HomeMy WebLinkAboutAgenda CC 07.22.2003 WorkshopNotice of Meeting of the
Governing Body of the
City of Georgetown, Texas
Tuesday, July 22, 2003
The Georgetown City Council will meet on Tuesday, July 22, 2003 at 04:00:00 PM at the San Gabriel
Room of the Georgetown Municipal Complex, 300 Industrial Avenue, Georgetown, Texas
If you need accommodations for a disability, please notify the city in advance.
An agenda packet, containing detailed information on the items listed below, is distributed to the Mayor,
Councilmembers, and the Georgetown Public Library no later than the Saturday preceding the council
meeting. The library's copy is available for public review.
Please Note: This City Council Meeting will be video taped live and made available for broadcast
by the local cable company.
Policy Development/Review Workshop to begin at 4:00 p.m.
A Workshop presentation and discussion on revisions to the Fiscal and Budgetary Policy for 2003/04 budget
cycle — Micki Rundell, Director of Finance & Administration and Paul Brandenburg, City Manager
B 2004 Employee Compensation Plan — Carla Bourland, Human Resources Director and Paul Brandenburg,
City Manager
C 2004 Budget Overview — Micki Rundell, Director of Finance and Administration
Regular Session to convene and continue Executive Session, if necessary
Executive Session
In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon's Texas Codes, Annotated, the
items listed below will be discussed in closed session and are subject to action in the regular session that follows
D Sec.551.071 consultation with attorney
- Pending Litigation
- Thomas L. Suarez, Jr. vs. city of Georgetown, Texas, City of Georgetown Police Department, Georgetown Police Sgt.
Kelly Devo/l, Georgetown Police Officer Jack Lacey, Matt Painter, Brian Grubbs, Cause No. 03-113-C368 in the 368th
Judicial District Court of Williamson County, Texas
- Matthew Painter and Brian Grubbs, Plaintiffs v. David Morgan, Individually and in his Official Capacity as Chief of
Police of the Georgetown Police Department; Robert Hernandez, Individually and in his Official Capacity as Captain of
the Georgetown Police Department; Gary Todd Terbush, Individually and in his Official Capacity as Lieutenant of the
Georgetown Police Department,, Georgetown Police Department; and the City of Georgetown, Defendants, Cause No.
A03-CA-014JN, In the United States District Court for the Western District of Texas, Austin Division.
- Potential Litigation/Settlement Offers
- John Simmons, d.b.a. Georgetown Aviation Facilities Complaint to FAA
- TXU Gas Company Statewide 2003 Rate Case, Railroad Commission of Texas
- Legal Advice Regarding Agenda Items and other Matters
Regular Session - To begin no earlier than 6:00 P.M.
(The City Council for the City of Georgetown reserves the right to adjourn into executive session at any time during
the course of this meeting to discuss any of the matters listed below, as authorized by Texas Government Code
Sections 551.071 (Consultation with Attorney), 551.072 (Deliberations about Real Property), 551.073 (Deliberations
about Gifts and Donations), 551.074 (Personnel Matters), 551.076 (Deliberations about Security Devices) and
551.086 (Economic Development).
Call to Order
City Council Agenda/July 22, 2003
Page 1 of 4 Pages
F Pledge of Allegiance
G Comments from the dais regarding the following items:
- Welcome to Audience and Opening Comments -- Mayor Pro Tem Doug Smith
- Announcement of Vacanies on City Boards/Commissions — Mayor Pro Tem Doug Smith
- Two vacancies on the Board of Adjustment
One vacancy on the Main Street Advisory Board
One vacancy on the Parks and Recreation Board
H Announcements and Comments from City Manager
I Citizens Wishing to Address Council
- Wayne McKee of Pedernales Electric Cooperative, Inc. (PEC) regarding activites in the PEC service area
in Georgetown
J Action from Executive Session
Statutory Consent Agenda
The Statutory Consent Agenda includes non -controversial and routine items that Council may act on with
one single vote. A councilmember may pull any item from the Consent Agenda in order that the council
discuss and act upon it individually as part of the Regular Agenda.
K Consideration and possible action to approve the minutes of the Council Workshop on Monday, July 7 and
the Council Workshop and Regular Council Meeting on Tuesday, July 8, 2003 — Sandra D. Lee, City
Secretary
L Consideration and possible action to authorize the Georgetown Police Department to accept $35,000 in
reimbursement from the Texas Department of Public Safety for upgrades to the Public Safety Software
System — David Morgan, Police Chief
M Consideration and possible action to authorize acceptance of the State Homeland Security Grant for
equipment only in the amount of $63,910 — David Morgan, Police Chief
N Consideration and possible action to authorize the approval of the annual license renewal between the
City of Georgetown and Itron Incorporated for system support, software activation, and hardware repair for
the AMR Genesis System — Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City
Manager for Utility Operations
0 Item forwarded from the Georgetown Utility System (GUS) Board
Consideration and possible action to award a bid for water meter ERT installation to U. S. Metering and
Technology in the amount of $51,450.00 — Michael W. Mayben, Energy Services Manager and Jim Briggs,
Assistant City Manager for Utility Operations
P Consideration and possible action regarding the recommendation by the Convention and Visitors' Bureau
Board for the approval of an allocation of $1800 from the Hotel Occupancy Tax (HOT) funds to the GHS
Boys' Basketball Booster Club — Kent Huntsman, Convention and Visitors Bureau Board Chair, Shannon
Baldridge, Main Street Manager and Paul Brandenburg, City Manager
Legislative Regular Agenda
Council will individually consider and possibly take action on any or all of the following items:
O Consideration and possible action to approve the appointment of Nancy Rister to the Main Street Advisory
Board to fill the vacancy due to Patty Eason's election to the City Council — Mayor Gary Nelon
R Consideration and possible action to approve a resolution to appoint Pat Whiteaker and David Tristan as
resident board members to the Georgetown Village Public Improvement District #1— Trish Carls, City
Attorney
City Council Agenda/Juiy 22, 2003
Page 2 of 4 Pages
S Discussion and possible action to approve the Fiscal and Budgetary Policy to be used in preparing the
2003/04 Annual cycle -- Micki Rundell, Director of Finance and Administration
T Items forwarded from the Georgetown Utility System (GUS) Board
1. Consideration and possible action for the award of the annual bid for water and wastewater
pipe and fittings to various bidders in the estimated amount of $112,079.00 — Terry Jones,
Support Services Director and Jim Briggs, Assistant City Manager for Utility Operations
2. Consideration and possible action for the award of bid for curb, gutter and sidewalk
installation and repair to Dayco Construction Company in the amount of $265,659.60, and
authorize a project budget of $292,000.00 — Mark Miller, Transportation Services Manager and Jim
Briggs, Assistant City Manager for Utility Operations
U Consideration and possible action on a Preliminary Plat for 69.197 acres, out of the Burrell Eaves Survey,
and the Frederick Foy Survey, to be known as Sun City Georgetown, Neighborhood Twenty -Four A and
B, located north of Sun City Boulevard and west of Texas Drive — Melissa McCollum, Development Planner
and Amelia Sondgeroth, Director of Planning and Development
V Second Readings
1. Second Reading of an Ordinance amending Chapter 10.16 of the Code of Ordinances regarding
parking to establish a "No Parking Zone" on portions of North Austin Avenue and FM971 — Kevin
Stofle, Assistant Police Chief and David Morgan, Police Chief
2. Second Reading of an Ordinance Rezoning of 0.22 acres out of Block 3 of the City of
Georgetown, from RS, Residential Single -Family to C-2, Downtown Commercial, or more
restrictive district, located on Austin Avenue north of 2nd Street — Bobby Ray, Chief
Development Planner and Amelia Sondgeroth, Director of Planning and Development
3. Second Reading of an Ordinance for a Century Plan Amendment for 1.639 acres out of the
Nicholas Porter Survey, to change the existing Intensity Level 3 to Intensity Level 4, and change
the Future Land Use Plan and Williams Drive Corridor Study maps from Residential to
Office/Retail/Commercial, located at 1504 Williams Drive -- Bobby Ray, Chief Development
Planner and Amelia Sondgeroth, Director of Planning and Development
4. Second Reading of an Ordinance Rezoning of 1.639 acres out of the Nicholas Porter Survey,
Abstract No. 497 from OF, Office District to C-1, Local Commercial District, located at 1504
Williams Drive — Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of
Planning and Development
5. Second Reading of an Ordinance Rezoning a total of 70 acres out of the Burrell Eaves Survey,
Abstract No. 216 and the Frederick Foy Survey, Abstract No. 229, to be known as Sun City
Georgetown, Neighborhood Twenty -Four A & B, from A, Agriculture and RP, Residential
Planned to Planned Unit Development (PUD), or more restrictive district, located north of Sun City
Boulevard and west of Texas Drive — Bobby Ray, Chief Development Planner and Amelia
Sondgeroth, Director of Planning and Development
6. Second Reading of an Ordinance Rezoning 1.0818 acres, described as Block B of the South San
Gabriel Urban Renewal Tract from MF Multi -Family District to C-1, Local Commercial District
located on the south side of West University Avenue (SH29) between Scenic Drive and
Railroad Street — Bobby Ray, Chief Current Planner and Amelia Sondgeroth, Director of
Development Services
Public Hearings/First Readings
1. Public Hearing to consider possible action on a Special Use Permit to allow the installation of a
portable classroom building on the campus for the Everette Willims Elementary School, located
at 507 E. University Avenue — Bobby Ray, Chief Development Planner and Amelia Sondgeroth,
2. First Reading of an Ordinance for a Century Plan Amendment to modify the Thoroughfare Plan
by creating a future Southwest Bypass from the Inner Loop south of the South San Gabriel River
City Council Agenda/July 22,
Page 3 of 4 Pages
to State Highway 29 — Ed Polasek, Chief Long -Range Planner and Amelia Sondgeroth,
Director of Planning and Development
3. Public Hearing to consider a Rezoning of Williams Addition, Block 1, Lot 6, from RS,
Residential Single -Family to OF, Office District, located at 1621 Williams Drive - Bobby Ray, Chief
Development Planner and Amelia Sondgeroth, Director of Planning and Development
4. First Reading of an Ordinance Rezoning of Williams Addition, Block 1, Lot 6, from RS,
Residential Single -Family to OF, Office District, located at 1621 Williams Drive - Bobby Ray, Chief
Development Planner and Amelia Sondgeroth, Director of Planning and Development
5 Public Hearing to consider a Rezoning of Reata Trails Unit 1, Block P, Lot 1, from RS,
Residential Single -Family to Gt, Local Commercial, or more restrictive district, located at 110
Lakeway Drive - Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of
Planning and Development- _
6. First Reading of an Ordinance Rezoning of Reata Trails Unit 1, Block P, Lot 1, from RS,
Residential Single -Family to C-1, Local Commercial, or more restrictive district, located at 110
Lakeway Drive - Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of
Planning and Development
7. Public Hearing for consideration and possible action on a Rezoning of 19.34 acres in the John
Berry Survey, to be known as Chisholm Park, Section Two, from RP, Residential Planned to RS,
Residential Single -Family district, located at 300 CR 152 - Bobby Ray, Chief Development
Planner and Amelia Sondgeroth, Director of Planning and Development
8. First Reading of an Ordinance Rezoning 19.34 acres in the John Berry Survey, to be known as
Chisholm Park, Section Two, from RP, Residential Planned to RS, Residential Single -Family
district, located at 300 CR 152 — Bobby Ray, Chief Development Planner and Amelia Sondgeroth,
Director of Planning and Development
I, Sandra Lee, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of
Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all
times, on the day of , 2003, at , and remained so posted for at
least 72 continuous hours preceding the scheduled time of said meeting.
Sandra Lee, City Secretary
City Council Agenda/July 22, 2003
Page 4 of 4 Pages
;, i" A
Council Meeting Date: July 22, 2003
AGENDA ITEM COVER SHEET
P 0 -,�-3 0 5-�, g I
Item No.
SUBJECT:
Council consideration and possible action to authorize the
approval of the annual license renewal, system support, and
software activation and hardware repair for the AMR Genesis system
between the City of Georgetown and Itron Incorporated.
ITEM SUMMARY:
Staff is requesting authorization to renew AMR Network
supplies, support, repair services and software for the City's AMR
system from Itron Incorporated for 2003.
Staff has negotiated from an hourly rate of $125/hr to a flat
rate of $500/mo for the support services and maintained the current
rate on hardware support. This change equates to a savings of
$8,500/yr over the current contract.
SPECIAL CONSIDERATIONS:
This is a proprietary software application and maintenance
contract and does not require competitive bid.
FINANCIAL IMPACT:
Funds not to exceed the amount of $35,216 will be taken from
the Electric/AMR operations account number 610-115-5303 A,A
COMMENTS:
None.
ATTACHMENTS:
Itron Schedule `A' and Attachments `B & C'
tted By:
Assistant
N N
rim Briggs,
ty Manager- tilities
' Michael W.yben
s
Energy Serviceanger
17 -
Schedule A
Itron Service Pricing
For
City of Georgetown
Fixed Network Support
Effective January 1, 2003
(AM prices quoted are in U.S. dollars and subject to change based
on the fluctuation of customer -owned equipment quantities.)
Description
Q1, 2003
Q2,2003
Q3, 2003
Q4, 2003
2003 Tbtal
Software
$1,500
$1,500
$1,500
$1,500
$6,000
CCU laborand
materials
$7,304
$7,304
$7,304
$7,304
$29,216
Equipment
Parts
$0
$0
$0
$0
$0
Quarterly Total
$8,804
$8,804
$8,804
$8,804
$35,216
Service Pricing for City of Georgetown /Iron
Itron Genesis Fixed Network Software
Proposed Revision to Current Service Contract
(1) Bid is contingent upon City of Georgetown taking over support of its database.
ILI 5ur.iw will uu pruwda: as descrarod In Eahlblr A 19orvlee Polley) of 0re existing rantracl with the eaeaptlon of
support for future software releases.
(3) A Time and Materials option is also available at the hourly rale shown plus materials at actual.
(4) Pricing is valid through the end of 2003, at which time it will be re-evaluated.
Please refer to Iron's Service Agreement.
Prices shown are valid for 90 days. Itron bills quarterly for service fees.
BMR N W1053 Vera May ItreM1, Ino
June 1g, 2003 Page 1 of 1
PER UNIT
MONTHLY
ANNUAL
PART
SERVICE
SERVICE
SERVICE
ITEM NUMBER
DESCRIPTION
Ory FEE
FEE
FEE
I Software
Genesis Network Malar Reading System Software
1 $500.00
$500.00
56,000.00 (1-2)
Includes:
firm Genesis Utility Information Application (GUTA)
Prioritization & Optimization (ReRank)
Customer Data Synchronization Route Certification
Business Systems Services
Cun0gulation Pcller
GIHP Dec Alpha
AS Device Delete
Ibon Outage Processor
ANNUAL SOFTWARE
SERVICE TOTAL
$6,000.00
Per Quarter Billing Amount
$1,500.00
Time and Materials
Option
(3)
2 Software
Genesis Network Meter Reading System Software
TBD $165.00 per hour
Billed as Incurred
(As described above)
plus materials
(1) Bid is contingent upon City of Georgetown taking over support of its database.
ILI 5ur.iw will uu pruwda: as descrarod In Eahlblr A 19orvlee Polley) of 0re existing rantracl with the eaeaptlon of
support for future software releases.
(3) A Time and Materials option is also available at the hourly rale shown plus materials at actual.
(4) Pricing is valid through the end of 2003, at which time it will be re-evaluated.
Please refer to Iron's Service Agreement.
Prices shown are valid for 90 days. Itron bills quarterly for service fees.
BMR N W1053 Vera May ItreM1, Ino
June 1g, 2003 Page 1 of 1
Attachment B
Itron Time and Material (T&M) Pricing
For
City of Georgetown Fixed Network Support
Effective January 1, 2003
LlYr or Services (SW / HW): 1/1/03 through 12/31/03
Regular Hours, Monday -Friday
Overtime Hours, Monday- Friday, Saturdays
Sundays, Holidays
$ 165.00 per hour
$ 187.50 per hour
Not Available
System Support Surcharge (Applied to all T&M Equipment Repairs and Customer Support Requests, per
incident)
Effective 1/1/03 - $ 275.00
Effective 1/1/04 - $ 475.00
All labor services are made available from Itron on a reasonable best-efforts basis, subject to availability of
replacement parts, vendor support and/or technical resources. Labor services on aforementioned
products may be discontinued without notice at any time.
All labor services and Equipment repairs will be made available from Itron upon receipt of customer's
written acceptance of pricing and special provisions as documented herein in the form of customer's
purchase order.
Equipment repairs may include salvage (used) replacement parts.
Estimates for equipment repairs relating to visually evident physical damage are subject to the Time and
Material (T&M) prices, surcharges and Special Provisions as documented herein.
July 22, 2003 Item No. v.
Council Meeting Date: / �V^
d
PO.
AGENDA ITEM COVER SHEET
• SUBJECT
Consideration of an award of a bid for water meter ERT installation to U. S. Metering and
Technology in the amount of $51,450.00.
ITEM SUMMARY
Bids were received for the installation of water meter Encoded Receiver Transmitters
(ERTs) for the City of Georgetown. The staff recommendation is to purchase this service from the
only bidder responding, U. S. Metering and Technology.
The City of Georgetown will be providing the material for this project. U.S. Metering and
Technology has previously performed this service for the City and is capable of meeting the
required specifications.
SPECIAL CONSIDERATIONS
none
FINANCIAL IMPACT (cost of item, fund and division name, budgeted amt.)
Total for this bid is $51,450.00. Funds were approved for this expenditure in the
2002/2003 budget.
GUS Board Recommendation:
The GUS Board recommended award of this bid during their meeting of July 15, 2003.
Approved 7-0.
Staff Recommendation:
Staff recommends award of this bid in the amount of $51,450.00
COMMENTS (from City Attorney, staff, boards and commissions)
none
ATTACHMENTS (list individually)
1. Bid Tabulation
Submitted By:
Mayben, Energy Services Manager
Briggs, Assistant City Manager
Council Meeting Date: July 22, 2003 Item No.
AGENDA ITEM COVER SHEET
SUBJECT
Consideration of an award of the annual bid for water and wastewater pipe and fittings to
various bidders in the estimated amount of $112,079.00.
ITEM SUMMARY
Bids were received for the purchase of water and wastewater pipe and fittings for a one-
year period beginning August 1, 2003. The staff recommendation is to award this bid to the low
bidder for each item, as designated by the star on the attached bid tabulation. For those items
grouped into lots, we are recommending an award be made to the overall low bidder for each lot.
These fittings are stocked in the City warehouse and are used primarily on the
maintenance of the water distribution and wastewater collection systems. Quantities shown on
the bid tabulation are estimates based on prior year usage. Material will be ordered by the using
department on an as needed basis.
SPECIAL CONSIDERATIONS
NONE
GUS Board Recommendation:
This bid was recommended for award by the GUS Board at their July 15, 2003 meeting.
Approved 7-0
Staff Recommendation:
Staff recommends award of the bid in the estimated amount of $112,079.00.
FINANCIAL IMPACT (cost of item, fund and division name, budgeted amt.)
Estimated total for this bid is $112,079.00 . Funds for this expenditure were budgeted in
Water Maintenance of Utilities and Wastewater Maintenance.
COMMENTS (from City Attorney, staff, boards and commissions)
none
ATTACHMENTS (list individually)
1. Bid Tabulation
Submitted By:
y Jones, Support Services Director
Briggs, Assistant City Manager
PAGE 7 -BRASS
EM STOCK EST.
# # QTY.
WATER & WASTEWATER PIPE & FITTINGS
DESCRIPTION
UNIT ACT FERGUSON NATIONAL
"LOT X
HOSE BIBBS
153
34-5700
5
1/2" ROUGH BRASS, MALE THREAD
EACH
NO BIO 1
2.75
3.00
154
34-5701
15
3/4" ROUGH BRASS, MALE THREAD
EACH
NO BID
3.75
4.00
TOTAL LOT X
NO BID
70.00
75.00
BRASS FITTINGS
(ALL
TO BE BALL VALVE CONFIGURATION EXCEPT
ANGLE STOPS)
(ALL
CURB STOPS STRAIGHT OR ANGLE WILL HAVE
LOCKING WINGS)
(ALL
MUST BE BY COMPRESSION)
(ALL COMPRESSION CONNECTIONS MUST BE FORD OR LEE BRASS/HAYS)
155
34-5300
125
1"ANGLE STOP (FORD KV43444-WG ) COMP X
METER NUT BRAND: Ford
EACHI
NO BID 1 1
14.80
15.94
156
34-5324
200
1' STRAIGHT CURB STOP (FORD B43 -"4 -WG )
COMP X METER NUT BRAND: Ford
EACH
NO BID
27.70
29.84
157
34-5325
50
1" STRAIGHT CURB STOP (FORD B11 -444W OR
EQUAL) FPT X FPT BRAND: Ford
EACHI
NO BID 1 1
22.26
24.03
158
34-5660
2
1" CORP COCK CCTHD WBALL VALVE X
COMP, FORD FB1000 BRAND: Ford
EACH I
NO BID
18.22
18.64
159
34-5661
2
2" CORP COCK IPTHD WBALL VALVE X
COMP. FORD FB1100 BRAND: FordEACH
NO BID
61.73
63.14
160
34-5301
35
1' BALI VALVE COMP CTS X FIPT BRAND: Ford
EACH
NO BID 1
24.60
26.76
161
34-5302
125
1" CORP STOP MPT X COMP. BRAND: Ford
EACH
NO BID
17.32
14.83
162
34-5318
1
1 1/4" SCRWD STRAIGHT CURB STOP
(FORD 871.555-W OR EQUAL) BRAND: Ford
EACHI
NO BID 1 1
34.71
35.50
163
34-5319
5
1 1/2' SCRWD STRAIGHT CURB STOP LEVER HANDLE
BRASS (FORD 611-666-W) BRAND: Ford
EACHI
NO BID
43.48
44.47
164
34-5320
100
2' FXF BRASS BALL VALVE,JONES 1900 OR
FORD B1 1-777-W BRAND: Ford
EACHI
NO BID 1 1
59.98
64.75
165
34-5317
10
GATE VALVE, 3/4' HAMMOND
BRAND: Stockman
EACH
13.23
10.55
10.25
166
10
GATE VALVE, 1" HAMMOND
BRAND: Stockman
EACHI
17.64 1 1
14.30
12.40 1-1
167
2
12' GATE VALVE W/GLANDS & GASKETS
MJxMJ w/ACCESSORY KIT
EACHI
874.00 1 1
929.00 1
1 809.72 1-1
168
34-5316
20
BRASS GATE VALVE, 2" WHEEL TYPE
BRAND: Stockman
EACHI
40.00 1 1
27.50
25.59
169
34-5313
100
BRASS VALVE ADAPTER FORD MCDONALD
6122, OT67 BRAND: Ford
EACH
6.62
5.95
5.38
170
50
1' MALE IRON THREADX V CTS GRIP JOINT
FORD BRASS PART #L84 -44G BRAND: Ford
EACHI
NO BID 1 1
7.72
8.00
'• Items listed in these categories will be awarded by lots
23021 B I DTAB6/27/2003
PAGE 2 - SCHEDULE 80 FITTINGS
EST.
ITEM # STOCK # CITY. DESCRIPTION
SCHEDULE 80 FITTINGS
UNITS ACT FERGUSON NATIONAL
"LOT A
0.91
1 0.79
NIPPLES IT X T)
1.41
29
34-5156
5
1" X 6"
EACH
30
34-5158
5
1 1/2" X 6"
EACH
31
34-5159
5
2"X6"
EACH
32
34-5161
5
1"X 3"
EACH
33
34-5163
2
1 12" X 3"
EACH
34
34-5164
2
2" X 3"
EACH
35
34-5166
5
VX CLOSE
EACH
36
34-5168
5
1 1/2' X CLOSE
EACH
37
34-5169
2
2"X CLOSE
EACH
TOTAL LOT A
-LOT a
TEE'S (TXTXT)
38
5
11/2'
EACH
39
34-5213
5
1"
EACH
40
34-5215
2
2"
EACH
TOTAL LOT B
"LOT C
COUPLINGS (TXT)
41
34-5138
2
1"
EACH
42
34-5140
1
11/2"
EACH
43
34-5141
2
2"
EACH
TOTAL LOT C
"LOT D
0.91
1 0.79
COUPLINGS
1.41
44
34-5183
5
1/2" FEMALE SXS
EACH
45
34-5185
40
1' FEMALE SXS
EACH
46
34-5187
10
1 t/Y FEMALE SXS
EACH
47
34-5188
500
Y COUPLINGS SXS
EACH
48
34-5145
2
1 1/2' PVC COMP. COUPLING IPS PIPE
EACH
49
345173
40
3" COUPLING, SXS
EACH
TOTAL LOT D
NO BID J
0.91
1 0.79
NO BID
1.41
1.19
NO BID
1.61
1.52
NO BID
0.59
0.49
NO BID
0.84
0.79
NO BID
1.15
0.99
NO BID
0.44
0.40
NO BID
0.74
0.65
NO BID
0.99
0.84
NO BID
34.46
30.44
NO BID
6.15
5.11
NO BID
4.95
3.98
NO BID
6.65
5.49
NO BID
68.80
56.43
NO BID
1.91
1.54
NOBID
4.95
4.24
NO BID
5.10
4.45
NO BID
18.97
16.22
NO BID
1.20
0.95
NO BID
1.45
1.25
NO BID
2.20
2.06
NO BID
2.20
2.20
NO BID
3.75
3.31
NO BID
6.05
6.22
NO BID
1,435.50
1,430.77 '
"Items listed in these categories will be awared by lots.
-71684816/27/2003
00'4Z
49'92
OKI ON
$0-L
66't
OI9 ON t
SCI
O1.'Z
OI9 ON I
9V'L
S6'L
018 ON I
ZO'I
SZ'1,
018 ON I
IOV3
.Z1 L
Z
LC£Z
L£'9Z
w8 ON
601E
6£'£
OI8 ON I
SL -Z
SL'£
OI9 ON
0$'1,
96'1,
0180N I
110-11V101
917'66
SL'Z£L
018 ON
LO'L
99'6
OIB ON
9L'4
S6"S
019 ON
S4'Z
S6'Z
018 ON
40Y3
.L
S
S VEIZ I
08'041,
018 ON
ZZ'6L
OS'LZ
OI90N
$1,'q
OS'4
018 ON
ZZ'£
OZ"4
O18 ON
VVZ
O9'Z
018 ON
LOZ9-4£
99
1OV3
SZ'069
SZ'9ZL
OI9 ON
SO'LL
96'£L
019 ON
£6'b
56"4
018 ON
04-£
S6"£
019 ON
OO'Z
SZ'Z
018 ON
$L'VSL'Z
OS"6Z9'Z
OI90N
917'II
OS "EL
019 ON
6I'0I
OS "OL
019 ON
94'9
06'L
O19 ON
99'£
S9"4
(119 ON
q$'1,
SE "Z
018 ON
lVNO11VN NOSL19213d lOV
£0OZ/LZl9L84891.L-
slol Aq paieme eq OlM s9uo69le3 asagl ui polsll swell
SONlllld 08 31NO3HOS - E 30Vd
f im 1tl101
1OV3
.4
L
661,9-4£
ZL
1OV3
.Z
S
861,9-4£
LL
IOV3
.Z1 L
Z
L61,S-4£
OL
lOV3
.L
S
561,9-4£
69
(SXS) S.-1.13 3321930-06
f io-i—
110-11V101
IOV3
.Z
£
£61,9-4£
99
1OV3
Z4
Z
Z61,9-4£
L9
40Y3
.L
S
061,5-4£
99
HOV3
(1X1) S.l13 3321930-06
S
9M -K
1101—
HOV3
H 1011V101
S
9LLS-4E
OS
AoV3
.Z
OL
LOZ9-4£
99
1OV3
.Z/1, L
S
lINn
49
1OV3
.L
Z
90ZS-4£
£9
'1S3
(1Xl) SA -13 3321930-917
H 10-
SONlllld 08 31NO3HOS - E 30Vd
91011 V101
HOV3
.4
4
£91,9-4£
Z9
ADV3
.Z
OL
£OZS-4£
1,9
HOV3
.Z/1,1.
L
ZOZ9-K
09
HOV3
.L
Z
OOZS-L£
69
(SXS) SA -13 33H930 -9V
9101»
SONlllld 08 31NO3HOS - E 30Vd
d 101 1V101
HOV3
dI1S X 1W .4
S
£91,9-4£
8S
HOV3
dl -IS X1dIW.Z
OOL
ZS LS -4E
LS
HOV9
dllS X 1W .U1. L
0£
1.91,514£
99
HOV3
dllS X 1W .L
OZ
091,9-4E
SS
2131dVOV 3lVW
d iol»
31O11V101
HOV3
.£
SL
4LLS-4E
1,9
HOV3
.Z/1, Z
Z
LLLS-4£
£S
HOV3
.Z
00£
6LL9-4£
ZS
HOV3
.Z/1. L
S
9M -K
LS
HOV3
.1.
S
9LLS-4E
OS
(1XS) 2131dVOV 3lVW3d
3101..
('1NO3) SONlllld 0$ 31f103H3S
lINn
NOLU NOS30
'ALD
# NOO1S
# W311
'1S3
SONlllld 08 31NO3HOS - E 30Vd
PAGE 4 - CLAMPS AND SADDLES
ITEM STOCK EST.
#
#
QTY.
DESCRIPTION
OT K
3.95
2.93
BUSHINGS & REDUCERS
73
34-5181
1
1 112"X 1" MPT X FPT
74
34-5143
5
2"X 1 12" MIPT X FIPT
75
34-5144
5
2" X 1 12" MIPT X APT
76
34-5210
2
1 12' MT X 1" FT
77
34-5212
2
2"X 1" MIPT X FIPT
Ford F2-942-12.5
EACH
47
TOTAL LOT K
MJ ACCESSORY KITS
78 34-5742 2 4"
79 34-5743 14 6" come with #345741
80 34-5744 4 8"
DUCTILE IRON
DI TEE'S (MJ X MJ)WITH
81 34-5123 1 6"X6"
82 34-5124 2 8"x 8" x 6"MJT
UNIT ACT FERGUSON NATIONAL
EACH
EACH
EACH
EACH
EACH
NO BID 2.85 2.19
NO BID
3.95
3.20
NO BID
3.95
2.93
NO BID
2.50
2.19
NO BID
4.55
3.20
NO BID
56.45
43.62 '
EACH6.66
23.00
4.50
5.72
EACH
8.23
6.85
J#EB.69
7.10
EACH
9.80
8.25
34-5225
EACH 71.76 67.00 59.28
EACH 94.50 87.00 78.15
FULL CIRCLE WIDE CLAMP MUST FIT PVC,DI & C900
"LOT L
23.00
23.03
6"X VIP
37.33
83
34-5224
15
2"X 8", Single Band, Fi-263-7.5
EACH
84
34-5225
5
2"X 12", Single Band, F11-263-12.5
EACH
85
34-5221
2
8"X 12" Single Band, O.D. 8.99-9.39, F1.939-12.5
EACH
86
34-5228
5
8"X 12 12", Dbl. Band, OD 8.62-9.42
51.56
46.00
48.52
5
Ford F2-942-12.5
EACH
47
34-5222
5
4' x 7 12", Dbl. Band, OD 4.44-5.24
221.18
200.00
245.08
Ford, F2-524-7.5
EACH
88
34-5226
5
4"x 17, Dbl. Band, OD 4.44.5.24
z5,
" 5,301.42
5,344.59
Ford F2-524-12.5
EACH
89
34-5223
15
6"x 7 12", Dbl. Band, OD 6.62-7.42
Ford, F2-742-7.5
EACH
90
34-5227
15
6"X 12 12", Dbl. Band, OD 6.62-7.42
Ford, F2-742-12.5
EACH
91
2
16"X 12.5 D61. Band, OD 17.15-17.90
EACH
92
2
18"x 12.5" Dbl. Band, OD 19.23-19.98
EACH
93
2
30" x12.5 Double Band,
EACH
TOTAL LOT L
..LOT M
TAPPING SADDLES (100% STAINLESS
STEEL W/EXCEPT.OF GASKET) ROCKWELL,
POWER SEAL OR APPROVED EQUAL ONLY
22.22
23.00
23.03
6"X VIP
37.33
33.00
32.82
30
66.00
63.00
67.48
34-5604
85.56
76.00
80.91
97
44.17
39.00
41.88
EACH
68.89
59.00
64.64
2"X 1" IP
51.56
46.00
48.52
5
75.56
66.00
72.51
188.89
247.63
221.18
200.00
245.08
233.13
4
565.00
519.43
z5,
" 5,301.42
5,344.59
94
34-5600
5
6"X VIP
EACH
95
34-5601
30
6'X 2" IP
EACH
96
34-5604
5
8" X 1" IP
EACH
97
34-5605
10
8" X 2" IP
EACH
98
34-5606
15
2"X 1" IP
EACH
99
5
12"X 2" IP
EACH
TOTAL LOT M
NO BID
35.20
33.88
NO BID
49.90
48.40
NO BID
34.55
34.38
NO BID
52.10
50.06
NO BID
29.95
29.27
NO BID
59.95
54.06
NO BID
3,115.75
3,003.25 '
"Items listed in these categories will be awarded by lots.
-71684816272003
PAGE 5 - TAPPING SADDLES, DRESSERS AND BRASS FITTINGS
EST.
ITEM # STOCK # QTY. DESCRIPTION UNIT ACT FERGUSON NATIONAL
TAPPING SADDLE /SEWER LINES
100 34-5069 5 100% RUBBER TO FIT 6", 8", 10"& 12" PIPE
ATTACHED BY 2 STAINLESS STEEL BANDS
WITH 4" BASE EACH
DRESSERS, STEEL BODIED, BOLTED
"LOT N
13.25
12.95
12.35
14.25
101
34-5246
10
1"
EACH
102
34-5247
5
1114"
EACH
103
34-5248
30
11/2"
EACH
104
34-5249
90
2" O.D. 2.30 TO 2.63
EACH
105
34-5250
10
21/2'
EACH
106
34-5759
8
6' O.D. 6.63 TO 6.90
EACH
107
34-5761
8
8' O.D. 8.16 TO 9.05
EACH
108
34-5763
2
TOTAL LOT N
EACH
117
34-5764
60
BRASS
EACH
24.50 22.80 21.08
11.75
13.25
12.95
12.35
14.25
13.55
14.80
17.05
16.20
15.25
18.55
17.80
21.20
23.10
23.01
51.76
44.00
46.85
65.80
59.00
59.23
3,148.23 "
3,439.75
3,363.99
"LOT O
3.55
3.12
BRASS NIPPLES (T X T)
6.70
109
34-5751
20
T X 6"
EACH
110
34-5753
30
1 1/2" X 6"
EACH
111
34-5754
100
2"X6"
EACH
112
34-5756
20
1' X 3'
EACH
113
34-5758
20
1 1/2' X 3'
EACH
114
34-5759
175
2" X 3"
EACH
115
34-5761
200
1"X CLOSE
EACH
116
34-5763
2
1 lrr X CLOSE
EACH
117
34-5764
60
2"X CLOSE
EACH
118
34-5765
5
2 112" X 6"
EACH
119
5
2 1/2' X 3"
EACH
TOTAL LOT O
-LOT P
BRASS 45 -DEGREE ELL'S IT X T)
120
34-5770
15
1"
EACH
121
34-5772
15
2"
EACH
122
34-5773
2
11/2"
EACH
TOTAL LOT P
"Items listed in these categories will be awarded by lots.
3.37
3.55
3.12
5.96
6.70
5.49
7.66
7.90
7.06
1.76
2.05
1.62
3.09
3.45
2.85
3.96
3.94
3.65
1.06
1.07
0.98
2.09
2.55
1.93
3.18
3.38
2.93
15.40
16.02
14.18
8.79
8.90
8.09
2,330.13
2,408.00
2,148.26 '
2.35
2.20
1.79
6.72
6.70
5.81
4.14
4.45
3.59
144.33
142.40
121.18 '
PAGE 6 - BRASS FITTINGS
ITEM STOCK EST.
#
#
QTY.
DESCRIPTION
UNIT
126
34-5785
10
BRASS (CONT.)
EACH
_OT Q
34-5788
15
BRASS 90 -DEGREE ELL (TXT)
EACH
123
34-5776
100
1"
EACH
124
34-5778
5
11/2"
EACH
125
34-5779
50
2"
EACH
**LOT S
34-5653
1300
TOTAL LOT Q
EACH
**LOT R
1.85
1.64
BRASS TEE'S (TXTXT)
4.55
126
34-5785
10
1"
EACH
127
34-5788
15
11/2"
EACH
128
34-5787
150
2
EACH
129
34-5789
2
21/2"
EACH
143
34-5332
40
TOTAL LOT R
EACH
**LOT S
34-5653
1300
BRASS BUSHINGS
EACH
130
10
1 1/2"x 1" MPT X FPT
EACH
131
34-5791
5
1 1/2" X 3/4" MIPT X FIPT
EACH
132
34-5792
15
1 1/2" X 1" MT X FT
EACH
133
34-5793
300
2"X 1' MIPT X FIPT
EACH
134
34-5795
20
2"X 1 12" MIPT X FIPT
EACH
TOTAL LOT S
-LOTT BRASS COUPLINGS (TXT)
135 34-5796 5 1" EACH
136 34-5798 5 112" EACH
137 34-5799 20 T EACH
TOTAL LOT T
ACT FERGUSON NATIONAL
2.67
1.85
1.64
5.16
4.55
3.25
M
5.60
5.28
16.46
87.75 I
I444.25
2.67
2.80
2.32
5.16
5.20
4.46
6.82
8.95
7.32
16.46
11.66
14.22
1,160.0 2
1, 471.82
1,216.54
2.17 2.10 1.87
2.64
0.98
2.28
2.16
2.10
1.87
3.85
3.65
3.33
3.20
3.10
2.76
1,266.25
1,214.40
1,112.35
1.50
1.41
1.31
3.20
3.21
2.76
5.26
4.99
4.55
128.70
122.90
111.35
.OT U BRASS DRESSERS, 3 -PART COMP (MUST BE FORD OR LEE BRASS/HAYS)
138 34-5255 75 1", Ford C4444-6 EACH NO BID 5.61 6.11
TOTAL LOT U NO BID 420.75 458.25
..LOT V
3.35
3.45
BRASS METER SPUDS
7.17
139
34-5511
20
314"X 3", C38-23-3
EACH
140
34-5508
700
3/4"X 8 12", C38-2-3-8.5
EACH
141
34-5327
30
3/4" X 1 12", C38-23-1.5
EACH
142
34-5328
50
V X 3", C38-44-2.62
EACH
143
34-5332
40
VX 8 12", C38-44-8.5
EACH
144
34-5653
1300
METER ADAPTER, 314"X 1", FD A34
EACH
TOTAL LOT V
EACH
4.08
3.35
3.45
8.50
7.17
7.30
3.75
3.17
3.24
5.40
4.29
4.39
11.95
9.71
9.93
3.50
5.88
3.01
11,442.10
13,428.00
9,605.90
-LOT w BRASS ADAPTERS (MUST BE FORD OR LEE BRASS/HAYS
145
34-5307
10
3/4" MPT X COMP., C84-33-6
EACH
146
34-5308
200
V MT X 1" COMP C8444
EACH
147
34-5309
10
1" FT X 1" COMP, C14446
EACH
148
34-5310
5
1 12" FPT X COMP, C14-66-6
EACH
149
34-5311
5
1 12" MT X 1 1/2" COMP, 084.66.6
EACH
150
34-5326
15
3/4" FEMALE ADAPT. X COMP, C14-33-6
EACH
151
200
VX 1" MIPT BY CTS GRIP JOINT
FORD CATALOG L84 -44-G
EACH
152
345622
1
2' MALE ADAPTER x COMP
EACH
TOTAL LOT W
'• Items
listed In these categories will be awarded by lots.
-71684816272003
NO BID
4.29
4.39
NO BID
5.09
5.20
NO BID
6.12
6.26
NO BID
16.28
16.66
NO BID
12.72
13.01
NO BID
4.51
4.61
NO BID
7.82
8.00
NO BID20.48
18.97
NO BID
2,919.23
2,982.97
PAGE 7 -BRASS
WATER & WASTEWATER PIPE & FITTINGS
EM
STOCK
EST.
#
#
QTY.
DESCRIPTION
UNIT
ACT FERGUSON
NATIONAL
"•LOTX
HOSE BIBBS
153
34-5700
5
1/2" ROUGH BRASS, MALE THREAD
EACH
NO BID
2.75
3.00
154
34-5701
15
3/4" ROUGH BRASS, MALE THREAD
EACHI
NO BID 1
3.75
4.00
TOTAL LOT X
NO BID
70.00
75.00
BRASS FITTINGS
(ALL
TO BE BALL VALVE CONFIGURATION EXCEPT
ANGLE STOPS)
(ALL
CURB STOPS STRAIGHT OR ANGLE WILL HAVE LOCKING WINGS)
(ALL
MUST BE BY COMPRESSION)
(ALL COMPRESSION CONNECTIONS MUST BE FORD OR LEE BRASS/HAYS)
155
34-5300
125
V ANGLE STOP (FORD KV43-444-W-G) COMP X
METER NUT BRAND: Ford
EACH
NO BID
14.80
15.94
156
34-5324
200
1" STRAIGHT CURB STOP (FORD 843144 -W -G )
COMP X METER NUT BRAND: Ford
EACHI
NO BID 1 1
27.70
29.84
157
34-5325
50
V STRAIGHT CURB STOP (FORD B11 -444W OR
EQUAL) FPT X FPT BRAND: Ford
EACHI
NO BID
22.26
24.03
158
34-5660
2
1' CORP COCK CCTHD W/BALL VALVE X
COMP, FORD FB1000 BRAND: Ford
EACH I
NO BID
18.22
18.64
159
34-5661
2
2" CORP COCK IPTHD W/BALL VALVE X
COMP. FORD FB1100 BRAND: Ford
EACH
NO BID
61.73
63.14
160
34-5301
35
1" BALL VALVE COMP CTS X FIPT BRAND: Ford
EACH11
NO BID 1
24.60
26.76
161
34-5302
125
1' CORP STOP MPT X COMP. BRAND: Ford
EACH I
NO BID
17.32
14.83
162
34-5318
1
1 1/4" SCRWD STRAIGHT CURB STOP
(FORD B11 -555 -WOR EQUAL) BRAND: Ford
EACHI
NO BID 1 1
34.71
35.50
163
34-5319
5
1 1/2" SCRWD STRAIGHT CURB STOP LEVER HANDLE
BRASS (FORD Bttb66-W) BRAND: Ford
EACH I
NO BID
43.48
44.47
164
34-5320
100
2' FXF BRASS BALL VALVE,JONES 1900 OR
FORD Bl 1-777-W BRAND: Ford
EACHI
NO BID 1 1
59.98
64.75
165
34-5317
10
GATE VALVE, 3/4' HAMMOND
BRAND: Stockman
EACHI
13.23 1 1
10.55
10.25
166
10
GATE VALVE, V HAMMOND
BRAND: Stockman
EACHI
17.64
14.30
12.40
167
2
12' GATE VALVE W/GLANDS 8 GASKETS
MJxMJ WACCESSORY KIT
EACH
874.00
929.00
809.72
168
34-5316
20
BRASS GATE VALVE, 2' WHEEL TYPE
BRAND: Stockman
EACHI
40.00
27.50
25.59
169
34-5313
100
BRASS VALVE ADAPTER, FORD MCDONALD
6122, OT67 BRAND: Ford
EACH 1
6.62
5.95
5.38
170
50
1" MALE IRON THREADX 1" CTS GRIP JOINT
FORD BRASS PART #LB414G BRAND: Ford
EACHI
NO BID 1 1
7.72
H 8.00
- Items listed in these categories will be awarded by lots
-71684816/27/2003
PAGE 8 - MISC.
WATER & WASTEWATER PIPE & FITTINGS
FLEXIBLE COUPLINGS
174
STOCK
EST.
4"X 4" ADPT. PLASTIC OR Cl
EACH
ITEM #
#
QTY. DESCRIPTION UNIT
ACT FERGUSON
NATIONAL
WEDGE GATE VALVES W/ GLANDS & GASKETS (MJ X MJ) WITH ACCESSORY KITS
34-5071
10
4" PVC/CI X 4" PVC/CI
WATEROUS 500 OR APPROVED EQUAL ONLY
177
34-5072
171
34-5740
1 4" includes accessory kit EACH
220.00 215.0011
205.331-
05.33•172
172
34-5741
5 6" includes accessory kit EACHI
286.00 1 275 oll
264.61 '
173
8" Cl/PVC X 8" CVPVC COUP
4 8" EACHI
444.001 1 415.0011
412.50 '
FLEXIBLE COUPLINGS
174
34-5066
20
4"X 4" ADPT. PLASTIC OR Cl
EACH
175
34-5067
20
4" CLAY X 4" PVC
EACF
176
34-5071
10
4" PVC/CI X 4" PVC/CI
EACF
177
34-5072
10
6" Cl/PVC X 6" Cl/PVC
EACF
178
34-5068
4
6" CLAY X 4" Cl/PVC
EACF
179
34-5080
2
8" Cl/PVC X 8" CVPVC COUP
EACF
180
34-5081
3
8" CLAY X 8" Cl/PVC
EACF
""LOT Y RUBBER WATER METER WASHERS
181
34-5505
5
3/4" X 1/16" , 100/PKG
EACH
182
34-5506
20
314" X 1/8", 100/PKG
EACH
183
34-5507
25
1" X 118", 100/PKG
EACH
8.80
7.92
7.31
TOTAL LOT Y
7.92
184
2
185
12
186
8
187
6
188
5
189 5
190 5
191 2
192 2
FIRE HYDRANTS
AMERICAN DARLING OR KENNEDY
ALL FIRE HYDRANTS MUST BE FACTORY
AND PRIMED AND PAINTED SILVER
2.53
2.80
2.09
2.53
2.80
2.09 '
2.53
2.80
2.09 '
5.69
5.30
4.77
5.69
5.30
4.77
8.80
7.92
7.31
8.80
7.92
7.31
12.00
13.00
11.00 11
12.00
13.00
11.00
17.00
25.00
16.00
725.00
950.00 I I
675.00 '
3 1/2' BURY
EACH
4' BURY, AMERICAN DARLING B84B, SILVER
EACH
FIRE HYDRANT METERS W12" VALVE
EACH
HYDRANT BACKFLOW PREVENTER
EACH
FIRE HYDRANT BREAKABLE KIT,
914.00
868.00
819-771-1
NO BID
905.00
879.7211
650.00 11
633.001
631.40
231.7511
266.001 1
190.59
HYDRANT B84, PART 84-2945, AMERICAN DARLING EACH
83.00 1 1
78.0011
75.421 1
FIRE HYDRANT BREAKABLE KIT,
193
34-5720
40
HYDRANT 826, PART 62-29-15, AMERICAN DARLING EACHI
89.5011
91.00
83.21
FIRE HYDRANT BREAKABLE KIT,
PVC CLEANER (PINTS ONLY)PINT
195
HYDRANT, KB1D, PART K-8149, KENNEDY EACHI
89.00
91.00
PINT
4' CLOW MEDALLION EACHI
94o.00l 1
905.0011
NO BID 11
FIRE HYDRANT BREAKABLE KIT,
197
34-5719
30
For 4'CLOW MEDALLION EACHI
97.0011
91.0011
85.241-1
-Items listed in these categories will be awarded by lots
-71684816/1712003
2.50
MISCELLANEOUS
2.33
193
34-5720
40
PVC CEMENT (PINTS ONLY)
PINT
194
34-5722
50
PVC CLEANER (PINTS ONLY)PINT
195
34-5723
60
PVC PRIMER (PINTS ONLY)
PINT
196
34-5724
150
PVC "HOT GLUE" , RETROSEAL HOT 203 OR
EQUAL PINT
197
34-5719
30
PIPE COMPOUND, RECTORSEAL
PINT
-Items listed in these categories will be awarded by lots
-71684816/1712003
2.50
2.33
"2.892.602.30
3.50 •
8.20 •
Page
STOCK EST.
.(EM# # QTY.
WATER & WASTEWATER PIPE & FITTINGS
DESCRIPTION
35.00
MISCELLANEOUS
214 100
ALLIANCE SERIES PLASTIC METER BOX WILID
9.45
21 5/16"X1513/16 FOR ITRON ERTS W/AMR LOCATOR
9.76
ON SOLID PLASTIC LIDS, MODEL 1200 SBAMR
215 345800 2000
PLASTIC LID FOR 1200 ALLIANCE SERIES FOR
ITRON ERTS W/AMR LOCATOR ON SOLID PLASTIC
LIDS, MODEL 1200SBAMR.LID
216 30
PLASTIC BOX FOR 1210 ALLIANCE SERIES
MODEL 1210
217 30
DFW PLASTICS 12 3/8" ROUND LID FOR ITRON
ERTS W/AMR LOCATOR SLOT ON SOLID PLASTIC
LID, MODEL DFW-18 AMR -UO
218 30
DFW PLASTICS 16"X11" CEMENT BOX REPLACEMENT
LID FOR ITRON ERTS W/AMR LOCATOR SLOT
ON SOLID PLASTIC LIDS, MODEL DFW36SBSM-LID
219 25
ALLIANCE SERIES PLASTIC METER BOX WILID
251/4 X 19 3/8" FOR ITRON ERTS W/AMR LOCATOR
ON SOLID PLASTIC UDS, MODEL 150O.SBAMR
220 10
PLASTIC LID FOR 1500 ALLIANCE SERIES FOR ITRON
ERTS W/AMR LOCATOR ON SOLID PLASTIC LIDS,
MODEL 1500.SBAMR.LID
221 15
DFW PLASTICS 20' ROUND LID FOR ITRON ERT'S W/
AMR LOCATOR SLOT ON SOLID PLASTIC LIDS
DFW-20-AMR-LID
222 10
PLASTIC BOX FOR 1500 ALLIANCE SERIES
223 100
MUSHROOM VALVE CAPS, 6-
224 20
JUMBO DOUBLE METER BOX
UNIT ACT FERGUSON NATIONAL
EACH 1 10.50 11 9.45 9.15
EACH 5.60 5.28 5.00
EACH 6.20 5.15 4.50
EACH 1 15.80 14.45 15 29
EACH 1 18.00 11 16.67 18.75
EACH I 22.30 I I 20.00 16.75
EACH 1 9.30 11 8.9011 8.00 1-1
EACH
EACH
EACH
EACH
Total Estimated Annual Water and Wastewater Parts
$112,079.14
No Bid
Hughes Supply
No Response
B20
East Jordan Ironworks
*'Items listed in these mtegories will be awarded by lots.
Any"No Bid' within a lot is considered a "No Bid" for the entire lot
-71684816/27/2003
32.50
31.15 •
35.00
13.00
11.67H
8.75 '
9.45
10.50 11
9.76
22.00
20.0050
City Council Meeting Date: July 22, 2003
AGENDA ITEM COVER SHEET
Item No.
SUBJECT:
Consideration and possible action to award the bid from Dayco
Construction Company for Curb and Gutter and Sidewalk Installation and
repair in the amount of $265,659.60 and authorize a project budget of
$292,000.00.
ITEM SUMMARY:
Sealed bids were received and opened on June 23, 2003 for a Curb and
Gutter and Sidewalk Installation and Replacement Project. The curb and gutter
installation will primarily be constructed on the Hutto Road Rehabilitation
Project, quarter -cent sales tax maintenance projects and various missing curb
links in old town.
The sidewalk installation and repair portion of the project focuses on
the construction of a section of sidewalk along maple at Annie Purl School
and level -up of uneven bricks on the downtown square. The low bid, in the
amount of $265,659.60, was received from Dayco Construction Company. Staff
has reviewed the bids and confirmed that the low bid does conform to the
specifications set in the contract, and the contractor is qualified to
perform this work.
SPECIAL
None.
FINANCIAL IMPACT:
Sidewalk account 100-101-5803-00: $75,000.00
Curb & Gutter account 641-101-6103-00: $25,000
Hutto Road CIP account 110-101-6904-00: $75,000
Quarter -cent projects account 203-134-5802-00: $95,000
Scheduled Street Maintenance account 100-134-5802-00: $22,000
GUS BOARD RECCW 91MTION•
The GUS Board recommended award of this bid at their July 15, 2003
meeting. Approved 7-0.
STAFF RECOMMENDATION:
Staff recommends award of the bid to Dayco Construction Company in the
amount of $265,659.60 with a contingency of 108 for a project budget amount
of $292,000.00
COMMENTS:
Prior_ .
ATTACHMENTS:
1.Letter of recommendation
2.Bid Tabulation „„
Submitted
Aheistant City
For Utilities
Transportation Services Manager
GUgeton
July 9, 2003
Jim Briggs
Assistant City Manager for Utility Operations
City Hall, 113 East 8'" Street
Georgetown, TX 78626
Re: Curb and Gutter, Standard 5 -foot sidewalk and brick sidewalk level -up contract 2003
Dear Jim
Attached is the Bid Tabulation sheet forbids received at 3:00 p.m. on Monday June 23, 2003 for the
referenced project.
There were three bids received for this project as shown on the attached sheet. The bid sheet indicates that
Dayco Construction Company is the low bidder with a bid of $265,659.60.
The City's previous working relationship with Dayco Construction has been consistently positive. Dayco's
construction work has always been done satisfactorily and in a timely manner.
Therefore, after review and discussion of the submitted bids, City of Georgetown staff recommends that
Dayco Construction Company be awarded the bid for the curb and gutter and sidewalk contract for 2003 in
the amount of $265,659.60 with a contingency of 10 percent for a total of $292,000.00.
Sincerely,
Mark Miller
Transportation Services Manager
cc: file
enclosure
GEORGETOWN UTILITY SYSTEMS • 300 INOUSTRIAL Avenue • GEORGETOWN, TE%As 78626 • 512/930-3559 • FAXt 512/930-3559
BID TABULATION
BIDDER INFORMATION
Myers Construction, Inc.
Muniz Concrete & Contracting, Inc.
Dayco Construction
2003 Curb and Gutter,
Standard 5 -foot Sidewalk Installation
P.O. Box 2823
P.O. Box 6596
12819 Dessau Road
and Replacement and Brick Sidewalk Level Up Contract
Wimberly, TX 78676
Austin, TX 78702
Austin, TX 78754
Item
No.
Estimated
Quantitv
Unit
Bid Data Description
Unit Price
Unit Price
Unit Price
A
100%
LS
I Mobilization, Bonds and Insurance
$7,131.00
$12,114.00
$26,400.00
B
100%
LS
Barricades, Traffic Control Plan and Im lementabo
$5,000.00
$9,873.00
$6,090.00
C
5604
LF
Concrete curb and gutter
$134,496.00
$150,467.40
$98,070.00
D
5,863
LF
Concrete curb and gutter pour and form only
$64,493.00
$46,904.00
$59,802.60
E
2,135
LF
Standard 5 -foot wide sidewalk
$38,430.00
$32,665.50
$27,968.50
F
10
Fes,
ADA com liant rams for sidewalks
$3,140.00
$8,500.00
$3,500.00
G
5
E4
Valley gutters
$2,555.00
$6,860.00
$3.250.00
H
250
YDS
Flat work 6"drvewa s
$12,000.00
$12,937.50$8,875.00
I
1,945
SF
Brick sidewalk removed, leveled -u and re laced
$19,450.00
$6,126.75
$31,703.50
TOTAL BID AMOUNT
$286,695.00
$286,448.15
$265,659.60
City Council Meeting Date: July 22, 2003 Item No.
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to award the bid from Dayco
Construction Company for Curb and Gutter and Sidewalk Installation and
repair in the amount of $265,659.60 and authorize a project budget of
$292,000.00.
ITEM SUMMARY:
Sealed bids were received and opened on June 23, 2003 for a Curb and
Gutter and Sidewalk Installation and Replacement Project. The curb and gutter
installation will primarily be constructed on the Hutto Road Rehabilitation
Project, quarter -cent sales tax maintenance projects and various missing curb
links in old town.
The sidewalk installation and repair portion of the project focuses on
the construction of a section of sidewalk along maple at Annie Purl School
and level -up of uneven bricks on the downtown square. The low bid, in the
amount of $265,659.60, was received from Dayco Construction Company. Staff
has reviewed the bids and confirmed that the low bid does conform to the
specifications set in the contract, and the contractor is qualified to
perform this work.
SPECIAL CONSIDERATIONS:
FINANCIAL IMPACT:
Sidewalk account 100-101-5803-00: $75,000.00
Curb & Gutter account 641-101-6103-00: $25,000
Hutto Road CIP account 110-101-6904-00: $75,000
Quarter -cent projects account 203-134-5802-00: $95,000
Scheduled Street Maintenance account 100-134-5802-00: $22,000
GUS BOARD RECOMMENDATION:
The GUS Board recommended award of this bid at their July 15, 2003
meeting. Approved 7-0.
STAFF
Staff recommends award of the bid to Dayco Construction Company in the
amount of $265,659.60 with a contingency of 10% for a project budget amount
of $292,000.00
COMMENTS:
None.
ATTACHMENTS:
1.Letter of recommendation
2.Bid Tabulation i_ n i/^
A6sistant City Ravager Transportation Services Manager
For Utilities
1
R