the remaining portions of the Agreement shall not be affected thereby. It is the intent of the parties sighing this Agreement that no portion of it, or provision or regulations contained in it shall become inoperative or fail by reason of unconstitutionality or invalidity of any other section, subsection, sentence, clause, phrase, provision or regulation of this Agreement. 2. Law and Venue. This Agreement shall be governed by the laws of the State of Texas. The obligations under this Agreement are performable in Williamson County, Texas. It is expressly understood that any lawsuit or litigation arising out of or relating to this contract will take place in Williamson County, Texas. 3. Alteration, Amendment, or Modification. This Agreement may not be altered, amended or modified except in writing, approved by the County Judge of Williamson County and either the City Manager or Mayor of the City of Georgetown. 4. Notice. Notices to either party shall be in writing, and may be either hand delivered or sent by certified or registered mail, postage paid, return receipt requested. If sent to the parties at the addresses designated herein, notice shall be deemed effective upon receipt in the case of hand delivery and three days after deposit in the U.S. Mail in case of mailing. The address of City for all purposes shall be: To County: County of Williamson c/o Williamson County Judge 710 Main Street, Suite 101 Georgetown, Texas 78626 with a copy to: Williamson County Attorney 405 M.L.K. Street, Box #7 Georgetown, Texas 78626 To City: City of Georgetown ATTN: City Manager P.O. Box 409 Georgetown, Texas 78627-0409 5. Independent Relationship. Both parties hereto, in the performance of this Agreement, shall act in an individual capacity and not as agents, employees, partners, joint ventures or associates of one another. The employees or agents of one party shall not be deemed or construed to be the employees or agents of the other party for any purposes whatsoever. 6. No Waiver of Immunities. Nothing in this Agreement shall be deemed to waive, modify or amend any legal defense available at law or in equity to the parties hereto, their past or present officers, employees, or agents or employees, nor to create any legal rights or claim on behalf of any third party. Neither party waives, modifies or alters to any extent whatsoever the availability of the defense of governmental immunity under the laws of the State of Texas and of the United States. 7. Compliance with Laws. The parties hereto shall comply with all federal, state and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts or administrative bodies or tribunals in any matter affecting the performance of this Agreement, including, without limitation, Worker's Compensation laws, minimum and maximum salary and wage statutes and regulations, licensing laws and regulations. 8. Force Majeure. If the party obligated to perform is prevented from performance by an act of war, order of legal authority, act of God or other unavoidable cause not attributable to the fault or negligence of said party, the other party shall grant such. party relief from the performance of this Agreement. The burden of proof for the need of such relief shall rest upon the party obligated to perform. To obtain release based on force majeure, the party obligated to perform shall file a written request with the other party. 9. No Third Party Beneficiaries. This Agreement is for the sole and exclusive benefit of the parties hereto, and nothing in this Agreement, express or implied, is intended to confer or shall be construed as conferring upon any other person any rights, remedies or any other type or types of benefits. 10. Incorporation of Exhibits and Attachments. All of the Exhibits referred to in this Agreement are incorporated by reference as if set forth verbatim herein. 11. Execution in Counterparts. This Agreement may be executed in counterparts, each of which, when executed and delivered, shall be deemed to be an original and all of which together shall constitute one and the same document. 12. Entire Agreement. This Agreement constitutes the entire agreement between the parties hereto, and supersedes all their oral and written negotiations, agreements and understandings of every kind. The parties hereto understand, agree and declare that no promise, warranty, statement or representation of any kind whatsoever, which is not expressly stated in this Agreement, has been made by any party hereto or its officer, employees or other agents to induce execution of this Agreement. WHEREFORE, premises considered, in this Interlocal Agreement is executed to be effective the date of the last party to sign. COUNTY By: t/ Dan A. Ga i , County Judge Date: /o -- e % 11 il�_ 41a IIfflR&rXV".-. George G. Garver, Mayor Date: ATTEST: Jessica Hamilton, City Secretary INTERLOCAL AGREEMENT BETWEEN WILLIAMSON COUNTY, TEXAS AND THE CITY OF GEORGETOWN, TEXAS FOR THE RELOCATION OF CITY WATER LINES IN FM 1460 APPROVED AS TO FORM: Mark Sokolow, City Attomey Date: Pry^n&Ar 31 200 `j ian March 11, 2009 Judge Dan A. Gattis c/o Mr. Mike Weaver Prime Strategies, Inc. 1508 S. Lamar Blvd. Austin, TX 78704 Reference: Work Authorization No. 4 Inner Loop @ FM 1460 Limits: At Intersection Invoice No. 1 LAN Invoice No. 0000001 LAN Project No. 140-10385-004 Dear Mr. Weaver: Lockwood, Andrews & Newnam, Inc. A LEO A DALY COMPANY This report summarizes the activities performed on the referenced project from 01/29/09 thm 02/28/09. Also included with this report is invoice statement no. 01 for the sum total of $12,283.56. Work completed during invoice period: I. Bid Phase Services a. LAN prepared Construction Manuals i. Draft Construction Manual delivered January 5, 2009. ii. Addressed comments and delivered the revised Manual on February 23, 2009. iii. Inserted updated sheets in Manual and updated bid tab electronic file for distribution. b. LAN revised the construction plans to provide a 30" split casing on City of Georgetown's 18" water main. I. Provided plan/profile sheet H. Updated title page, revised estimate, construction details C. LAN provided new title sheet with updated sealing requirements. d. LAN provided copies, interested bidders list, and prepared Plans and manual, then delivered to Document Engine in advance of advertisement phase service H. Construction Phase Services a. No activity at this time. Schedule: The project is on schedule. If you have any questions regarding this invoice period, please do not hesitate to call me at (817) 820-0420 or Liz Rubio in Accounting at (210) 499-5082. Sincerely, se h W. Atwood, P.E. Project Manager Enclosures 2825 Bdwl v Delve • doae . Teaae 77"2J7H � 713.268b900 - Fu 719286.2088 - v1wW.lentiew.can Project 140-10385.004 Williamson Inner Loop WA64 twoice 1 Total this Task $8,67$,56 Task 402 — — — City of Georgetown Water — — — — — — — _ — Professional Personnel Hours Rate Amount Senior Project Manager Widaclu, Steven 7.50 170.00 1,275.00 Graduate Engineer II Arredondo, Roberto 16.00 90.00 1,440.00 Senior Designer Rodriguez, Jose 3.00 90.00 270.00 Clerical Long, Katherine 7.00 60.00 420.00 Totals 33.50 3,405.00 Total Labor 3,405.00 Total this Task $3,40.5.00 UnPald balances war 30 days are suNed to e 1% per month Finance Charge. Page 2 J CONSTRUCTION ESTIMATE W I LAMSON COUNTY ROAD i BROW - 3161 S.E. INNER LOOP • GEORGETOWN, TEMS 7S SE NRN Loop • PY 1860 711om RIO66RCIO J17e Srte CONfMDCTKK LLC A WAM• ROI11D BOCK TR ]6i T.aRD It 16H) T.pTpI. /AI{ Dl]I TSTA MATERIAL ON RAND 6000 JOB TO DATE AMOUNT $114.MAO TOTAL $114X70." JOB TO DATE IM AETANIIDE 611,477.06 JOB TO DATE TOTAL $107.86141 MATERIAL ON NAND (PERIOD AD00EDUCT) WAD PERIOD AMOUNT 6114X78." TOTAL 6114X70." 1^RETANAOE 6110177.115 PERIOD TOTAL 610746141 ORIGINAL CONTRACT AMOUNT $11INA ." APPROVED CHANGE ORDERS 60-00 APPROVED TOTAL CONIAACT AMOUNT 6016,487_" LIM, MATERIAL ON RAND 6000 JOB TO DATE AMOUNT $114.MAO TOTAL $114X70." JOB TO DATE IM AETANIIDE 611,477.06 JOB TO DATE TOTAL $107.86141 MATERIAL ON NAND (PERIOD AD00EDUCT) WAD PERIOD AMOUNT 6114X78." TOTAL 6114X70." 1^RETANAOE 6110177.115 PERIOD TOTAL 610746141 ORIGINAL CONTRACT AMOUNT $11INA ." APPROVED CHANGE ORDERS 60-00 APPROVED TOTAL CONIAACT AMOUNT 6016,487_" Council Meeting Date: November 10, 2009 Item No. AGENDA ITEM COVER SHEET SUBiECT; A RESOLUTION BY THE CITY OF GEORGETOWN, TEXAS ("CITY") AUTHORIZING THE MAYOR TO SIGN ALL NECESSARY DOCUMENTS FOR THE SUBMITTAL OF THE SAFE ROUTES TO SCHOOL PROJECT GRANT APPLICATION TO THE TEXAS DEPARTMENT OF TRANSPORTATION; AND DECLARING AN EFFECTIVE DATE. ITEM SUMMARY: Huitt-Zollars Engineering has assisted the City of Georgetown in the preparation of a Safe Route to School Application. Following several meetings and coordination between the City of Georgetown, Georgetown Independent School District (GISD) officials and Huitt-Zollars, several projects were identified for possible consideration. Due to time constraints, only one project was submitted for eligibility. The City of Georgetown was notified on October 20th that our project was approved as an eligible project and could be submitted for possible Safe Route to School funding. The project is expected to cost approximately $490,000.00. If the project is selected, the City will pay for the project up front and then receive 100% reimbursement. The deadline for the submitting the project to the State is November 30th, 2009. The Project consists of the installation of sidewalk within the Church Hill Farms Subdivision, along the East side of Inner Loop to the Williamson County property; and across the County property to Mitchell Elementary School. The concept was found to be favorable by the School Principal, and PTA at Mitchell School. SPECIAL CONSIDERATIONS: Huitt-Zollars engineer, Richard L. Wilkison, is scheduled to speak to County representatives about allowing the sidewalk to go across the county 'radio tower' property instead of around, for distance purposes. GISD will provide similar approvals for this project. FINANCIAL IMPACT: No funding is required at this time. If the project is selected for funding, an additional agenda item would be presented with financing options. STAFF RECOMMENDATION: Approval of Resolution supporting the proposed project. ATTACHMENTS: 1. Proposed Resolution 2. Map of proposed improvements Submitted By: Thomas R Benz P.E., Systems Engineer Director RESOLUTION NO. A RESOLUTION BY THE CITY OF GEORGETOWN, TEXAS ("CITY") AUTHORIZING THE MAYOR TO SIGN ALL NECESSARY DOCUMENTS FOR THE SUBMITTAL OF THE SAFE ROUTES TO SCHOOL PROJECT GRANT APPLICATION TO THE TEXAS DEPARTMENT OF TRANSPORTATION; AND DECLARING AN EFFECTIVE DATE. WHEREAS, THE City of Georgetown, by and through its City Council, seeks always to protect the health, safety and welfare of the citizens of the City of Georgetown and adjoining areas; and WHEREAS, the City of Georgetown, is committed to ensuring that all students who attend school in the City of Georgetown, can utilize physically active transportation, such as walking and bicycling, for safe and enjoyable trip to school; and WHEREAS, the City of Georgetown, and the Georgetown Independent School District have undertaken to obtain a grant from the Texas Safe Route to School program, to provide infrastructure to the city and to school campuses to ensure and encourage students to walk or bicycle to school; and NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS THAT: Section 1. That the statements set out in the preamble to this resolution are hereby in all things approved and adopted. Section 2. The Mayor is herein authorized to submit a grant application to the Texas Department of Transportation for a Safe Routes to School Project. Section 3. approval. RESOLVED this ATTEST: If the grant is approved, the documents will be submitted to the City Council for Jessica Hamilton, Assistant City Secretary day of , 2009. APPROVED AS TO FORM: MARK SOKOLOW, City Attorney THE CITY OF GEORGETOWN: George G. Garver, Mayor � yam, �, n� � �' "I Council Meeting Date: November 10, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT: Forwarded from the GUS Board: Consideration and possible action to approve the purchase of Bioxide from Siemens Water Technologies of Sarasota, Florida, in an amount not to exceed $70,000.00 for Fiscal Year 2009/2010. — Glenn Dishong, Water Services Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: In May 1998, Camp, Dresser and McKee, Inc performed a wastewater odor control study. This study was performed as a result of Hydrogen Sulfide (1-12S) odor complaints in certain areas of the City. The study evaluated different methods to mitigate the H2S problem with a recommendation being made to use Bioxide, a product patented by Siemens Water Technologies. Since July 1999, the City has successfully used Bioxide to control odor problems. In September 200% the case study was reviewed and Bioxide continues to be the most effective method to mitigate the H2S problem. GUS BOARD RECOMMENDATION: This item was unanimously recommended by the GUS Board for Council approval at the October 19, 2009, GUS Board meeting. STAFF RECOMMENDATION: Staff recommends the purchase of Bioxide from Siemens Water Technologies in an amount not to exceed $70,000.00. SPECIAL CONSIDERATIONS: Siemens Water Technologies is a sole source provider of Bioxide and is the only location that bids will be received and processed for Bioxide. FINANCIAL IMPACT: Funds for this additional expenditure are available in the Water Services Budget. 660-5-0530-51-336 ATTACHMENTS: Fund Actual Budget Services — Odor Control $70,000.00 $80,000.00 Siemens Water Technologies SoleSourceLetter r111 . (f. ,' Submitted By: Glenn Dishong, Jim Briggs, Water Services Direct)ACM for Utility Operation SIEMENS Mr. David Thomison Operations Manager City of Georgetown Ph: 512-930-4811 Fax: 512-930-0232 Email: dthomison@georgetownbLorg October 5, 2009 RE: CITY OF GEORGETOWN, TX SOLE SOURCE FOR BIOXIDE® PRODUCTS Dear Mr. Thomison: As requested, the cost for Bioxide* will be S2.02/gallon (based on 4,000 -gallon loads delivered). This pricing is good from October 1, 2009 thru September 30, 2010. Siemens Water Technologies is the sole source provider of Bioxide® products (Bioxide®, Bioxide-AQ®, Bioxide® AE, and AQUIT9 solutions). Related services that we offer to our customers are provided under the Full Service Odor Controlsm program. A license to use Bioxide® products is included with the product sale. Patents that cover aspects of the use of Bioxide® products include, but are not necessarily limited to, United States Patent Nos. 6,309,597, 7,087,172 and 7,553,420. Bioxide, Bioxide-AQ, Bioxide AE, AQUIT and Full Service Odor Control are trademarks of Siemens Water Technologies. Should you have any questions or require additional information please feel free to contact me at 800- 345-3982. Sincerely, SIEMENS WATER TECHNOLOGIES Joe Wp6eruon Joe Robertson Technical Sales Representative Siemens Water Technologies Corp. 2650 Tallevast Road Tel: (941) 355-2971 Sarasota, FL 34243 Fax (941) 361-4756 www.siemens.com/water Page 1 of 1 September 28, 2009 Mr. David Thomison Operations Manager City of Georgetown Ph: 512-9304811 Fax: 512-930-0232 Email: dthomison@georgetowntx.org RE: SOLE SOURCE BIOXIDE® PLUS Dear Mr. Thomison: Siemens Water Technologies is the sole source provider of Bioxide® Plus. The purchase of Bioxide® Plus products from Siemens constitutes an implied license to practice the processes described in United States Patents #6,309,597, #7,087,172 and 7,553,420 B2. Bioxide® is a registered trademark of Siemens Water Technologies. Should you have any questions or require additional information please feel free to contact me at 1- 800-345-3982. Sincerely, SIEMENS WATER TECHNOLOGIES Doug Davis Director of FSOC Sales Siemens Water Technologies Corp. 2650 Tallevast Road Tel: (941) 355-2971 Sarasota, FL 34243 Fax: (941) 3514756 www.stemens. comAvater Page 1 of 1 Council Meeting Date: November 10, 2009 Item No. AGENDA ITEM COVER SHEET SUB : Forwarded from the GUS Board: Consideration and possible action to renew the contract between the City of Georgetown and National Tree Expert Company, Inc. of Burnet, Texas, to provide electric system right-of-way clearing services in an amount not to exceed $150,000.00. — Ken Arnold, Energy Services Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: The contract was originally enacted in November of 2004, allowed for annual renewals each year for a five year period with no increase in unit cost. This renewal will be the fifth and final renewal of this contract. National Tree Expert has three (3) staff members who hold National Arborist Certifications to ensure proper tree -trimming procedures will be followed. While the contract will be with National Tree Expert the supervision of their work will be performed by the Cities Energy Services Department. National Tree Expert has been working in Georgetown since 1997 Ice Storm Event. Their work, in conjunction with system upgrades has proven that proper tree maintenance can provide reduced outages during ice events such as the events experienced in December, 1997 & 2000 and February 2005. Therefore, staff recommends that the City Exercise their option to continue the contract from October 2009 to September 2010 at which time the contract's term will expire and staff will re -bid for support services. GUS BOARD RECOMMENDATIONS: This item was unanimously recommended by the GUS Board for Council approval at the October 19, 2009, GUS Board meeting. STAFF RECOMMENDATIONS: Staff recommends approval of the contract renewal with National Tree Expert Company, Inc. of Burnet, Texas to provide electric system right-of-way clearing services. FINANCIAL IMPACT: Funds for this additional expenditure are available in the Electric Operations Budget. Fund Actual Budget Budget Balance Available 610-5-052351-511 ROW Maintenance 150,000.00 150,000.00 150,000.00 ATTACHMENTS: Letter from National Tree Expert requesting contract renewal. Submitted By: Kenneth Arnold Energy Services Director NATIONAL TREE EXPERT CO.JNC. Est. 1963 Mr. Paul Elkins City of Georgetown Dear Mr. Elkins, The purpose of this correspondence is to express our intentions to extend our contract with the City of Georgetown. The extension will be carried out under the current terms for the next fiscal year. The City of Georgetown has been a valued customer to National Tree Expert Co., Inc. and we appreciate the opportunity to continue this business relationship in the upcoming years. Brian Dalland, Vice President NATIONAL TREE EXPERT CO., INC. 512-715-0464 EXTENSION TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND NATIONAL TREE EXPERT CO., INC. FOR THE ELECTRIC SYSTEM RIGHT-OF-WAY CLEARING PROJECT The Agreement between The City of Georgetown and National Tree Expert Co., Inc. authorized on November 23, 2004, ("Agreement') is hereby extended as follows: The parties agree that the Agreement, authorized on November 23, 2004 for a one (1) year period with an option to extend for a maximum of five (5) additional one year periods is extended for one (1) additional and final year. The scope and cost of the anticipated services are to remain the same. The invoices will be paid by the 20`h of each month. All other terms of the Agreement shall remain in full force and effect. EXECUTED in duplicate original this day of Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Mark Sokolow City Attorney Party of the Second Part: NATIONAL TREE EXPERT CO., INC. By: Brian Dalland, Vice President STATE OF TEXAS COUNTY OF 4111$joni Party of the First Part: CITY OF GEORGETOWN, TEXAS George G. Garver Mayor Attest: Jessica Hamilton City Secretary This instrument was acknowledged before me on this the day of .2009. Notary Public Printed Name: Commission Expires: McCORD ENGINEERING, INC. 916 Southwest Parkway East, P.O. Box 1(X147 College Station, Texas 77842 (979) 764-8356 Fax(979)764-9644 November 9, 2004 Mr. Mike Mayben Energy Services Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78628 RE. Bid No. 25001 (201ig Electric Svs`em Rik.t-Df-Way, Clearing) Dear Mike: On October 28, 2004, sealed proposals received were opened and read for an Electric System Right -0f --Way Clearing bid designated as Bid No. 25001. The purpose of this bid is to acquire the services of right -0f -way clearing and equipment to supplement your City's current Electric Department work crews in the performance of right-of-way clearing. This bid addressed the furnishing of labor and equipment to assist your City on an "as needed" basis for a one (1) year time period and tris Contract may be extended for additional one (1) year terms up to a maximum of five (5) years at the City's option and with the consent of the Contractor. Bid prices were requested from prospective Contractors on both an assembly unit bid basis and an hourly basis, and no quantities of construction units were specified. Henceforth, no total bid price results for this bid solicitation and for tabulation herewith. We anticipate that the majority of construction work to be performed under this contract will be specified on a unit basis; the hourly prices were requested simply to provide for billing rates for any special construction work requested which does not lend itself to billing under a standard construction unit billing basis. All work can be specified on an "as requested" basis, and the contract can be terminated at the City's directive. The City received one bid proposal from National Tree Expert Company of Brunet, Texas and has enclosed the tabulation. McCoy Tree Surgery of Norman, Oklahoma elected not to submit a bid at this time. National Tree Expert Company has been under contract with your City from January, 1998 to March, 2004 and has performed right-of-way clearing work with very high acceptance from the City and its customers. City of Georgetown November 9, 2004 Page Two Based on the receipt of a satisfactory and complying bid, and the past experience the City has with National Tree Expert Company, we recommend your City award Bid No. 25001 to National Tree Expert Company of Burnet, Texas, whom we have deemed to be the satisfactorily qualified firm to provide the proposed supplemental labor and equipment for right -0f --way clearing, for your City's Electric Division for the subject award period. We appreciate very much the opportunity to assist your City in the preparation of Specifications for this bid project and the solicitation and evaluation of bid proposals. If you have any questions, or need further information concerning this project, please do not hesitate to let me know. DW/jk Enclosure cc: Mr. Jim Briggs (w/enol.) Mr. John Thomas (w/enol.) Mr. Ricky Jackson (w/encl.) Ms. Marsha Iwers (w/encl.) Yours very truly, MXORD ENGINEERING, INC. Do,, a t4l- David Witte Underground Line Design Division Manager McCORD ENGINEERING, INC. P.O. Box 10047 College Station, Texas 77840 Asplundh Tree Expert Company Attn: Allen LeBlanc 6733 Leopard Rd. Corpus Christi, Texas 78409 (361) 289-0052 Atm: Mr. Lance Vining 711 S. Fourth Street Mansfield, Texas 76063 (817)296-7546 Blackwell Eng., Inc. 516 East Main St. Hamilton, Texas 76531 (254)386-9091 Blume Tree Services, Inc. Ann: Greg Perry Area Manager/Staff Forester P.O. Box 3043 2020 Plantation Drive. #407 (77301) Conroe, Texas 77305 (409) 856-5565 (409) 7604013 Home C.M. Joslin Company, Inc. Atm: Lois Joslin P.O. Box 647 (77305) 6100 Old Montgomery Road Conroe, Texas 77301-0220 (409) 756-1155 Harris Line Service Co., Inc. Attn: Gilbert D. Harris, Sr. President P.O. Box 7165 (75607) 1047 Gardener Mitchell Parkway Longview, Texas 75603 (903)643-7712 (903)643-7942 Fax JM] Maintenance, Inc. Attn: Mr. Jason Mayfield IS^s Prig qn Rajd 33.18 Greenville, TX 75402 (903)450-4677 (903) 4544319 Fax ' Sent books BIDDERS LIST CITY OF GEORGETOWN 2005 Right -Of -Way Clearing Bid No. 25001 Bid Date: October 28, 2004 McCoy Tree Surgery Atm: Mr. Sam Batty P.O. Box 24 25603 Penguin Pinehurst, Texas 77362 (800) 654-3625 (281) 259-7173 (800)462-8073 Fax The National Tree Expert Co., Inc. Attn: Michael Dalland 311 Industrial Drive Burnet, Texas 78750 (512) 219-7888 Ponderosa Construction Aun: Mr. David Ponder P.O. Box 780 Spurger, Texas 77660 (409) 429-5840 (409) 429-7235 Fax Trees, Inc. Atm: Linda Benge P.O. Box 38038(77238.8038) 7020 Stuebner Airline Housttm, Ttxas 77091 (800) 676.7712 (713) 692.6371 (713) 692-5204 Fax Wayne's Digger Service Atm: Mr. Wayne Blackwell P.O. Box 1726 Belton, Texas 76513-1726 (254) 933-8219 (254) 933-9876 Fax awdigl@eartlllink.net Whitmire Line Clearing Atm: Larry Elkins 8171 Highway 377 Pilot Point, Texas 76258 (800) 576-7521 October 11, 2004 McCord Engineering, Inc. P.O. Box 10046 College Station, Texas 77842 November 1, 2004 CITY OF GEORGETOWN ELECTRIC SYSTEM RIGHT-OF-WAY CLEARING BID NO. 25001 NATIONAL TREE EXPERT CO., INC. Right -of -Way Clearing Units r-- Unit Unit Price ($) R 1.6 1,350.00 R1 -6A 1 250.00 R1 -6S 1,150.00 R1-10 1,500.00 R1 -10A 1,400.00 Payroll Charges Description - Hourly Rate ($) Class I Trimmer 20.20 Class 11 Trimmer ,Working Foreman 18.75 26.65 !Hydraulic Dum Truck and Tools 8.50 iPovver Saw 0.65 I Bucket Truck of Aerial lift 13.50 Brush Chipper 3.50 Tractor/Mower 26.50 Council Meeting Date: November 10, 2009 Item No. 6 AGENDA ITEM COVER SHEET SUBJECT: Forwarded from the GUS Board: Consideration and possible action for approval of the contract with Lower Colorado River Authority (LORA) for the purchase of electric distribution and transmission materials for FY 2009/2010 from vendor award contract for the LCRA Electric Material Acquisition Program in the estimated amount of $500,000.00. — Ken Arnold, Energy Services Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: Approval of this agreement will allow the City of Georgetown to continue the periodic purchases of electric distribution and electric transmission material directly from the vendor awarded the Electric Material Acquisition Services Contract by LCRA. LCRA has awarded a new material contract with Techline. By using this agreement, the City will be able to take advantage of lower prices and stock availability to do volume purchasing. Materials purchased through this agreement are items not included on any bids formally issued and awarded by the City. Items are purchased on an as needed basis and are stocked in the City warehouse to be used by the Electric Department for new electric service installations and maintenance of the electric system. The total of this bid was based on an estimated quantity from the previous year. According to Texas Local Government Code 271.102 (c), the City satisfies any state laws requiring the local government to seek competitive bids for the purchase of the goods and services when purchasing under Subchapter F. Cooperative Purchasing Program. The Texas Local Government Code 271.101 states that a municipality may participate in a local agreement with a special district. This is a continuation of the previous agreement for FY 2009-2010. GUS BOARD RECOMMENDATIONS: This item was unanimously recommended by the GUS Board for Council approval at the October 19, 2009, GUS Board meeting. STAFF RECOMMENDATIONS: Staff recommends the approval of this agreement with LCRA for the periodic purchase of electric T&D material from the vendor awarded the Electric Material Acquisition Services Contract by LORA. FINANCIAL IMPACT: Funds for this additional expenditure are available in the Electric Operations Budget. Fund 610-9-0580-90-011 Overhead Conductors 610-9-0580-90-012 Underground Conductors Actual Budget Budget Balance Available 250,000.00 2,131,000.00 2,131,000.00 250,000.00 2,650,000.00 2,647,764.86 STAFF RECOMMENDATIONS: Staff recommends the approval of this agreement with LCRA for the periodic purchase of electric T&D material from the vendor awarded the Electric Material Acquisition Services Contract by LCRA. ATTACHMENTS: 2003 Material Acquisition Services Agreement between City and LCRA./ I Submitted By: Energy Services Director EX�IIBIT MAT PROGRAM AGREEMENT MATERIAL ACQUISITION SERVICES Ttt�'r? �1d��"Customer") and a Lower Colorado River Authority an Agre e¢t for Technical Services dated /� d.�- tJ ("LCRA") have entered into The purpose of this new Program Agreement is to allow thejry pF�� y �� of the Material Alliance of LORA. to receive the benefits CONT_ RACT SCOPE: LCRA shall provide the following services to Customer: 1. LCRA has received and evaluated bid proposals for an annual material acquisition program. 2. The selected vendor meets or exceeds the criteria required and desired for furnishing materials to LCRA and its Wholesale Customers. 3. The selected Vendor will be monitored by LCRA at regular intervals to assure that to the participants. the program is beneficial 4. The selected Vendor may furnish materials for up to five (5) years with at least an annual review of Performance of the Vendor. 5. LCRA Distribution Engineering will make recommendations and evaluations of material suitable for electric facilities. CUSTOMER BENEFITS 1. Customer will not need to go through the bid process for materials covered under this Program. 2. The Vendor will be providing the following products: electrical, natural gas, water/sewer, CATV/telephone, sport lighting, fiber optic, and telecommunication. 3. The Customer will deal directly with the Vendor in the ordering, shipping, and payment of invoices. Vendor will provide customer with a customer -specific electronic procurement WEB page. Fax or telephone ordering also is available. 4. The Vendor will not charge shipping charges for the routine route delivery to the Customer from Vendor's warehouse. 5. Vendor will be available to deliver material at least weekly to Customer. 6. The Vendor may deliver materials directly to the jobsite when prior arrangements have been made between the Customer and the Vendor. 7. The Vendor may purchase excess materials from the Customer to reduce Customers inve 48 hours. ntory. 8. The Vendor agrees to maintain a stock of material for emergencies to be delivered to the customer within 9. The Vendor will be available 24 hours per day 7 days per week for Customer to contact, 10. Vendor will self unload Customer's purchases at customers warehouse or directly to the jobsite. 11. Vendor can provide training on use of new material. 12. Vendor will provide improved communication concerning product availability and pricing movement. 13. Vendor can provide "kiting" assembling and packaging material by unit designation. 14. Vendor will provide an emergency backup stock. 15. Vendor will not charge a restocking charge for return of unused material if Customer meets Vendor's criteria for such actions. 16. Vendor will provide new transformers on consignment at customer's location if customer purchases all transformers and most other distribution materials from vendor. 17. The vendor will provide and maintain emergency stock of larger pad -mounted transformers or other agreed upon items so that each utility will not have to maintain expensive inventory or backup units for reliability purposes if customer purchases all transformers and most other distribution materials from vendor - 11/10/03 Material Agreement CON_ TRA_ CT TERM (page 2 of 2) The contract term for this Program Agreement shall be for one year. The Program Agreement shall be automatically renewed each year unless terminated by either party. TERKNAT10N Either party may terminate this Program Agreement, by giving a nine Termination of this Program Agreement shall not affect the -Agreement for Technical Serviy notice to ces oranyoer ther Program Agreement, but termination of the Agreement for Technical Services automatically terminates all Program Agreements. If this Program Agreement is terminated, any overpayment of the retainer shall be reimbursed to the Customer after the costs of services have been paid. CONTRACTFEES Fees for work under this Agreement See attachedprice sheet "PricingforMATERLILACQWSITIONProgram,. The LCRA will notify the customer of the new fee for continuing the service for another year in a new "Pricing for Material Acquisition Program" which will become a part of this Agreement All other terms and conditions of the Program Agreement remain in full force and effect. The parties below have caused this Program Agreement to be executed by their authorized officials as of yyAv 2010 LOWER COLORAD AUTHORITY L�1.. LL " t) Pricing for Electric Material Acquisition Program For the City ofyew„tj Dated: The program fee is $35/month plus 2.5% of the previous month's purchases, but not to exceed ' $250/month. Monthly fee will be updated to be effective January 1St of each year and will be constant for one complete year. Accepted: ower _ ! 0 Q IjZti Signature 6 61- f �=j MA, p r� Printed Name ov� Ic Title \Z-I� o Date 11/10/03 EXTENSION TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND THE LOWER COLORADO RIVER AUTHORITY (LCRA) FOR THE PURCHASE OF ELECTRIC DISTRIBUTION AND TRANSMISSION MATERIALS THROUGH THE LCRA ELECTRIC MATERIALS ACQUISITION PROGRAM The Agreement between The City of Georgetown and LCRA authorized on November 2, 2003, ("Agreement') is hereby extended as follows: The parties agree that the Agreement, authorized on November 2, 2003 for a one (1) year period with an option to extend for a maximum of five (5) additional one year periods is extended for one (1) additional and final year. The scope and cost of the anticipated services are to remain the same. The invoices will be paid by the 20`" of each month. All other terms of the Agreement shall remain in full force and effect. EXECUTED in duplicate original this day of 2009, at Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Party of the First Part: CITY OF GEORGETOWN, TEXAS Mark Sokolow City Attorney Party of the Second Part: LOWER COLORADO RIVER AUTHORITY By: Allen Kunze, Manager, Customer Service STATE OF TEXAS COUNTY OF George G. Garver Mayor Attest: Jessica Hamilton City Secretary This instrument was acknowledged before me on this the day of 2009. Notary Public Printed Name: Commission Expires: Council Meeting Date: November 10, 2009 Item No. AGENDA ITEM COVER SHEET SUBTECT: Forwarded from the GUS Board: Consideration and possible recommendation to approve Task Order No. AUE-10-001 with Alexander Utility Engineering, Inc. (AUE), of San Antonio, Texas, for professional services related to the Fiber Optic Network CII' Plan in an amount not to exceed $92,750.00. — Kenneth Arnold, Energy Services Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: This will be the third of the seven phases outlined in the 2008 Fiber Optic Network Long Range Master Plan. To date approximately 60,000 feet of an estimated 250,000 feet of fiber has been installed. This phase will add another 70,000 feet of fiber. Alexander will provide detailed engineering and construction drawings. This phase will extend fiber: 1. From University and Austin to James St Elevated Storage tank and Smith Branch Lift Station 2. From Georgetown Sub to Rivery Substation 3. From Rivery Substation to North Lake Water Treatment Plant 4. From North Lake Water Treatment Plant to Fire Station 4 5. From Fire Station 4 to Gabriel Substation. All of the utility facilities along these routes will be included. Alexander also provides field quality review and monitors test data for design conformance and overall quality. GUS BOARD RECOMMENDATIONS: This item was unanimously recommended by the GUS Board for Council approval at the October 19, 2009, GUS Board meeting. STAFF RECOMMENDATIONS: Recommend approval for Task Order AUE-10-001 in the amount not to exceed $ 92,750.00 FINANCIAL IMPACT: Funds for this additional expenditure are available in the Communications Equipment CII' Budget. See the attached Budgetary and Financial Analysis sheet. ATTACHMENTS: CIP Budgetary & Financial Analysis Georgetown Fiber Network Overview AUE-10-001 Task Order Submitted By: Kenneth Arnold, Energy Services Director CIP- Budgetary and Financial Analysis Worksheet Consulting 92,750.00 92,750.00 20% DATE: PROJECT NAME: Fiber Master Plan Project 3 40E 10114/2009 0% Other Costs Division/Department: GUS/Electric Director Approval ^� Prepared By: Jimmy Sikes Finance Approval LA'KE10/15/09 TOTAL ANNUAL BUDGET [— 474,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item &Encumbered %Annual (A) before agenda item B A + B Bud et Consulting 92,750.00 92,750.00 20% Right of Way 0.00 0% Construction 0.00 0% Other Costs 0.00 0% Total Current Year Costs 0.00 92,750.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 610-9-0580-90-021 474,000.00 Total Budget 1 474,000.00 TOTAL PROJECT BUDGET 634,900.32 (includes all previous yrs) Prior Years Current Year Total Spent/Encumbered Costs C Consulting 12,900.32 92,750.00 1 Right of Way 0.00 Construction 0.00 Other Costs 0.00 Total Project Costs 1 12.900.32 1 92.750.00 1 1 Comments: 32 16.64% 0 0 0 I I � ^a N \ LEGEND + PHASE THREE EXISTING - 1 I FUTURE GEORGETOWN FIBER OPTIC NETWORK OVERVIEW ®� Project Name: Fiber Optic Network Engineering 2009/2010 CIP Engineering Firm Name: Alexander Utility Engineering, Inc. Task Order No. AUE-10-001 Date: 10/2/09 City's Designated Representative - Jimmy Sikes City of Georgetown P.O. Box 409 Georgetown, Texas 78627 General Description of Services or Project: Provide detailed engineering and construction drawings for Phase III of the Georgetown Utility Services (GUS) fiber optic communications network. City Provided Information or Work: The City shall provide the following services or perform the following work (describe): The City will provide copies of records of all existing facilities along the routes, as necessary to determine any and all in place facilities that might be considered for use in the construction plan. The City shall also provide field assistance as necessary to access and evaluate the routes and associated in place facilities. City of Georgetown Project No: 40E General Ledger Account Number: 610-9-0580-90-021 Any documents or information related to the Work/Services provided by the City to the Professional, including, without limitation, engineering studies, maps, reports, filed data, notes, plans, diagrams, sketches, or maps (the "Information') is and shall remain the property of the City, and Professional shall have no ownership or other interest in same. The Professional shall deliver to the City, if requested, a written itemized receipt for the Information, and shall be responsible for its safe keeping and shall return it to the City, upon request, in as good condition as when received, normal wear and tear excepted. Scope of Work: (describe in detail using additional or separate sheets if necessary): 1. Provide detailed engineering and construction drawings for fiber optic cable extending east on University Ave from Austin St. to the James St. water tower and Smith Branch lift station. A. The cable route will follow existing GUS poles and electric service for the entire distance. B. Design underground entrance and exit facilities at the James St. Water Tower. C. Design underground entrance facilities at the Smith Branch lift station Master Services Agreement - Task Order #AUE-10-001 Version 8.28.2009 Page 1 D. Design the splicing arrangement at the intersection of Austin and University, where the new cable will connect to existing cable. 2. Provide detailed engineering and construction drawings for fiber optic cable extending from the Georgetown Substation to Rivery Substation. A. The cable route will leave the Georgetown substation in a southerly direction using existing distribution facilities, and will follow this route as it crosses Interstate 35. B. Design the crossing of Interstate 35 and prepare the highway permit for submittal by GUS for the facility added to the existing highway crossing. The construction contractor will be responsible for the arrangements through TXDOT for necessary lane or road closures. C. Design a single threaded branch and entrance facility to the Wolf Ranch lift station. D. Design a buried cable route and prepare the highway permit for submittal by GUS for the plant extending from the end of the existing aerial crossing north along the southbound access road of Interstate 35 to Highway 29, crossing Highway 29. E. Design the crossing in such a manner to connect to the existing traffic light at a later date, and to connect a cable that will extend north along the Interstate 35 southbound access road. F. The cable route will then extend west along the north right of way of. Highway 29 on existing GUS electric facilities to Wolf Ranch Parkway, where it will turn north to Rivery Drive and extend to the Rivery Substation. Design the route in such a manner that a future cable extending west along Highway 29 can be attached at a later date. The route will follow existing GUS electric facilities to the Rivery substation. The route to the Rivery substation will be a single threaded branch of the network. 3. Provide detailed engineering and construction drawings for fiber optic cable extending from the branch to the Rivery Substation to the water facilities located at Georgetown Lake. A. Design anew cable route from the junction point described in item #21) above north along the southbound access road of Interstate 35 to the access road bridge crossing of the San Gabriel River. B. Design an aerial to underground transition and bridge attachment for conduit to attach to the Interstate 35 access road bridge. The bridge attachment design will be reviewed and approved by a qualified structural engineer. Gather technical data for the material used for the bridge attachment. Prepare TXDOT permit for submittal by GUS for the bridge attachment. C. Design an underground to aerial transition at the north end of the bridge and continue northerly attaching to existing GUS owned electric facilities to Williams Drive and west on Williams to Rivery Drive and Fire Station #2. D. Design underground entrance and exit facilities at Fire Station #2. E. Design underground entrance facilities at the Central Water Tank. F. Design fiber optic cable route on GUS poles extending westerly along Williams to a junction at D. R. Wood Drive, then southwesterly along D.R. Wood to Lake Overlook Rd and on to the Georgetown Lake water treatment facilities. Create a design such that existing traffic signals along the route can be attached to the network at a later date. Master Services Agreement —Task Order #AUE-10-001 Version 8.282009 Page 2 G. Design an entrance facility for the north water treatment plant at the dam. H. Design a fiber optic cable extending from the dam facility to the second water location. 4. Provide detailed engineering and construction drawings for fiber optic cable extending from the Georgetown Lake junction splice to Fire Station #4 A. This route segment generally follows existing GUS poles that currently are in place. The route follows Sequoia and other public streets to Fire Station #4. A portion of this route leaves GUS serving territory and enters Pedernales Electric COOP (PEC) territory. GUS is to negotiate a pole attachment agreement with PEC. B. Design a single threaded branch and entrance facility to Sequoia ground storage tank. C. Design a single threaded branch and entrance facility to Serenada Lift Station. D. Design a single threaded branch and entrance facility to the Tennis Center. E. Design a single threaded branch and entrance facility to Well #8. F. Design three way redundant conduit entrance facilities at Fire Station #4. 5. Provide detailed engineering and construction drawings for fiber optic cable extending from the Fire Station #4 to Gabriel Substation. A. A portion of this route leaves GUS serving territory and enters Pedernales Electric COOP (PEC) territory. GUS is to negotiate a pole attachment agreement with PEC. The route generally follows PEC and GUS owned pole lines along Airport Rd to an existing power line crossing of Interstate 35. The new facility will replace an existing fiber optic cable currently in place in this route. A separate project will be prepared at a later date to remove the old facility. B. Design a single threaded branch and entrance facility to the airport. C. Design a single threaded branch and entrance facility to the airport ground storage tank. D. Design a crossing of Interstate 35 and prepare a highway permit for the crossing. E. Create a splicing sheet to show details of the cable junction with existing cable facilities on Austin Ave. 6. Perform field quality review of each segment of the project as it is completed. 7. Review all test measurements on completed cables for design conformance and overall quality of performance. 8. The estimated cost to provide the above described services will not exceed $85,000 for labor and materials, and $7,750 for expenses. Labor and materials include field work, drafting, computer and all miscellaneous office supplies and materials. Expenses include lodging expense, meals, and vehicle mileage. Master Services Agreement —Task Order AAUE-10-001 Version 8.28.2009 Page 3 Statement Regarding Non -Collusion; Prohibited Financial Interests; Prohibited Political Influences: (Per Article 36 in the Master Service Agreement): Professional hereby represents and warrants to City that Professional shall not perform any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under this Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. Compensation: (Pick one) X Time and Materials with Amount Not to Exceed: - Services to be provided at rates shown on Exhibit B in an amount not to exceed $92,750 DOLLARS and 00 CENTS. Lump Sum Contract: Services to be provided at rates shown on Exhibit B in an amount not to exceed $ DOLLARS and CENTS. APPROVED: CITY OF GEORGETOWN PROFESSIONAL Firm Name: By: By: Name: Name: Title: Title: Address: Address: Phone: Phone: Fax: Fax: E -Mail: E -Mail: Date: Date: Master Services Agreement — Task Order #AUE-10-001 Version 8.28.2009 Page 4 Georgetown Utility Services Task Order No. AUE-10-001 Optical Network- Phase III Exhibit B Task #1 Senior Project Manager II 10 Hours @$100/hr $1,000 Senior Systems Integrator IV 10 Hours @$100/hr $1,000 Senior Systems Integrator II 20 Hours @$75/hr $1,500 Task #2 Senior Project Manager II 10 Hours @$100/hr $1,000 Senior Systems Integrator IV 80 Hours @$100/hr $8,000 Senior Systems Integrator 11 100 Hours @$75/hr $7,500 Task #3 Senior Project Manager II 10 Hours @$100/hr $1,000 Senior Systems Integrator IV 60 Hours @$100/hr $6,000 Senior Systems Integrator II 100 Hours @$75/hr $7,500 Task #4 Senior Project Manager II 10 Hours @$100/hr $1,000 Senior Systems Integrator IV 60 Hours @$100/hr $6,000 Senior Systems Integrator 11 100 Hours @$75/hr $7,500 Task #5 Senior Project Manager 11 10 Hours @$100/hr $1,000 Senior Systems Integrator IV 60 Hours @$100/hr $6,000 Senior Systems Integrator 11 100 Hours @$75/hr $7,500 Task #6 Senior Project Manager II 180 Hours @$100/hr $18,000 Task #7 Senior Project Manager II 35 Hours @$100/hr $3,500 Total Estimated Labor Costs Senior Project Manager II 265 Hours @$100/hr $26,500 Senior Systems integrator IV 270 Hours @$100/hr $27,000 Senior Systems Integrator II 420 Hours @$75/hr $31,500 Total $85,000 Estimated Expenses Hotel plus Per Diem 36 Days @$150/Day $5,400.00 Vehicle mileage 3,000 Miles @$.63/mile $1,890.00 Document reproductions 613Sgft @.75/SgFt $459.75 Rounded Total Expenses $7,750.00 Grand Total $92,750 Council Meeting Date: November 10, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT: Second Reading of an Ordinance as it pertains to Section 10.16.030, and Section 10.16.082 of the Code of Ordinances parking on all streets within the downtown overlay; making such other findings and provisions related to the subject; providing for penalties; and declaring an effective date. ITEM SUMMARY: Georgetown City Council discussed suspending enforcement of the Downtown Parking Zone at the October 27th meeting. At both the October 131h meeting and the October 271h meeting, speakers shared thoughts and concerns about the existing 2 -hour parking zone. Merchants favoring a timed parking presented pictures showing most of the spaces around the square being used by merchants and employees following the discussions of lifting the timed parking. The general consensus of those attending the October 27th" meeting was that a time limit on parking is needed. The immediate concern was having adequate parking for the upcoming shopping season. Council discussed the need to lengthen the limited parking time from two to three hours within the downtown overlay and approved the first reading as such. The fine or penalty being excessive was a second concern brought to Council about the existing parking zone. After discussions, Council approved the first reading with the new penalties or fines to be: First Offense- Warning Second Offense- Up to $20.00 Third Offense- Up to $75.00 After the second reading of the proposed Ordinance, the signs and markings within the Downtown Parking Zone will be replaced or modified to reflect the new extended parking time. The new parking time will go into effect on November 25, 2009 (10 days after the approved Ordinance is published in the newspaper). SPECIAL CONSIDERATIONS: To cut down on expenses, markings will be modified instead of replaced when possible. COMMENTS: Redraft of the Ordinance was prepared by the City Attorney. FINANCIAL IMPACT: Funds for this expenditure are budgeted in the Unscheduled Street Maintenance Fund Actual Budget Available Budget Balance 100-5-0846-52-911 Unscheduled Street $5,500 180,000 180,000 Maintenance ATTACHMENTS: Ordinance Submitted By: Ji(n Briggs Operations ORDINANCE NO. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS ("CITY") AS IT PERTAINS TO SECTION 10.16.030, AND SECTION 10.16.082 OF THE CODE OF ORDINANCES PARKING ON ALL STREETS WITHIN THE DOWNTOWN OVERLAY; MAKING SUCH OTHER FINDINGS AND PROVISIONS RELATED TO THE SUBJECT; PROVIDING FOR PENALTIES; AND DECLARING AN EFFECTIVE DATE. WHEREAS, The Georgetown City Council deemed it necessary to establish a "Downtown Parking Zone" with a two-hour time limit in May of 2004, and WHEREAS, The Council also encouraged visitors to Georgetown by providing unrestricted parking passes to visitors, and WHEREAS, Williamson County has relocated several offices from the Court House that previously added to the traffic congestion and parking problem on the square; and WHEREAS, Local businesses and citizens have expressed displeasure of the current two- hour zone; and WHEREAS, Local businesses have questioned the need for the continuation of a two-hour "Downtown Parking Zone"; and WHEREAS, The Council now finds it necessary to amend the "Downtown Parking" to three (3) hours, and to modify the penalties. NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS THAT: Section 1. The meeting at which this ordinance was approved was in all things conducted in compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. Section 2. The facts and recitations contained in the preamble of this ordinance are hereby found and declared to be true and correct, and are incorporated by reference herein and expressly made a part hereof, as if copied verbatim. The City Council hereby finds that this ordinance complies with the Vision Statement of the City of Georgetown 2030 Comprehensive Plan. Section 3. Section 10. 16.030 is hereby amended as follows: Sec. 10.16.030. Three Hour Zones. Three Hour Zones. When signs are in place giving notice thereof, during the hours of 9:00 a.m. to 5:00 p.m., Monday through Friday, inclusive, it is unlawful for any person to leave standing or parked, any vehicle for a period of more than three hours in the following three-hour parking zones and each successive three hours that a vehicle is left continuously parked in such zones constitutes a separate offense: 1. Austin Avenue from the south curbline of Sixth Street to the north curbline of Seventh Street and the south curbline of Eighth Street to the north curbline of Ninth Street, 2. Main Street from the south curbline of Sixth Street to the north curbline of Seventh Street and the south curbline of Eighth Street to the north curbline of Ninth Street, 3. Seventh Street from the east curbline of Rock Street to the west curbline of Austin Avenue and the east curbline of Main Street to the west curbline of Church Street, 4. Eighth Street from the east curbline of Rock Street to the west curbline of Austin Avenue and the east curbline of Main Street to the west curbline of Church Street. 5. Church Street, west side between Seventh and Eighth Streets. 6. Ninth Street, both sides, between Main Street and Austin Avenue. 7. Eighth Street, south side, starting at the east curb line of Church Street to a point approximately 75 feet to the west. Section 4. Section 10. 16.082 is hereby amended as follows: Sec. 10.16.082. Downtown Parking Zone. A. Definitions. The following terms, as used in this Section, have the following definitions. (1) "Chief of Police" shall mean the Chief of Police of the City of Georgetown, Texas or his designee. (2) "Downtown Parking Zone" shall mean the area comprised of the following public streets: (i) Austin Avenue between 6th Street and 9th Street; (ii) Main Street between 6th Street and 9th Street; (iii) 7th Street between Church Street and Rock Street; (iv) 8th Street between Church Street and Rock Street; (v) Church Street, west side between Seventh and Eighth Streets. (vi) Ninth street, both sides, between Main Street and Austin Avenue. (vii) Eighth Street, south side, starting at the east curb line of Church Street to a point approximately 75 feet to the west (3) "Motor vehicle" shall mean every vehicle which is self-propelled. B. Offenses. (1) Except as provided in Subsection (D), below, no person shall park any motor vehicle on any public street in the Downtown Parking Zone for more than three consecutive hours between the hours of 9:00 a.m. and 5:00 p.m. on weekdays, Monday through Friday, without displaying a valid hospitality permit. (2) An individual commits an offense if he displays a permit issued pursuant to this Section on a motor vehicle other than the motor vehicle for which the permit was issued. (3) An individual commits an offense if he displays a permit issued pursuant to this Section on a motor vehicle on a day other than the day issued. (4) A person commits an offense if he falsely represents himself as being eligible for a hospitality permit, submits false documents, or otherwise makes a false statement of material fact on an application for a permit. C. Penalties. (1) Any vehicle parked for more than three consecutive hours in the Downtown Parking Zone, during times when parking is restricted and without displaying a valid permit issued under this Section, may be issued: (i) A warning for the first offense; (ii) A fine not to exceed $20.00 for the second offense; (iii) A fine not to exceed $75.00 for the third offense; and (iv) Impoundment of vehicle with a fine not to exceed $500.00 for the fourth and any subsequent offenses. (2) A person who commits any other violation against the provisions of this Section is subject to the penalties provided for in the Code of Ordinances, City of Georgetown, Texas. (3) For purposes of this subsection, counting of repeat offenses shall commence on January 1st and end on December 31st of each calendar year. Offenses committed in prior calendar years shall not be counted in determining the level of penalty applied for offenses committed in subsequent calendar years. D. Exceptions. The terms of this Section shall not apply in the following instances: (1) Motor vehicles that are used in transporting individuals, equipment, and goods necessary for making improvements and repairs, providing labor, and performing other services at any location within the Downtown Parking Zone. (2) The provisions of this Section shall not apply to parking spaces designated as "Handicapped" or "Disabled" parking spaces. (3) The provisions of this Section shall not apply to parking places designated as "Reserved" parking places for Williamson County officials and employees. (4) If the provisions of this Section are in conflict with a permit issued under the City's special event ordinance (Chapter 12.24 of this Code), the terms of the special event permit shall control. (5) The provisions of this Section shall not apply to vehicles that display a valid Hospitality Downtown Parking Zone Permit or a valid Residential Downtown Parking Zone Permit. E. Hospitality Downtown Parking Zone Permits. (1) All visitors to the City who register with the Chief of Police, or his designee, shall be issued, free of charge, one permit for each motor vehicle driven that exempts the holder from fines or penalties for exceeding the time limits in the Downtown Parking Zone. The Hospitality Parking permit must be hung from the rear view mirror of the motor vehicle. (2) Each permit issued to a visitor will be assigned to a specific vehicle, and will only be valid for the day it is issued. No permit may be transferred to any other individual or used for a different vehicle other than the one to which the permit is assigned. (3) All visitors to the City applying for a permit or permits must use the application developed by the Chief of Police. (4) The Chief shall, upon receiving a completed application, issue a Hospitality Parking permit to any individual that is eligible for the permit. An individual is eligible to obtain a permit if: (i) The individual is a visitor to the City; and (ii) Intends to parka motor vehicle within the Downtown Parking Zone. F. Residential Parking Zone Permits. (1) Each residential dwelling unit in the area designated as the Downtown Parking Zone whose occupants register with the Chief of Police, or his designee, shall be issued, free of charge, no more than two permits for motor vehicles owned and kept by the resident at the premises located within the Downtown Parking Zone. If there are multiple residential dwelling units within a single building, no more than four permits shall be issued for the entire building. The Residential Parking permits must be placed in the lower, left-hand corner of the rear window of the motor vehicle, hung from the rear view mirror of the motor vehicle, or otherwise displayed on the dashboard of the vehicle. (2) Each permit issued to a resident will be assigned to a specific vehicle, and will only be valid for the particular vehicle to which it is assigned. No permit may be transferred to any other individual or used for a different vehicle other than the one to which the permit is assigned. (3) All residents applying for a permit or permits must use the application developed by the Chief of Police. (4) The Chief of Police shall, upon receiving a completed application, issue a Residential Parking Zone permit to any individual that is eligible for the permit. An individual is eligible to obtain a permit if: (i) The individual owns a motor vehicle; and (ii) Resides within the Downtown Parking Zone. (5) The individual's application for a Residential Parking Zone Permit must contain the following information: (i) The name, address, and Texas Driver's License number of the owner of the motor vehicle to be parked in the Downtown Parking Zone; and (ii) The make, model, registration, and license plate number of the motor vehicle to be parked in the Downtown Parking Zone. (6) The applicant for a permit must submit the following information at the time application is made for a Downtown Parking Zone permit: (i) A valid Texas motor vehicle registration for the motor vehicle which is the subject of the permit application; and (ii) A valid Texas driver's license of the applicant showing the applicant's current home address, or a residential utility bill acceptable to the Chief of Police showing the applicant's home address. G. Temporary Visitor Parking Zone Permits. (1) Temporary Visitor permits shall be issued, free of charge, for persons visiting in the area, at the written request of any person residing within the Downtown Parking Zone or any owner/operator of a "hotel" located within the Downtown Parking zone. (For the purposes of this section, the term "hotel" shall have the same meaning as set forth in Section 156.001 of the Texas Tax Code.) These Temporary Visitor permits shall be valid only on the date(s) noted on the permit. H. Miscellaneous. (1) A permit issued pursuant to this Section, and properly displayed, authorizes the visitor's motor vehicle to be parked in the Downtown Parking Zone for more than three consecutive hours when otherwise prohibited by this Section. A permit does not authorize the visitor's motor vehicle to be parked in a manner or location that is prohibited or otherwise governed by regulations, ordinances, statutes, or laws other than provided for in this Section. (2) A permit is not transferable from one motor vehicle to another. (3) A lost or stolen permit may be replaced. The visitor must submit a signed affidavit stating that the permit was lost or stolen and not transferred to another vehicle, nor given or conveyed to another individual. Section 5. If any provision of this ordinance or application thereof to any person or circumstance, shall be held invalid, such invalidity shall not affect the other provisions, or application thereof, of this ordinance which can be given effect without the invalid provision or application, and to this end the provisions of this ordinance are hereby declared to be severable. Section 6. The Mayor is hereby authorized to sign this ordinance and the City Secretary to attest. This ordinance shall become effective on November 25, 2009 in accordance with the provisions of the Charter of the City of Georgetown. PASSED AND APPROVED ON FIRST READING on the day of October, 2009. PASSED AND APPROVED ON SECOND READING on the day of November, 2009. ATTEST: THE CITY OF GEORGETOWN: Jessica Hamilton, George G. Garver, Mayor Assistant City Secretary APPROVED AS TO FORM: Mark Sokolow, City Attorney Council Meeting Date: November 2, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to award a construction management agreement to CDM Constructors, Inc. (CCI) of Houston, Texas for Lake Water Treatment Plant (LWTP) Filter # 10 and Sun City Pump No. 4 and 5 for an amount not to exceed $2,033,200.00 utilizing the procurement for health and safety reason as provided under Section 552.022(a)(2) Local Government Code and authorizing independent construction observation services from CH2M HILL OMI under the terms of their existing agreement. — Mark Sokolow — City Attorney ITEM SUMMARY: The LWTP expansion is in progress with the first phase of the project being the addition of a second 3 MG GST to provide additional storage to meet peak demand. The second phase of expansion involves the addition of 11 MG of treatment capacity. The second phase of the project will begin within the next few months with a completion date of December 2011. The recent drought conditions, summer peak demands, system growth, and the degradation of the City's groundwater availability during the drought require that someadditional treatment and pumping capacity in the current expansion project be available by the summer of 2010. Due to the current situation, a situation exists affecting the health and safety of the public under peak demands created by either drought conditions or fire fighting and loss of groundwater supply that the acceleration of a portion of the project can alleviate. Therefore, staff recommends the completion of this project using the exception from competitive bidding for procurements necessary to preserve or protect public health and safety of the citizens as allow by Local Government Code Section 252.022(ax2). The City has selected CCI of Houston, Texas and Cunningham Constructors & Associates, Inc. of Georgetown, Texas due to their previous work on the LWTP. The total Base Bid is $1,875,200. The base bid includes the construction of Filter 10 and the installation of Sun City Pump No.4 and the cans for Sun City Pump No.4 and 5. The engineering estimate for the base bid was $1,800,000. Additive Alternate No.1 is for furnishing and installing Sun City Pump No.5 and totals $158,000. If the project is award by November 2009 it should be substantially complete by June 2010. Staff recommend that CCI is awarded the Base Bid and Additive Alternate No.1 for a total contract amount of not to exceed $2,033,200. The cost of the project will be shared between CTSUD and the City with CTSUD reimbursing the City for 50% of the cost of Filter #10. GUS BOARD RECOMMENDATION: This item was recommended by the GUS Board by a 5-1-1 (Page, Nett, Quinn, Beach & Eason for, Sattler opposed, Lenning absent) for Council approval at the October 19, 2009, GUS Board meeting. STAFF RECOMMENDATION: Staff recommends that the Council find that this procurement is necessary to protect the health and safety of the public as allowed by Local Government Code Section 252.022(a)(2). Staff recommends awarding a contract to CDM Constructors Inc. (CCI), of Houston, Texas, for Lake Water Treatment Plant (LWTP) Filter 910 and Sun City Pump No. 4 and 5 for $2,033,200.00. FINANCIAL IMPACT: See attached CIP Budgetary & Financial Analysis Sheet. ATTACHMENTS: 1. CIP Budget & Financial Analysis Sheet 2. Engineer's Letter of Recommendation 3. GUS Board and Council Minutes 4. CCI CMAR Agreement Submitted By: Mark Sokolow City Attorney ATTACHMENT #1 CIP- Budgetary and Financial Analysis Worksheet. Consulting 0.00 0% Right of Way DATE: PROJECT NAME: LWTP Filter #10 & Sun City Pump 4 & 5 2MB 1011512009 0.00 0% 2,033,200.00 Division/Department: GUS I Water Other Costs Director Approval 0.00 0.00 0% Prepared By: Michael Hallmark Finance Approval LAKE 10/15/09 TOTAL ANNUAL BUDGET 4,000,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B) (A+ B) Budget Consulting 0.00 0% Right of Way 0.00 0% Construction 2,033,200.00 2,033,200.00 51% Other Costs 0.00 0% Total Current Year Costs 0.00 2,033,200.00 Approved 3ENERAL LEDGER ACCOUNT NUMBER CY Budget 60-9-0580-90-210 4, 000, 000.00 Total Budget 1 4,000,000 00 "Chisholm Trail Special Utility district- is reimbursing the City for a portion of the cost for the expansion of the Lake Water Treatment Plant —($1,500,000) TOTAL PROJECT BUDGET r 4,000,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Soent/Encumbered I Cos I Cos I Budoet Consulting CDM 183,000.00 0.00 183,000.00 5% Right of Way 0.00 0.00 0% Construction 2,033,200.00 2,033,200.00 51% Other Costs 0.00 0.00 0% Total Project Costs Comments: 1 2 ►wAtcWzeilxrIol ATTACHMENT #2 12357-A 8iata Trace Parkway, Suite 210 Austin, Texas 78727 teL 512346-1100 faX 512 345-1483 October 12, 2009 Mr. Tom Benz, P.E. System Engineering Director Georgetown Utility Systems 300 Industrial Ave. Georgetown, TX 78626. RE: Lake Water Treatment Plant Filter 10 and Sun City Pump Station Improvements Construction Manager at Risk Bid Recommendation of Award Dear Mr. Benz: Transmitted with this letter is one original of Section 00300, Bid Form, for the Lake Water Treatment Plant, Filter 10 and Sun City Pump Station Improvements Project As you are aware, this project is proposed to be constructed under the Construction Manager at Risk (CMAR) delivery method to speed the installation of this critically needed infrastructure. If the improvements included in this project are not completed and ready for use during the summer of 2010, there is the potential for a threat to the health and safety to the citizens in the City of Georgetown The Bid Form has been completed by CCI in conjunction with Cunningham Constructors & Associates, Inc. If the City finds the Bid acceptable, CCI will complete the CMAR Agreement that has been forwarded to them previously and include the necessary bonds and insurance certificates. The total Base Bid is $1,875,200. The base bid includes the construction of Filter 10 and the installation of Sun City Pump No. 4 and the cans for Sun City Pump No. 4 and 5. Additive Alternate No.1 is for furnishing and installing Sun City Pump No. 5 and totals $158,000. We recommend that the City award the Base Bid and Additive Alternate No.1 for a total contract amount of $2,033,200. 000nse a k, consulting . engineering • construction - operations 204&72607 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps SECTION 00300 1,31030)41 = OF GEORGETOWN LAKE WATER TREATMENT PLANT FILTER 10 AND SUN CITY PUMP STATION IMPROVEMENTS CONTRACT IDENTIFICATION AND NUMBER: BID: TMS BID IS SUBMITTED TO: The City of Georgetown Georgetown Municipal Complex ATTN: Purchasing 300-1 Industrial Avenue Georgetown, Texas 78626 RECD OCT 12 20M 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 1.02 BIDDER understands and agrees that the OWNER has the right to reject any or all Bids and to waive any informalities. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. GEORGETOWN FILTERIBSUNCT'PS BID FORM TT EDITS.DOC 003MI 10MUM 204&72607 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or Hiles of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding, and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER- GEORGETOWN WNER GEORGETOWN FILTER10SUNCITYPS BID FORM TT EDITS.DOC 00300-2 10/&21109 2048-72607 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): SCHEDULE OF PRICES CITY OF GEORGETOWN LAKE WATER TREATMENT PLANT FILTER 10 AND SUN CITY PUMP STATION IMPROVEMENTS BASE BID ITEM NO. 1: For design, installation, maintenance and removal of Trench Excavation Safety Systems as shown or as alternatively proposed and approved as required in all trenches deeper than five (5) feet. 100 L.F. @ $ 2.00 /L.F. $ 200.00 (FMS) Two Hundred Dollars (wRnTSN) BASE BID ITEM NO. 2: For installation, including backwash troughs, filter underdrains, filter media, piping, motor operated valves, flow meter, reinforced concrete structure and appurtenances, excavation, and backfill required; for the Filter 10, complete in place, as detailed and specified, including cleaning and disinfection, and all related necessary items. This item includes all related insurance, bonds, general and administrative costs and other miscellaneous costs, overhead and profit associated with this item. LUMP SUM $ 1,290,000.00 (FIGURES) One Million Two Hundred Ninety Thousands Dollars (WRY TEN)' BASE BID ITEM NO. 3: For installation of Sun City Pump No. 4, two pump cans (for Sun City Pump No. 4 and No. 5), piping and valves, electrical, including all appurtenances, excavation and backfill as detailed and specified, including testing, disinfection and all related necessary items.. This item includes all related insurance, bonds, general and administrative costs and other miscellaneous costs, overhead and profit associated with this item. LUMP SUM $ 585.000.00 (FIGURES) Five Hundred Eighty Five Thousand Dollars (WRQ) TOTAL BASE BID (TOTAL OF ITEMS 1-3) $ 1.875.200.00 (FIGURES) One Million Eight Hundred Seventy Five Thousand Two Hundred Dollars (w'RTITEN) The above Prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. GEORGETOWN FILTER10SUNCITYPS BID FORM TT EDITS.DOC 00300-3 1032009 2048.72607 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps ADDITIVE AND DEDUCTIVE ALTERNATES After reviewing the Total Base Bid Amount, at the OWNER's discretion, OWNER may elect one or more of the following additive and deductive alternates in any order as determined by the OWNER to be in their best interest. Alternates will be accepted based on availability of funds and will be considered in the selection of the low bidder. ADDITIVE BID ITEM NO. 1— For installation of Sun City Pump No. 5, piping and valves, electrical, including all appurtenances, excavation and backfill as detailed and specified, including testing, disinfection and all related necessary items.. This item includes all related insurance, bonds, general and administrative costs and other miscellaneous costs, overhead and profit associated with this item. LUMP SUM One Hundred Fifty Ei¢ht Thousand Dollars (WRMEN) $ 158.000.00 (FIGURES) 6.01 Bidder agrees that the Work will be substantially complete within 220 calendar days after the date of the written Notice-to-Procced and to fully complete project and ready for final payment within 270 calendar days after the date of the written Notice -to -Proceed. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of not required for CMAR delivery 7.02 BIDDER must answer the following questions using the following definitions: RESIDENT BIDDER - A bidder whose principal place of business is in Georgetown, Texas and includes a contractor whose ultimate parent company or majority owner has its principal place of business in Georgetown, Texas. NON RESIDENT BIDDER - A bidder whose principal place of business is not in Georgetown, Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in Georgetown, Texas. a. Is the BIDDER that is making and submitting this Bid a "RESIDENT BIDDER"? carr, 77; b. Is the BIDDER that is making and submitting this bid a "NONRESIDENT BIDDER"? Answer- GEORGETOWN nswer GEORGETOWN FILTER10SUNCITYPS BID FORM TT EDITS.DOC 003004 MUM 2048-72607 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps c. If the answer to Question A above is "yes", then in purchasing real property, personal property not affixed to real property, or services, if the OWNER receives one or more competitive sealed Bids from a RESIDENT BIDDER whose Bid is within five (5%) of the lowest bid price received by the OWNER who is a NONRESIDENT BIDDER, the OWNER may enter into a contract with: 1) the lowest bidder, or 2) the RESIDENT BIDDER, if the City Council determines, in writing, that the RESIDENT BIDDER offers the OWNER the best combination of contract price and additional economic development opportunities for the OWNER created by the contract award, including the employment of residents of the City of Georgetown and increased tax revenues to the City of Georgetown. d. Notwithstanding the foregoing, this section does not prohibit the OWNER from rejecting all bids. e. This section is authorized by Section 271.9051 of the Texas Local Government Code. 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on . 20. GEORGETOWN FILTERIOSLINCITWS BID FORM TT EDITS.DOC 00300-5 - 1018@009 2048-72607 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps xA CORPORATION Corporate Name: CDM Constructors Inc. State of Incorporation: Massachusetts Date of Incorporation: 6/16/1992 Type: General Business (GENERAL BuswEss,PRoFEssiowu.Smvx:E;LimnED Umam,src.) Name: ,Em a l PRunFn/IVEm NAME OF CORPORATE Lo To SIGN P CORPORATE SEAL Sfpat bh of Corporate Secretary Business address: 3050 Post Oak Blvd Ste 300 Houston. TX 77056 Phone No.: 713-423-7300 FAX No.: 713-840-0173 e -Mail: BaileyPT@cdm.com O A JOINT VENTURE Joint Venture Name: Un PRwTEogYPEDNAMEoF Jowr VEMn/RE PARTNER SmmATLiREoF JOurr VenuRE PARTm -ATTACH Evmm4cE oFAunaRnwTioN To Sm l: 73SL"Pd�R'�F.tR�A SEAL: Phone No.: FAX No.: e -Mail: GEORGETOWN FILTER10SUNCITYPS BID FORM TT EDITS. DOC 00300-7 10182009 20asazs07 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps Number and Address for receipt of official communications: Phone No.: FAX No.: e -Mail: Note: Each Joint Venture partner must sign. Each Sole Proprietor, Partnership &/or Corporation that is a party to the Joint Venture should sign and complete the information as indicated above. END OF SECITON GEORGETOWN FILTER10SUNCnYPS BID FORM TT EDITS DOC 00300-8 10OW09 ATTACHMENT #3 Minutes from the August 18, 2009 GUS Board Meeting: C. Consideration and possible recommendation to approve Task Order No. CDM -09-007 with Camp Dresser & McKee, Inc. (CDM), of Austin, Texas, for professional services related to the design and construction of a Lake Water Treatment Plant Expansion (LWTP) Filter #10 and Sun City Pump No. 4 for $183,000.00. -- Tom Benz Discussion: Benz explained that the utility needs to expedite the expansion of the LWTP Filter #10 and Sun City Pump #4 for emergency health and safety reasons in order to provide sustainable potable water supply, maintain fire protection and provide some back up for the ground water supply by the summer of 2010. This task order provides for the regulatory, design, bidding and construction phase of the LWTP expansion. CDM is the best qualified firm to perform this work due to their knowledge of the LWTP. Action: Motion by Nett, seconded by Lenning to approve Task Order No. CDM -09-007 with Camp Dresser & McKee, Inc. for an amount of $183,000.00. Approved 6-0-1 (Beach absent) Minutes from the September 8, 2009 COUNCIL Meeting: O Forwarded from the Georgetown Utility System (GUS) Advisory Board: Consideration and possible action to approve Task Order No. CDM -09-007 with Camp Dresser & McKee, Inc. (CDM), of Austin, Texas, for professional services related to the design and construction of a Lake Water Treatment Plant Expansion (LWTP) Filter #10 and Sun City Pump No. 4 for $183,000.00 — Glenn Dishong, Water Services Director and Jim Briggs, Assistant City Manager for Utility Operations Dishong reviewed the item and said this project accelerates what would be a larger project and pulls out aspects of the larger project, which will add treatment capacity on the ground. He siad the item was recommended unanimously by the GUS Board. Motion by Sensing, second by Berryman to approve the task order. Berryman asked and Dishong said the current issue is not only the Citys treatment capacity, but also the fact that the aquifer level is so low that there is a lack of water to treat. Sansing said this will help eliminate issues for next year and Dishong said this will provide backup for the current vulnerabilities in the system. He said the plants could treat Much more if the City could get more water to them. There was much discussion. Approved 7-0 AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER AT RISK WHERE CONSTRUCTION MANAGER AT RISK IS ALSO THE CONSTRUCTOR CITY OF GEORGETOWN KNOW ALL BY THESE PRESENTS: THE STATE OF TEXAS THIS AGREEMENT is made and entered into on this 2nd day of the month of November, 2009, by and between the City of Georgetown. Texas, a home -rule city and municipal corporation with principal offices located at 113 East 8r" Street, Georgetown, Williamson County, Texas, 78626 (hereinafter referred to as the "Owner"). and CDM Constructors, Inc., with principal offices located at 3050 Post Oak Blvd. Ste 300, Houston, TX. 77056 (hereinafter referred to as the *Construction Manager"). For and in consideration of the mutual terms, conditions and covenants of this Agreement, and accompanying documents between the Owner and the Construction Manager and in consideration of payments as set forth therein, the Construction Manager hereby agrees to commence and complete the requirements set forth in this Agreement for the following Project: City of Georgetown Lakewater Treatment Plant Filter 10 and Sun City Pump Station Improvements (collectively "The Project"), Together with any and all extra work reasonably inferable from and in accordance with the Project Manual, Drawings and Addenda, as prepared by the Engineer, CDM, 12357-A Riata Trace Parkway, Suite 210, Austin, Texas 78727, and approved by the Owner. The Construction Manager hereby agrees to substantially complete within 220 calendar days after the date of the written Notice -to -Proceed and to fully complete project and ready for final payment within 270 calendar days after the date of the written Notice -to -Proceed. Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. The Owner agrees to pay the Construction Manager from appropriated funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor, subject to proper additions and deductions, all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and the Owner agrees to make payments on account thereof as provided therein. The Owner warrants and represents that it has appropriated the sum of $2,033,200 from which to pay the Construction Manager for the Construction Manager's Work under this Agreement. Both Owner and Construction Manager expressly agree and assert that in the event of any dispute over the meaning or application of this Agreement, this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. IN WITNESS WHEREOF, both parties have caused this Agreement to be signed in their respective corporate names by duly authorized representatives, and the parties hereby bind themselves, their successors and assigns for the faithful and full performance of the terms and provisions hereof ARTICLE 1 GENERAL PROVISIONS 1.1 RELATIONSHIP OF PARTIES The Construction Manager accepts the relationship of trust and confidence established with the Owner by this Agreement, and covenants with the Owner to furnish the Construction Manager's reasonable skill and judgment and to cooperate with the Engineer in furthering the interests of the Owner. The Construction Manager shall furnish construction administration and management services and use the Construction Managers best efforts to perform the Project in an expeditious and economical manner consistent with the interests of the Owner. 1.2 GENERAL CONDITIONS All references in this Agreement to any General Conditions shall mean only the City of Georgetown's General Conditions, which are attached hereto and made a part hereof. The term "Contractor" as used in General Conditions shall mean the Construction Manager. ARTICLE 2 CONSTRUCTION MANAGER'S RESPONSIBILITIES The Construction Manager shall perform the services described in this Article. The services to be provided under Sections 2.1 and 2.2 constitute the Preconstruction Phase services. 2.1 CONSTRUCTION MANAGER'S DESIGNATED REPRESENTATIVE The Construction Manager hereby designates in writing the following representative: Peter T. Bailey CDM Contructors, Inc. 3050 Post Oak Blvd., Ste. 300 Houston, Texas 77056 Telephone: (713)423-7300 Fax: (713) 840-0173 Email address: BaileyPT@rdm.com 2.2 PRECONSTRUCTION PHASE 2.2.1 PRELIMINARY EVALUATION The Construction Manager shall provide a preliminary evaluation of the Owner's program and Project budget requirements, each in terms of the other. 2.2.2 CONSULTATION The Construction Manager with the Engineer shall jointly schedule and attend regular meetings with the Owner. The Construction Manager shall consult with the Owner and Engineer regarding site use and improvements and the selection of materials, building systems and equipment. The Construction Manager shall provide recommendations on construction feasibility; actions designed to minimize adverse effects of labor or material shortages; time requirements for procurement, installation and construction completion; and factors related to construction cost, including estimates of alternative designs or materials, preliminary budgets and possible economies. 2.2.3 PRELIMINARY PROJECT SCHEDULE When Project requirements described in Section 3.1.1 have been sufficiently identified, the Construction Manager shall prepare, and pedodirally update, a preliminary Project schedule for review and approval by Owner and Engineer. The Construction Manager shall obtain the Owner's approval of the portion of the preliminary Project schedule relating to the performance of the Owner's services. The Construction Manager shall coordinate and integrate the preliminary Project schedule with the services and activities of the Owner, Engineer and Construction Manager. As design proceeds, the preliminary Project schedule shall be updated to indicate proposed activity sequences and durations, milestone dates for receipt and approval of pertinent information, submittal of a Guaranteed Maximum Price proposal, preparation and processing of shop drawings and samples, delivery of materials or equipment requiring long -lead-time procurement, Owner's occupancy requirements shovnng portions of the Project having occupancy priority, and proposed date of Substantial Completion. If preliminary Project schedule updates indicate that previously approved schedules may not be met, the Construction Manager shall make appropriate recommendations to the Owner and Engineer. 2.2.4 PHASED CONSTRUCTION The Construction Manager shall make recommendations to the Owner and Engineer regarding the phased issuance of Draw ngs and Specifications to facilitate phased construction of the Work, if such phased construction is appropriate for the Project, taking into consideration such factors as economies. lime of performance, availability of labor and materials, and provisions for temporary facilities. 2.2.5 PRELIMINARY COST ESTIMATES 2.2.5.1 When the Owner has sufficiently identified the Project requirements and the Engineer has prepared other basic design criteria, the Construction Manager shall prepare, for the review of the Engineer and approval of the Owner, a preliminary cost estimate utilizing area, volume or similar conceptual estimating techniques. 2.2.5.2 When Schematic Design Documents have been prepared by the Engineer and approved by the Owner, the Construction Manager shall prepare, for the review of the Engineer and approval of the Owner, a more detailed estimate with supporting data. During the preparation of the Design Development Documents, the Construction Manager shall update and refine this estimate at appropriate intervals agreed to by the Owner, Engineer and Construction Manager. 2.2.5.3 When Design Development Documents have been prepared by the Engineer and approved by the Owner, the Construction Manager shall prepare a detailed estimate with supporting data for review by the Engineer and approval by the Owner. During the preparation of the Construction Documents, the Construction Manager shall update and refine this estimate at appropriate intervals agreed to by the Owner. Engineer and Construction Manager. 2.2.5.4 If any estimate submitted to the Owner exceeds previously approved estimates or the Owner's budget, the Construction Manager shall make appropriate recommendations to the Owner and Engineer. 2.3 SUBCONTRACTORS AND SUPPLIERS In addition to complying with statutory requirements of Local Government Code, Section 271.118 et. seq. regarding advertising, the Construction Manager shall also seek to develop subcontractor interest in the Project, and may at any time provide documentation to potential bidders. The Construction Manager may furnish to the Owner and Engineer for their information a list of possible subcontractors, including suppliers who are to furnish materials or equipment fabricated to a special design, from whom proposals may be requested for each principal portion of the Work. The Engineer shall promptly reply in writing to the Construction Manager if the Engineer or the Owner know of any objection to such subcontractor or supplier. The receipt of any such list from the Construction Manager shall not require the Owner or Engineer to investigate the qualifications of proposed subcontractors or suppliers, nor shall it waive the right of the Owner or Engineer later to object to or refect any proposed subcontractor or supplier. Notwithstanding, due to the existing condition of the filters, the City has an immediate urgency to complete this Project under Section 552.022(a)(2) Local Government Code for public health and safety. Therefore, the subcontractor, Cunningham Constructors and Associates, Inc. (CCA) is herein approved to construct the fitter unit with other subcontractors and suppliers to be mutually agreed by both parties. 2.3.1 Subcontractors and suppliers shall be selected in accordance with Sections 2.6.2.1 and 2.6.2.2 herein. 2.3.2 LONG -LEAD-TIME ITEMS The Construction Manager shall recommend to the Owner and Engineer a schedule for procurement of long -lead- time items which will constitute part of the Work as required to meet the Project schedule. The Construction Manager shall expedite the delivery of long -lead-time items. 2.4 EXTENT OF RESPONSIBILITY The Construction Manager does not warrant or guarantee estimates and schedules except as may be included as part of the Guaranteed Maximum Price established in this Agreement. The recommendations and advice of the Construction Manager concerning design alternatives shall be subject to the review and approval of the Owner and the Owners professional consultants. It is not the Construction Manager's responsibility to ascertain that the Drawings and Specifications are in accordance with applicable laws, statutes, ordinances, building codes, rules and regulations. However, if the Construction Manager recognizes that portions of the Drawings and Specifications are at variance therewith, the Construction Manager shall promptly notify the Engineer and Owner in writing. 2.5 GUARANTEED MAXIMUM PRICE PROPOSAL AND CONTRACT TIME 2.5.1 When the Drawings and Specifications are sufficiently complete, the Construction Manager shall propose a Guaranteed Maximum Price, which shall be the sum of the estimated Cost of the Work. Notwithstanding, in this case, the Construction Manager has reviewed the preliminary drawings and the Guaranteed Maximum price is $2,033,000. 2.5.2 As the Drawings and Specifications may not be finished at the time the Guaranteed Maximum Price proposal is prepared, the Construction Manager shall provide in the Guaranteed Maximum Price for further development of the Drawings and Specifications by the Engineer that is consistent with the Contract Documents and reasonably inferable therefrom. Such further development does not include such things as changes in scope, systems, kinds and quality of materials, finishes or equipment, all of which, if required, shall be incorporated by Change Order. 2.5.3 The estimated Cost of the Work shall include the Construction Manager's contingency, a sum established by the Construction Manager for the Construction Manager's exclusive use to cover costs arising under Section 2.2.2 and other costs which are properly reimbursable as Cost of the Work but not the basis for a Change Order. 2.5.4 BASIS OF GUARANTEED MAXIMUM PRICE The Construction Manager shall include with the Guaranteed Maximum Price proposal a written statement of its basis, which shall include: .1 A list of the Drawings and Specifications, including all addenda thereto and the Conditions of the Contract, which were used in preparation of the Guaranteed Maximum Price proposal. .2 A list of allowances and a statement of their basis. .3 A list of the clarifications and assumptions made by the Construction Manager in the preparation of the Guaranteed Maximum Price proposal to supplement the information contained in the Drawings and Specifications. .4 The proposed Guaranteed Maximum Price, including a statement of the estimated cost organized by trade categories, allowances, contingency, and other items and the Fee that comprise the Guaranteed Maximum Price. .5 The Date of Substantial Completion upon which the proposed Guaranteed Maximum Price is based, and a schedule of the Construction Documents issuance dates upon which the date of Substantial Completion is based. 2.5.5 The Construction Manager shall meet with the Owner and Engineer to review the Guaranteed Maximum Price proposal and the written statement of its basis. In the event that the Owner or Engineer discover any inconsistencies or inaccuracies in the information presented, they shall promptly notify the Construction Manager, who shall make appropriate adjustments to the Guaranteed Maximum Price proposal, its basis, or both. 2.5.6 Unless the Owner accepts the Guaranteed Maximum Price proposal in writing on or before the date specified in the proposal for such acceptance and so notifies the Construction Manager, the Guaranteed Maximum Price proposal shall not be effective without written acceptance by the Construction Manager. 2.5.7 Prior to the (hvner's acceptance of the Construction Managers Guaranteed Maximum Price proposal and issuance of a Notice to Proceed, the Construction Manager shall not incur any cost to be reimbursed as part of the Cost of the Work, except as the Owner may specifically authorize in writing. 2.5.8 Upon acceptance by the Owner of the Guaranteed Maximum Price proposal, the Guaranteed Maximum Price and its basis shall be set forth in Amendment No. 1. The Guaranteed Maximum Price shall be subject to additions and deductions by a change in the Work as provided in the Contract Documents, and the Date of Substantial Completion shall be subject to adjustment as provided in the Contract Documents. 2.5.9 The Guaranteed Maximum Price shall include in the Cost of the Work only those sales tax which are for unincorporated materials. 2.5.10 Due to the urgent need to complete the work and the fad that the Construction Manager has reviewed the preliminary drawings and the City has reviewed the proposed Guaranteed Maximum Price, the City does accept the Guaranteed Maximum Price of $2,033,200. 2.6 CONSTRUCTION PHASE 2.6.1 Commencement The Construction Phase shall commence on the earlier of: (1) The Owner's acceptance of the Construction Manager's Guaranteed Maximum Price proposal, and the Owner's issuance of a Notice to Proceed; or (2) The Owner's first authorization to the Construction Manager to: (a) award a subcontract, or (b) undertake construction Work with the Construction Managers own forces, or (c) issue a purchase order for materials or equipment required for the Work. 2.6.2 Administration 2.6.2.1 The Construction Manager may publicly advertise (in accordance with Texas Local Government Code, Section 271.025 and receive bids or proposals from trade contractors or subcontractors for the performance of all major elements of the Work other than the minor work that may be Included in the General Conditions, all in accordance with Texas Local Government Code, Section 271.118(h). The Construction Manager may seek to perform portions of the Work itself if it submits its bid or proposal for those portions of the Work in the same manner as all other trade contractors or subcontractors and if the Owner determines that the Construction Managers bid or proposal provides the best value for the Owner. In accordance with Texas Local Government Code, Section 271.118(1), the Construction Manager and the Owner or its representative should, if applicable, review all trade contractor or subcontractor bids or proposals in a manner that does not disclose the contents of the bid or proposal during the selection process to a person not employed by the Construction Manager, Engineer, Engineer, or Owner. All bids or proposals shall be made public after the award of the contract or not later than the seventh (7th) day after the date of final selection of bids or proposals, whichever is later. Nevertheless, as previously noted, the City has an Immediate urgency to complete this project under Section 552.022(a)(2) Local Government Code. Therefore, the subcontractor. Cunningham Constructors Associates, Inc. is herein approved as to construct the filter unit with other subcontractors to be mutually agreed to by the parties. 2.6.2.2. If the Construction Manager reviews, evaluates, and recommends to the Owner a bid or proposal from a trade contractor or subcontractor but the Owner requires another bid or proposal to be accepted, the Owner shall compensate the Construction Manager by a change In price, time, and/or Guaranteed Maximum Price for any additional cost and risk that the Construction Manager may incur as a result of the Owners requirement that another bid or proposal be accepted. 2.6.2.3 Subcontracts and agreements with suppliers furnishing materials or equipment fabricated to a special design shall conform to the payment provisions of Sections 7.1.8 and 7.1.9 and shall not be awarded on the basis of cost plus a fee without the prior written consent of the Owner. 2.6.2.4 The Construction Manager shall schedule and conduct meetings at which the Owner, Engineer, Construction Manager and appropriate Subcontractors can discuss the status of the Work. The Construction Manager shall prepare and promptly distribute meeting minutes. 2.6.2.5 Promptly after the Owner's acceptance of the Guaranteed Maximum Price proposal, the Construction Manager shall prepare a schedule in accordance with the General Conditions, including the Owners occupancy requirements. 2.6.2.6 The Construction Manager shall provide monthly written reports to the Owner and Engineer on the progress of the entire Work. The Construction Manager shall maintain a daily log containing a record of weather, Subcontractors working on the site, number of workers, Work accomplished, problems encountered and other similar relevant data as the Owner may reasonably require. The log shall be available to the Owner and Engineer. 2.6.2.7 The Construction Manager shall develop a system of cost control for the Work, including regular monitoring of actual costs for activities In progress and estimates for uncompleted tasks and proposed Changes. The Construction Manager shall identify variances between actual and estimated costs and report the variances to the Owner and Engineer at regular Intervals. 2.7 PROFESSIONAL SERVICES The Construction Manager shall not be required to provide professional services that constitute the practice of engineering, unless such services are specifically required by the Contract Documents or unless the Construction Manager has specifically agreed in writing to provide such services. In such event, the Construction Manager shall cause services to be performed by appropriately licensed professionals. 2.6 HAZARDOUS MATERIALS Section 4.4 of the General Conditions shall apply to both the Preconstruction and Construction Phases. ARTICLE 3 OWNER'S RESPONSIBILITIES 3.1 INFORMATION AND SERVICES 3.1.1 The Owner shall provide full information in a timely manner regarding the requirements of the Project, including a program which sets forth the Owners objectives, constraints and criteria, including space requirements and relationships, flexibility and expandability requirements, special equipment and systems, and site requirements, 3.1.2 STRUCTURAL AND ENVIRONMENTAL TESTS, SURVEYS AND REPORTS In the Preconstruction Phase, the Owner shall furnish the following with reasonable promptness and at the Owner's expense: 3.1.2.1 Reports, surveys, drawings and tests concerning the conditions of the site which are required by law. 3.1.2.2 Surveys describing physical characteristics, legal limitations and utility locations for the site of the Project, and a written legal description of the site. 3.1.2.3 The services of a geotechnical engineer when such services are reasonably requested by the Construction Manager. Such services may include but are not limited to test borings, test pits, determinations of soil bearing values, percolation tests, evaluations of hazardous materials, ground corrosion and resistivity tests, including necessary operations for anticipating subsoil conditions, with reports and appropriate professional recommendations. 3.1.2.4 Structural, mechanical, chemist, air and water pollution tests, tests for hazardous materials, and other laboratory and environmental tests, inspections and reports which are required by law. 3.1.2.5 The services of other consultants when such services are reasonably required by the scope of the Project and are requested by the Construction Manager. 3.2 OWNER'S DESIGNATED REPRESENTATIVE The Owner hereby designates in writing the following representative, in accordance with the General Conditions: Mr. Thomas Benz Systems Engineering Director City of Georgetown 300-1 Industrial Ave Georgetown, Texas 78626 Telephone: (512) 930-2572 Facsimile: (512) 930-3559 Email address: then@georgetownb(.org ARTICLE 4 TIME OF PAYMENT TO CONSTRUCTION MANAGER AT RISK § 4.1 Payments shall be made monthly following presentation of the Construction Managers invoice and, where applicable, shall be in proportion to services performed. ARTICLE 5 COMPENSATION The Owner shall compensate the Construction Manager as follows: 5.1 COMPENSATION 5.1.1 For the Construction Managers performance of the Work described in Section 2.6, the Owner shall pay the Construction Manager in progress payments based on work completed less 5% retainage, in a maximum amount of $2,033,200 in accordance with a Schedule of Values to be approved by the Parties consistent with CDM dated October 12, 2009 attached hereto . Included in the Guaranteed Maximum Price, there is a contingency of five (5) % which will not be expended except with the approval of the parties which will not be unreasonably withheld. Any portion of the contingency not expended shall remain the property of the City. 5.1.2 The amount which shall be paid to the Constriction Manager for all insurance and bonding, including but not limited to Builders Risk Insurance for the Cost of the Work, General Liability and Umbrella Insurance for the Cost of the Work, and Bond Premium for the Cost of the Work (100% Payment, Performance and Warranty Bonds) based upon an estimated initial Guaranteed Maximum Price of $2, 033, 200.00 (Two Million Thirty Three Thousand Two Hundred & No/100 Dollars). 5.2 GUARANTEED MAXIMUM PRICE 5.2.1 The sum of the Cost of the Work and the Construction Managers Fee are guaranteed by the Construction Manager not to exceed the amount provided in Agreement, subject to additions and deductions by changes in the Work as provided in the Contract Documents. Such maximum sum as adjusted by approved changes in the Work is referred to in the Contract Documents as the Guaranteed Maximum Price. Costs which would cause the Guaranteed Maximum Price to be exceeded shall be paid by the Construction Manager without reimbursement by the Owner. 5.3 CHANGES IN THE WORK 5.3.1 Adjustments to the Guaranteed Maximum Price on account of changes in the Work may be determined by any of the methods listed in Article 10 of the General Conditions ARTICLE 6 COST OF THE WORK 6.1 COSTS TO BE REIMBURSED 6.1.1 The term "Cost of the Work" shall mean costs necessarily incurred by the Construction Manager in the proper performance of the Work. Such costs shall be at rates not higher than those customarily paid at the place of the Project except with prior consent of the Owner. The Cost of the Work shall include only the items set forth in this ARTICLE 6. 6.1.3 Subcontract Costs Payments made by the Construction Manager to Subcontractors in accordance with the requirements of the subcontracts. 6.1.4 Costs of Materials and Equipment Incorporated in the Completed Construction .1 Costs, including transportation, of materials and equipment incorporated or to be incorporated in the completed construction, but specifically excluding any such items outside the scope of this Agreement. .2 Costs of materials described in the preceding Section 6.1.4.1 in excess of those actually installed but required to provide reasonable allowance for waste and for spoilage. Unused excess materials, if any, shall be handed over to the Owner at the completion of the Work or, at the Owners option, shall be sold by the Construction Manager; amounts realized, if any, from such sales shall be credited to the Owner as a deduction from the Cost of the Work. 6.1.5 Other Costs .1 All other costs incurred in the pertormance of the Work If and to the extent approved in advance in writing by the Owner, including costs of Work performed by the Construction Manager rather than a subcontractor. 6.2 COSTS NOT TO BE REIMBURSED 6.2.1 The Cost of the Work shall not include: .1 Expenses of the Construction Manager's principal office and offices other than the site office, except as specifically provided in Section 6.1. .2 Overhead and general expenses, except as may be expressly included in Section 6.1. .3 The Construction Manager's capital expenses, including interest on the Construction Manager's capital employed for the Work. .4 Rental costs of machinery and equipment, except as specifically provided elsewhere in the Contract Documents. .5 Costs due to the negligence of the Construction Manager or to the failure of the Construction Manager to fulfill a specific responsibility to the Owner set forth in this Agreement. .6 Costs incurred in the performance of Preconstruction Phase Services. .7 Any cost not specifically and expressly described elsewhere in the Contract Documents. .8 Costs which would cause the Guaranteed Maximum Price to be exceeded. 6.3 DISCOUNTS, REBATES AND REFUNDS 6.3.1 Cash discounts obtained on payments made by the Construction Manager shall accrue to the Owner if (1) before making the payment, the Construction Manager included them in an Application for Payment and received payment therefor from the Owner, or (2) the Owner has deposited funds with the Construction Manager with which to make payments; otherwise, such cash discounts shall accrue to the Construction Manager. Trade discounts, rebates, refunds and amounts received from sales of surplus materials and equipment shall accrue to the Owner, and the Construction Manager shall make provisions so that they can be secured. 6.3.2 Amounts which accrue to the Owner in accordance with the provisions of Section 6.3.1 shall be credited to the Owner as a deduction from the Cost of the Work. 6.4 ACCOUNTING RECORDS 6.4.1 The Construction Manager shall keep full and detailed accounts and exercise such controls as may be necessary for proper financial management under this Agreement; and the accounting and control systems shall be satisfactory to the Owner. The Owner and the Owner's accountants shall be afforded access to the Construction Manager's records, books, correspondence, instructions, drawings, receipts, subcontracts, purchase orders, vouchers, memoranda and other data relating to this Project, and the Construction Manager shalt preserve these for a period of three (3) years after final payment, or for such longer period as may be required by law. ARTICLE 7 CONSTRUCTION PHASE 7.1 PROGRESS PAYMENTS 7.1.1 Based upon Applications for Payment submitted to the Engineer by the Construction Manager and Certificates for Payment issued by the Engineer, the Owner shall have the obligation to make progress payments on account of the Contract Sum to the Construction Manager as provided below and elsewhere in the Contract Documents. 7.1.2 The period covered by each Application for Payment shall be one (1) calendar month ending on the last day of the month. 7.1.3 Provided an Application for Payment is received by the Engineer not later than the thirtieth (30") day of a month, the Owner shall make payment to the Construction Manager not later than the thirtieth (30") day of the following month. If an Application for Payment is received by the Engineer after the application date fixed herein, payment shall be made by the Owner not later than thirty (30) days after the Engineer receives the Application for Payment. 7.1.4 Following each Application for Payment, the Owner shall have the right to inspect the Construction Manager's payrolls, petty cash accounts, receipted invoices or invoices with check vouchers attached, and any other evidence required by the Owner or Engineer to demonstrate that cash disbursements made by the Construction Manager on account of the Cost of the Work equal or exceed (1) progress payments already received by the Construction Manager; less (2) that portion of those payments attributable to the Construction Managers Fee; plus (3) payrolls for the period covered by the present Application for Payment. 7.1.5 Each Application for Payment shall be based upon the most recent schedule of values submitted by the Construction Manager in accordance with the Contract Documents. The schedule of values shall allocate the entire Guaranteed Maximum Price among the various portions of the Work, except that the Construction Managers Fee shall be shown as a single separate item. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule shall be used as a basis for reviewing the Construction Manager's Application for Payment. 7.1.6 Applications for Payment shall show the percentage completion of each portion of the Work as of the end of the period covered by the Application for Payment. The percentage completion shall be the lesser of (1) the percentage of that portion of the Work which has actually been completed or (2) the percentage obtained by dividing (a) the expense which has actually been incurred by the Construction Manager on account of that portion of the Work for which the Construction Manager has made or intends to make actual payment prior to the next Application for Payment by (b) the share of the Guaranteed Maximum Price allocated to that portion of the Work in the schedule of values. 7.1.7 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: .1 Take that portion of the Guaranteed Maximum Price properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Guaranteed Maximum Price allocated to that portion of the Work in the schedule of values. Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included as provided, even though the Guaranteed Maximum Price has not yet been adjusted by Change Order; .2 Add that portion of the Guaranteed Maximum Price properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing. .3 Add the Construction Manager's Fee, less retainage of five percent (5%). The Construction Manager's Fee shall be computed upon the Cost of the Work described in the two preceding clauses at the rate stated in Section 5.1.1. .4 Subtract the aggregate of previous payments made by the Owner. .5 Subtract the shortfall, if any, indicated by the Construction Manager in the documentation required by Section 7.1.4 to substantiate prior Applications for Payment, or resulting from errors subsequently discovered by the Owners accountants in such documentation. .6 Subtract amounts, if any, for which the Engineer has withheld or nullified a Certificate for Payment. 7.1.8 Except with the Owner's prior written approval, payments to Subcontractors shall be subject to retention of not less than five percent (5%). The Owner and the Construction Manager shall agree upon a mutually acceptable procedure for review and approval of payments and retention for subcontracts. 7.1.9 Except with the Owner's prior written approval, the Construction Manager shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 7.1.10 In taking action on the Construction Manager's Applications for Payment, the Engineer shall be entitled to rely on the accuracy and completeness of the information furnished by the Construction Manager and shall not be deemed to represent that the Engineer has made a detailed examination, audit or arithmetic verification of the documentation submitted in accordance with Section 7.1.4 or other supporting data; that the Engineer has made exhaustive or continuous on-site inspections or that the Engineer has made examinations to ascertain how or for what purposes the Construction Manager has used amounts previously paid on account of this Agreement. Such examinations, audits and verifications, if required by the Owner, will be performed by the Owner's accountants acting in the sole interest of the Owner. 7.2 FINAL PAYMENT 7.2.1 Final payment shall be made by the Owner to the Construction Manager when (1) this Agreement has been fully performed by the Construction Manager except for the Construction Managers responsibility to correct nonconforming Work, as provided in the General Conditions, and to satisfy other requirements, if any, which necessarily survive final payment; (2) a final Application for Payment and a final accounting for the Cost of the Work have been submitted by the Construction Manager and reviewed by the Owners accountants; and (3) a final Certificate for Payment has then been issued by the Engineer; such final payment shall be made by the Owner not more than thirty (30) days after the issuance of the Engineers final Certificate for Payment and receipt of all as-builts. 7.2.2 The amount of the final payment shall be calculated as follows: Take the sum of the Cost of the Work substantiated by the Construction Managers final accounting and the Construction Managers Fee, but not more than the Guaranteed Maximum Price from Section 5.2. .2 Subtract amounts, if any, for which the Engineer withholds, in whole or in part, a final Certificate for Payment as provided in the Contract Documents. .3 Subtract the aggregate of previous payments made by the Owner. If the aggregate of previous payments made by the Owner exceeds the amount due the Construction Manager, the Construction Manager shall reimburse the difference to the Owner. 7.2.3 The Owners accountants will review and report in writing on the Construction Managers final accounting within thirty (30) days after delivery of the final accounting to the Engineer by the Construction Manager. Based upon such Cost of the Work as the Owner's accountants report to be substantiated by the Construction Managers final accounting, and provided the other conditions of Section 7.2.1 have been met, the Engineer will, within seven (7) days after receipt of the written report of the Owners accountants, either issue to the Owner a final Certificate for Payment with a copy to the Construction Manager, or notify the Construction Manager and Owner in writing of the Engineers reasons for withholding a cer ificate. The time periods stated in this Section 7.2 shall supersede any others contained in Contract Documents. 7.2.4 If the Owners accountants report the Cost of the Work as substantiated by the Construction Manager's final accounting to be less than claimed by the Construction Manager, the Construction Manager shall be entitled to proceed in accordance with Section 9.1 herein dealing with dispute resolution without a further decision of the Engineer. Unless agreed to otherwise, a demand for mediation of the disputed amount shall be made by the Construction Manager within sixty (60) days after the Construction Manager's receipt of a copy of the Engineers final Certificate for Payment. Failure to make such demand within this sixty-day period shall result in the substantiated amount reported by the Owners accountants becoming binding on the Construction Manager. Pending a final resolution of the disputed amount, the Owner shall pay the Construction Manager the amount certified in the Engineers final Certificate for Payment. 7.2.5 If, subsequent to final payment and at the Owner's request, the Construction Manager incurs costs described in Section 6.1, and not excluded by Section 6.2, (1) to correct nonconfomning Work, or (2) arising from the resolution of disputes, the Owner shall reimburse the Construction Manager such costs and the Construction Managers Fee, if any, related thereto on the same basis as 0 such costs had been incurred prior to final payment, but not in excess of the Guaranteed Maximum Price. If the Construction Manager has participated in savings, the amount of such savings shall be recalculated and appropriate credit given to the Owner in determining the net amount to be paid by the Owner to the Construction Manager. ARTICLE 8 INSURANCE AND BONDS 8.1 INSURANCE REQUIRED OF THE CONSTRUCTION MANAGER During both phases of the Project, the Construction Manager shall purchase and maintain insurance as set forth in the General Conditions. Such insurance shall be written for not less than the following limits, or greater if required by law: i[9 8.1.1 Workers' Compensation and Employers' Liability meeting statutory limits mandated by in the Texas Workers' Compensation Act (Section 401). The Construction Manager shall assure compliance with this statute by submitting two (2) copies of a standard certificate of coverage (e.g. ACCORD form) to the Owner's Representative for every person providing services on the Project as acceptable proof of coverage. The required Certificate of Insurance must be presented as evidence of coverage for the Construction Manager. Workers' Compensation Insurance coverage written by the Texas Workers Compensation Fund is acceptable to the Owner. The Construction Manager's policy shall apply to the State of Texas and include the following endorsements in favor of the Owner: .1 Waiver of Subrogation, form WC 420304; and .2 30 day Notice of Cancellation, forth WC 420601. The minimum policy limits for Employers' Liability Insurance coverage shall be as follows: $100,000 bodily injury per accident, $500,000 bodily injury by disease policy limit and $100,000 bodily injury by disease each employee. 8.1.2 Commercial General Liability including coverage for Premises -Operations, Independent Contractors' Protective, Products -Completed Operations, Contractual Liability, Personal Injury and Broad Form Property Damage (including coverage for Explosion, Collapse and Underground hazards): $1,000.000.00 Each Occurrence $2,000.000.00 General Aggregate $1,000,000.00 Personal and Advertising Injury $1,000,000.00 Products -Completed Operations Aggregate .1 The policy shall be endorsed to have the General Aggregate apply to this Project only. .2 Products and Completed Operations insurance shall be maintained for the duration of the warranty period. .3 The Contractual Liability insurance shall include coverage for liability assumed under the Contract and all contracts relative to the Project. .4 Explosion, Collapse and Underground (X, C 8 U) coverage. .5 Independent Contractors coverage. .6 Aggregate limits of insurance per project, endorsement CG 2503. .7 The Owner listed as additional insured, endorsement CG 2010. .8 30 -day notice of cancellation in favor of Owner, endorsement CG 0205. .9 Waiver of transfer of Recovery Against Others in favor of Owner, endorsement CG 2404. 8.1.3 Automobile Liability (owned, non -owned and hired vehicles) for bodily injury and property damage: .1 A minimum combined single limit of $500,000 per occurrence for bodily injury and property damage. Alternate acceptable limits are $250,000 bodily injury per person, $500,000 bodily injury per occurrence and at least $100,000 property damage liability each accident. .2 Automobile Liability policy shall contain the following endorsements in favor of the Owner: (a) Waiver of Subrogation endorsement TE 2046A; (b) 30 -day Notice of Cancellation endorsement TE 0202A; and (c) Additional Insured endorsement TE 9901 B. 8.1.4 Builder's Risk Insurance: The Construction Manager shall purchase and maintain Builders' Risk Insurance or Installation Insurance on an all risk physical loss form in the full amount of the Guaranteed Maximum Price established in this Agreement. Coverage shall continue unfit the Work is accepted by the Owner. The Owner shall be a loss payee on the policy. If off site storage is permitted, coverage shall include transit and storage in an amount sufficient to protect property being transported or stored. 8.3 BONDS 8.3.1 General The Construction Manager, shall obtain a Performance Bond, Payment Bond and a Warranty Bond in the full amount of the contract. 11 .2 Bonds, when required, shall be executed on forms furnished by or acceptable to the Owner. All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. .3 If the surety on any bond furnished by the Construction Manager is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of the preceding paragraph, the Construction Manager shall within ten (10) days thereafter substitute another bond and surety, both of which must be acceptable to the Owner. .4 When Performance Bonds and/or Payment Bonds are required, each shall be issued in an amount of one hundred percent (100%) of the Guaranteed Maximum Price established in Amendment No. I as security for the faithful performance and/or payment of all the Construction Manager's obligations under the Contract Documents. Performance Bonds and Payment Bonds shall be issued by a solvent surely company au0wriced to du business in Bre Stale of Texas, and shall meet any other requirements established by law or by the Owner pursuant to applicable law. Any surety duly aulhutiued to do business in Texas may write Performance and Payment Bunts on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligations over 10 percent. 8.3.4 Delivery of Required Bonds .1 The Construction Manager shall deliver the required bonds to the Owner at least three (3) days before the commencement of any Work at the Project site. ARTICLE 9 MISCELLANEOUS PROVISIONS 9.1 DISPUTE RESOLUTION The Parties agree to first mediate dispute with a mediator to be mutually agreed upon. If that is not successful in ninety (90) days, then, an arbitrator will be selected from a panel submitted from the American Arbitration Association so that the dispute can be promptly resolved therein. 9.2 OTHER PROVISIONS 9.2.1 Unless otherwise noted, the terms used in this Agreement shall have the same meaning as those in the General Conditions. 9.2.1 Extent of Agreement This Agreement, which includes this Construction Manager At -Risk Agreement, the General Conditions, and the other documents incorporated herein by reference, represents the entire and integrated agreement between the Owner and the Construction Manager and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both the Owner and Construction Manager. If anything in any document incorporated into this Agreement is inconsistent with this Agreement, this Agreement shall govern. 9.2.2 Priority Order The intent of the Contract Documents is to include all information necessary for the proper execution and completion of the Work by the Construction Manager. The Contract Documents are complementary and what is required by one shall be as binding as if required by all. In cases of disagreement, the following order of precedence shall govern (top item receiving priority of interpretation): Signed Construction Manager At -Risk Agreement Addenda to the Contract Documents, if any General Conditions Other Bidding or Proposal Requirements and Contract Forms Special Provisions to the Standard Technical Specifications Special Specifications Standard Technical Specifications Drawings (figured dimensions shall govern over scaled dimensions) Project Safety Manual, if applicable. 12 9.2.3 Ownership and Use of Documents The Drawings. Specifications and other documents prepared by the Engineer, and copies thereof furnished to the Construction Manager, are for use solely with respect to this Project. They are not to be used by the Construction Manager. Subcontractors, Sub -subcontractors or suppliers on other projects, or for additions to this Project outside the scope of the Work, without the specific written consent of the Owner and Engineer. The Construction Manager, Subcontractors, Sub -subcontractors and suppliers are granted a limited license to use and reproduce applicable portions of the Drawings, Specifications and other documents prepared by the Engineer appropriate to and for use in the execution of their Work under the Contract Documents. 9.2.4 Governing Law This Agreement shall be governed by the law of the state where the Project is located, that being Texas, and venue shall lie in Williamson County, Texas, 9.2.5 Assignment The Owner and the Construction Manager respectively bind themselves, their partners, successors, assigns and legal representatives to the other party hereto and to partners, successors, assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in the Contract Documents. Neither party to this Agreement shall assign the contract as a whole without written consent of the other. If either party attempts to make such an assignment without such consent, that party shall nevertheless remain legally responsible for all obligations under this Agreement. ARTICLE 10 TERMINATION OR SUSPENSION 10.1 TERMINATION PRIOR TO ESTABLISHING GUARANTEED MAXIMUM PRICE 10.1.1 Prior to execution by both parties of the Agreement establishing the Guaranteed Maximum Price, the Owner may terminate this Agreement at any time and without cause, and the Construction Manager may terminate this Agreement for any of the reasons described in Article 15 of the General Conditions. 10.1.2 If the Owner or Construction Manager terminates this Agreement pursuant to this section 10.1 prior to the commencement of the Construction Phase, the Construction Manager shall be paid for Preconstruction Phase Services performed prior to the receipt of notice of termination; provided, however, that the compensation for such services shall not exceed the compensation set forth in Section 4.1.1. 10.1.3 If the Owner or Construction Manager terminates this Contract pursuant to this Section 10.1 after commencement of the Construction Phase, the Construction Manager shall, in addition to the compensation provided in Section 10.1.2, be paid in accordance with Section 15.2 of the General Conditions. 10.2 TERMINATION SUBSEQUENT TO ESTABLISHING GUARANTEED MAXIMUM PRICE Subsequent to execution by both parties, this Agreement may be terminated as follows: 10.2.1 In the event of such termination by the Owner, the amount payable to the Construction Manager shall not exceed the amount the Construction Manager would have been entitled to receive pursuant to Section 15.2 of the General Conditions. 10.2.2 In the event of such termination by the Construction Manager, the amount to be paid to the Construction Manager shall not exceed the amount the Construction Manager would be entitled to receive under Section 15.2 of the General Conditions. 10.3 SUSPENSION 10.3.1 The Owner may, without cause, order the Construction Manager in writing to suspend, delay, or interrupt the Work in whole or in part for such period of time as the Owner may determine. 10.3.2 The Guaranteed Maximum Price established in the Agreement shall be adjusted for increases in the cost caused by suspension, delay or interruption as described in Section 10.3.1. No adjustment shall be made to the extent: 13 that performance is, was, or would have been so suspended, delayed, or interrupted by another rause for which the Construction Manager is responsible; or .2 that an equitable adjustment is made or denied under another provision of this Agreement. ARTICLE 11 LIQUIDATED DAMAGES 11.1 CONSTRUCTION MANAGER SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF $500 PER DAY FOR EACH DAY BEYOND THE DATE ESTABLISHED IN THIS AGREEMENT TO ACHIEVE SUBSTANTIAL COMPLETION. 11.2 Time is of the essence in this Agreement. Therefore, if the Construction Manager fails to achieve Substantial Completion of the Work (or any portion of the Work) within 220 Calendar days from the Notice to Proceed, then and in that event the Construction Manager shall pay to the Owner, as liquidated damages, the sums specified herein, per day, for each calendar day or portion of a day that Substantial Completion is delayed after the date specified for Substantial Completion, due to failure of the Construction Manager to have achieved Substantial Completion in accordance with the Contract Documents. It is hereby agreed by the parties that the liquidated damages to which the Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by the Construction Manager's failure to achieve Substantial Completion of the Wui k (or any portion of the Work) on or before Substantial Completion Date. It is hereby agreed by the parties that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates. is one that is incapable or very difficult of accurate estimation. ARTICLE 12 WARRANTIES 12.1 The warranty provided herein shall be in addition to and not in limitation of any other warranty or remedy required by law or by the Contract Do uments, and such warranty shall be interpreted to require the Construction Manager to replace defective materials and equipment and re -execute defective Work which is disclosed to the Construction Manager by the Owner within a period of one (1) year after final Acceptance of the entire Work or within a longer warranty time if such is specifically called for in the Specifications or as otherwise provided by law. In each instance where the Construction Manager becomes obligated to correct defective Work the one (1) year warranty period specified shall automatically be renewed and recommenced, beginning when such correction is completed as to the Work corrected, so that the Construction Manager's warranty obligations remain in effect as to each portion of the Work until each portion of the Work has functioned properly for an entire year. 12.1.1 The Construction Manager shall issue in writing to the Owner, as a condition pmuedent to final payment, a "General Warranty" reflecting the terms and conditions for all Work under the Contract Documents. This "General Warranty` shall be assignable only with the approval of the Construction Manager, which approval shall not be unreasonably withheld. 14 12.1.2 Except when a longer warranty time is specifically called for elsewhere in the Contract Documents or as otherwise provided by law, the Construction Manager shall warrant for a period of twelve (12) months from Final Acceptance that the buildings shall be watertight and leakproof at every point and in every area, except where leaks can be attributed to damage to the buildings by external forces beyond the Construction Manager's control. The Construction Manager shall, immediately upon notification by the Owner of water penetration, determine the source of water penetration and, at Its own expense, do any work necessary to make the buildings watertight. The Construction Manager shall also, at its own expense, repair or replace any other damaged materials, finishes, and furnishings damaged as a result of this water penetration, to return the buildings to their original condition. 12.1.3 Except when a longer warranty time is specifically called for elsewhere in the Contract Documents or as otherwise provided by law, the "General Warranty" shall be for twelve (12) months from Final Acceptance and shall be in form and content otherwise satisfactory to the Owner. 12.1.4 Warranties shall become effective on a date established by the Owner and the Engineer in accordance with the Contract Documents. This date shall be the date of Final Acceptance of the entire Work. ARTICLE 13 OTHER CONDITIONS 13.1 Upon Substantial Completion of the Work, the Owner, Engineer and Construction Manager shall walk the Project and prepare a "punch list" which will describe all of the items to be performed by the Construction Manager to bring the Project to full completion. When the Construction Manager performs these to the Owner's satisfaction, the Project shall be deemed to be one hundred percent (100%) completed. 13.1.1 For all items which appear on the "punch list," the cost of remedying or repairing same shall be considered a Cost of the Work as defined in the Contract Documents, unless repairs are due to the negligence of the Construction Manager. 13.2 If the Construction Manager's work has been completed, but a Certificate of Occupancy is not issued because of administrative delay on the part of the appropriate building authority, or because of the work of separate Contractors at the Project site in the employ of the Owner, or for any reason beyond the Control of the Construction Manager, then the final payment will be made to the Construction Manager, provided that other requirements herein for final payment have been met. 13.3 The Construction Manager will protect the Work, materials and equipment on the Project site and will not damage or unduly interfere with the work, materials or equipment of others. The Construction Manager will not repair or replace, except for reasonable compensation, any of its work or installations damaged directly or indirectly through, by, or as a result of items listed in warranty provisions of the General Conditions and any of the following: Defective design or material supplied by the Owner, or the Owner's separate contractor or supplier. .2 Any defect in materials or work, or defects caused by materials or work supplied by anyone other than the Construction Manager, its subcontractors, or its agents. 13.4 Notwithstanding any other term as listed in the General Conditions, the following shall apply; .1 Retainage is five (5) % .2 Construction Manager will notify the City of claims promptly as received and in accordance with stale law .3 City may only suspend work without cause and for convenience for up to fourteen (14) days. 15 .4 Any and all City permits will be waived. Nevertheless, the Construction Manager will obtain the permits as needed. .5 Construction Manager is to only keep records for three (3) years .6 The Parties agree to first mediate dispute with a mediator to be mutually agreed upon. If that is not successful in ninety (90) days, then, an arbitrator will be selected from a panel submitted from the American Arbitration Association so that the dispute can be promptly resolved therein. .7 Construction Manager shall also cooperate with OMI CH2M HILL who has been authorized by the City Council to provide independent construction observation services for this project under Sections 3.8 and Appendix B 3.2 of their existing management and operation agreement which will facilitate the coordination of this project with the management and operation of the plant and with other construction at the plant. .8 The parties believe and agree that it is an urgent necessity to have an additional filter as to provide treatment capacity for groundwater and to address the potential failure of the existing nine filters which have experienced failures in the past and are of such a nature that failure is difficult to predict and that this fitter system is a key component of safety for fire suppression and potable water supply. The parties also agree that it is an urgent necessity to have two additional pumps as to provide necessary water for peak demands including fire fighting. The parties agree that the existing plant is not presently capable during peak demands as to provide for adequate fire flow and that these two pumps are urgently needed as to avoid any safety concerns and that this project is being authorized by the City Council for health and safety reasons under Section 552.022(a)(2) of the Local Government Code. THIS AGREEMENT is entered into as of the latest dale of the signatories indicated at the conclusion of this document and all attachments. OWNER CITY OF GEORGETOWN, TEXAS By. George G. Garver, Mayor Date ATTEST: By: Jessica Hamilton, City Secretary CONSTRUCTION MANAGER: CDM CONSTRUCTORS, INC. By Title Date. APPROVED AS TO FORM: Mark Sokolow, City Attorney 12357-A Wata Trace Parkway, SOite 210 AusfiN Texas 78727 cel: 5123161700 (= 512 345-1483 October 12, 2009 Mr. Tom Benz, P.E. System Engineering Director Georgetown I TtilitySystems 300 Industrial Ave. Georgetown, TX 78626 RE: Lake Water Treatment Plant Filler 10 and Sun City Pump Station Improvements Construction Manager at Risk Bid Recommendation of Award Dear Mr. Benz: Transmitted with this letter is one original of Section 0lli110, Bid form, for the lake Water Treatment Plant, Filter 10 and Sun City Pump Station Improvements Project. As you are aware, this project is proposed to be constructed under the Construction Manager at Risk (CMAR) delivery method to speed the installation of this critically needed infrastructure. If the improvements included in this project are not completed and ready for use during the summer of 2010, there is the potential for a threat to the health and safety to the citizens in the City of Georgetown. The Bid Form has been completed by CCI in conjunction with Cunningham Constructors & Associates, Inc. If the City finds the Bid acceptable, CO will complete the CMAR Agreement that has been forwarded to them previously and include the necessary bonds and insurance certificates. The total Base Bid is $1,875,200. The base bid includes the construction of Filter 10 and the installation of Sun City Pump No. 4 and the cans for Sun City Pump No. 4 and 5. Additive Alternate No. l is for furnishing and installing Sun City Pump No. 5 and totals $158,000. We recommend that the City award the Base Bid and Additive Alternate No. l for a total contract amount of $2,033,200. 0ooxrre mae consW8n9• en9lnmIne• cO rr=tlon. oWatiOn4 Mr. Tom Benz. October 12, 2009 Page 2 If you have any questions reprding the attached Bid Form or the recommendation of award, please contact me. At,e-� S/i/n�cerely, / /',� LEN Q�WUE /V(/ Z6 5s86 Allen D. Woelke, P.E., BCEE Vice President Camp Dresser & McKee Inc. Attachment cc: Glenn Dishong 2048-72607 City of Georgetown Lake Water Treatment Plant Fitter 10 and Sun City Pumps SECTION 00304 1't1a7:M111T1 CITY OF GEORGETOWN LAKE WATER TREATMENT PLANT FILTER 10 AND SUN Cr1Y PUMP STATION 1MPRO V hMENfS CONTRACT IDENTIFICATTON AND NUMBER BID: TMS BID IS SUBMITTED TO: The City of Georgetown Georgetown Municipal Complex ATTN: Purchasing 300-1 Industrial Avenue Georgetown, Texas 78626 REC'D OCT 1 2 2009 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER iu the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 1.02 BIDDER understands and agrees that the OWNER has the right to reject any or all Bids and to waive any informilitics. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opmin& or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum No. AdderAum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. GEORGETOWN FILTERIOSUNCITYPS BID FORM TT EDITS DOG 00300-1 10111112001) 204&72607 City of Georgetown Lake Water Treabnent Plant Filter 10 and Sun City Pumps C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as providod in paragraph 4.06 of the Genal Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other tents and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examination, investigations, explorations, tests, studies, and data with the Bidding Documents. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. The Bidding Documents arc geuerdlly sufficient to indicate and convey mderstandiug of all terms and conditions for the performance of the Work for which this Bid is submitted 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. GEORGETOWN FILTERIOSUNCRVPS BID FORM TT EDITS.DOC 00300-2 101&JM 20as-72607 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps ADDITIVE AND DEDUCTIVE ALTERNATES After reviewing the Total Base Bid Amount, at the OWNER'S discretion, OWNER may elect one or more of the following additive and deductive alteniates in any order as determined by the OWNER to be in their best interest. Alternates will be accepted based on availability of funds and will be considered in the selection of the low bidder. ADDITIVE BID ITEM NO. I — For installation of Sun City Pump No. 5, piping and valves, electrical, including all appurtenances, excavation and backfill as detailed and specified, including testing, disinfection and all related necessary items.. This item includes all related insurance, bonds, general and administrative costs and other miscellaneous costs, overhead and profit associated with this item. LUMP SUM One Hundred Fifty Eight Thousand Dollars (WRITTEN) $ 158.000.00 (FIGURES) 6.01 Bidder agrees that the Work will be substantially corpletc within 220 calendar days after the date of the written Notice -to -Proceed and to fully complete project and ready for final payment within 270 calendar days after the date of the written Notice -to -Proceed. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of not required for CMAR delivay 7.02 BIDDER must answer the following questions using the following definitions: RESIDENT BIDDER - A bidder whose principal place of business is in Georgetown, Texas and includes a contractor whose ultimate parent company or majority owner has its principal place of business in Georgetown, Texas. NON RESIDENT BIDDER - A bidder whose principal place of business is not in Georgetown, Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in Georgetown, Texas. a. Is the BIDDER that is malting and submitting this Bid a "RESIDENT BIDDER"? Answer. NO b. Is the BIDDER that is making and submitting this bid a "NONRESIDENT BIDDER"? Answer. YES GEORGETOWN FILTER10SLMITYPS 810 FORM Tr EDIT5.000 00300-4 10a2009 204a-72607 City of Georgetown Lake Water Treatment Plant Fitter 10 and Sun City Pumps c. If the answer to Question A above is "yes", then in purchasing real property, personal property not affixed to real property, or services, if the OWNER receives one or more competitive sealed Bids from a RESIDENT BIDDER whose Bid is within five (5019) of the lowest bid price received by the OWNER who is a NONRESIDENT BIDDER, the OWNER may enter into a contract with: I ) the lowest bidder; or 2) the RESIDENT BIDDER, if the City Council determines, in writing, that the RESIDENT BIDDER offers the OWNER the best combination of contract price and additional economic development opportunities for the OWNER created by the contract award, including the employment of residents of the City of Georgetown and increased tax revenues to the City of Georgetown- d. eorgetown d. Notwithstanding the foregoing, this section docs not prohibit the OWNER from rejecting all bids. e. This section is authorized by Section 271.9051 of the Texas Local Government Code. 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on 120= GEORGETOWN FILTERIOSUNCITPS BID FORM R EDITSDOC 00300-5 1062009 2048-72607 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps Ar A CORPORATION Corporate Name: CDM Constructors Inc. State of Incorporation: Massachusetts Date of Incorporation: 6/16/1992 Type: General Business (GENERAl.Busamsss. PxomsvoHALSERviCE. LarnmLamvn. m) By: - CORPORATE _ SEAL 5��atT� of Corporate Secretary Houston. TX 77056 Phone No.: 713-423-7300 FAX No.: 713-840-0173 e -Mail: BaileyPT@cdm.com ❑ AJOM VENTURE Joint Venture Name: I PRarrEnrlYEEoNAME OFJoerr VENTURHPARTNFR By: SEAL SIGNATURE OF JOINT VENTURE PARTNER- ATTACH MDENCE OF AUTHORIZATION TO SIGN Business address: Phone No.: FAX No.: e Mail: GEORGETOWN FRTERIOSUNCnYPS &D FORM Tr EDns.DOC 00300-7 lamrmre 204872607 City of Georgetown Lake Water Treatment Plant Filter 10 and Sun City Pumps Number and Address for receipt of official communications: Phone No.: FAX No.: e-mail! Note: Each Joint Venture partner must sign. Each Sole Proprietor, Partnership &/or Corporation that is a party to the Joint Venture should sign and complete the information as indicated above. END OF SECTION DID FORM Tr EDrrS. DOC 00300.8 iftmoa