HomeMy WebLinkAboutAgenda CC 09.26.2006Notice of Meeting of the
Governing Body of the
City of Georgetown, Texas
Tuesday, September 26, 2006
The Georgetown City Council will meet on Tuesday, September 26, 2006 at 06:00:00 PM at the City
Council Chambers, 101 E. 7th Street, at the northeast corner of Seventh and Main Streets, 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 librarys copy is available for public review.
Please Note: This City Council Meeting will be video taped live without editing and shown on the
local cable channel.
Executive Session
Regular Session to convene and continue Executive Session, if necessary
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.
A Sec.551.071: Consultation with Attorney
- Advice from attorney about pending or contemplated litigation and other matters on which the attorney has a duty to
advise the City Council, induding agenda items
- Evaluation of the LCRA Wholesale Power Contract — Jim Bdggs, Assistant City Manager for Utility Operations
-Transamerican Underground vs. Arch Insurance Co., C. C. Carleton Industries, and Third Party Defendant the City of
Georgetown, Cause No. 06-121-C277, District Court of Williamson County, 277th Judicial District
- Henderson v. City of Georgetown and Bishop Gregory Aymond for the Dioceses of Austin , Cause No. A06CA082 SS;
United States District Court, Western District of Texas
- Application by MUD 19 for a Sewer Utility Certificate of Convenience and Necessity
- Stanford v. City of Georgetown , Cause No. 06-634026, filed in the 26th Judicial District of Williamson County, Texas
B Sec.551.086 Competitive Matters
- Consideration and possible action for extension of the contract between McCord Engineering, and Georgetown Utility
Systems, to provide engineering services related to the planning, design, and review of the City's electric system
�r�Grt`y` improvements, system construction, system expansion (due to development), and system mapping. — Michael W.
{ Mayben, Energy Services Manager, Jim Bdggs, Assistant City Manager for Utility Operations
c Sec 551.072 - Deliberations about Real Property
- Consideration and possible action concerning land acquisition for the Main Street Water Quality Pond
Regular Session - To begin no earlier than 06:00 PM
(Council may, at any time, recess the Regular Session to convene an Executive Session at the request of
the Mayor, a Councilmember, or the City Manager for any purpose authorized by the Open Meetings Act,
Texas Government Code Chapter 551.)
D Call to Order
E Pledge of Allegiance
F Comments from the dais
- Welcome to Audience and Opening Comments
- Review of procedure for addressing the City Council
- Announcement of vacancy for the Downtown Business Owner position on the Main Street Advisory Board
'Proclamation for Down's Syndrome Awareness Month in October
G Announcements and Comments from City Manager
H Public Wishing to Address Council
City Council Agenda/September 26, 2006
Page 1 of 6 Pages
As of the deadline, there were no persons who requested to address the Council on items other than already posted on the
Agenda.
I 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.
J Consideration and possible action to approve the minutes of the Council Meeting on Tuesday, September 12,
2006 — Sandra D. Lee, City Secretary
K Consideration and possible action to approve a funding request for an in-kind donation from Parents for Pride
for Project Graduation — Paul Brandenburg, City Manager
L Consideration and possible action to approve a Professional Services Agreement between the City of
Georgetown and Combs Consulting Group L.P., for Fiber Optic Cable System Engineering and Technical
Services — Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility
Operations
/j(\ 00,M
fN
Consideration and possible action to approve the sale of surplus electric equipment to Alamo Transformer
Supply of San Antonio, Texas — Marsha Iwers, Purchasing Manager and Micki Rundell, Director of Finance and
Administration
Consideration and possible action to award the annual bid for concrete and grout to Transit Mix in the
estimated amount of $25,500 — Marsha Iwers, Purchasing Manager and Micki Rundell, Director of Finance and
Administration
O Consideration and possible action to approve the declaration of surplus equipment and authorizing staff to
negotiate and execute a contract for auctioneering services — Marsha Iwers, Purchasing Manager and Micki
Rundell, Director of Finance and Administration
P Consideration and possible action to approve the purchase of a bid tracking software license from IonWave of
Springfield, Missouri in the amount of $35,000 — Marsha Iwers, Purchasing Manager and Micki Rundell, Director
of Finance and Administration
9(t� Q Consideration for the approval of the purchase of scanning and archiving services from DAT Solutions L.P.
g tl through the State of Texas Catalog Information Systems Vendor (CISV) contracts in an amount not to exceed
$40,000.00 — Tom Benz - Engineering Services Manager and Jim Briggs, Assistant City Manager for Utility
Operations
R Consideration of a resolution granting a petition and setting public hearing dates for the voluntary annexation
into the City for 115.83 acres, more of less, in the William Addison Survey and Woodruff Stubblefield Survey,
located north of CR 104 at the intersection of SH 130, for Presbyterian Cemetery Farm -- Bobby Ray, AICP,
Director Planning and Development and Edward G. Polasek, AICP, Principal Planner
Legislative Regular Agenda
Council will individually consider and possibly take action on any or all of the following items:
S Presentation of the Main Street Program Mural," Discover Georgetown Ail Over Again," and recognition of the
artists and Kelly -Moore Paints by the Main Street Advisory Board — Gordon Baker, Main Street Advisory Board
Chair; Shelly Hargrove, Tourism Director and Main Street Manager and Randy Morrow, Director of Community
Services
T Consideration and possible action to designate "Up the Chisholm Trail" as a City Council -sponsored event —
Gordon Baker, Main Street Advisory Board Chair; Shelly Hargrove, Tourism Director and Main Street Manager
and Randy Morrow, Director of Community Services
U Consideration of approval for the purchase of modular fumiture for the new City library from Rockford
Furniture of Austin, Texas through the State of Texas Purchasing Contract and U.S. Communities Cooperative
Purchasing Program in the amount of $158,586.00 -- Eric Lashley, Library Director and Randy Morrow, Director
City Council Agenda/September 26, 2006
Page 2 of 6 Pages
of Community Services
V Consideration of approval for the purchase of shelving, chairs and reference desks for the new City library
from Libra -Tech in the estimated amount of $357,000 — Eric Lashley, Library Director and Randy Morrow,
Director of Community Services
W Consideration of approval for the purchase of furniture for the new City library from various vendors in the
amount of $169,142.70 -- Eric Lashley, Library Director and Randy Morrow, Director of Community Services
X Consideration and possible action for the award of bid for monument signs to Sign Resource Management in
an amount not to exceed $100,000 — Marsha Iwers, Purchasing Manager and Tom Yantis, Assistant City
Manager
Y Resolution regarding proposal by the Texas Department of Transportation ("TXDOT") to install a new single
access point from the new southbound frontage road of IH 35 -South at a point north of FM 2243 (Leander
Road); to close and eliminate the existing private access point on FM 2241 (Leander Road); and to require the
(� donation of a portion of an existing private road known locally as "Southfork Drive" or "Page House Drive" to the
l City as a public road; making findings related to said proposal; and establishing an effective date — Mark Miller,
Transportation Services Manager, Jim Briggs, Assistant City Manager for Utility Operations
Z Consideration and possible action on a Preliminary Plat for 87.36 acres, being part of the C. Joyner Survey,
C.B. Mayhall Survey, and the John Sutherland Survey, being a Resubdivision of Calder Subdivision, Lot 1, and
a Resubdivision of Estates of Westlake, Lot 53, to he known as the Estates of Westlake, Phase 6A 8 6B,
located on CR 262 at Highland Springs, with waivers to the Unified Development Code — Carla J. Benton,
Planner II and Bobby Ray, AICP, Director of Planning and Development Services
AA Consideration and possible action to award the bid for landscape maintenance of Georgetown Village to
SunGrow Landscape Services in the estimated amount of $85,000 — Marsha Iwers, Purchasing Manager and
Micki Rundell, Director of Finance and Administration
BB Consideration and possible action to extend the Mandatory Construction Deadline for the Microfusion Land
Lease at 302 Wright Brothers Drive, to October 31, 2006 — Councilmember Gabe Sensing
CC Consideration and possible action to approve a resolution to approve the proposed 2006/07 Budget for the
Georgetown Economic Development Corporation (GEDCO) — Micki Rundell, Director of Finance and
Administration
DD Public Hearing to consider the creation of the Williams Drive Gateway Tax Increment Reinvestment Zone
(TIRZ) — Tom Yantis, Assistant City Manager
EE Contracts and Agreements
1. Consideration of approval of a resolution authorizing Social Service funding agreements between the City
of Georgetown and Assistance League of Georgetown Area; Bluebonnet Trails Community MHMR
Center -PRIDE Early Childhood Intervention; Capital Area Rural Transportation System; Faith in Action
Caregivers -Georgetown; Family Eldercare, Inc.; Georgetown Community Service Center dba The Caring
Place; Georgetown Community Service Center dba The Caring Place -Home Repair Program; The
Georgetown Project; Habitat for Humanity for Greater Georgetown, TX; Literacy Council of Williamson
County; Lone Star Circle of Care; Senior Center at Stonehaven; W Iliiamson-Bumet County Opportunities
Inc.; and Williamson County Crisis Center, and for these agencies and organizations to continue to provide
services for the citizens of Georgetown — Paul E. Brandenburg, City Manager
2. Consideration of approval of a resolution authorizing a funding agreement between the City of Georgetown
and the Williamson County and Cities Health District for this agency to continue to provide services for the
citizens of Georgetown — Paul E. Brandenburg, City Manager
3. Consideration of approval of a resolution authorizing Children's and Youth Program funding agreements
between the City of Georgetown and The Georgetown Project; the Clements Boys and Girls Club --
Stonehaven Unit, and Georgetown Partners in Education, and for these agencies and organizations to
provide services for the citizens of Georgetown -- Paul E. Brandenburg, City Manager
4. Consideration and possible action to approve a resolution to authorize a lease agreement with
Williamson -Burnet County Opportunities, Inc. (WBCO), to operate the Madella Hilliard Neighborhood
City Council Agenda/September 26, 2006
Page 3 of 6 Pages
Center — Paul E. Brandenburg, City Manager
5. Consideration and possible action to approve fiscal year 2006/07 annual support services and contract
renewals for Information Technology vendors providing services and support to the City of Georgetown --
Dennis Schoenborn, Information Technology Director and Tom Yantis, Assistant City Manager
6. Consideration and possible action to authorize the Mayor to execute a contract with Matthew & Company
for the purpose of video taping City Council Meetings -- Paul E. Brandenburg, City Manager
7. Discussion and possible action regarding contract for Municipal Court prosecutor services — Patricia E.
Carts, City Attorney
8. Consideration and possible action to approve an interlocal operating contract between the City of
Georgetown and Georgetown Economic Development Corporation (GEDCO) for the 2006/07 fiscal year —
Micki Rundell, Director of Finance and Administration
Consideration and possible action to approve an interlocal operating contract between the City of
Georgetown and the Georgetown Transportation Enhancement Corporation (GTEC) for the 2006/07 fiscal
year — Micki Rundell, Director of Finance and Administration
FF Items Forwarded from the Georgetown Utility Systems (GUS) Board
1. Consideration and possible action to approve the annual contract with Lower Colorado River Authority
(LCRA) for the purchase of electric distribution and transmission materials for FY 2006/2007 from Techline
�Jte, in accordance with the LCRA Electric Material Acquisition Program — Mike Mayben, Energy Services
Manager, Jim Briggs, Assistant City Manager for Utility Operations
2. Consideration and possible action for the award of bid for electrical wire to Techline, Ltd. and Texas
Electric Cooperative in the estimated amount of $1,350,000.00. —Mike Mayben, Energy Services Manager,
Q Jim Briggs, Assistant City Manager for Utility Operations
3. Consideration and possible action to award the contract for the 2006 Sidewalk Improvement Project to
�S H. Deck Construction, of Round Rock, and to set a project budget of $95,792.50 — Mark Miller,
5�1 Transportation Services Manager, Jim Briggs, Assistant City Manager for Utility Operations.
4. Consideration and possible action to award the contract for the 2006 Street Overlay to H. Deck
y'g Construction Company, of Round Rock, Texas, and to set a project budget of $1,400,000.00 — Mark Miller,
�1' Transportation Services Manager, Jim Briggs, Assistant City Manager for Utility Operations.
5. Consideration and possible action to approve the purchase of Bioxide Chemicals from Siemens Water
UJ Technologies of Sarasota, Florida, in an amount to exceed $65,000.00 — Glenn Dishong, Water Services
Manager and Jim Briggs, Assistant City Manager for Utility Operations
6. Consideration and possible action to reconcile the existing contract between the City and Operations
I,1 Management International (OMI) for the management, operation, and maintenance of its water treatment
WOX facilities for fiscal year 2005-2006 for an amount not to exceed $56,000.00 -- Glenn Dishong, Water
Services Manager and Jim Briggs, Assistant City Manager for Utility Operations
7. Consideration and possible action to amend the contract between the City and Operations Management
International (OMI) for the management, operation, and maintenance of its water treatment facilities for
1P� fiscal year 2006.2007 and to set an annual operating budget of $1,155,531.00 — Glenn Dishong, Water
IN Services Manager and Jim Briggs, Assistant City Manager for Utility Operations
8. Consideration and possible action to amend the contract between the City and Brazos River Authority
(BRA) for the management, operation, and maintenance of its wastewater treatment facilities for fiscal
W w year 2006-2007 and to set an annual operating budget of $1,133,820.75 — Glenn Dishong, Water Services
Manager and Jim Briggs, Assistant City Manager for Utility Operations
9. Consideration and possible action to approve the transfer of 2.36 MGD of plant capacity in accordance
with the Water Service, Water Rights, and Facility Ownership Contract between the City of Georgetown and
1 ila{�I( Chisholm Trail Special Utility District relating to the Lake Water Treatment Plant — Glenn Dishong, Water
(Jv Services Manager and Jim Briggs, Assistant City Manager for Utility Operations
City Council Agenda/September 26, 2006
Page 4 of 6 Pages
10. Consideration and possible action of award of the City's annual Water and Wastewater Pipe & Fittings,
„) Bid No. 26039, for $152,963.00 to various bidders — Glenn Dishong, Water Services Manager and Jim
WW Briggs, Assistant City Manager for Utility Operations
11. Consideration and possible action to renew the contract with H. Deck Construction Company, of Round
Rock Texas for the Water Main Repair & Water Service & Valve Replacement for an amount not to exceed
! W W $250,000.00 — Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility
43,
Operations
12. Discussion and possible action on issues regarding the City's solid waste disposal contract —Jim Briggs
C0`Assistant City Manager for Utility Operations
GG Second Readings
1. Second reading of an ordinance levying a tax rate for the City of Georgetown for the tax year 2006 — Micki
Rundell, Director Finance & Administration
2. Second reading of an ordinance adopting an Annual Operating Plan Element of the Georgetown Century
Plan (budget) for the fiscal year beginning October 1, 2006, and ending September 30, 2007; adopting the
Annual Amendment to the Century Plan -- Micki Rundell, Director Finance & Administration
3. Second reading of an ordinance amending Section 2.08.010 "Administrative Divisions and Departments"
of the Georgetown Code of Ordinances -- Micki Rundell, Director, Finance & Administration
4. Second Reading of an Ordinance establishing the classifications and number of positions (Strength of
Force) for all the City of Georgetown Fire Fighters and Police Officers pursuant to Chapter 143 of the Texas
Local Government Code pertaining to Civil Service — Kevin Russell, Human Resources Director and Paul
Brandenburg, City Manager
5. Second reading of an ordinance denying the rate increase proposed by the ATMOS Energy Corporation,
Mid -Tex Division; requiring the reimbursement of municipal rate case expenses; finding that the meeting
complies with the Open Meetings Act; and making other findings and provisions related to the subject — Jim
Briggs, Assistant City Manager for Utility Operations and Trish Carls, City Attorney
6. Second Reading of an ordinance repealing and replacing Chapter 13.10 of the City of Georgetown Code of
Ordinances relating to "Utility System Improvements" — Glenn Dishong, Water Services Manager and
Jim Briggs, Assistant City Manager for Utility Operations
7. Second Reading of an ordinance repealing and replacing Chapter 13.20 of the city of Georgetown Code of
Ordinances relating to "Sewage Disposal" — Glenn Dishong, Water Services Manager and Jim Briggs,
Assistant City Manager for Utility Operations
8. Second reading of an ordinance amending Chapter 13 ("Infrastructure and Public Improvements") of the
Unified Development Code (UDC) pertaining to the Creation of Special Districts and Utility
Infrastructure in Rural Residential Subdivisions — Tom Yantis, Assistant City Manager
9. Second Reading of an Ordinance Amending Section 15.04.045 of the Code of Ordinances to revise the
Development Process Fees for Planning and Zoning — Bobby Ray, AICP, Director of Planning and
Development Services
10. Second Reading of an Ordinance Annexing into the City 145.5779 acres, more or less, in the Joseph Fish
Survey and William Roberts Survey, located south of Shell Road, for Georgetown Village, Section Nine --
Edward G. Polasek, AICP, Principal Planner and Bobby Ray, AICP, Director Planning and Development
11. Second Reading of an Ordinance Annexing into the City 1.28 acres, more or less, in the Joseph Fish
Survey, William B. Lord Survey and William Roberts Survey, located north of Shell Road, for Georgetown
Village, Section Six revised — Edward G. Polasek, AICP, Principal Planner and Bobby Ray, AICP, Director
Planning and Development
12. Second Reading of an Ordinance Annexing into the City 10.158 acres, more of less, in the Williams
Addison Survey, Abstract No. 21, located southeast of FM 1460 and Georgetown Inner Loop, for the
remainder of the Avery Tract -- Edward G. Polasek, AICP, Principal Planner and Bobby Ray, AICP,
City Council Agenda/September 26, 2006
Page 5 of 6 Pages
Director Planning and Development
13. Second Reading of an Ordinance Annexing into the City 66.737 acres, more of less, in the Williams
Addison Survey, Abstract No. 21, located southeast of FM 1460 and Georgetown Inner Loop, for the
remainder of the Moore Tract — Edward G. Polasek, AICP, Principal Planner and Bobby Ray, AICP,
Director Planning and Development
HH Public Hearings/First Readings
1. First Reading of an ordinance amending Title 8, Health and Safety, Chapter 8.16 Noise Control, of the
Georgetown Municipal Code; prohibiting noises disturbing to reasonable persons; establishing a permit
requirement for certain noises; setting permissible decibel levels; establishing penalties of not less than
$100.00 nor more than $2000 per violation — David Morgan, Chief of Police and Paul E. Brandenburg, City
Manager
2. First Reading of an ordinance to amend Chapter 10.04 and add new section 10.04.045 of the Code of
Ordinances of the City of Georgetown pertaining to riding of bicycles, velocipedes, mopeds and similar
vehicles to establish restrictions on the unauthorized use and operation of motor assisted scooters and
mopeds, provide definitions, and establishing parental liability for child's unlawful use and operation of
motor assisted scooters and mopeds — David Morgan, Police Chief
3. Public Hearing and First Reading of an Ordinance Rezoning from AG, Agricultural district to C-3, General
Commercial, TH, Townhouse district, and MF, Multifamily district for the 52 Acres in the John Berry Survey,
located between Inner Loop and SH 130 at 1800 FM 971 — Jennifer Bills, Planner I and Bobby Ray, AICP,
Directory of Planning and Development Services
4. Public Hearing and First Reading of an Ordinance Rezoning from RS, Residential Single Family district to
MU -DT, Mixed Use Downtown district for a 0.4133 acre part of Lost Addition part of Block 68, located at 407
W. University— Rebecca Rowe, Historic District Planner and Bobby Ray, AICP, Director of Planning and
Development Services
5. First Reading of an Ordinance Comprehensive Plan Amendment to change the Intensity Level from
Levels 2, 3 and 5 to Level 4 for 52 acres; and to change the Future Land Use from Residential to
Office/Retail/Commercial for a section of the 52 Acres in the John Berry Survey, located between Inner
Loop and SH 130 at 1 B00 FM 971 — Jordan Maddox, Planner I and Bobby Ray, AICP, Director of Planning
and Development Services
6. Public Hearing and First Reading of an Ordinance Rezoning from AG, Agricultural district to PUD, Planned
Unit Development for 32.968 acres in the Frederick Foy Survey, Abstract #229, to be known as the Planned
Unit Development of Sun City PUD, Neighborhood Fifty -Three, located approximately 1 1/2 mile west of
the intersection of Sun City Blvd and Cool Springs Way on Pedernales Falls Drive — Melissa McCollum,
AICP, Planner II and Bobby Ray, AICP, Director of Planning and Development Services
II Consideration and possible action to appoint Councilmember Pat Berryman as the City of Georgetown
Representative to the Capital Area Planning Council of Governments (CAPCOG) — Mayor Gary Nelon
Certificate of Posting
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 , 2006, 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/September 26, 2006
Page 6 of 6 Pages
Council Meeting Date: September 2E, 2006 Item No.
AGENDA ITEM COVER SHEET
EXECUTIVE SESSION
SUBJECT:
Consideration and recommendation for extension of the contract
between McCord Engineering, and Georgetown Utility Systems, to
provide engineering services related to the planning, design, and
review of the City's electric system improvements, system
construction, system expansion (due to development), and system
mapping.
ITEM SUMMARY:
The City of Georgetown currently has a contract with McCord
Engineering to provide engineering services related to the planning,
design, and review of the City's electric system improvements and
expansion projects and plans. The City has requestedthat McCord
Engineering continue to provide these engineering sEklices. These
services also include planning review in conjunction i h our
subdivision process for local development projects an �s. rk
associated with the Georgetown South and East Substat
Therefore, staff requests approval -of funding, not to exceed
$675,000.00, between the City of Gagetown and McCord Engineering
for continuation of these electric -engineering services.
SPECIAL CONSIDERATIONS:
None.
FINANCIAL IMPACT
Funds not 'o exceed $675,000.00 will be paid from the Electric
Capital Projects budget as appropriate.
COMMENTS:
Non-.
ATTACHMENTS:
Electric project sheet for 2006
Submitted B�: Michdel W. Maden,
Energy Services Manager
for Utility Operations
9/13/2006
CITY OF GEORGETOWN
COMPLETED ENGINEERING PROJECTS MAY 23RD - SEPTMEBER 1, 2006
Project
Received
MEI
Job Code Project Title
Gtown
Project
J
o
b
Final
Engineering
Complete
0t-24-05
GEO-48-C.2 CB20 Reconductor Terra Vista Shopping Center
4AI-04025
C
05-15-06
02-06-06
GEO-43-G.9 Georgetown Fire Station No,t
4MT-04010
D
05-1506
GEO-43-P.3 2338 Plaza - Phase 2 Bid. A&B - Revision #1
4HL-04010
D
051506
GEO-44-C.2 Old Airport Road Rehabilitation - Revision #1
4BK-04000
M
0515-06
GEO-44-R.4 Downtown Alleyway - Revision #4
4AZ-04010
M
051506
08.20-04
GEO-46-L.1 Lake Georgetown Trial and Rive Park Hike and Bike Lighti
4CU-04010
D
05-22-06
08-29-05
GEO-42-S.8 Scott & White Regional Hospital
4KC-04020
D
0524-06
10.17-05
GEO-43-E.1 Extracto Bank
4KU-04010
D
0524-06
11-03-05
GEO-43-C.6 Church On The Rock
4LG-04015
D
0524.06
11-03-05
GEO43-H.5 Hibemia Bank Williams Dr.
4LK-04015
D
0524-06
12-1905
GEO-18.2-G GL60 & GL70 Feeder Extensions, Water Tower to Sun City
4MD-04000
C
0524-06
0511-06
GEO-02-V.1 Village Inn Restaurant - Wolf Ranch - Revision #1
4LY-04020
D
0524-06
0526-06
GEO-25.2 2005 Right -of -Way Clearing Bid No 25001 Extension No 1
4CP-0400
M
06-05-06
01-24-05
GE044-M. Main St. 9th to University URD Conversion - Underground
4AF-04010
C
06.07-06
01-24-05
GEO-44-M.1 Main St. 9th to University URD Conversion - Overhead
4AF-04010
C
06-07-06
09-1505
GEO-46-M.1 Mariposa Apartment Homes at River Bend
4KI-04010
D
06-07-06
07-1505
GEO-18.1-ry Sun City Texas, Sun City Blvd. Extension
41T-04010
D
06-13-06
08-12-05
GEO-45P.1 Pleasant Valley Section Two
4KA-04025
D
06-13-06
12-13-05
GEO-43-G.8 City of Georgetown Community Center
4LX-04010
D
06-13-06
12-19-05
GEO-18.2-G GL60 & GL70 Feeder Extensions, Water Tower to Sun City E
4MD-04000
C
06-13-06
1-06
GEO-42-L.1 Leander Rd. & IH 35 TXDOT Signal Relocation
4NY-04025
D
06-13-06
1-06
GEO-18.2-N Sun City Texas Neighborhood 41
4MY04010
D
06-19-06
1.06
GEO-18.2-N Sun City Texas Neighborhood 45
4NE-04010
D
06-19-06
03-01-06
GEO-18.2-N Sun City Texas Neighborhood 44
4NA-04010
D
06-22-06
04.07-06
GEO-43-B.6 Bush's Chicken 3411 Williams Dr.
4NR-04015
D
06-22-06
0501-06
GEO-18.2-N Sun City Texas Neighborhood 43
4NZ-04010
D
06-22-06
Discount Tires
41R-04010
D
06-23-06
E0 -42-R.2 Rabbit Hill Commercial Subdivision
41Z-04020
D
06-23-06
04071EO.43-D.5
04eo-37-P.2
The Pinnacle Subdivision Street li htin Ma le Ave Revisio 4BR-04020
D
08-09-06
EO -48-G.1 GT40 to CB40 Tie Line Inner Loop, Maple to FM 1460-Revisi
4AG-04020
C
08-09.06
EO.44-M. Main St. 9th to UniversityURD Conversion - Urd - Revision #
4AF-04010
C
08-09-06
EO -48-C.3 CB40 OH is Line to Georgetown East Substation
4KC-04025
M
08-09-06
EO -43-K.2 Krystal Restaurant
4KS-04010
D
08-09-06
EO -44-G.1 GB90 - 25kV Conversion Austin Ave, Stadium to Old Airport
4MB-04015
C
08-1506
D=Developer's Project
C=CIP Project
M=Maintenance Project Page 1 of 1
z1/ IJ/L UUO
CITY OF GEORGETOWN
CURRENT ENGINEERING PROJECTS
Project
Received
MEI
Job Code
Project Title
Gtown
Project
J
0
b
06-13-05
GEO-51.2
Georgetown East Substation Distribution
4HT-04000
C
06-13-05
GEO-51.3
Georgetown East Substation Transformation
4HU-04000
C
06-13-05
GEO-51.4
Georgetown East Substation Transmission
4HV-04000
C
06-13-05
GEO-50.4
Georgetown South Substation Distribution
4HW-04000
C
06-13-05
GEO.50.3
Georgetown South Substation Transformation
4HX-04000
C
06.13-05
GEO.50.2
Georgetown South Substation Transmission
4HY-04000
C
12-20-01
Geo -46-0.1
Old School City Homes
4AM-04000
D
09-13-04
GE0 49
Waterston Development Northwest Property of Sun Ci
4CL-04000
D
11-16-04
GEO-42-W.6
Wolf Ranch Crossing I
4EF-04020
D
11-16-04
GEO-42-W.7
Wolf Ranch Crossing II
4EG-04020
D
01-14-05
GEO-46-H.1
Habitat for Humanity 17th and Candee St.
4FD-04015
D
01-14-05
GEO.43-L.2
Lansdale Automotive
4FA-04015
D
04-15-05
GEC -44-F.2
FM -2338 TX DOT Road Widening
4HB-04015
M
05.20-05
GEO-43-S.12
500 South Austin Ave.
4HO-04010
D
07-15-05
GEO.43-W.16
212 W. 7th Street
41V-04010
D
07-01-05
GEO-43-A.7
501 South Austin Ave
41N-040101
D
07-15-05
GEO-06-D.1
Dedicated Investment Subdivision
41W-04015
D
09-15-05
GEO-46-C.3
Cypress Creek Apartment Homes at River Bend
4KH-04010
D
09-26-05
GEO-42-13.4
Barshop & Oles Development Chanler Road
4KL-04020
D
11-03-05
GEO-43-W.17
Wolf Lakes
4LM-04010
D
11-03-05
GE048-1.3
Inner Loop Between FM 971 and CR 151
4LC-04025
C
11-03-05
GEO.44-W.3
Wolf Ranch Parkway North of CR 265
4LD-04015
C
11-03-05
GEO-02-W.8
2500 Northwest Inner Loop FT Woods Office
4LE-04025
D
11-03-05
GEO-42-C.7
Chisholm Trail SUD HWY 29 & DB Wood
4LF-04025
D
12-13-05
GEO-46-E.1
Estrella Estates
4MA-04010
D
12-19-05
GEO-48-G.2
GS201GS30 Feeder Extensions CIP2006-GEOSouth-C1&T2
4MC-04025
C
01-19-06
GEO.42-W.9
Williamson County Regional Animal Shelter
4MN-04020
D
03-01-06
GEO-18.2-N.6
Sun City Texas Neighborhood 42
4MZ-04010
D
03-01-06
GEO-18.2-N.8
Sun City Texas Neighborhood 46
4NB-04010
D
02-06-06
GEO-42-S.9
Scott & White Off Site Underground C820 Feeder
4MQ-04020
D
03-01-06
GEO-43-W.18
Wesleyan Retirement Village Williams Dr.
4NC-04010
D
03-22-06
GEO-42-C.8
Chili's Round Rock Mall
4N1-04020
D
03-27.06
GEO-08-G.3
GB70 Overhead Line Extension SH130 From CR152 to IH35
4NK-04025
C
0407-06
GEO-46-S.2
San Gabriel Senior Village
4NQ-04010
D
04-07-06
GE0-42-H.6
Medical Center at Horizon Commercial Park
4NP-04020
D
06-01-06
GEO-45-C.2
Chisholm Park Townhomes
401-04000
D
06-01-06
GEO-18.2-N.11
Sun City Texas Neighborhood 47
40J-04000
D
06-01-06
GE048-H.1
HWY 29 west of D. B. Wood Rd Single Phase Rebuild to 25 kV
40M-04000
M
06-13-06
GEO-46.8.1
Briarwood Section 4
40P-04000
D
06-14-06
GEO-03-C.9
Carver Elementary Temporary Overhead Line
400-04000
D
06-12-06
GE043-C.8
Carver Elementary Additions.
40N-04000
D
07-12-06
GEO.42-C.9
Community Montessori School Addition
40V-04000
D
06-01-06
GEO-43-C.7
Christian Brothers Automotive
40H-04000
D
07-21-06
GEO-18.2-N.12
Sun City Texas Neighborhood 40
40W-04000
D
08-08-06
GEO-45-P.2
Parkview Place Apartments Storage Building
4PD-04000
D
08-08-06
GEO-43-A.8
Allstate Insurance
4PA-04000
D
08-08-06
GEO-42-P.3
Parkview Office Condo's
4PC-04000
D
08-08-06
GEO-43-8.7
Benold Middle School Concession Stand
4PB-04000
D
08-14-06
GEO-18.3-G.1
Sun City Texas Golf Course #3 Irrigation Station
4PF-04000
D
08-08-06
GEO.43-6.6.1
Bush's Chicken 3411 Williams Dr. Revision # 1
4NR-04015
D
08-14-06
GEO-18.2-6.13
Sun City Texas Neighborhood 53
4PE-04000
D
08-31-06
GE045-P.1
I Pleasant Valley Section 2 Revision
I 4KA-04025
D
Page 1 of 2
Ji 1J14VVV
CITY OF GEORGETOWN
CURRENT ENGINEERING PROJECTS
Project MEI
Received Job Code
Project Title
Gtown
Project
J
o
b
08-03-06 GEO-48-I.1
Inner Loop HWY29 to FM 971
40X-04000
C
Electric Rates
4DV
Statistical Data Records
4DW
Substation Planning
4DX
GPS Field Acquisition
4DY
Detail Map Development
4DZ
Cox Comm Pole Contact Review
4EA
Development Services General Planning
4EB
Electric System Planning
4EC
LCRA Wholesale Service Planning
4ED
Work Order Inspections
4EE
Transmission Cost of Service
4MJ
Power Supply Document Review
40S
PUR Policy Act Review
4PG
Electric Rates Study
40Z
Page 2 of 2
Agenda Item Check List
Agenda Item:
Agenda Item Subject:
Is this a Capital Improvement
Project:
Council Date:
Was it budgeted?
Ewm�w
Financial Impact
Extension of the contract between McCord Engineering, and
Georgetown Utility Systems
Engineering services related to the planning, design, and review of
the City's electric system improvements, system construction, system
expansion (due to development), and system map
0Yes 0No
09/25/2006
link to Agenda database => Q
Need Help?
Is it within the approved budgeted amount?
If not, where is the money coming from?
G/L Account Number
Amount Going to Council
Is there something (budgeted) that won't get
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's
budget?
If so, please explain.
Does this project have future revenue
impact?
Year: 2006 and beyond
• Yes O No
0Yes 0No
611-101
$ 675,000.00
O'Yes 0 No
• Yes O No
Engineering for system growth
0Yes 0No
Department: Georgetown Utility Systems
If so, how? Increased electric revenue from system growth
Identify all on-going costs (i.e., insurance,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: O Yes 0 No
If so, what division(s)?
Prepared by: Mike Mayben Date: 09/08/2006
Agenda Item Checklist: Approved on 09/08/2006
pprovers
Title
signed
Notified
Received tatus Changed Status
Jim Briggs
Assistant City
09/08/2006
09/08/2006
9/08/2006 09/08/2006 Approved
Jose Lara
Manager
09/08/2006
09/08/2006
9/08/2006 09/08/2006 Approved
Utility Financial
Analyst
Approval Cycle Settings
Council Meeting Date: September 26, 2006
AGENDA ITEM COVER SHEET
Item No.
SUBJECT:
Consideration and possible action to approve a Professional
Services Agreement between the City of Georgetown and Combs
Consulting Group L.P., for Fiber Optic Cable System Engineering and
Technical Services.
ITEM SUMMARY:
In 2005, the City of Georgetown and Georgetown Utility
System's used the services of Combs Consulting Group L.P. to assist
with identification of the city owned fiber assets between the City
of Georgetown and Cox Communications, as well as a three-year fiber
optic cable plan to be used by the City of Georgetown, and
Georgetown Utility Systems for expansion and upgrades. This
agreement will allow for Combs Consulting Group L.P. to assist
Georgetown Utility Systems with the fiber projects connected with
the downtown underground conversion as well as the extension of
fiber to the new Georgetown Utility Systems Electric Substations.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
Funds not to exceed the amount of $30,000.00 are to be paid
from the Electric Capital Improvement Projects funds as work is
completed.
COMMENTS:
None
ATTACHMENTS:
Proposal for Engineering Design and Implementation
tted By: " (Michael W. Mayb)6n Jim
Energy Servicet Manager
for Utility
Manager
r
Exhibit A
Design Scope of Work
WORK PLAN
Upon acceptance of the proposal, notice to proceed or an executed agreement, Combs
Consulting group (CCG) shall immediately proceed with the following work plan. The activities
and deliverables indicated within the work plan are based upon our understanding of the project,
inclusive of the proposed scope of work and associated fee schedule as provided later in this
proposal.
Scope of Work
CCG will provide a Registered Communications Distribution Designer (RCDD) to serve as
Project Manager and Design Consultant for the expansion of the City -Owned fiber optic cable
plant. This project involves but is not limited to the new Data Center, new Library and Main
Street Project, and two new Electric Substations. CCG will develop a general scope of work
identifying the work necessary to place, terminate and test all new temporary fiber and remove
all existing fiber that is not longer required. CCG will work closely with the City of Georgetown
to develop the appropriate scope of work to include required drawings to accompany the scope
of work.
I. Work Tasks
• Develop general scope of work and applicable drawings
• Develop cost estimate for each phase
• Provide general scope of work and applicable drawings to City of Georgetown for
bidding
• Assist City of Georgetown with identifying potential bidders
• Perform/participate in pre-bid/pre-proposal conference
• Assist in answering vendor questions and disseminating answers to the City
Assist in evaluating responses
II. Deliverables
• Scope of Work and applicable drawings
• Cost estimate
• Responses to vendor questions
• Bid evaluation
Exhibit B
Implementation Scope of Work
Implementation Management
Combs Consulting Group (CCG) will attend regularly scheduled on-site project progress
meetings, perform routine site inspections and provide the City of Georgetown with field
reporting for all on-site events. CCG will review and respond to submittals, RFIs, etc, and
facilitate any modifications to the scope of work for the cabling contractor through the City of
Georgetown. Additionally CCG will participate in the substantial completion inspections as
required. Schedules for completion of work tasks and deliverables shall be as mutually agreed
to by the City and CCG.
Work Tasks
• Attend regularly scheduled on-site project meetings
• Perform regular progress observation inspections
• Provide field reporting to the City of Georgetown
• Review and recommend approval/disapproval of submittals
• Review and recommend approval/disapproval of pay applications
• Review and respond to RFIs, etc.
• Assist, facilitate and mitigate changes to the scope of work
• Perform substantial completion inspection
Deliverables
• Field reports
• Correspondence addressing problem areas
• Correspondence addressing submittals
• Correspondence addressing pay applications
• Correspondence addressing RFIs, etc.
• Substantial completion punch list
Agenda Item Check List
Financial Impact
Agenda Item: Professional Services Agreement with Combs Consulting Group
Agenda Item Subject: Approval of Professional Services Agreement with Combs Consulting
Group for Fiber Optic System Engineering and Technical Services
Is this a Capital Improvement 0 Yes O No
Project:
Council Date: 09/26/2006
link to Agenda database => Q
Need Help?
Was it budgeted? 0 Yes O No
Is it within the approved budgeted amount? • Yes O No
If not, where is the money coming from?
G/L Account Number 611-101
Amount Going to Council $ 30,000.00
Is there something (budgeted) that won't get Yes O No
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's • Yes O No
budget?
If so, please explain.
Does this project have future revenue
impact?
Year: 2006
If so, how?
Automate control of Electric system to new
substations via fiber
• Yes O No
Department: Georgetown Utility Systems
Automation of Electric System for Industrial
Customer Service
Identify all on-going costs (i.e., insurance,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: 0 Yes O No
If so, what division(s)? Information Technology
Prepared by: Mike Mayben Date: 09/08/2006
Agenda Item Checklist: Approved on 0910812006
pprovers
TWs
signed
Notified
Received
tatus Changed
Status
Jim Briggs
Assistant City
09/08/2006
09/08/2006
9/08/2006
09/08/2006
Approved
Jose Lara
Manager
09/0812006
09/08/2006
g/o8/2006
09/08/2006
Approved
Utility Financial
Analyst
Approval Cycle Settings
Council Meeting Date: September 26, 2006 Item No. Q
AGENDA ITEM COVER SHEET
SUBJECT
Consideration for the approval of the purchase of scanning and archiving services from
DAT Solutions L.P. through the State of Texas Catalog Information Systems Vendor (CISV)
contracts in an amount not to exceed $40,000.00.
ITEM SUMMARY
Optical scanning and digital archiving of the utility plans is a continued effort in maintaining
and preserving the valuable asset of Georgetown Utility Systems. Staff has recently completed
the inventory of the plans and is ready to proceed onto the scanning and digital archiving phase.
In order to quickly and professionally capture the images and associated data, staff is choosing to
contract with a turn -key service provider. As part of the service, the vendor will provide staff and
equipment, on-site, to perform the scanning of the plans. After scanning is completed, the digital
versions of the plans will be enhanced to the best possible quality. This process will generally
improve the appearance of the poor condition plans. Critical plan description information will be
captured for future searches and access. Completed project data delivery will enable instant
digital access to the utility infrastructure construction plans information. Once scanned, the city
will have a permanent digital record of the utility construction plans as a back-up to the original
plans.
This service was approved as a new program under the current budget. The staff is
recommending the purchase of scanning and archiving services from DAT Solutions L.P. through
State of Texas CISV contract for an amount not to exceed $40,000.
SPECIAL CONSIDERATIONS
By purchasing through the State of Texas CISV contracts, we satisfy all the legal
requirements for competitive bidding.
FINANCIAL IMPACT
Estimated total for this project not to exceed $40,000.00. Funds for this expenditure are
budgeted in the Joint Services Fund 135-5601-00
COMMENTS
none
ATTACHMENTS
1. Official authorization email notification from State of Texas
2. CISV Vendor Information
3. Overview Service Description and Firm Fixed Price Quote
Submitted By: Thomas R. Benz P.E.,�__,
Systems Engineering Manager
Assistant crag manager
for Utility Operations
Darran
From: daniel.martinez@tbpc.state.N.us
it: Wednesday, September 13, 2006 2:21 PM
darran@datarchivepro.com
�ubject: [SPAM] CISV Approval Letter - DAT Solutions, LP - VID# 1200564553100
Darran,
DAT Solutions, LP - VIDt 1200564553100 has been designated as a Catalog Information System
Vendor - CISV (previously the Qualified Information System Vendor Program (QISV) with the
Texas Building and Procurement Commission (TBPC). Hard copy letters of approval are not
provided. This email is to serve as official notification of approval status.
The Centralized Master Bidders List (CMBL) profile should reflect the word "Catalog"
within the next 30 minutes which denotes approval as a CISV vendor. You may access the
following link to view the profile:
http://www.tbpc.state.tx.us/cgi-bin/cmbl/vendor?vid=1200564553100
To maintain active CISV status, the following requirements must be met on a continual
basis:
Maintain an active status on the TBPC Centralized Master Bidders List (CMBL), including
but not limited to paying fees and meeting other requirements as designated by the CMBL.
The CMBL expiration date is 08/08/07.
Maintain a compliant URL link in accordance with TBPC URL requirements as posted on the
TBPC website and may be viewed at the following link.
p://www.tbpc.state.tx.us/stpurch/cisvhtmlreq.html
State agencies are required to utilize the Catalog Information System Vendor program when
making purchases for products and services pertaining to this program. TBPC Cooperative
Purchasing Program members are also eligible to use this program. These eligible
purchasing entities have full authority to utilize this program and rely on the URL
information in consideration of award.
If you need to contact the CMBL or CISV program, you may do so by calling
512-463-3459 or by email cisv@tbpc.state.tx.us
We look forward to your continued success with the Catalog Information System Vendor
Program and the State of Texas.
Thank you,
Daniel Martinez
CMBL/CISV Programs
daniel.martinez@tbpc.state.tx.us
512-463-0207
Fax 512-236-6163
Texas Building and Procurement Commission
***The Texas Building and Procurement Commission values customer service***
Please Tell Us What You Think: To provide feedback, please go to the following Website
http://www.tbpc.state.tx.us/survey/survey.html
Thank you.
1
uia v t,araiog ror vAi bowtions Lr
DAT Solutions L.P.
VID # 1200564553100
(As listed on the Centralized Master Bidders List (CMBL))
Page 1 of 3
Vendor Contact Information
CISV Contact Information CMBL Address (if different):
Contact Person: Darran Rolls (6507 JESTER BLVD.
SUITE 510-B1
Phone #: 512.340.0704 AUSTIN, TX 78750
Fax #: 512-535-6676 512.340.0704
E -Mail Address: danana digitalarchivetech.com Fax #: 512 535 6676
Product / Services Information
Class/Items Available
920-19 Computer Digitizing Services
920-22 Data Preparation and Processing Services
920-24 Data Conversion Services
920-30 Image Processing and Conversion Services
920-38 Optical Scanning Services
Catalog of Products / Services
DAT Solutions provides a range of digital document capture and processing services,
specifically designed to meet the needs of the wide -format engineering and architectural
documentation market.
http://www.datarchivepro.com/cisv.html
9/13/2006
%,to v s,atmog ror itAi ooiunons i r
Yage l of 3
High Resolution Scanning
DAT Solutions will scan wide format documentation up to 50 inches wide. Scanning can include
engineering drawings, maps, mounted presentation graphics etc. in bi-tonal, color and greyscale at
resolutions up to 1200 dpi.
Data Entry & Indexing
DAT Solutions in addition to scanning your files using high-quality imaging, offers a full meta -data
collection and indexing service. We collect all of the key information needed to index, integrate,
search and locate your documentation quickly and easily.
CD Archiving
High-resolution scans can be stored on a standard PC or ISO CD/DVD. Images are organized in an
indexing tree with image preview and a searchable text index. DAT Archive Pro uses basic web
technology to provide easy access to images without the need for specialized software.
TIFF, JPEG & PDF File Formats
DAT Solutions offers high quality images in file formats of your choice. Image quality is
everything! DAT Solutions can dramatically enhance scanned image quality, providing speckle,
skew and rotational enhancement.
Data & Image Integration
Images captured by DAT Solutions have a built-in simple to use web based interface, making
indexing and searching quick, easy and manageable for you and your clients. If you know how to
use a web browser you know how to navigate a scanned image set. Once collected, our unique
flexible model allow for easy upload and integration into records and document management
infrastructure products.
Service Description
Class-ieem
List Price
State Price
Computer Digitizing
Services
920-19
$200.00/Hr.
$175.00/Hr.
Data Preparation and
Processing Services
920-22
$200.00/Hr.
$175.00/Hr.
Data Conversion
$8-15 per document based on
$5-10 per document based on
Services
920-24
source image type and
source image type and
quality
quality
Image Processing and
$8-15 per document based on
$5-10 per document based on
Conversion Services
920-30
source image type and
source image type and
quality
quality
Optical Scanning
Services ::1:11
E
$5.00/image=[$3.50/image
http://www.datarchivepro.com/cisv.html
9/13/2006
t,iav t,ataiog Por liAi bomttons Lr
Maintenance, Repair and Support Plan
Hours of Operation: Monday through Friday, 8.30 am through 5.30 pm.
After Hour Support available on 512-340-0704
Page 3 of 3
DAT Solutions provides is customers with free telephone support so long as the provider/customer
relationship exists. Furthermore, we provide our customers with on-site support and help if we are
unable to answer supported service issues.
Our primary support lead is Trey England. He may be reached at 512-340-0704
http://www.datarchivepro.com/cisv.html 9/13/2006
Overview Service Description and Firm Fixed
Price Quotation
Prepared For Michael Stasny
Utility Systems Information Manager
City of Georgetown
Systems Engineering
POC: Daman Rolls
DAT Solutions
(512) 340 0704
www.datarchivepro.com
®2006 DAT solutions LP. All Rights Reserved. This document and the information contained herein is PROPRIECARY and
CONFIDENTIAL and may not be duplicated, redistributed, or displayed to any other party without the expressed written consent of
DAT Solution LLC. Printed 09/ttlih.
Page 1 of 3
Description of service
1. DAT Solutions will bring to site state of the art high quality scanning and high quality
digital scanning equipment to capture the City of Georgetown utilities plans and drawings.
We plan to capture flat -file wide -format images to create high quality 400 dpi TIF archive
files. We will name all collected files in accordance with naming standards designed to
provide instant scan -to -source location referencing we call a DAT Source ID.
2. DAT Solutions will then de -skew, rotate, de -speckle and generally enhance the captured
images to create the highest possible quality image archives. We will then generate PDF
200dpi summary "thumb nail' images for every archived file. These PDF summary
images will be used to provide instant access, "fast flip" images for easy web publication.
3. DAT Solutions will then capture drawing level metadata for each scanned image and
merge this with the existing project level data collected by the City utilities department.
4. DAT Solutions will then merge together enhanced TIF images, generated PDF images an
collected metadata to create a viewable web based image of the archive. This image will
enable instant access to the City's utilities information from any standard web browser.
5. Finally, DAT Solutions will deliver the collected data set on a series of ISO DVD images.
Categorizing Source Images
We have broken our pricing into two bands. All image scanning, collection, enhancement, PDF
generation and HTML image generation is included in both prices. We price our service on a per -
sheet basis, banded by the quality of the source digital image we are able to aquire from the paper
source as described below.
Type "A" - Ready -Digital Images
"Type A — Ready Digital" images tends to be output directly from the CAD or drawing
source application. They are already in a machine readable raster format, suitable for
import into the DAT OCR and document indexing applications. Type "A" images are
clean, require limited image enhancement and (importantly) can be processed by DAT
systems with 100% OCR.
®2006 DAT Solutions LP. All Rights Reserved. This document and the information contained herein is PROPRIETARY and
CONFIDENTIAL and may not be duplicated, redistributed, or displayed to any other parry without the expressed written consent of
DAT Solutions LLC. Printed 09/tt/jjjj.
Page 2 of 3
Type "B"— Average Quality Images
"Type B — Average Quality" images are invariably scanned from source paper
documentation using at least 300 dpi. They tend to be in TIF or CAL format and are
hence suitable for import into the DAT OCR and document indexing applications. What
typified a Type `B" document is its need for some degree of image processing. This
might require simple image rotation and de -skew, but may also include basic de -
speckle and other limited image enhancement. Even after document enhancement,
Type M document often only obtain a 75% OCR hit rate and therefore require manual
intervention for correction, input and meta -data verification.
Type "C"— Poor Quality Images
"Type C — Poor Quality" images tend to be scanned from old source documentation that
has flaws and limitations in the original (or previous scanning process) . Type "C"
documents often have manually added data on the source image and frequently have
header blocks with hand written text or otherwise obscured text that can not be read by
DAT OCR technology. Typically, a Type "C" document requires substantial image
processing and achieves a 0% OCR hit rate, requiring completely manual meta -data
collection and verification.
Pricing
The following represents Firm Fixed Pricing for capture, enhancement and formatting of
City Utilities images as described above. Based on source image quality we will provide
our services at the following rates:
Cost to Collect 1 Drawing Cost to Collect only Pr _ _
Document Quality oject Leve
Level Field Data, ;
A $3 $3
B $5 $4
C $7 $6
02006 DAT Solutions LP. All Rights Reserved This document and the information contained herein is PROPRIETARY and
CONFIDENTIAL and may not be duplicated, redistributed, or displayed to any other party without the expressed written consent of
DAT Solutions LLC. Printed 09/ttijjj.
Page 3 of 3
"darran" To <mrs@georgetowntx.org>
� ° <darran@datarchivepro.com>
cc <trey@datarchivepro.com>
09/14/2006 07:45 PM bcc
Please respond to ;subject
<darran@datarchivepro. com>
Mike
Thanks again for meeting with us today, we're very excited to get started on your projects. As discussed,
attached is a short description of our service and and the price breakdown we discussed. I've included
pricing for for a single drawing level index field (Sheet Title) and for a simple set -level data collection and
merge, with no drawing specific OCR/data collection.
Let me know if you need any further information. Otherwise, I'll wait to hear from you regarding the
councils decision.
Regards
Darran
DAT Solutions
darrant7a datarchivepro.com
Office: (512) 340 0704
Cell: (512) 657 8360
EM
no
Servi<e6ndPric eUpdate.pdt
Council Meeting Date: September 26, 2006
AGENDA IT'iM COVER SHEET
Item No.
SUBJECT:
Council consideration to pass a resolution. in support of the proposal by The Texas Department of
Transportation (FxDOT) to move the entrance of South Fork Drive from 2243 to the new south bound
frontage road.
ITEM SUMMARY:
Staff, TxDOT, and the property owners have worked together for over two years to change the
access point to the properties on South Fork Drive. TxDOT has agreed to construct "a new driveway
access point" to serve the Properties and to replace the Old Access Point, provided that the owners of the
Properties agree to pay for relocation of any utilities and to dedicate a portion of the Private Road for
public use at the completion of the construction projects.
A map was developed showing all properties with existing access onto the private roadway and
future access onto the new public portion of South Fork Drive once the access points are switched. The
affected property owners have agreed to the provisions and are in favor of the access exchange.
The portion of South Fork Drive that will become a public roadway already serves as a public
roadway and was originally constructed to an acceptable construction standard. The dedication of this
property will not have any financial impact to the City other than normal routine maintenance.
Staff planners have looked at the proposal and believe all affected properties will have proper
access. Any future development will go through the normal development process.
This access point change will take place as part of the south bound frontage road project.
Construction will begin between October and February with the lowering of Round Rock's raw water line
and probably open with the completion of the new frontage road.
SPECIAL CONSIDERATIONS:
FINANCIAL IMPACT:
None
GUS BOARD RECOMMENDATION:
N/A
STAFF RECOMMENDATION:
Staff is in favor of the resolution regarding TxDOT's proposal.
COMMENTS:
The new access point will provide better access for the existing apartments as well as the
developable land presently taking access off of Leander Road.
ATTACHMENTS:
1. Proposed resolution
2. map of proposed access exchange
Submitted By:
Transportation Services
Manager
Jim Briggs
Assistant City Manger
for Utility Operations
Council Meeting Date: September 26, 2006 Item No. f F
AGENDA ITEM COVER SHEET
SUBJECT
Consideration and possible action for the award of bid for electrical wire to Techline, Ltd.
and Texas Electric Cooperative in the estimated amount of $1,350,000.00.
ITEM SUMMARY
Bids were received for the purchase of electrical wire for a one-year period with the option
to renew for five (5) additional one year periods. The staff recommendation is to award this bid to
the low bidders submitting a satisfactory and conforming bid, Texas Electric Cooperative of
Georgetown, Texas, and Techline of Austin, Texas, as designated on the attached bid tabulation.
The wire included in this bid will be used on an as needed basis by Electric crews as well as the
City's contractors on new projects and maintenance. This is a unit based bid with the estimated wire
quantities purchased on an as needed basis.
SPECIAL CONSIDERATIONS
Texas Local Government Code 271.9051 authorizes municipalities with a population of less
than 250,000 to extend a five percent preference to bidders whose principle place of business is in
the municipality. Staff is recommending the five percent local preference be extended to Texas
Electric Cooperative where applicable.
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the September 20,
2006 GUS Board meeting.
STAFF RECOMMENDATIONS
Staff recommends award of this unit based bid for purchases on an as needed basis.
FINANCIAL IMPACT
Funds will be paid from the Electric Capital Improvement Accounts..
COMMENTS
None
ATTACHMENTS
Bid Tab
Submitted By: Michael W. MayberY Jun =14
Energy Services Director Arssrstant anage
For Utility Operations
U
N CI V 9
E'
N M < YI
E'
d d d d d
Addison Survey an -1 F.A. Hudson Survey, that lies south and west of the current city limits, and north of CR
111, referred to as 2006 Annexation Area 17 — Bobby Ray, AICP, Director Planning and Development and
Edward G. Polasek, AICP, Principal Planner
10. Public Hearing on the annexation into the City for the remaining portions of the San Gabriel Estates
Subdivision, including lots 4-13, and lots 16-21, that lies south of Williams Drive, east of the Oak Ridge
Subdivision, west of the current city limits, and north of Booty's Crossing Road, totaling approximately 72.3
acres, referred to as 2006 Annexation Area 31. — Bobby Ray, AICP, Director Planning and Development
and Edward G. Polasek, AICP, Principal Planner
11. Public Hearing on the annexation into the City for the remaining portion of a single land parcel, located
south of the current city limits and north of Booty's Crossing Road, totaling approximately 61.4 acres from
the D. Wright Survey, referred to as 2006 Annexation Area 32 -- Bobby Ray, AICP, Director Planning and
Development and Edward G. Polasek, AICP, Principal Planner
12. Public Hearing on the annexation into the City for approximately 1.9 acres of land being Block A, Lot 1 of
the Buzzard Branch Subdivision; and approximately 6.7 acres of ROW of Booty's Crossing Road, extending
from the current city limits west for approximately 3,555 feet, referred to as 2006 Annexation Area 33 —
Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner
13. Public Hearing on the annexation into the City for 190.2 acres consisting of various tracts of land owned
by the United States Army Corps of Engineers adjacent to Lake Georgetown, containing portions of Russell
Park and Jim Hogg Park, referred to as 2006 Annexation Area 34 -- Bobby Ray, AICP, Director Planning
and Development and Edward G. Polasek, AICP, Principal Planner
14. Public Hearing on the annexation into the City for approximately 412.7 acres consisting of a portion of
parcel of land owned by the United States Army Corps of Engineers adjacent to Lake Georgetown, which is
the western portion of the Corps of Engineers property, referred to as 2006 Annexation Area 35 — Bobby
Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner
15. Public Hearing on the annexation into the City for approximately 64.0 acres of land out of the A. Flores
Survey and D. Wright Survey, that lies north and west of IH 35, east of Airport Road, and south of Lakeway
Drive; and approximately 3.3 acres of ROW of Lakeway Drive from Airport road east to IH 35, referred to as
2006 Annexation Area 39 — Bobby Ray, AICP, Director Planning and Development and Edward G.
Polasek, AICP, Principal Planner
16. Public Hearing on the annexation into the City for all lots within the Airport Industrial Park Subdivision and
approximately 1.8 acres of ROW for Helmer CV, and approximately 20.3 acres in the D. Wright Survey,
referred to as 2006 Annexation Area 40 — Bobby Ray, AICP, Director Planning and Development and
Edward G. Polasek, AICP, Principal Planner
17. Public Hearing on the annexation into the City for approximately 380.9 acres of land out of the J. Berry
Survey and D. Wright Survey, that lies north of Lakeway Drive, east of Airport Road, south of the current
city limits and west of IH 35, referred to as 2006 Annexation Area 41 — Bobby Ray, AICP, Director
Planning and Development and Edward G. Polasek, AICP, Principal Planner
18. Public Hearing on the annexation into the City for 130.5 acres of land out of the Wm. Roberts Survey, that
lies north of the Berry Creek Subdivision and west of SH 195, referred to as 2006 Annexation Area 44 —
Bobby Ray, AICP, Director Planning and Development and Edward G. Polasek, AICP, Principal Planner
19. Public Hearing on the annexation into the City for approximately 624.5 acres of land out of the Wm.
Roberts Survey and J. Berry Survey, that lies north and west of IH 35, north and east of SH 195 and south
of CR 143; and including approximately 22.8 acres of SH 195 ROW extending from IH 35 northwest
approximately 9,700 ft, and approximately 121.6 acres of IH 35 ROW extending from the current city limits
at Berry Creek north approximately 8,250 ft, referred to as 2006 Annexation Area 45 — Bobby Ray, AICP,
Director Planning and Development and Edward G. Polasek, AICP, Principal Planner
20. Public Hearing on the annexation into the City for approximately 533.8 acres of land out of the A.
Menchaca Survey and Wm. Roberts Survey, that lies west of IH -35 and south and east of CR 143; also
including approximately 87.4 acres of IH -35 ROW extending south of the CR 143 overpass approximately
8,750 it, referred to as 2006 Annexation Area 46 — Bobby Ray, AICP, Director Planning and Development
City Council Agenda/October 10, 2006
Page 6 of 7 Pages
Council Meeting Date: September 26, 2006
AGENDA ITEM COVER SHEET
Item No. IFy,14
SUBJECT:
Consideration and possible action to award the contract for
the 2006 Street Overlay project to H. Deck Construction, of Round
Rock, Texas and to set a project budget of $1,400,000.00.
ITEM SUMMARY:
Bids were received on August 22, 2006 for the 2006 Street
rehabilitation project. The engineer's estimate for this project
was $1,400,000.00. Of the six contractors that picked up plans
for this project, only two bid on the job. After reviewing the
base bids and add alternate bids, the low bid was received from
H. Deck Construction Company for the base bid of $1,094,330.00
and an add alternate bid of $146,650.00. The bid is within the
existing budget.
SPECIAL CONSIDERATIONS:
NONE
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for the Council
approval at the September 20, 2006 GUS Board meeting.
FINANCIAL IMPACT:
2005/2006 funds for these street improvements have been rolled
into the 06/07 budget. Pending approval of the new budget, these
funds are proposed to be used from account #s
203-101-6091-00
203-101-6093-00
203-101-6090-00
651-101-6102-00 add alternate for wastewater utility work
COMMENTS:
None
ATTACHMENTS:
1. Engineer's
2. Bid Tab
3. Map showing
Submitted By:
letter of recommendation
proposed improvements
Mark Miller
Transportation Services
Manager
for Utility
KAKASBERG, PATRICK & ASSOCIATES, LP
CONSULTING ENGINEERS
One South Main
Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail®kpaengineers.com
RICK N. KASBERG, P.E.
R. DAVID PATRICK, P.E.
THOMAS D. VALLE, P.E.
August 28, 2006
Mr. Joel Weaver
CIP Coordinator
City of Georgetown
300 Industrial Avenue
Georgetown, Texas 78626
Re: City of Georgetown
2006 Street Overlays
Georgetown, Texas
Dear Mr. Weaver:
Attached are the Bid Tabulation Sheets for the bids received at 2:00 PM on Tuesday, August 22,
2006 for the above referenced project.
This project publicly advertised on August 9" and August 13a. We e-mailed and faxed invitations to
bid to over fifty (50) contractors and personally called over twenty (20) contractors to solicit bids for
the project. Six (6) contractors held plans for bidding the project and there were four (4) contractors
that attended the pre-bid conference. Of the six contractors holding plans on the project, four were
no -bid. Two contractors submitted bids for the project and we have determined that H. Deck
Construction Company is the low bidder with a base bid of $1,094,330.00 and an add alternate bid
of $146,650.00. After reviewing all base bid parts and the add alternate, we recommend that you
award a contract to H. Deck Construction for the base bid and add alternate in the amount of
$1,240,980.00. Our estimate for this project was $1,400,000.
We have reviewed the current workload and construction history of H. Deck Construction Company
as well as contacted several references. As a result of our findings and the fact that they have
satisfactorily completed a number of projects for the City of Georgetown, we recommend that a
contract be awarded to H. Deck Construction Company for the base bid and add alternate bid in
the amount of $1,240,980.00. If you have questions, please call.
Sincerely,
R. David Patrick, P.E.
RDP/rdp/enclosure
2006-120-40
BID TABULATION
CITY OF GEC 'OWN, TEXAS
2006 Street Rehabilitation Project
August 22, 2006 2:00 PM
300 Industrial Avenue; Georgetown, TX 78626
Inn6-120-40
PART A - PARKER DRIVE
Estimated
lw
BIDDER INFORMATION
H. Deck Construction
1601 Oxford Blvd
Round Rock, TX 78232
Aaron Concrete Contractors, LP
P. O. Bos 27107
Austin, TX 78755
Lem
No.
Estimated
tmmi
Unit
Bid Data
Descri tion
Unit
Price
Extended
Amount
Unit
Price
Extended
Amount
A-1
100%
LS
Mobilization, Bonds & Insurance
$ 11,900.00 $
I I.M.00
$ 28,000.00
-S-28,
A-2
100%
LS
Control Plan for Vehicular & Pedestrian Traffic
750.00
750.00
3,000.00
3,000.00
A-3
100%
IS
Barricades & Trafic Control Plan Ln lementation
1,000.00
1,000.00
4,000.00
4,000.00
AA
100%
LS
Video T Pro'ect Site Before the Stan of Construction
1,000.00
1.000.00
1.500.00
1.500.00
A-5
3,700
LF
Remove & Disposeof Existing Curb & Gutter
9.00
33,300.00
10.00
37,000.00
A-6
3,700
LF
Furnish & Install Standard Curb & Gutter as Shown in Plans
13.00
48,100.00
21.00
77,700.00
A-7
5,500
SY
Furnish & Install 2" Type "D" HMAC Overlay, w/petroleum spot sealer, Asphalt Crack Filler,
and Tack Cos[
9.00
49.500.00
10.20
56, 100.0u
A-8
55
IN
Furnish & Install T "D" HMAC Level U
100.00
5,500.00
115.00
6,325.00
A-9 1
1.200 1
SY
Furnish & Install Bermuda or St. Augustine Sodding
1 6.00
7,200.00
5.00
6,000.00
A-10
5,500
SY
Cement Stabilization in Accordaoce with TxDOT Item 275 of the 1993 Texas Standard
pecificationt. at Locations Determined by Engineer in Field
9.00
49,500.00
12.00
66.000.00
A-11
410
SY-Remove
& Replace Driveways
55.00
22,550.00
137.00
56,170.00
A-12
200
SY
Corewctin Valle r with Concrete Radius Units as Shown on Plans
55.00
11 000.00
85.00
1700000
BID AMOUNT - PART A - PARKER
DRIVE (Items A -I - Ad1)
$
241,_3_00.00
$ 358 795,0(1
PART B - OAK LANE
Item
No.
Estimated
lw
Unit
Bid Data
Description
Unit
Price
Extended
Amount
Unit
Price
Extended
Amount
B-1
100%
LS
Mobilization Bonds At Insurance
$ 3,800.00 $
3,800.00
$ 10,000.00 $
10,000.00
B-2
100%
LS
Control Plan for Vehicular & Pedestrian Traffic
750.00
750.00
3,000.00
3.000.00
B-3
100%
LS
Barricades & Trafic Control Plan Implementation
1,000.00
1,000.00
4,000.00
4,000.00
B-4
100%
LS
Video Taping Pro'ect Site Before the Start of Construction
1 000.00
1000.00
1,500.00
1,500.00
B-5
1.40D
LF
Remove & Dispose of Existing Curb & Gutter
9.00
12 600.00
12.00
16,800.00
B-6
560
LF
Furnish & Install Standard Curb & Gutter as Shown in Plans
13.00
7280.00
25.00
14 000.00
B-7
880
LF
Furnish & Install Mountable Curb as Shown in Plans
12.00
10,560.00
25.00
22,000.00
B-8
2,000
SY
Furnish & Install 2" Type "D" HMAC Overlay, w/petroleum spot sealer, Asphalt Crack Filler,
and Tack Coat
9.00
18,000.00
10.20
20,400.00
B-9
20
TN
Furnish & Install T "D" HMAC Level U
100.00
2,000.00
115.00
2,300.00
B-10
450
SY
Furnish & Immll Bermuda or St. Augustine Sodding
2,700.00
8.00 1
3,600.00
B-11
2.000
SY
Cement Stabilization in Accordance with TxDOT Item 275 of the 1993 Texas Standard
Symificatiogi. gl Lacations Determined by En ineer in Field
q Op
18,000.00
16.00
32,000.00
BID AMOUNT - PART B - OAR IANF. (Items B -I - B -II)
$ 77 690.011 1 $ 129 60(1-W
Pape 1015
BID TABULATION
CITY OF GEO OWN, TEXAS
2006 Street Rehabilitation Project
August 22, 2006 2:00 PM
300 Industrial Avenue; Georgetown, TX 78626
2006-120-00
PART C - MYRTLE STREET
Estimatedu
Quantity
BIDDER INFORMATION I
H. Deck Construction
1601 Oxford Blvd
Round Rock, TX 78232
Aaron Concrete Contractors, LP
P. O. Box 27107
Austin, TX 78755
Item
No.
Estimated
QuantityDescription
Unit
Bid Data
Unit
Price
Emended
Amount I
Unit
Price
Extended
Amount
C-1
100%
LS
MobOvation, Bonds &Insurance
$ 6,450.00 $
6,450.00
$ 17,000.00 $
17.000.00
C-2
100%
LS
Control Plan for Vehicular & Pedestrian Traffic
750.00
750.00
I 3,000.00
3,000.00
C-3
100%
LS
Barricades & Trafic Control Plan Implementation
1,000.00
1.000.00
4,000.00
4,000.00
C4
100%
LS
Video Taping Pro'ect Site Before the Start of Construction
1,000.00
1,000.00
2,500.00
2,500.00
C-5
1,950
LF
Remove & Dispose: of Existina Curb & Gutter
9.00
17 550.00
12.00
23.400.00
C-6
550
LF
Furnish & Install Standard Curb & Gutter as Shown in Plans
13.00
7,150.00
26.00
14,300.00
C-7
1,230
LF
Furnish & Install Mountable Curb as Shown in Plans
12.00
14 760.00
21.00
25 830.00
C-8
1 170
LF
Furnish & Install La down Curb as Shown in Plaut
11.00
1,970.00
26.00
4,420.00
C-9
3,500
SY
Furnish & Install 2" Type "D" HMAC Overlay, w/petroleum spot sealer, Asphalt Crack Puler,
and Tack Coal
y 00
31,500.00
10,20
35,700.,10
C-10
35
TN
Furnish & Install "D" HMAC Level U
100.00
SY
115.00
4,025.00
C-11
650
SY
Furnish & Install Bermuda or St. Augustine S
6.00
8.00
5,200.00
C-12
3,500
SY
Cement Stabilization in Accordance with TxDOT Item 275 of the 1993 Texas Standard
S cifications, at Locations Determined b E ineer in Field
9.00
15.00
52,500.00
C-13
Il0
SY
Remove & R lace Drivewa s
55.00
137.00
15,070.00
C-14
SY
Constructin Valle Gutter with Concrete Radius Units as Shown on Plans
55.00
85.00
5950.00
RID AMIUINT. PARTI- - MYRTLF
STRRRT 1Remr C-1 - C-141
17s
130,830.00.
$
212.895.0
" Item`
No.
Estimatedu
Quantity
Unit
Bid Data
Description
Unit
Price
Eztend
Amount
Unit
Price
Extended
Amount
D-1
100%
LS
Mobilization, Bonds & Insurance
$ 5,450.00 $
5,450.00
$ 14,000.00 $
14,000.00
D-2
100%
LS
Control Plan for Vehicular & Pedestrian Traffic
750.00
750.0011
3,000.00 1
3,000.00
D-3
100%
LS
Barricades & Traffic Control Plan implementation
1,000.00
1,000.00
4,000.00
4.000.00
D-4
100%
LS
Video Taping Pro'ect Site Before the Start of Construction
1,000.00
1000.00
1.500.00
1 500.00
D-5
1,900
LF
Remove & Dispose of Existing Curb & Gutter
9.00
17 100.00
12.00 111
22,800.00
D-6
1,900
LF
Furnish & Install Standard Curb & Gutter as Shown in Plans
13.00
24,700.00
25.00
47,500-00
D-7
2,900
SY
Furnish & Install 2" Type "D" HMAC Overlay, w/petroleum spot sealer, Asphalt Crack Filler,
and Tack Coat
9.00
26,100.. 00
10.20
29,580.00
D-8
29
TN
Furnish & Install T "D" HMAC Level Up
100.00
2,900.00
115.00
3,335.00
D-9
620
SY
Furnish & Install Bermuda or St. Au tine S
6.00
3,720.00
8.00
4,960.00
D-10
2,900
SY
Cement Stabilization in Accordance with TXDOT Item 275 of the 1993 Texas Standard
Specifications. at Locations Determined by Engineer in Field
9.00
1
26,100,00
15.00
43,500,00
D-11
40
SY
Remove & Replace Drivewa s
55.00
2.200.00
137.00
5,480,00
BID AMOUNT - PART D - MESQUITE LANE (Items D -I - D-11)
$11 1020.00 $ 179,655 (H)
BID TPn' 11 ATION ° n° 12040
CITY OF GEO OWN, TEXAS
2006 Street Rehabilitation Project
August 22, 2006 2:00 PM
300 Industrial Avenue; Georgetovm, TX 78626
ADD ALTERNATE A -FOREST
Item EstimatedUnit
uan
NO. tiry
S'IREEI WADI EWAI EK
Bid Data
Descri tion
Mobilization Bonds & Insurance
Unit
Price
$ 7,300.00
750.00
Extended
Amount
$ 7,300.00
1 750.00
Unit
Price
$ 21,000.00 $
3,000.00
BIDDER INFORMATION
AA -1 1 100% LS
AA -2 1
100%
LS
Control Plan for Vehicular & Pedestrian Traffic
Construction
Aaron Concrete
Contractors,Oxford
AA -3
100%
LS
Barricades & Trafic Control Plan Implementation
LH.Dmk
Blvd
P. O. Box 27107
Rock, TX 78232
F:
Austin, TX 78755
PART G - MORROW STREET
1080p,00
Unit
Extended
Unit
Extended
Item
Estimated
Unit
Bid Data
AA -5
3
No.
I Qorwify
4,500.00
Description
Price
$ 8,200.00
Amount
1$ 8,200.00
Price
$t4,OOO.00
Amount
$ 21,000.00
G-1 100% LS
Mobilization Bonds & Insurance
G-2
100%
LS
Control Plan for Vehicular & Pedestrian Traffic
750.00
750.00
EA
3,000.00
G-3
100%
LS
Barricades & Trafic Council Plan Implementation
1,000.00
1,000.00
Furnish & Install Bermuda or St. Au tine Soddin
TCA CACCCT CTPCFT WAQTCWATRR/r-dd-I -dd-fll
4,000.00
G-4
100%
IS
Video Ta Project Site Before the Stan of Construction
1,000.00
1.000.00
3 500'00
G-5
2 800
LF
Remove & D' a of Exis ' Curb & Gutter
9.00
25 200.00
33,600.00
G-6
2 800
LF
Furnish & Install La down Cmb & Gutter as Shown in Plans
13.00
36,400.00
58,800.00
G-7
140
SY
Mill' Exis' halt as Shown on Plans
6.00
840.00
57.00
7,980.00
Furnish & Install 2" Type "D" HMAC Overlay, wlpetroleum spot sealer, Asphalt Crack Filler
9.00
28,800.00
10.20
32,640.00
G-8
3,200
SY
and Tack Coat
G-9
32
TN
I Furnish & Install Type "D"HMAC Level U
100.00
3,200.00
115.00
3,680.00
G-10
1.600
SY
Furnish & Install Bermuda or St. Augustine Sodding
4.00
6,400.00
5.00
8,000.00
Cement Stabilization in Accordance with TxDOT Item 275 of the 1993 Texas Standard
9.00
28,800.00
16.00
51,200.00
G-11
3,200
SY
Specifications, at Locations Determined by Engineer in Field
G-12
170
SY
Remove & Replace Driveways
55.110
9,350.00
137.00
23,290.00
G-13
95
SY
Constructin Valle Gutters with Concrete Radius Units as Shown on Plans
55.00
5,225.00
83.00
7,865.00
G-14 520 LF
Perform Minor Channel Cleaning as Shown on Plans
.xTRRRI rltems r l -G-14)
20.00
10400.0011
165 565.00
7.00
3640-00
$ 262 215. GO
P711 AMnOVT - PART G - MURRIIW
ADD ALTERNATE A -FOREST
Item EstimatedUnit
uan
NO. tiry
S'IREEI WADI EWAI EK
Bid Data
Descri tion
Mobilization Bonds & Insurance
Unit
Price
$ 7,300.00
750.00
Extended
Amount
$ 7,300.00
1 750.00
Unit
Price
$ 21,000.00 $
3,000.00
Exre nded
Amowt
21,000.00
3,000.00
AA -1 1 100% LS
AA -2 1
100%
LS
Control Plan for Vehicular & Pedestrian Traffic
6,000.00
6,000.00
AA -3
100%
LS
Barricades & Trafic Control Plan Implementation
1,1)00.001
11000.00
]nsmlling 6 -inch wastewater line including services to the property line a>d pumping existing
80.00
1080p,00
150.00
202,500.00
AAA
1,350
LF
wastewater flow until connections are made
AA -5
3
EA
Remove & Replace 4 -foot Diameter Manhole
4,500.00
13,500.00
8,500.00
25,500.00
AA -6
3
EA
Furnish & Install 4 -foot Diameter Manhole
3,500.00
10,500.00
51000.00
15,000.00
AA -7
5
EA
Comoccring Existing Wastewater lines in the Proliosed Improvements
1,000.00
5,000.00
2,500.00
12,500.00
AA -8
100 SY
I nn,�vcollu
Furnish & Install Bermuda or St. Au tine Soddin
TCA CACCCT CTPCFT WAQTCWATRR/r-dd-I -dd-fll
6.00
600.00
$ 146,650.00
12.00
�� S
1 200.00
28670090
BID AMOW
Pepe 4 of 5
BID TABULATION
CITY OF GEO 'OWN, TEXAS
2006 Street Rehabilitation Project
August 22, 2006 2:08 PM
300 Industrial Avenue; Georgetown, TX 78626
1172L1/q
TOTAL BASE BID (PART A+PART B+ PART C+ PART D+ PART E+ PART F+ PART G)
2006-12040 -
ADD ALTERNATE A - FOREST STREET WASTEWATER (Items AA -1 - AA -8) $ 146 650.00 $ 286 700.00
I hereby certify that this is a correct and true tabulation of all bids received
R. David Patrick, P.E. Dare
Kasberg. Patrick & Associates, LP
• Indicates a discrepancy in the unit price and the extended amount. Extended amount has been corrected.
Page 5 of 5
BIDDER INFORMATION
H. Deck Construction
1601 Oxford Blvd
Round Rock, TX 78232
Aaron Concrete Contractors, LP
P. O. Box 27107
Austin, TX 78755
5
241,300.00
11 $
358,795.00
$77
690.00
$
129,600.00
$
130,830.00
$
212,895.00
$
111,020.00
1 $
179,655.00
$
177,850.00
$
270.840.00
$
190.075.00
$
304,320.00
$
165 565.00
?6221500
$
1,094,330.00
$
1,718,320.00
ADD ALTERNATE A - FOREST STREET WASTEWATER (Items AA -1 - AA -8) $ 146 650.00 $ 286 700.00
I hereby certify that this is a correct and true tabulation of all bids received
R. David Patrick, P.E. Dare
Kasberg. Patrick & Associates, LP
• Indicates a discrepancy in the unit price and the extended amount. Extended amount has been corrected.
Page 5 of 5
map(1275x165Ox24bjpe9)
PROPOSEDIMPROVEMENTS
'#1
Council Meeting Date: September 26, 2006 Item No. VF 5
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to approve the purchase of Bioxide chemicals from
Siemens Water Technologies of Sarasota, Florida, in an amount not to exceed $65,000.00.
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 (H2S) 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.
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.
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the September 20,
2006 GUS Board meeting.
FINANCIAL IMPACT:
Funds in the amount of $65,000.00 will be paid from the Wastewater Operations Fund (650-
110 -5303 -OC).
STAFF REOMMENDATION:
Staff recommends purchase of Bioxide from Siemens Water Technologies in the amount
of $65,000.
ATTACHMENTS:
Letter from Siemens Water Technologies
ll
Submitted By: Glenn Dishong
Water Services Manager
for Utility Operations
29(,9 2.';rM
SIEMENS
Siemens Wetsr Tethnola les. 265OTellevest Rd.,.uasota, PL 34243
September 1, 2006
City of Georgetown, TX
NO.B480 2
Water Technologies
Telephone 1 (941)355-2971
Fax 1 (941) 351-4756
Intemet www.usfilter.com
Fax: (512) 930-3559
Attention: Glenn Dishong, Water Services Manager
Subject: Siemens Water Technologies BIOXIDeSole Source Provider.
Mr. Dishong,
Siemens Water Technologies has valued your business over the years and we look forward to
working with you In the future.
The purchase of BIOXIDEI) from Siemens Water Technology constitutes an implied license to
practice the process of "Removal of dissolved hydrogen sulfide and reduction of sewage BOP in
sewers and other waste systems", as described in United States Patent Re. #36,651 and Re.
#37,161 in the manner contemplated by this agreement.
As requested, the cost for Bioxide in FY 2006107 Is forecast to range from $1.90 to
$2.00/g2llon (based on 4,000 -gallon loads delivered). The attached terms and conditions are
considered part of this proposal and are binding.
If you have any questions, please call me at 1-800-345-3982.
Sin ly,
Si men Water a nologies
Doug ZmIsger
Sales
Cc: Cedar Park Service Center
t SEP. - 1. 2006 2:14PM
MAW P. 3
S eRo s o Sa
�, 1'o e Tela, These terms govern the purchase and sale of the equipment and related services, it any (wlleoer those terms
are n luded i to in
Sellers purchase order, quoialan, proposal or acknowledgment, as to ease maybe ('Seller's Dowmenlati0n"). ^lhelher these terms are included in an otter or
an acceptance by Seller, such offer of acceptance is condeoned on Buyer's assent to fess lertns. Seller rejects all additional or dfferenl terms in any of
Buyer's forms or documents,
Z pjalttlt. Buyer shall pay Seller the full purchase price as set f0dh in Seller's Documentafin. Unless Sellers Documentation provides otherwise, height,
after receipt of Invoice. Buyer shall ba charged the lower of 1'h%
storage, insurance aM all taxes, duties er other gdvemmental charges relating to the Equipment shall be paid by Buyer. II Ballets required to pay any such
charges, Buyershalimmedatelyreimburse Sailer. Allpaymnsafedue within 30 days
interest per month or the maximum legal rate n all amouns not received by Iha due dale and shall pay all of Sellers reasonable toss Qndudng dllomeyS' teas)
of collecting amounts due but unpaid. All orders are subject to credit approval.
S, Ne Delivery of the PAuipment shall be in material complmnce with the schedule in Sellers Documeolation. Unless Seller's Documentation provides
Sellers facility.
Otherwise, Delivery farms are P.0,8. ility.
rahIA o lent All devices, designs (including drawings, plans and Specifications), estimates, paces, notes. Hectrnit data and ohadooumeno
4. _ rights,shalltemainBellersproperty. Seller grentsBuyer anoo-exclusore,rout
or informsrion prepared or disclosed by Seller, and all related intellectual property
transferable kcarse 10 use any such malarial Soley for Buyers use of the Equipment Buyershall riot disclose airy such material to third palm without Sellers
prior wnllen cement.
he
S, Cigna ems, o(
Seger shall POI implement any changes in the se0pe 'x°rk described in Sellers Documentation unless Buyer and Seller agree in writing to w
deters of the charge and any resulting price, scheduleaother conlmclual modifications. This includes any changes necessitated by a change in*phcebla s
occurring after the effective dale of any mnlracl including these lem"
5, arta Subject to The following sentence, Seller warrants to Buyer that the Equipmnt shall materially conform to my the �cluipmcMtthat ion nSell�er's�Oth
Documentation and shall be free from defects in material and workmanship. T� f o�ong wa�lanlyheshall reby 9oisi apply
jo Buyer, t the extent assignable, any
otherwise demanded by Buyer and is not manuMcfured or selected by Seller. (�
Beller shall, at'ds sola
whhsn
watronties made to Seller and (i) Seller shall have no other liability to Buyer under fron 1.acceptance,
fort or any other legal theory. If Buyer gives Seller prompt r its S
notice of breach of this warranty within I$moonlhofom delthe uvbt�rartseornretundtchase Price tzmfor�ISeller detert (the mines that ��ewmed breach s not,
option and as Buyer's sda remedy, rep rep
oned
in feel, covered by this warranty, Buyer shall pay Seller its then customary chargee for any repair or replacement
not mcemn anBebsNh el�a repairs or allerebons, and
on Buyer's (a) operating and main sining to Equipment in accordance wit Bellers instructions, @) 9 Y
not being in default of airy payment obligation to Saller. Sellers warranty does not cover damage caused by chemical action or abrasive material, mase or
Improper installal'on (unless installed by Beller). THE WARRAMIES SET FORTH IN TWB SECTION ARE SELLER'S BOIE AND
RANTIES
AND ARE SUBJECT TO SECTION 10 BELOW. SELLER pMl(EB NO OTHER WAFJtAMIES OF ANY KIND, EXPRESS OR IMPLpIE(DC,LUSiVE
INCLUDING wITHOU
T
LIMITATION, ANY WARRAMY OF MEROHANTABILRY OR FITNESS FORPURPOSE.
7, dsln mrrM. Seller shell indemniy defarodnandbheldrBuyer h� a enmcaumsed by SeNafsenf�a Sorin eliabi'lYerishall haveylhesole of
third
authority todirect they
claims far personal injury, death or dameg 9 P P within the Warranty Period, ninlying Seller of any
defnse of and selUe any indemnified claim. Seller's indemnlftcation is conditioned on Buyer (s) promptly,
claim, and @) Providing reasonable cooperation in the defense of ony claim.
0 Fo a Ma re. Natter Sauer nor buyer shall have airy liability fa am/breech (except for breach of payment °blgations) caused by extreme weather or
afar ad of God, sthke or other tabor she dage or drslmbence, fire, ac idem, war or civil disturbance, dally of carders, failure of normal sources of supply, ad of
government or any other cause beyond such Palls reasonable control.
g, Canceittilion. N Buyer cancels or suspends its order for any reason other than Setters broach. Buyer shall promptly pay Seller for work performed plot to
cancallakon or suspension and any other duel costs incurred by Seller as a result of such cancellation or suspension.
1D. uurennN OF LNBI IL TY. NOlYVITFISTANOIPIG ANYTHING ELSE TO THE COMRARY, SELLER SHALL NOT BE LIABLE FOR ANY
THESALE OR USE OF THE EQU PMENT SNALLINIOTIX EED THIS PIURCHABE PIiIGE PAID FO THB TIME FROM
ITATIONS APPLY
WHETHER THE LIABILfTY IB BASED ON CONTRACT, TORT, STRICT LWBILITY OR ANY OTHER THEORY.
11, Msceline� If (hese lens are issued in con kcUOn ort a govefnmenl con act, fiey shall ba deemed to include rose fedi al
acquisitor, Set regulations
Ihal are fequiretl by law to be included. These terms, together with ony quotation, purchase order or acknowledgemnl issued a signed ye the Seller, comprise
the complete and zxclsive stalzmnl of to agreement between the parties (the "Agreement") as wdlle�nn doeumentlsigned bylSeller a d Buyer, No course of
less
separalzly s'gned by Seller. Plo pari of the Agreement may be changed or cancelled except by
nforceable, such farm
dealing or performance, sage of Made or (eilure to enface airy (arm shell be used id modify Ute Agreement ff any of these tercns is une
a tens she
otherbrelnsf limited
dof the to the extent Agreement wnthoui Saks prior wreenfon content, livee, and lAgreemem shall remainlbe governed by the laws of he Commnweatth of Masslich sele y
without regard 10 Its conflict of laws provisions. conditions are
12. Steal Prca seala'on. Recant market conations have resulted in exceptionally volatile pikes fon both stainless and carbon steals. Supply
such Ihal producers
have
instituted surcharges, which they apply at the lima of actual shipment of the steel. The means that the cost for steal used for
carbon a d heiNeces i ins qu price aesr not fi will bB cresultted by inof this dexing Thit ee castas f to steal based on tme necewary for heLond n ens to Metals Exchange from the dates elont; any escalation in ethat'hisf
proposal is issued to the date that the steel to actually received,
Agenda Item Check List
6 t
Financial Impact
Agenda Item: Purchase of Bioxide
Agenda Item Subject: Consideration and possible action to approve the purchase of Bioxide
chemicals from Siemens Water Technologies of Sarasota, Florida, in
an amount not to exceed $65,000.00.
Is this a Capital Improvement O Yes 0 No
Project:
Council Date: 09/26/2006
link to Agenda database =>
Need Help?
Was it budgeted? 0 Yes O No
Is it within the approved budgeted amount? 0 Yes O No
If not, where is the money coming from?
G/L Account Number 650 -110 -5303 -OC
Amount Going to Council $ 65,000.00
Is there something (budgeted) that won't get O Yes 0 No
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's Yes 0 No
budget?
If so, please explain.
Does this project have future revenue Yes 0 No
impact?
Year: Department:
If so, how?
Identify all on-going costs (i.e., insurance,
N/A
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: 7 Yes 0 No
If so, what division(s)?
Prepared by: Glenn DishongDate: 09/19/2006
Agenda Item Checklist: Approved on 09/19/2006
pprovers
Title
Assigned
Notified
eceived
Status Changed
Status
Jim Briggs
Assistant City
09/19/2006
09/19/2006
9/19/2006
09/19/2006
Approved
Jose Lara
Manager
09/19/2006
09/19/2006
9/19/2006
09/19/2006
Approved
Utility Financial
Analyst
Approval, Cycle settings
Council Meeting Date:
September 26, 2006 Item 1). �
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to reconcile the contract
between the City and Operations Management International (OMI) for the
management, operation, and maintenance of its water treatment
facilities for fiscal year 2005-2006 for an amount not to exceed
$56,000.00.
ITEM SUMMARY:
The City entered into a contract with OMI to manage, operate, and
maintain its water treatment facilities for the five-year period from
October 1, 2003 to September 30, 2008.
The annual contract for the period from October 1, 2005 to
September 30, 2006 provided for the treatment of 3,300 million gallons
of water with a maintenance budget of $65,000. Total estimated
production for this fiscal year is estimated to be 4,450 million
gallons with a resultant volumetric cost adjustment of $53,245.00
Staff requests a GUS Board recommendation to approve the
reconciliation to the OMI contract for the management, operations, and
maintenance of the City's water treatment facilities for an amount not
to exceed $56,000.00.
SPECIAL CONSIDERATIONS:
None.
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the September
20, 2006 GUS Board meeting.
FINANCIAL IMPACT:
Funds for this item will come from the Water Operations Fund 660-
109-5302-00.
COMMENTS:
None.
ATTACHMENTS:
OMI Contract 3`a Amendment, Appendix F.
By: Glenn Dishong Jim ri s,
Water Services Man er ssi to ty Manager
For Uti itv Operations
Appendix F
COST AND PAYMENT SUMMARY
CONTRACT YEAR OCT 1, 2005 — SEPT 30, 2006
Production Projection (MG)
Actual Annual Production (MG)
Production Delta (MG)
Repairs Budget
Actual Repairs Expense
Repairs Budget Adjustment (1)
Reconciliation Payment
Notes:
1) End of Year adjustments will be based upon the methodology described in
Appendix E and as displayed above. Production Cost Adjustments (per MG)
listed above.
2
Agenda Item Check List
ffJ+
Financial Impact
Agenda Item: OMI Reconciliation for FY 05-06
Agenda Item Subject: Consideration and possible action to reconcile the contract between
the City and Operations Management International (OMI) for the
management, operation, and maintenance of its water treatment
facilities for fiscal year 2005-2006 for an amount not to exceed
$56,000.00.
Is this a Capital Improvement
Project:
Council Date:
Was it budgeted?
O Yes • No
09/26/2006
link to Agenda database =>
Need Help?
Is it within the approved budgeted amount?
If not, where is the money coming from?
G/L Account Number
Amount Going to Council
O Yes • No
0Yes 0N0
Water Operatons Revenues
660-109-5302-00
$ 56,000.00
Is there something (budgeted) that won't get '-2 Yes No
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's Yes No
budget?
If so, please explain.
Does this project have future revenue Yes 0 No
impact?
Year: Department:
If so, how?
Identify all on-going costs (i.e., insurance, NIA
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: -' Yes 41 No
If so, what division(s)?
Prepared by: Glenn DishongDate: 09/19/2006
Agenda Item Checklist: In Process
provers
Title
6.ssigned
Notified
Received
-talus Changed
Status
Jim Briggs
Assistant City
09/19/2006
09/19/2006
9/19/2006
09/19/2006
Approved
Laude Brewer
Manager
09/19/2006
09/19/2006
-
-
Micki Rundell
Assistant Director o
-
-
-
Finance &
Adminstration
Director of Finance
and Administration
Approval Cycle Settings
i
C3uncil Meeting Date: September 26, 2006
AGENDA ITEM COVER SHEET
Item No. EF
SUBJECT:
Consideration and possible action to amend the contract between
the City and Operations Management International (OMI) for the
management, operation, and maintenance of its water treatment
facilities for fiscal year 2006-2007 and to set an annual operating
budget of $1,155,531.00.
ITEM SUMMARY:
The City entered into a contract with OMI to manage, operate, and
maintain its water treatment facilities for the five-year period from
October 1, 2003 to September 30, 2008. The contract specifies the
methodology for annual price adjustments and cost reconciliation.
This fourth amendment encompasses the following changes to the
contract:
1) Increases the scope of the contract to have OMI provide
additional staffing during peak production periods.
2) Increases the annual price as a result of specified indices.
3) Increases the maintenance budget.
The annual contract for the period from October 1, 2006 to
September 30, 2007 will provide for the treatment of 4,000 million
gallons of water with a maintenance budget of $225,000. The total
contract amount is $1,155,531.00.
Staff requests a GUS Board recommendation to approve the 4th
Amendment to the OMI contract for the management, operations, and
maintenance of the City's water treatment facilities and establishing
an operating budget of $1,155,531.00.
SPECIAL CONSIDERATIONS:
None.
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the September 20,
2006 GUS Board meeting.
FINANCIAL IMPACT:
Funds for this item will come from the Water Operations Fund 660-
109-5302-00.
COMMENTS:
None.
ATTACHMENTS:
OMI Contract Amendment.
r
By: Glenn Dishongiggs%�
Water Services M ager Assistant (C�� Manager
For Utility Operations
AMENDMENT NUMBER FOUR
to
AGREEMENT
for
MUNICIPAL WATER TREATMENT PLANT OPERATIONS, MAINTENANCE
and
MANAGEMENT SERVICES
for the
CITY OF GEORGETOWN, TEXAS
THIS AGREEMENT is made to be effective on the day of
2006, between the City of Georgetown, Texas (hereinafter "City'), a Texas home rule
municipality, and Operations Management International, Inc., (hereinafter "OMI"), a
California corporation. City and OMI are collectively referred to herein as "the Parties."
WHEREAS, City is the owner of a municipal water treatment system that presently
consists of four water treatment plants and the associated appurtenances: and
WHEREAS, City selected OMI to operate, manage, maintain, and repair City's
municipal water treatment system; and
WHEREAS, the Parties entered into the "Agreement for Municipal water
Treatment Plant Operations, Maintenance, and Management Services for the City of
Georgetown, Texas", effective October 1, 2003, (hereinafter "Original Agreement"); and
NOW THEREFORE, in consideration of the mutual covenants and agreements set
forth herein, the Parties agree as follows:
1. GENERAL:
1.1 This Agreement is an Amendment of the Original Agreement, as
amended by the First, Second, and Third Amendments. Except as
expressly modified herein, the terms of the Original Agreement, as
amended by the First, Second, and Third Amendments shall remain in
full force and effect.
1.2 Throughout this Agreement, which is referred to herein as the Fourth
Amendment, the words and phrases contained in this Fourth
Amendment shall have the same meanings as set forth in the Original
Agreement, unless a different definition is set forth herein.
2. Article 2.1 is hereby deleted in its entirety and replaced with the following:
2.1 Operate and maintain the Facilities within their design capacity for
24 -hours per day, 7 -days per week in accordance with the terms and conditions
specified in this Agreement and in Appendix B, and as required to be in full
compliance with all Applicable Laws. OMI will provide appropriate staffing for
the Facilities during normal business hours, and will have personnel available for
call -outs at other times. OMI will provide additional staffing during peak
production periods as appropriate to optimize plant production. OMI represents
and warrants that it is familiar with all Applicable Laws, and that it will stay
informed of any changes therein for the term of this Agreement and implement
same consistent with the terms of this Agreement
3. Article 4. 1. La is hereby deleted in its entirety and replaced with the following:
4.1.La The Base Fee for the period of October 1, 2006 through September 30,
2007, shall be Six Hundred Seventy Thousand Five Hundred Thirty -One
Dollars ($670,531).
4. Article 4.1.2.a.i is hereby deleted in its entirety and replaced with the following:
4.1.2.a.i The Production Projection for the period of October 1, 2006 through
September 30, 2007 shall be 4.000 million Gallons (MG).
5. Article 4.1.2.b.i is hereby deleted in its entirety and replaced with the
following:
4.1.2.b.i The Volumetric Rate for the period of October 1, 2006 through
September 30, 2007 shall be Sixty -Five Dollars 65.00 per million gallons
treated (MG).
6. Article 4.1.2.c.i is hereby deleted and replaced with the following:
4.1.2.c.i The Projected Volumetric Fee for the period of October 1, 2006
through September 30, 2007 shall be Two Hundred Sixty Thousand Dollars
($260,000) based on the average daily water production of 10.959 million
gallons.
7. Article 4.1.3.a is hereby deleted in its entirety and replaced with the following:
4.1.3.a The Repairs Budget for the period of October 1, 2006 through
September 30, 2007 shall be Two Hundred Twenty Five Thousand Dollars
($225,000.00).
8. Appendix F of the Original Agreement, as amended by the Third Amendment
"Cost and Payment Summary for Contract Year October 1, 2005 — September
30, 2006" is hereby deleted and replaced with the revised Appendix F attached
to this Fourth Amendment.
Both parties indicate their approval of this Amendment to the Agreement by the signatures
of their duly authorized representatives below.
SIGNATURE PAGE FOLLOWS
Authorized signature:
OPERATIONS MANAGEMENT
INTERNATIONAL, INC.
LLJ' 13.
Name: PogeY By. Quayle
Title: Senior Vice -President
Date: 09// 2,1 2, 0 06
Attest: City of Georgetown
Name: Sandra Lee
Title: City Secretary
STATE OF TEXAS
COUNTY OF WILLIAMSON
Authorized signature:
CITY OF GEORGETOWN, TEXAS
Name: Gary Nelon
Title: Mayor
Date:
Name: Patricia E. Carls, Brown & Carls, LLP
Title: City Attorney
ACKNOWLEDGEMENT
This instrument was acknowledged before me on this the _ day of 2006,
by Gary Nelon, a person known to me in his capacity as Mayor of the City of Georgetown,
on behalf of the City of Georgetown.
Notary Public in and for the State of Texas
STATE OF COLORADO
ACKNOWLEDGEMENT
COUNTY OF ARAPAHOE
This instrument was acknowledged before me on this the tz""day of 6WPh,^6-�- , 2006,
by Roger B. Quayle, a person known to me in his capacity as Senior Vice -President of
Operations Management International, Inc.
Lca' Ail
Notary Public in and for the State of Colorado
Appendix F
COST AND PAYMENT SUMMARY
CONTRACT YEAR OCT 1, 2006 — SEPT 30, 2007
Item #
1
Production Projection (MG)
4,000
2
Average Daily Production (MGD)
10.959
Cost Component $ per MG
Sub Total
3
Base Fee
$670,531
4
Projected Volumetric Fee $65.00
$260,000
5
Repairs Budget
$225,000
Total Annual Fee FY 06-07
$1,155,531
Monthly Payment Calculation
6
Monthly Payment (Current Fiscal Year)
$96,294.25
7
Actual Annual Production (MG)
8
Production Delta (MG)
9
Production Adjustment (1)
End of Year Repairs Budget Adjustment
10
Repairs Budget
$225,000
11
Actual Repairs Expense
12
Repairs Budget Adjustment (1)
13
Reconciliation Payment
Notes:
1) End of Year adjustments will be based upon the methodology described in Appendix E
and as displayed above. Production Cost Adjustments (per MG) listed above.
Agenda Item Check List
1 S' S n_..
Financial Impact
Agenda Item: OMI Contract Amendment for FY 06-07
Agenda Item Subject: Consideration and possible action to amend the contract between the
City and Operations Management International (OMI) for the
management, operation, and maintenance of its water treatment
facilities for fiscal year 2006-2007 and to set an annual operating
budget of $1,155,531.00.
Is this a Capital Improvement O Yes 9 No
Project:
Council Date:
09/26/2006
link to Agenda database => Q
Need Help?
Was it budgeted? 0 Yes O No
Is it within the approved budgeted amount? 0 Yes O No
If not, where is the money coming from?
G/L Account Number 660-109-5302-00
Amount Going to Council $ 1,155,531.00
Is there something (budgeted) that won't get O Yes 0 No
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's Yes 0 No
budget?
If so, please explain.
Does this project have future revenue Yes 0 No
impact?
Year: Department:
If so, how?
Identify all on-going costs (i.e., insurance, N/A
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: Yes 0 No
If so, what division(s)?
Prepared by: Glenn DishongDate: 09/19/2006
Agenda item Checklist. Approved on 0911912006
4pprovers:jAssistant
signed
Notified
eceived
Status Changed
Status
Jim Briggs
City
09/19/2006
09/19/2006
9/19/2006
09/19/2006
Approved
Jose Lara
er
09/19/2006
09/19/2006
9/19/2006
09/19/2006
Approved
Financial
t
Approval Cycle Settings
Council Meeting Date:
September 26, 2006 Item No.FER
AGENDA ITEM COVER SHEET
SUBIECT:
Consideration and possible action to amend the contract between the City and the Brazos
River Authority (BRA) for the management, operation, and maintenance of its wastewater
treatment facilities for fiscal year 2006-2007 and to set an annual operating budget of $1,133,820.75.
ITEM SUMMARY:
The City entered into a contract with BRA to manage, operate, and maintain its wastewater
treatment facilities for the five-year period from October 30, 2003 to September 30, 2008. The
contract specifies the methodology for annual price adjustments and cost reconciliation.
This fourth amendment encompasses the following changes to the contract:
1) Increases the annual price as a result of the increase in the volume of wastewater to be
treated.
2) Increases the maintenance budget.
The annual contract for the period from October 1, 2006 to September 30, 2007 will provide
for the treatment of 1,325 Million Gallons of wastewater with a maintenance budget of $75,000.00.
The total contract amount is $1,133,820.75.
Staff requests a Council recommendation to approve the 4th Amendment to the BRA
contract for the management, operations, and maintenance of the City's wastewater treatment
facilities and establishing an operating budget of $1,133,820.75.
SPECIAL CONSIDERATIONS:
None.
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the September 20,
2006 GUS Board meeting.
FINANCIAL IMPACT:
Funds for this item will come from the Wastewater Operations Fund 650-109-5302-00.
COMMENTS:
None.
ATTACHMENTS:
BRA Contract
Submitted By: Glenn Dishong Jim uigO
Water Services Mana Assistant City ana
for Utility Operations
AMENDMENT NUMBER FOUR
to
AGREEMENT
for
MUNICIPAL WASTEWATER TREATMENT PLANT OPERATIONS,
MAINTENANCE AND
MANAGEMENT SERVICES
for the
CITY OF GEORGETOWN, TEXAS
THIS AGREEMENT is made to be effective on the day of
2005, between the City of Georgetown, Texas (hereinafter "City"), a Texas home rule
municipality, the Brazos River Authority, (hereinafter "BRA"), a river authority of the state
of Texas. City and BRA are collectively referred to herein as "the Parties."
WHEREAS, City is the owner of a municipal wastewater treatment system that
Presently consists of five wastewater treatment plants and the associated appurtenances;
and
WHEREAS, City selected BRA to operate, manage, maintain and repair City's
municipal wastewater treatment system; and
WHEREAS, the parties entered into the "Agreement for Municipal Wastewater
Treatment Plant Operations, Maintenance and Management Services for the City of
Georgetown, Texas", effective October 31, 2003, ("Original Agreement"), and the
Original Agreement was amended by "Amendment Number One to Agreement for
Municipal Wastewater Treatment Plant Operations, Maintenance and Management
Services for the City of Georgetown, Texas" effective 2004 ("First
Amendment'); and
WHEREAS, Article 4.0 of the Original Agreement provides for the annual revision
of the Original Agreement each Contract Year, with such revision to be accomplished by
updating and revising certain appendices to the Original Agreement as necessary; and
NOW THEREFORE, in consideration of the mutual covenants and agreements set
forth herein, the Parties agree as follows:
1. GENERAL
1.1 This Agreement, referred to herein as the Fourth Amendment, is an
amendment of the Original Agreement, as amended by the First, Second,
and Third Amendments. Except as expressly modified herein, the terms of
the Original Agreement shall remain in full force and effect.
1.2 Throughout this Fourth Amendment, the words and phrases contained in
this Agreement shall have the same meanings as set forth in the Original
Agreement, unless a different definition is set forth herein.
AMENDMENT FOR THE FOURTH CONTRACT YEAR
3.1 Appendix E of the Original Agreement "City and BRA Personnel Contact
List' is hereby deleted and replaced with the revised Appendix E attached
to this Fourth Amendment.
3.2 Appendix F of the Original Agreement "Cost and Payment Summary for
Contract Year Oct 31, 2003 — Sep 30, 2004" is hereby deleted and
replaced with the revised Appendix F attached to this Fourth Amendment.
3.3 Appendix G of the Original Agreement "City Personnel with 24-hour
Access" is hereby deleted and replaced with the revised Appendix G
attached to this Fourth Amendment.
Both parties indicate their approval of this Fourth Amendment to the Agreement by the
signatures of their duly authorized representatives below, and agree that the terms of this
Second Amendment shall be effective on October 1, 2006.
Authorized signature: Authorized signature:
BRAZOS RIVER CITY OF GEORGETOWN, TEXAS
AUTHORITY
Name: Phillip J. Ford Name: Gary Nelon
Title: General Manager / CEO Title: Mayor
Date:
Attest: City of Georgetown, Texas 78626
Name: Sandra Lee
Title: City Secretary
Date:
Name: Patricia E. Carls, Brown & Carls, LLP
Title: City Attorney
STATE OF TEXAS
§ ACKNOWLEDGMENT
COUNTY OF WILLIAMSON 6
This instrument was acknowledged before me on this the _ day of
. 2006, by Gary Nelon, a person known to me in his capacity as Mayor of
the City of Georgetown, on behalf of the City of Georgetown.
Notary Public in and for the State of Texas
STATE OF TEXAS §
§ ACKNOWLEDGMENT
COUNTY OF McLENNAN s
This instrument was acknowledged before me on this the _ day of
2006, by Phillip J. Ford, a person known to me in his capacity as General
Manager / CEO of the Brazos River Authority.
Notary Public in and for the State of Texas
Agenda Item Check List
Financial Impact
Agenda Item: BRA Contract Amendment for FY 06-07
Agenda Item Subject: Consideration and possible action to amend the contract between the
City and the Brazos River Authority (BRA) for the management,
operation, and maintenance of its wastewater treatment facilities for
fiscal year 2006-2007 and to set an annual operating budget of
$1,133,820.75.
Is this a Capital Improvement
Project:
Council Date:
O Yes • No
09/26/2006
link to Agenda database => Q
Need Help?
Was it budgeted? 0 Yes O No
Is it within the approved budgeted amount? 0 Yes O No
If not, where is the money coming from?
G/L Account Number 650-109-5302-00
Amount Going to Council $ 1,133,820.75
Is there something (budgeted) that won't get O Yes • No
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's Yes * No
budget?
If so, please explain.
Does this project have future revenue Yes • No
impact?
Year: Department:
If so, how?
Identify all on-going costs (i.e., insurance, N/A
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: Yes • No
If so, what division(s)?
Prepared by: Glenn DishongDate: 09/19/2006
Aoenda !tern Checklist: Approved on 09/99/2006
�kpprovers
Title
signed
Notifieu
eceived
latus Changed talus
Jim Briggs
Assistant City
09/19/2006
9/19/2006
09/19/2006 Approved
Jose Lara
Manager
09/19/2006
109/19/2006
09/19/2006
9/19/2006
09/19/2006 Approved
Utility Financial
Analyst
Approval Cycle Settings
.*4
Council Meeting Date: September 26, 2006 Item No. I V 1 _
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to approve the transfer of 2.36 MGD of plant capacity in
accordance with the Water Service, Water Rights, and Facility Ownership Contractbetween the City of
Georgetown and Chisholm Trail Special Utility District relating to the Lake Water Treatment Plant.
ITEM SUMMARY:
The Water Service, Water Rights, and Facility Ownership Contract between the City of
Georgetown and Chisholm Trail Special Utility District dated February 22, 1999 provides CTSUD with
an ownership interest in the Lake Georgetown Water Treatment Plant upon request in exchange for
service area (CCN) concessions, subject to certain limits. CTSUD has requested an increase in its
ownership share from 2.0 MGD to 4.36 MGD of off-peak plant capacity, the final transfer allowed
under the contract.
Staff requests a Council recommendation to approve the transfer of an additional 2.36 MGD of
off-peak LWTP capacity to CTSUD effective August 22, 2006.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
Transfer of LWTP off-peak capacity to CTSUD will result in a write-down of the current LWTP
asset value and recognition of a CCN asset value of approximately $979,330.00 (less if recognized at
Net Book Value.)
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the September 20, 2006
GUS Board meeting.
STAFF RECOMMENDATION:
Staff supports the recommendation by the GUS Advisory Board to approve the transfer of plant
capacity to CTSUD.
COMMENTS:
NONE
ATTACHMENTS:
Letter from CTSUD dated Augus 22, 2006
Bill of Sale. I
Submitted by: Glenn Dishong,
Water Services Manager/ Assistant City Mane
�/ for Utility Operations
Ft
CHISHOLMoTRAIL
4--! PECIAL UTILITY D STRICT4
P. O. Box 249 - Florence, Texas 76527 - (254) 793-3103
chisholmtrailwater.org
August 22, 2006
Paul Brandenburg
City Manager
City of Georgetown
P.O. Box 409
Georgetown, Texas 78627
RE: WATER SERVICE, WATER RIGHTS, AND FACILITY OWNERSHIP
CONTRACT BETWEEN THE CITY OF GEORGETOWN AND CHISHOLM
TRAIL SPECIAL UTILITY DISTRICT (the "CONTRACT")
Dear Mr. Brandenburg:
In accordance with terms and provisions of Paragraph 8.1 of the above -referenced Contract (as
amended), Chisholm Trail S.U.D (the "District") formally requests that the City of Georgetown
immediately convey to the District the following undivided ownership interest in the Lake
Georgetown Water Treatment Plant (LGTWTP) and a corresponding amount of off-peak water
treatment capacity:
Description
CTSUD Equity Ownership
to date
CTSUD Equity Ownership
This Request
TOTAL CTSUD
OWNERSHIP TO DATE
CTSUD LGTWTP
Off -Peak Capacity
(wed)
2.0 mgd
2.36 med
4.36 mgd
The District desires to receive its treated water at the Woods Pump Station point of delivery, in
accordance with the terms and provisions of the Contract and the Joint Operating Agreement
previously entered into by Georgetown and Chisholm Trail.
Page 2
Letter to Mr. Brandenburg
August 22, 2006
We have enclosed two original copies of a bill of sale to evidence the requested transfer. Please have
the City execute both copies, and return one original to me for our files.
If you have any questions concerning this matter, please do not hesitate to contact me. We appreciate
the City's cooperation on this matter.
erel ,
Do
General Manager
cc: Board of Directors
Jim Briggs, P.E.
BILL OF SALE
Date: August 22, 2006
Grantor: City of Georgetown, a Texas home rule municipality
Grantor's Mailing Address (including county):
City Manager
City of Georgetown
P.O. Box 409
Georgetown, Texas 78627
Grantee: Chisholm Trail Special Utility District, a Texas conservation and reclamation
district
Grantee's Mailing Address (including county):
General Manager
Chishohn Trail Special Utility District
P.O. Box 249
Florence, Texas 76527
Consideration: Ten Dollars ($10.00) and other good and valuable consideration in hand
paid by Grantee.
Facilities: Grantor, for the consideration herein expressed, sells, assigns, conveys,
and transfers to Grantee an undivided ownership interest in that certain water treatment plant
located at Lake Georgetown, including the existing water intake structure, treated water high
service pumps, and all associated equipment, facilities and appurtenances thereto, together with a
corresponding amount of off-peak water treatment plant capacity as set forth below and as
determined in accordance with Article VIII of the Agreement (as hereinafter defined).
Reference is hereby made to that certain "Water Service, Water Rights, and Facility
Ownership Contract Between the City of Georgetown and Chisholm Trail Special Utility
District" dated February 23, 1999, between Grantor and Grantee, as subsequently amended (the
"Agreement"). The conveyance by Grantor to the Grantee hereunder is made pursuant to, and
subject to, the terms and conditions of the Agreement, and all capitalized terms hereunder that are
not defined shall be given the meanings set forth in the Agreement. In the event of a conflict
between the terms of this instrument and the Agreement, the terms of the Agreement shall
control.
Grantor and Grantee hereby agree that 2.36 MGD of off-peak treatment plant capacity is
being conveyed hereby. Grantor and Grantee further agree that upon completion of the
conveyance hereunder, Grantee's percentage undivided ownership interest in the facilities shall
be equal to the quotient obtained by dividing the amount of capacity requested to date by Grantee
under the Agreement (4.36 MGD) by the Expanded Plant capacity, calculated in accordance with
the terms of the Agreement.
Grantor and Grantee hereby each agree to execute such other specific documents as may
be necessary or appropriate to accomplish the transfers contemplated in the Agreement and this
document.
When the context requires, singular nouns and pronouns include the plural. References
to defined terms shall refer to those terms defined in the Agreement.
Executed effective as of the date set forth above.
GRANTOR:
CITY OF GEORGETOWN, TEXAS, a Texas home rule
municipality
By:
Name:
Title:
ACCEPTED:
GRANTEE:
CHISHOLM TRAIL SPECIAL UTILITY DISTRICT
By: L< baz6L
President
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
This instrument was acknowledged before me on the � day of f 2006, by
Ed Pastor, President of Chisholm Trail Special Utility District, on behalf of said stn
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
This instrument was acknowledged before me on the day of , 2006, by
of the City of Georgetown, a Texas home rule municipality, on behalf
of said municipality.
(SEAL)
Bill of Sale
Notary Public, Stan of Texas
;A'-
r' /L '�
. A
'+•
BILLIE J. ATKINSON�/� n
%VM pWS IW d TY �JVVi 11 �. 1 f ,r���-✓�J
N, eaWM„W„ bp,,, Nothty Public, State of Texas
MCMN $0, 20N
(SEAL)
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
This instrument was acknowledged before me on the day of , 2006, by
of the City of Georgetown, a Texas home rule municipality, on behalf
of said municipality.
(SEAL)
Bill of Sale
Notary Public, Stan of Texas
AFTER RECORDING RETURN TO:
Chisholm Trail Special Utility District
P.O. Box 249
Florence, Texas 76527
Attn: General Manager
CPSUD- 082206 Bin of Sale 4.0 mgd capacity Georgetown wtp.doc
Council Meeting Date: September 26, 2006
Item No. Fr I D
AGENDA ITEM COVER SHEET
SUBJECT
Consideration and possible action to award the City's annual Water and Wastewater Pipe and
Fittings, Bid No. 26039, for $152,963.00 to various bidders.
ITEM SUMMARY
Bids were received for the purchase of water and wastewater pipe and fittings for a one-year
period beginning October 1, 2006. The staff recommendation is to award this bid to the low bidder for
each item, as designated 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 and are not guaranteed amounts. Material will be ordered on as
needed basis.
SPECIAL CONSIDERATIONS
None
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the September 20, 2006
GUS Board meeting.
STAFF RECOMMENDATIONS
Staff recommends approval of the agreement.
FINANCIAL IMPACT
Estimated total for this bid is $152,963.00. Funds for this expenditure were budgeted in Water
Maintenance of Utilities and Wastewater Maintenance accounts.
COMMENTS
None
ATTACHMENTS
1. Bid Tabulation
Submitted By: Glenn Dishong,
Water Services Manager
Assistant City rAhnagc
for Utility Operations
ITEM #
STOCK #
EST.
CITY.
WATER & WASTEWATER PIPE & FIT ImGS
BID NO 26039
October 1, 2006 - September 30, 20
DESCRIPTION
0.55 ':
52a
NDEB
PVC PIPE- (20 FT. LENGTHS)
1
4.01
100
SCHED. 40-S/W 1/2"
2
0.68
100
SCHED. 40 - S/W 1 1/2"
3
1.50
200
SCHED. 40 - PLAIN END 4"
4
3.
50
SCHED. 80 - PLAIN END 1"
5
1.01 -,-.
200
SCHED. 80 - PLAIN END 2"
2.23
17.30
1.35
6.80
2.25
1.35
22,00
U
15.76
1.40
6.14
20.11
SDR -9 CLASS 250 (100' ROLLS ONLY)
5.00
6.00
2.95
3.43
(Thick Wall)
6
34-5005
100
1"
9.15
9.00
SDR -35 PVC PIPE (GASKET JOINT)
7
200
4"
8
200
6"
9
200
8"
10
100
10"
SDR -35 (GASKET JOINT)
11
100
12"
12
100
15"
13
100
18"
C900 PVC PIPE
14
500
6" Class 200, DR14
15
500
8" Class 200, DR14
16
200
12' Class 200
17
100
16" Class 234
18
100
18" Ductile Iron
19
100
24" Ductile Iron
20
100
30" Ductile Iron
SDR -35 FITTINGS
21
34.5028
5
SDR -35 Y 4" X 4" SW
22
34-5031
5
SDR -35 1/8' BEND 4", SLIP X SLIP
23
345032
5
SDR -35 1/8" BEND 6", SLIP X SLIP
24
345040
10
SDR -35 1/16" BEND 4", SLIP X SLIP
25
345055
10
SDR -35 COUPLINGS (SXS) 4'
26
34-5056
5
SDR -35 CAP SM 6'
27
34-5057
50
SDR -35 SEWER CAP HUB 4"
28
34-5042
15
SDR -35 4' FEMALE ADAPT. CLEANOUT
29
345043
10
SDR -35 6" FPT ADAPT WITH PLUG
30
345053
20
4" MIPT DWV PLUG
31
34-5044
2
SDR -35 6" FEMALE ADAPT. PLUG
32
345045
20
#70 VALVE BOX, w1lid
33
345059
2
SDR SLIP RING 35 - 40 SIZE 4" GLUE FITTING
34
34-5060
12
SDR 4" SPRING LOADED CLEANOUT CAP
w/screw In plug that goes on female adapter. Automatic release
35
345062
1
SDR SLIP RING 35 - 40 SIZE 6" GLUE FITTING
Act Municipal
Unit Unit
National Techline
Unit unit
�'-0.19
0.20 1
NO BID
NO BID
0.55 ':
52a
NDEB
0.63
2.10
4.01
N
2.14
0.65:
0.68
NO BID
1.15
1.47-
1.50
NO BID
1.50
0.28 1 0.37 0.31 1 0.38
1.02
- 1.01
1.091
1.15
'2.22:
2.23
2.401
2.50
3.90,
4.01
4.32
4.50
6.25'
6.27
6.76
7.05
9.02 1 9.71 1 10.11
13.40 1 14.41 1 15.05
NO BID NO BID I NO BID
6.20
6.21
6.68
6.99
-. 10.60
10.67 1
11.47
11.99
22.50
22.95
24.68
25.78
NO BID
40.00
42.07
NO BID
NO BID
NO BID
56:1
NO BID
61.44
NO BID
NO BID
NO BID
NO BID
3.09
3.13
--125
3.04
1.66
1.72 -
1.5 9
1.61
6.60
7.00
6.0
6.58
1.86
2.00,
1.61
1.83
1.13
1.54
1.0
1.10
3.55
3.
3.24
3.53
0.98
1.01 -,-.
.._ 0.884
0.96
2.23
17.30
1.35
6.80
2.25
1.35
22,00
U
15.76
1.40
6.14
20.11
2.19
16.12
10.34
NO BID
5.00
6.00
2.95
3.43
NO BID
NO BID
9.15
9.00
NO BID
PAGE 2 - SCHEDULE 80 FITTINGS
STOCK EST.
ITEM # # QTY.
36 345295 1
37 345296 1
-LOT A
7.75
38
5
39
34-5213 1
40
345214 1
41
345215 2
"LOT B
12.47
42
345138 1
43
34-5140 5
44
34-5141 1
DESCRIPTION
SCHEDULE 40 FITTINGS
4" SXSW COUPLING DWV
4' FEMALE CLEANOUT ADAPTER DWV
SCHEDULE 80 FITTINGS
TEE'S (TXTXT)
1 1/2"
1"
1114
2"
TOTAL LOT A
COUPLINGS (TXT)
1"
1 1/2"
2
TOTAL LOT 6
Act Municipal National Techline
UNIT Unit Unit Unit Unit
EACH I NO BID 3.501111l 2'i1 2.29
EACH NO BID 4.50 ` 2:95 3.71
EACH
EACH
EACH
EACH
NO BID
7.75
6.63
15.12
NO BID
6.50'--
11:76
11.76
NO BID
7.00 z
5,47
12.47
NO BID
9.00
7.12
16.2
NO BID
70.25 kiJIMM
1 1/2" FEMALE SXS
132.35
EACH
NO BID
2.36
8 4.55
EACH
NO BE
6.85
12.53
EACH
I NO BIDI
6.85
13.15
15
NO BIDI
43.46
j 80.35
"LOT C
1.47
1.16
COUPLINGS
NO BID
45
345183
9
1/2" FEMALE SXS
EACH
46
345185
15
1" FEMALE SXS
EACH
47
345187
5
1 1/2" FEMALE SXS
EACH
48
345188
300
2" COUPLINGS SXS
EACH
49
345173
100
3 -COUPLING, SXS
EACH
50
345184
50
6' COUPLING, SXS
EACH
TOTAL LOT C
"LOT D
FEMALE ADAPTER (SXT)
51
345176
5
1" SXT
EACH
52
345178
10
1 1/2' SXT
EACH
53
345179
200
2" SXT
EACH
54
345177
1
2 1/2" SXT
EACH
55
345174
300
3' SXT
EACH
56
345175
40
4" SXT
EACH
57
345180
50
4" SXS
EACH
TOTAL LOT D
"Items listed in
these categories
will be awared by lots,
NO BID
1.47
1.16
2.66
NO BID
1.9261
10.82
3.69
NO BID
3.20
-:.- .:.,eA
6.07
NO BID
3.38
6
6.52
NO BID
9.58
0
18.44
NO BID
25. 2
5
49.6
NO BID
3,321.03
4
6,393.14
NO BID
3.00
5.45
NO BID
5.25 '
4:74
10.82
NO BID
9.50
8.00
18.88
NO BID
15.00
13.n8
29.81
NO BID
16.00 r
14.22
_ 33.58
NO BID
30.00
24.44
_ 57.67
NO BID
20.00';:.
10.13
62.87
NO BID
8,982.50W',,:7,422.48-
19,465.56
PAGE 3. erwFDULE 80 FITTINGS
UNIT
EACH
EACH
EACH
EACH
EACH
EACH
EACH
Act Municipal National Tec
Unit Unit Unit Unit
EACH
I NO BIDI
EST.
405
ITEM #
STOCK #
CITY.
DESCRIPTION
--------------
--------
--------
-- — ------
SCHEDULE 80 FITTINGS (CONT.)
"LOT E
NO BIDI
47.75
MALE ADAPTER
58
34-5150
10
1" MT X SLIP
59
34-5151
10
1 1/2" MT X SLIP
60
34-5152
100
2" MIPT X SLIP
61
34-5153
1
4" MT X SLIP
1
6" to fit PVC w/meg lug complete w/bolts, nut, gasket
EACH
TOTAL LOT E
**LOT F
1
6" to fit DI w/meg lug complete w/bolts, nut, gasket
45 -DEGREE ELL'S (SXS)
62
34-5200
2
1"
63
79
4
4-
8" to fit DI w/meg lug complete w/bolts, nut, gasket
EACH
80
45 -DEGREE ELL'S (TXT)
64
Hydrant Adapter, w/swivel gland 6x13 (084150)
2
1 1/2"
DUCTILE IRON
TOTAL LOT F
'"LOT G
90 -DEGREE ELL'S (SXS)
65
34-5196
5
1 14"
66
34-5197
4
11/2"
67
34-5198
10
2"
TOTAL LOT G
UNIT
EACH
EACH
EACH
EACH
EACH
EACH
EACH
Act Municipal National Tec
Unit Unit Unit Unit
EACH
I NO BIDI
2.25
405
EACH
NO BID
2.25
434
EACH
I NO BID1
2.75
5.25
69 34-5143
NO BIDI
47.75
90.11
"LOT H
BUSHINGS & REDUCERS
MJ ACCESSORY KITS
71
68 34-5181
2 1 1/2" X 1" MPT X FPT
EACH
NO BID
3.25
6.48
69 34-5143
4 2' X 1 1/4" MIPT X FIPT
EACH
NO BID
5.00
949
70 34-5144
2 2"X 1 1/2" MIPT X FIPT
EACH
NO BID
5.00
9.49
EACH
TOTAL LOT H
NO BID
36.50
69.90
DI TEE'S (MJ X MJ) WITH ACCESSORIES
81 34-5123 1 6" X 6" EACH 102.80 93.70 84.66 55.01 -
1 8"x8"x6"MJ EACH 132 80 115 00 109.36 76.09
'" Items listed in these categories will be awarded by lots.
MJ ACCESSORY KITS
71
34-5742
1
4" come with stock #345740
EACH
72
345743
8
6" come with stock #345741
EACH
73
34-5744
2
8" come with stock #345745
EACH
74
1
4" to fit PVC w/meg lug complete w/bolts, nut, gasket
EACH
75
1
4" to fit DI w/meg lug complete w/bolts, nut, gasket
EACH
76
1
6" to fit PVC w/meg lug complete w/bolts, nut, gasket
EACH
77
1
6" to fit DI w/meg lug complete w/bolts, nut, gasket
EACH
78
1
8" to fit PVC w/meg lug complete w/bolts, nut, gasket
EACH
79
1
8" to fit DI w/meg lug complete w/bolts, nut, gasket
EACH
80
345746
2
Hydrant Adapter, w/swivel gland 6x13 (084150)
EACH
DUCTILE IRON
DI TEE'S (MJ X MJ) WITH ACCESSORIES
81 34-5123 1 6" X 6" EACH 102.80 93.70 84.66 55.01 -
1 8"x8"x6"MJ EACH 132 80 115 00 109.36 76.09
'" Items listed in these categories will be awarded by lots.
PAGE 4 - CLAMPS AND SADDLES
ITEM STOCK EST.
# # QTY.
**LOT I
DESCRIPTION
Act Municipal
UNIT Unit Unit
FULL CIRCLE WIDE CLAMP MUST FIT PVC, DI & C900
82
34-5224
15
2" X 8", Single Band, F1-263-7.5
EACH
83
34-5225
10
2" X 12", Single Band, F1-263-12.5
EACH
84
34-5221
6
8"X 12" Single Band, O.D. 8.99-9.39, F1-939-12.5
EACH
P5
34-5228
2
8" X 12 1/2", Dbl. Band, OD 8.62-9.42
EACH
103
34-5606
10
Ford F2-942-12.5
EACH
86
34-5222
2
4" x 7 1/2", Dbl. Band, OD 4.44-5.24
EACH
105
345608
2
Ford, F2-524-7.5
EACH
87
34-5226
1
4" x 12", Dbl. Band, OD 4.44-5.24
409.81
259.36
::' 309.99
341.07
Ford F2-524-12.5
EACH
88
34-5223
10
6" x 7 1/2", Dbl. Band, OD 6.62-7.42
i 430.05
482.28
540.22
245.77
Ford, F2-742-7.5
EACH
89
34-5227
4
6"X 12 1/2", Dbl. Band, OD 6.62-7.42
432.84
511.50
536.00
608.56
Ford, F2-742-12.5
EACH
90
34-5232
1
10"x12" SS Repair Clamp 101 11.02-11.44
EACH
91
34-5233
2
12"x12" SS Repair Clamp 101 13.10-13.50 OD
EACH
92
34-5234
1
16"x12" SS Repair Clamp 102 17.20-18.20 OD
EACH
93
34-5235
1
18"x12" SS Repair Clamp 102 19.40-20.40 OD
EACH
94
34-5236
1
20"x12"SS Repair Clamp 102 21.40-22.40 OD
EACH
95
34-5237
1
24"X12"SS Repair Clamp, DI or C900
EACH
96
2
16"X 12.5 Dbl. Band, OD 17.15-17.90
EACH
97
2
18" x 12.5" Dbl. Band, OD 19.23-19.98
EACH
98
2
30" x12.5 Double Band, DI or C900
EACH
TOTALLOTI
**LOT J TAPPING SADDLES (100% STAINLESS
STEEL W/EXCEPT. OF GASKET) ROCKWELL,
POWER SEAL OR APPROVED EQUAL ONLY*
99
34-5600
2
6" X 1" IP
EACH
100
34-5601
8
6"X 2" IP
EACH
101
34-5604
2
8" X 1" IP
EACH
102
34-5605
8
8"X 2" IP
EACH
103
34-5606
10
2" X V IP
EACH
104
345607
2
10"X 2" IP
EACH
105
345608
2
12" X 2" IP
EACH
184.62
245.77
303.9 0,
TOTAL LOT J
409.81
"Items listed in these categories will be awarded by lots.
National ;hline
Unit Unit
30.81
'C 22.80
24.80
44.16
NO BID
41.64
44.01
73.47
89.85
", 71.65
75.73
122.29
116.51
-' 83.00
89.58
122.29
60.13
43A
45.90
53.34
93.91
68.65
72.58
86.23
70.27
50.50
53.42
65.02
103.44
156.93
ra75.5.
.:'. 84.50
79.84
89.40
103.83
159.51
166.93
>"" W80.
104.48
184.62
245.77
303.9 0,
328.13
409.81
259.36
::' 309.99
341.07
432.84
274.61
- .326.00
368.69
478.90
442.29
i 430.05
482.28
540.22
245.77
270.00
291.28
409.81
259.36
- 280.00
307.34
432.84
511.50
536.00
608.56
675.00
6,819.58
": 6,140.85
6,696.47
9,059.67
NO BID
30.88
33.34
59.84
NO BID
44.10
47.61
100.48
NO BID
..: 31.33 -`;
33.83
60.72
NO BID
46.00.
49.25
103.41
NO BID
44.00 ?
48.11
55.00
NO BID
'. 47.00 ':
51.77
133.47
NO BID
49_00 '�
54.68
134.64
NO BID
1,477.22,:'
1,603.22
2,958.46
PAGE 5 - TAPPING SADDLES, DRESSERS AND BRASS FITTINGS
BRASS 45 -DEGREE ELL'S (T X T)
134 34-5770 1 1"
135 34-5772 5 2-
136 34-5773 2 11/2"
TOTAL LOT M
"Items listed in these categories will be awarded by lots.
EACH
I NO BID=
EST.
4.62
EACH
Act Municipal
National
Tech___
ITEM #
STOCK #
QTY.
DESCRIPTION
UNIT
Unit
Unit
Unit
Unit
----
---- --------
---------------
TAPPING SADDLE /SEWER LINES
--------
---------
106
34-5069
2
100% RUBBER TO FIT 6", 8", 10" & 12" PIPE
ATTACHED BY 2 STAINLESS STEEL BANDS
WITH 4" BASE
EACH
32.00
29.15
33.87
"LOT K
DRESSERS, STEEL BODIED, BOLTED
107
34-5245
15
3/4"
EACH
12.65:
12.00
13.03
19.97
108
34-5246
12
1"
EACH
14.95
13.49
20.67
109
34-5247
6
11/4"
EACH
15.24
13.30
14.09
21.60
110
34-5248
15
1 1/2"
EACH
17.83-:
15.90
16.86
42.21
111
34-5249
70
2" O.D. 2.30 TO 2.63
EACH
21.56
23.96
25.33
47.41
112
34-5250
5
21/2"
EACH
27.60 -"
27.90
29.52
17.48
113
34-5251
6
1/2"
EACH
12.65 '.
10.50'
11.39
95.30
114
34-5252
1
8" for ductile pipe/C900, wrap around, standard length
EACH
74.75 JII
44.00
47.28
116.94
115
34-5253
1
10" for ductile pipe/C900, wrap around, standard length
EACH
103.50 W-56
00
57.56
138.61
116
34-5254
2
12" for ductile pipe/C900, wrap around, standard length
EACH
123.05 ??:
61.43
64.92
274.83
117
34-5256
1
16" for ductile pipe/C900, wrap around, standard length
EACH
293.25 f.:
191.60
202.55
286.45
118
34-5257
1
18" for ductile pipe/C900,wrap around standard length
EACH
310.50 I}.,
201.00
213.48
349.07
119
34-5259
1
20" for ductile pipe/C900, wrap around standard length
EACH
425.50 N -.
220.00
225.69
436.03
120
1
24" for ductile pipe/C900, wrap around standard length
EACH
483.00
370.00
386.45
509.34
121
1
30" for ductile pipe/C900, wrap around standard length
EACH
1 529.00
390.00
424.02
509.34
122
34-5260
2
6" O.D. 6.54 -7.65 12" sleeve length
EACH
115.00
100.00
110.83
69.64
TOTAL LOT K
6,146.74 ..
4;323.48'
4,592.34
8023.41
BRASS
**LOT L
-� BRASS NIPPLES (T X T)
123
345751
20
1"X 6"
EACH
NO BID -
5.97.--.
6.80
9.27
124
34-5753
15
1 1/2" X 6"
EACH
NO BID
10.43
11.98
16.32
125
34-5754
60
2"X 6"
EACH
NO BID .a,
13.37
15.391
20.97
126
34-5755
10
3/4" X 3"
EACH
NO BID V11
2.22.
2.44
3.33
127
34-5758
20
1 1/2" X 3"
EACH
NO BID
5.381
6.22
8.47
128
34-5759
50
2" X 3"
EACH
NO BID
6.93
7.96
10.86
129
34-5761
15
1"X CLOSE
EACH
NO BID
1.92
2.14
1.97
130
34-5763
20
1 1/2"X CLOSE
EACH
NO BID
- 3.66
4.20
5.72
131
34-5764
20
2" X CLOSE
EACH
NO BID
5.62
6.39
8.72
132
34-5765
1
2 1/2" X 6"
EACH
NO BID ;^
26:60.
30.94
42.15
133
5
2 1/2" X 3"
EACH
NO BID I-
18.041
17.65
24.05
TOTAL LOT L
NO BID M00-1885.551
2,148.99
2914.85
BRASS 45 -DEGREE ELL'S (T X T)
134 34-5770 1 1"
135 34-5772 5 2-
136 34-5773 2 11/2"
TOTAL LOT M
"Items listed in these categories will be awarded by lots.
EACH
I NO BID=
--.4.06 NO BID
4.62
EACH
NO BID
� .3 ', NO BID
14.97
EACH
I NO BID
BID
9.23
NO BID 1111111111_NO
NO BID
97.93
PAGE 6 - BRASS FITTINGS
ITEM
STOCK
EST.
BRASS BUSHINGS
Act
Municipal
National
Techline
#
#
CITY.
DESCRIPTION
T
Unit
Unit
Unit
Unit
"LOT N
34-5791
10
BRASS 90 -DEGREE ELL (TXT)
EACH
NO 810
TO
NO BID
2.35
137
34-5776
10
1"
EACH
NO BID
21
NO BID
4.21
138
345778
5
1 1/Y
EACH
NO BID
55
NO BID
13.80
139
345779
5
2"
EACH
NO BID
i24
NO BID
8.36
TOTAL LOT N
NO BID
NO BID
151.90
-LOT O
BRASS TEE'S (TXTXT)
^LOT R
BRASS DRESSERS, 3 -PART COMP (MUST BE FORD)
140
34-5785
5
1"
EACHEND
1". Ford C44 -44-G
5.22
10.3520
5.96
141
34-5788
2
1 1/2"
EACH
9.20
11.50
142
34-5787
50
2
EACH
16.30
20.47
143
34-5789
2
21/2"
EACH
31.80
36.64
TOTAL LOT 0
EACHp,68
923.10
6.15
1,149.56
•*LOTP
BRASS BUSHINGS
144
345790
60
3/4" X 1"MIPT x FIPT
EACH
NO BID
.93
U
1.55
145
34-5791
10
1 1/2" X 3/4" MIPT X FIPT
EACH
NO 810
TO
NO BID
2.35
146
34-5792
10
1 112"X 1" MPT X FPT threaded bushing
EACH
NO BID
21
NO BID
2.35
147
34-5793
150
2"X 1" MIPT X FIPT
EACH
NO BID
55
NO BID
5.09
148
34-5795
15
2"X 1 1/2" MIPT X FIPT
EACH
NO BID
i24
NO BID
NO BID
TOTAL LOT P
NO BID
NO BID
NO BID
**LOT O
BRASS COUPLINGS (TXT)
149
34-5796
5
P
EACH
NO BID
:94INO
150
34-5797
5
1 114"
EACH
NO BID
4.44
151
34-5798
5
1 1/2"
EACH
NO BID
5.97
152
34-5799
25
2"
EACH
NO ID
10.17
153
34-5802
4
3/4"
EACH
NO BID
NO BID
TOTAL LOT CI
NO BID
NO BID
^LOT R
BRASS DRESSERS, 3 -PART COMP (MUST BE FORD)
154
34-5255
100
1". Ford C44 -44-G
EACH
10.3520
10.89
NO BID
TOTAL LOT R
1,035.00
0
1,089.00
I
NO BID
-LOT S
BRASS METER SPUDS (MUST BE FORD)
X 3", G38-23-3
EACHp,68
6.43
6.15
N BID
155
156
34-5511
34-5508
2
800
3/4"
3 X 8 1/2", C38-2-3-8.5
/4"-9.0-6-576
EACH
913'
13.69
13.27
NO BID
157
34-5327
5
3/4"X 1 1/2", C38-23-1.5
EACH
':18
8.06
5.76
NO BID
158
345328
10
1"X 3", C3644.2.62
EACH
8.17
10.45
NO BID
159
345332
30
1"X 81/Y, C3844-8.5
EACH
!
17.61
17.97
NO BID
160
34-5653
1300
METER ADAPTER, 3/4" X 1", FD A34
EACH
10.42
5.34
NO BID
TOTAL LOT S
25,151.16
18,242.70
NO BID
-LOT T
BRASS ADAPTERS (MUST BE FORD)
161
34-5307
10
3/4" MPT X COMP., C84-33-6
EACHF2,609.68
8.20
7.80
NO BID
162
34-5308
50
1" MIPT X 11 COMP, FORD C84-44
EACH9.72
9.25
NO BID
163
345309
15
1" FT X I* COMP, C14446
EACH11.70
11.15
NO BID
164
345310
1
1 1/2" FPT X COMP, C14-66-6
EACH31.00
29.61
NO BID
165
345311
2
1 i/2" MT X 1 1/2" COMP, C84-66-6
EACH4.28
23.14
NO BID
166
345326
1
3/4" FEMALE ADAPT. X COMP, C14-33-6
EACH8.62
8.20
NO BID
167
34-5322
100
1"X 1" MIPT X COMP ELL
FORD, L8444 -G
EACH14.25
14.22
NO BID
168
345622
10
2" MALE ADAPTER x COMP
EACH35.30
33.73
NO BID
TOTAL LOTT
1
2,551.14
NO BID
" Items listed
In these categories will be awarded by lots.
PAGE 7 -BRASS
ITEM
CK
EST.
Act
Municipal
National
Techline
#
#
QTY. DESCRIPTION
UNIT
Unit
Unit
Unit
Unit
'"LOT U
HOSE BIBS
169
34-5700
2 1/2" ROUGH BRASS, MALE THREAD
EACHI
NO BID 1
2.50111111111111111111111111111111
224
"^
34-5701
5 3/4" ROUGH BRASS, MALE THREAD
EACH
NO BID
2.75
2.40
TOTAL LOT U
18.75
16.48
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, JONES OR APPROVED EQUIVALENT
UNLESS
OTHERWISE NOTED')
171
34-5300
100 1"ANGLE STOP (FORD KV43-444-W-G or JONES J4201SG) COMP X
METER NUT, FORD/JONES BRAND ONLY
EACHI
27.001
29.60
28.35
172
345324
150 1" STRAIGHT CURB STOP (FORD B43 -444 -W -G or JONES J1925WSG )
COMP X METER NUT, FORD/JONES BRAND ONLY
EACHI
50.531
55.651
53.07
173
34-5325
20 1" STRAIGHT CURB STOP (FORD B11 -444W or JONES J1900W)
FPT X FPT, FORD/JONES BRAND ONLY
EACHI
40.701
44.801
41.64
174
34-5660
10 1" CORP COCK CCTHD W/BALL VALVE X
COMP, ( FORD F1000 or JONES J3401 SG) FORDIJONES BRAND ONLY
EACHI
31.541
27.60
29.60
175
34-5661
2 2" CORP COCK IPTHD WBALL VALVE X COMP
WITHOUT HANDLE, FORD F1100
EACH
1 12 001
112.25
NO BID
176
34-5301
15 1" BALL VALVE COMP CTS X FIP, (FORD B41 -444W OR JONES J1921SG)
EACH
48.70
46.49
NO BID
FORD/JONES BRAND ONLY
177
34-5302
50 1" CORP STOP MPT X COMP (FORD F1100 IP CORP or JONES J3403SG)
EACH
27.601
26.38
29.60
178
34-5318
1 1 1/4" SCRWD STRAIGHT CURB STOP WITHOUT HANDLE
(FORD B1 1-555-W )
EACH 1
60.751
66.001
60.99
179
345319
1 1 1/2" SCRWD STRAIGHT CURB STOP LEVER HANDLE
WITHOUT HANDLE BRASS (FORD B1 1-666-W or JONES J -1900W)
EACHI
75.281
82.50
77.95
180
34-5320
50 2" FXF BRASS BALL VALVE, JONES 1900 OR
FORD B11 -777-W
EACH
109.611
120.001
114.01
181
34-5317
2 GATE VALVE, 3/4" HAMMOND
EACHI
NOBIDI
NOBIDS
182
10 GATE VALVE, 1" HAMMOND
EACH
NO BID
21-73F
NO BID
183
345316
10 BRASS GATE VALVE, 2" WHEEL TYPE
EACH
NO BID 01111111148.15
NO BID
184
34-5313
40 BRASS VALVE ADAPTER, FORD MCDONALD
6122, OT67
EACH
10.25
9.24
NO BID
"" Items listed in these categories will be awarded by lots
PAGE 8 - MISC.
:K EST. Ac Municipal National Techline
REM # QTY. DESCRIPTION UNIT Un Unit Unit Unit
WEDGE GATE VALVES W/ GLANDS & GASKETS WITH ACCESSORY KITS, WATEROUS 500 OR APPROVED EQUAL ONLY
185
345740
1
4" includes accessory kit (WxMJ)
186
345741
2
6" includes accessory kit (WXW)
187
34-5745
1
8' includes accessory kit (WxW)
188
370.00
1
10" includes accessory kit (WXMJ)
189
575.00
1
12" includes accessory kit (WxMJ)
190
895.00
1
6' includes accessory kit - (MJxFLG)
204
1130.00
8
FLEXIBLE COUPLINGS
191
345067
2
4" CLAY X 4" PVC (Rex Reel Adjustable)
192
345070
5
8" CLAY X 8' PVC4CI Repair Coupling
193
345071
5
4' PVC/CI X 4" PVC/CI Repair Coupling
194
345072
5
8" Cl/PVC X e" CVPVC (Rex Reel Adjustable)
195
345088
1
8- CLAY X 4" Cl/PVC Repair Coupling
198
34-5080
2
e" CVPVC X8" Cl/PVC COUP (Rex Reel Adjustable)
197
345081
2
8" CLAY X 8- Cl/PVC Repair Coupling
198
1
10" CLAY X 10"Cl/PVC Repair Coupling
**LOT V
2
RUBBER WATER METER WASHERS
199
345505
5
34"X 1116". 100/PKG
200
34-6W6
15
3/4" X 1/8", 100/PKG
201
345507
20
1"X1/8', 100/PKG
TOTAL LOT V
EACHI
NO BID I
9.00
FIRE HYDRANTS
EACHI
NO BID 1
9.00
MUST BE AMERICAN DARLING, KENNEDY OR CLOW ONLY
EACH
286.00
275.00
ALL FIRE HYDRANTS MUST BE FACTORY
EACH
370.00
375.00
AND PRIMED AND PAINTED SILVER
202
575.00
2
31/2'BURY
203
895.00
12
4' BURY, AMERICAN DARLING B848, SILVER
204
1130.00
8
FIRE HYDRANT METERS W/ 2" VALVE
205
357.00
6
HYDRANT BACKFLOW PREVENTER
206
108.20
5
FIRE HYDRANT BREAKABLE KIT,
HYDRANT 884, PART 8429-45, AMERICAN DARLING
207
5
FIRE HYDRANT BREAKABLE KIT,
HYDRANT 828, PART 62-29.15, AMERICAN DARLING
208
5
FIRE HYDRANT BREAKABLE KR
HYDRANT, K81 D, Pan K5149 KENNEDY
209
2
4' CLOW MEDALLION Hydrant
210
2
FIRE HYDRANT BREAKABLE KIT,
For 4' CLOW MEDALLION
211
4
REPLACEMENT HOSE GASKETfWASHER
2 1/2" COUPLING SIZE, IDxODxW. 21/16"x 213116X5132
USA Bluebook stock #MA -23022. 10 PER PACK
MISCELLANEOUS
212
345720
35
PVC CEMENT (PINTS ONLY)
213
345722
35
PVC CLEANER (PINTS ONLY)
214
345723
40
PVC PRIMER (PINTS ONLY)
215
345724
125
PVC "HOT GLUE', RETRO SEAL HOT 203 OR EQUAL
216
345719
20
PIPE COMPOUND, RECTOR SEAL
EACHI
NO BID I
9.00
pulled bid on wedge gate
EACHI
NO BID 1
9.00
valves bid error
EACH
286.00
275.00
6.38
EACH
370.00
375.00
8.67
EACH
575.00
580.00
9.96
EACH
895.00
NO BID
NO BID
13.41 853.41
EACH
1130.00
1100.00
15.06
EACH
357.00
EACH
PKG
16.16 350.88
EACHI
NO BID I
9.00
NO BID
EACHI
NO BID 1
9.00
2-
EACHI
NO BID I
12.00
NO BID
NO BID
NO BID 1
420.00
NO BID
EACHI
EACH
EACHI
EACHI
1,194.001
NO BID
NO BID
NO BID
NO BID
1 NO BID
I NO BID
I NO BID
107314
1 1 007.40
NO BID
NO BID
5.00
2.77
9.35
PINT
5.001
EACH
87.001
NO BID
1 125.59
4.48 1
EACH
PINT
NO BID
125.59
NO BID
EACH
EACH
8:
00"23MO'l
NO BID
NO BID
104.001
1
NO BID
EACH
PKG
0NNO
NO BID
BID
O BID
108.20
NO BID
NO BID
PINT
i. 4,001
5.471
10.21
PINT
5.00
2.77
9.35
PINT
5.001
3.63 I
9.35
PINT
J1 5.001
4.48 1
8.09
PINT
TDOI
10.251
17.19
Page 6 - MISC
STOCK EST.
NO BID
ITEM 4 # QTY.
DESCRIPTION
EACH
MISCELLANEOUS
217 100
ALLIANCE SERIES PLASTIC METER BOX W/LID
EACH I
21 5/16"X15 13/16 FOR ITRON ERTS W/AMR LOCATOR
11.001
ON SOLID PLASTIC LIDS, MODEL 1200 SBAMR
218 34-5800 600
PLASTIC LID FOR 1200 ALLIANCE SERIES FOR
32.50 21.89
ITRON ERTS W/AMR LOCATOR ON SOLID PLASTIC
EACH
LIDS, MODEL 1200SBAMR.LID
219 34-5801 200
PLASTIC BOX FOR 1200 ALLIANCE SERIES
EACH I
MODEL 1200
220 30
DFW PLASTICS 12 3/8" ROUND LID FOR ITRON
EACH I
ERTS W/AMR LOCATOR SLOT ON SOLID PLASTIC
11.50 1
LID, MODEL DFW-18 AMR -LID
221 30
DFW PLASTICS 16"X11" CEMENT BOX REPLACEMENT
LID FOR ITRON ERTS W/AMR LOCATOR SLOT
ON SOLID PLASTIC LIDS, MODEL DFW36SBSM-LID
222 25
ALLIANCE SERIES PLASTIC METER BOX W/LID
25 1/4 X 19 3/8" FOR ITRON ERTS W/AMR LOCATOR
ON SOLID PLASTIC LIDS, MODEL 1500.SBAMR
223 10
PLASTIC LID FOR 1500 ALLIANCE SERIES FOR ITRON
ERTS W/AMR LOCATOR ON SOLID PLASTIC LIDS,
MODEL 1500.SBAMR.LID
224 15
DFW PLASTICS 20" ROUND LID FOR ITRON ERTS W/
AMR LOCATOR SLOT ON SOLID PLASTIC LIDS
DFW-20-AMR-LID
225 10
PLASTIC BOX FOR 1500 ALLIANCE SERIES
225 30
MUSHROOM VALVE CAPS, 6"
226 20
JUMBO DOUBLE METER BOX, 1500 for dbl sery w/lids covers for loran ERTS
227 34-5900 30
HAND PUMP, BECKSON 136PF-6 only
"Items listed in these categories will be awarded by lots.
UNIT Act Municipal National Techline
EACH I
NO BID
17.00
13.15
EACH
NO BID
7.50
6.70
EACH I
NO BID 1
11.001
8.12
EACH I
NO BID IENNMJJ14.35
32.50 21.89
21.58
EACH
NO BID
31 Al
18.37 20.06
EACH I
NO BID 1
0 1
21.89
EACH I
NO BID I
11.50 1
9.31
EACH
NO BID
37.64
39.77
EACH
NO BID
24.00
12.72
EACH
NO BID
11.00
NO BID
EACH
NO BID
32.50 21.89
EACH
33.50
31 Al
NO BID
P6ugerville, Texas; Municipal Water Works, Royce City, Texas; National Waterworks, Austin, Texas; Techline, Austin, Texas
TOTAL ESTIMATED ANNUAL AMOUNT $152,963.34
No response
B20
Ferguson Waterworks
Master Meter
World Pipe, Inc.
James Jones Company
Agenda Item Check List
1
Financial Impact
Agenda Item: Water and Wastewater Pipe Fittings Bid Award
Agenda Item Subject: Consideration and possible action to award the annual bid for water
and wastewater pipe and fittings to various bidders in the estimated
amount of $152,963.00.
Is this a Capital Improvement O Yes 0 No
Project:
Council Date: 09/26/2006
link to Agenda database => 46
Need Help?
Was it budgeted? • Yes O No
Is it within the approved budgeted amount? • Yes O No
If not, where is the money coming from?
G/L Account Number
Amount Going to Council
Is there something (budgeted) that won't get
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's
budget?
If so, please explain.
Does this project have future revenue
impact?
Year:
If so, how?
Identify all on-going costs (i.e., insurance,
Water and Wastewater Operations Funds
$ 152,963.00
O Yes • No
O Yes • No
O Yes • No
Department:
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: O Yes 0 No
If so, what division(s)?
Prepared by: Glenn DishongDate: 09/19/2006
Agenda Item Checklist: Avoroved on 0911912006
pprovers
Titte
signed INotified
received
tatus Changed
Status
Jim Briggs
Assistant City
09/19/2006 09/19/2006
9/19/2006
09/19/2006
Approved
Jose Lara
Manager
09/19/2006 09/19/2006
9/19/2006
09/19/2006
Approved
Utility Financial
Analyst
Approval Cycle Settings
11
Council Meeting Date: September 26, 2006 Item No. 1 I 1
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to renew the contract with H. Deck Construction
Company, of Round Rock, Texas for the Water Main Repair & Water Service & Valve
Replacement for an amount not to exceed $250,000.00.
ITEM SUMMARY:
Bids were received on April 18, 2006 to cover water main repairs, water service, and valve
replacement on scheduled and unscheduled maintenance through the end of the 05-06 Fiscal Year
with an option to renew the contract at the bid unit prices upon mutual agreement for up to two
additional years. The initial term of the contract with H. Deck was recommended by the GUS Board
in its May 16, 2006 meeting. The City Council approved the contract in its May 23, 2006 meeting.
This contract has been utilized to achieve timely response to water main repairs, water
services and valve replacement when the in-house crews have a backlog or when the Water Dept is
not fully staffed. H. Deck has agreed to renew the contract at the bid unit prices for an additional
year from Oct 1, 2006 to Sep 30, 2007.
Therefore, staff requests a Council recommendation to renew the contract for Water
Main Repair & Water Service & Valve Replacement with H. Deck Construction Company for an
amount not to exceed $250,000.00.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
Funds for this contract service will come out of the Water Capital funds relating to water
maintenance as needed 660 -108 -5204 -BP.
COMMENTS:
ATTACHMENTS:
1. Engineer's Letter of recommendation
2. Bid tab
Submitted By: Glenn Dishong,
Water Services
Assistant Gify Manag
for Utility Operations
K�=A
RICK N. KASBERG, P.E.
R. DAVID PATRICK, P.E
THOMAS D. VALLE, P.E.
April 19, 2006
KASBERG, PATRICK & ASSOCIATES, LP
CONSULTING ENGINEERS
One South Main
Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail@kpaengmeers.com
Mr. Glenn Dishong
Water and Wastewater Systems Manager
City of Georgetown
300 Industrial Avenue
Georgetown, Texas 78626
Re: City of Georgetown
Utility General Contract
Water Main Repair and Water Service and Valve Replacement Contract
Dear Mr. Dishong:
Attached is the Bid Tabulation Sheet for bids received at 2:00 PM on Tudsday, April 18, 2006 for the
above referenced project.
There were five (5) plan holders and three (3) bids were received for the contract, with H. Deck
Construction Company the low bidder. H. Deck Construction Company has completed numerous
projects satisfactorily for the City of Georgetown. Several of these projects have involved work very
similar to this contract. As you are aware, this contract is for general services to be authorized by the
City of Georgetown on an as needed basis.
We have reviewed the current workload and construction history of H. Deck Construction Company as
well as contacted several references. As a result of our findings and the fact that they have
satisfactorily completed a number of projects for the City of Georgetown, we recommend that a
contract be awarded to H. Deck Construction Company for the budget amount that you desire. The
base and add alternate unit prices bid for the contract will be used for establishing the cost of each
individual work order for the City of Georgetown. If you have questions, please call.
Sincerely,
Thomas D. Valle, P.E.
TDV/
xc: Mr. Michael Hallmark., City of Georgetown
2005-144-30
,xoas.+.aad
BID TABULATION
CRY OF GEORGETOWN, TEXAS
Utility Geamt Climates
w.r., m..., u ....n w.a o -...n v
lin. 11 rarro'llic- I PINI i ANn .N .... a. Dx`cr x.A.1
Bem
No
Errimarrl
inn
uI25
U.n
Bid Dao
Dom tion
Un0
Price
EaindM
Amaunr
B D" INFOAMATION
EaaWed
Amount
Urn
Pelee
ExnndM
IX11=
M.1
101230.0
LF
Apri 19, 20062:00:00 PM
R0un Cam+nam
2,750.70 S
Auann UndeRaneid, Ins.
I.evro Conlaidom Inc.
20.0 S
2 5m.00
M-2
3001ndunrial Avenue, Georgary-, TX 78626
1601 Oxford Blvd
P.O. Boa 56W
P.O. Box 2623
7 80.00
BASE BLD
15,000.00
30.00
Round Rock Texas 78661
Lao Vista Texas 78645
Batsman, Texas 78605
hem
&imored
Unir
Bud Dna
Unir
Enendai
Uml
Evanded
Unit
E.vended
No
Ous.n.
26.00
Due nen
Pace
AmOunr
Price,
Amount
PNce
Amaunr
1
12
EA
Mobilization to'Job sits(s) as nutueltalb the City S
350.00
S 0200.00 S
5000.00 5
60,000.00 S
10000.00 S
12000000
2
50
EA
tic lace existing single residential water service, including Main Line Tap, Filings, Meta, Box
925.00
x6,250.00
2,500.00
125,000,0
2,000.00
100.00.00
and Connector or Mean and excluding 2 inch Service Line
3
15
EA
Rapbce existing double residential water service. including Main Line Tap, Finings, Meter Box
925.00
13,875.00
2,200.00
33.000.0
1,95000
29.250.00
and Cenneco. to Meta and excluding 2 -inch Service Line
4
2,000
LF
Instill 2• Service Line weird. Existing Roadway, required M canticle Rrylacerent of
71.00
142,000.00
4S.00
90.00.00
70.00
140,00000
Residmtia Water Services detailedin Bid 1tuns 2 and 3
5
1,000
LF
.still 2'Service Line behind exatin3 Back ofCurb, required mcompleae Raplacereraf
12.00
12,000.00
30.00
70,000.00
40.00
40,000.00
Residattid Wale Services demilad in Bid Iters 2 and J
6
5
EA
Maio Line Point av of Ezistin 4" Water Main via Ml Sleeve
850.00
4,250.00
5800.00
29.0011M
2150.00
11.75000
]
5
EA
Main Linc Poing R T of E.istix 6• wider more via MI Slave
1 325.0
6625M
5,900.00
29 500.00
2,900.00
l4 500.00
8
10
EA
Main Li.e Point R air ofExisain 8' wan Main via MI Sleeve
1,200.00
12000.00
6000.00
60000.00
3,500.W
35 000 W
9
S
EA
Main line Poioa Rc airofEaistin 10"Warn Main vt M7 Sleeve
4500.00
6,100.00
10500.00
4,300.00
21500.00
t0
5
EA
Main Line Point Re air of Eaistin 12" Water Main via W Sleeve
:W.W
1 810.00
9250.00
6700.00
33 500.00
5 5mim
2] 500.00
11
50
LF
R placements of Existing 4"Water Man Scmal
21.00
1050.00
120.00
6000.00
47.00
2 50.00
12
50
LF
ft Iacanent of Exisnn 6"Water Main Sc cm
28.00
1400.00
140.00
7000.00
59.00
2950.00
U
150
LF
R lace iof E.mc 8" Wamr Main Satirical
3]00
4950.00
200.00
30000.00
65.00
9750.00
N
so
LF
R lacement of Eamni 10" Water Main Se mem
3S.00
1750.00
300.0
IS.M.00
9CM
490000
IS
50
LF
R lacement ofEarin 12' Water Main Se ext
37.00
1850.00
allow
20,000.00
1i's N
6750.00
16
5
- EA
0.ep12cement of Existing a- Gate Valve, including applicable Pipe Spools,Finings&Disposalo
975.00
1,87500
3.300.00
I6,5mo0
3.500.00
17.500.00
Eaimn Valves
17
S
Aeplacanem of Existing 6• Gate Valve including applicable Pipe Spools, Fittings & Disposal of
1,650.00
8,250.00
3.900.00
19,500.00
4,100.00
20.500.0
Existin Valves
Is
to
EA
Replacement offixisang 8 -Gate Vave,includog applicable Pipe Spools, Finings&Disposal o
1,75000
17100.00
4.100.00
41,000.00
5.000.00
50.00000
Ezunaw Valves
19
5
EA
RWtwement Of Eaimng 10- Gate Valve, including applicable Pipe Spools, Finings & Disposal
1150.m
9150.00
4,40om
22,000.00
6,850.0
34,25000
0l Exisina, Valves
20
5
EA
Asplaccment of Exianng 12" Gate Valve, including applicable Pipe Spools, Futurist &Disposal
2,400.00
12.00.00
4,80000
24,000.00
7,600.00
31,000.00
of Existin. Valva
21
5
EA
R<Iavcmc.i of F -un Fin, H 1Asserbl hoar branch ofExistina Ta
39mm
19500.0
6000.00
30000.00
5650.0
28250.00
22
5
EA
Repl.cance, of Exurbia Fire 11onIV
220000
11000.0
4,80000
24000.00
34400.00
171100.00
23
I'M
SY
& Insall Sr Augvsinc or Barris. Grass Soddme Including Wadies an Sustain
Gr
4.50
4,500.00
4.00
4.000.0
1000
10.000.00
t.ah
21
2600
SY
Vision Loamin &Sadism including vataina to sustain growth
2.50
650000
3.75
9,]50.00
8.50
22100.00
25
250
CY
Placing Plowable Fill per Standard Details for Miscellaneous Repairs within the Existing
adwa xeledl. 2"Semee tine
7000
17,500.00
130.00
32,5;.00
110.00llt,
37,100.00
TOTAL. BANE ID ONmc 1- 251
1
1 376.82S.0l) I
I s
lin. 11 rarro'llic- I PINI i ANn .N .... a. Dx`cr x.A.1
Bem
No
Errimarrl
inn
uI25
U.n
Bid Dao
Dom tion
Un0
Price
EaindM
Amaunr
Unfr
Ptce
EaaWed
Amount
Urn
Pelee
ExnndM
IX11=
M.1
101230.0
LF
Rerave and Replace Contac Curb and Gu3n
S 22.00 1
2,750.70 S
60.00 S
7,5m.m S
20.0 S
2 5m.00
M-2
100
SY
Remove and Re lace Concrete Dovewa ineludin saw -cutin limns
78.00
7 80.00
150.00
15,000.00
30.00
8,000.00
AA -3
50
SY
R.ve MR lace Coanete Sidwalk includin saw<ottin Ibnies
73.00
3,650.00
170.00
6500.00
75.00
3,750.00
AA>
1.000
SY
Asphalt Ovaby, inauding necessary saw -cut and asphah removal to allow for smooth
at ' it t
26.00
26,000.00
45.00
45,000.00
90.m
90.m0.m
TOTAL BID AMOUNT alams AA -1 -M -q
S nnnnn402WW 4, I 104 5000
BID 5 MMABY
BASE BID AMOUNT
S 316825.00 5
if
821,750.00 S
BSI 300.00
OD ALT NA M AMOUNT than. -I
40 00.00 I
74.M.00
101230.0
Did Bidder Acknowled eAddenda No. 11
YES YE5
YES
Did Bidda include the Canfi".r• of Resolution and Aud ori .
YINS
YES
\pyglyltrr
_`�\
Kabag, Patrick & Associates, LP
rI
,[
Oda
Thomas, D. Valk, P.E
ir1jt11111\U\\����_
pp+p 1
Agenda Item Check List
Financial Impact
Agenda Item: Water Services Repair Bid Award for FY 06-07
Agenda Item Subject: Consideration and possible action to renew the contract with H. Deck
Construction Company, of Round Rock, Texas for the Water Main
Repair & Water Service & Valve Replacement for an amount not to
exceed $250,000.00.
Is this a Capital Improvement O Yes 0 No
Project:
Council Date: 09/26/2006
link to Agenda database =>
Need Help?
Was it budgeted? 0 Yes O No
Is it within the approved budgeted amount? 0 Yes O No
If not, where is the money coming from?
G/L Account Number 660 -108 -5204 -BP
Amount Going to Council $ 250,000.00
Is there something (budgeted) that won't get O Yes 0 No
done because you are spending these funds?
If so, please explain.
Will this have an impact on the next year's Yes 0 No
budget?
If so, please explain.
Does this project have future revenue ) Yes • No
impact?
Year: Department:
If so, how?
Identify all on-going costs (i.e., insurance, N/A
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: O Yes 0 No
If so, what division(s)?
Prepared by: Glenn DishongDate: 09/19/2006
Agenda Item Checklist: Approved on 0911912006
provers
Title
signed
lNotified
Received Status Changed
Status
Jim Briggs
Assistant City
09/19/2006
09/19/2006
9/19/2006 09/19/2006
Approved
Jose Lara
Manager
09/19/2006
09/19/2006
9/19/2006 09/19/2006
Approved
Utility Financial
Analyst
Approval Cycle Settings
f -
Council Meeting Date: September 26, 2006 Item No. rd• -
AGENDA ITEM COVER SHEET
SUBJECT:
Discussion and possible action on issues regarding the City's solid waste disposal
contract.
ITEM SUMMARY:
Staff has met with representatives of Texas Disposal Systems (TDS) over the last several
weeks and is recommending a course of action that would delay approval of a new contract for
six (6) months.
Attached is a power point presentation that outlines the concerns and objectives
regarding the contract. Staff will present this information and provide greater insight during the
meeting.
SPECIAL CONSIDERATIONS:
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for Council approval at the September
20, 2006 GUS Board meeting.
FINANCIAL IMPACT:
COMMENTS:
ATTACHMENTS:
Power Point
Submitted By: / Jim
for Utility Operations
Council Meeting Date: September 26, 2006
AGENDA ITEM COVER SHEET
Item No. V*V' 14
SUBJECT:
Consideration and possible action to award the contract for
the 2006 Street Overlay project to H. Deck Construction, of Round
Rock, Texas and to set a project budget of $1,400,000.00.
ITEM SUMMARY:
Bids were received on August 22, 2006 for the 2006 Street
rehabilitation project. The engineer's estimate for this project
was $1,400,000.00. Of the six contractors that picked up plans
for this project, only two bid on the job. After reviewing the
base bids and add alternate bids, the low bid was received from
H. Deck Construction Company for the base bid of $1,094,330.00
and an add alternate bid of $146.650.00. The bid is within the
existing budget.
SPECIAL CONSIDERATIONS:
NONE
GUS BOARD RECOMMENDATION:
This item was recommended by the GUS Board for the Council
approval at the September 20, 2006 GUS Board meeting.
FINANCIAL IMPACT:
2005/2006 funds for these street improvements have been rolled
into the 06/07 budget. Pending approval of the new budget, these
funds are proposed to be used from account #s
203-101-6091-00
203-101-6093-00
203-101-6090-00
651-101-6102-00 add alternate for wastewater utility work
COMMENTS:
None
ATTACHMENTS:
1. Engineer's
2. Bid Tab
3. Map showing
letter of recommendation
proposed improvements
Submitted By: ' Mark Miller
Transportation Services
Manager
for Utility
KAKASBERG, PATRICK & ASSOCIATES, LP
CONSULTING ENGINEERS
One South Main
Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mail®kpaengimers.com
RICK N. KASBERG, P.E.
R. DAVID PATRICK, P.E.
THOMAS D. VALLE, P.E.
August 28, 2006
Mr. Joel Weaver
CIP Coordinator
City of Georgetown
300 Industrial Avenue
Georgetown, Texas 78626
Re: City of Georgetown
2006 Street Overlays
Georgetown, Texas
Dear Mr. Weaver:
Attached are the Bid Tabulation Sheets for the bids received at 2:00 PM on Tuesday, August 22,
2006 for the above referenced project.
This project publicly advertised on August 9" and August 13m. We e-mailed and faxed invitations to
bid to over fifty (50) contractors and personally called over twenty (20) contractors to solicit bids for
the project. Six (6) contractors held plans for bidding the project and there were four (4) contractors
that attended the pre-bid conference. Of the six contractors holding plans on the project, four were
no -bid. Two contractors submitted bids for the project and we have determined that H. Deck
Construction Company is the low bidder with a base bid of $1,094,330.00 and an add alternate bid
of $146,650.00. After reviewing all base bid parts and the add alternate, we recommend that you
award a contract to H. Deck Construction for the base bid and add alternate in the amount of
$1,240,980.00. Our estimate for this project was $1,400,000.
We have reviewed the current workload and construction history of H. Deck Construction Company
as well as contacted several references. As a result of our findings and the fact that they have
satisfactorily completed a number of projects for the City of Georgetown, we recommend that a
contract be awarded to H. Deck Construction Company for the base bid and add alternate bid in
the amount of $1,240,980.00. If you have questions, please call.
Sincerely,
R. David Patrick, P.E.
RDP/rdp/enclosure
2006-120-40
BID TABULATION 2006-12040
CITY OF GFA `OWN, TEXAS
2006 Street Rehabilitation Project
August 22, 2006 2:00 PM
300 Industrial Avenue; Georgetown, TX 78626
PART A - PARKER DRIVE
Estimated
uarai
BIDDER INFORMATION
H. Deck Conslructlou
1601 Oxford Blvd
Round Rock, TX 78232
Aaron Concrete Contractors, LP
P. O. Box 27107
Austin, TX 78755
(tem
No.
Ertdmoted
0. ,'d
Unit
Bid Data
Descri tion
Unit
Price
Extended
Amount
Unit
Price
Extended
Amount
A-1
100%
IS
Mobilization, Bonds & Insurance
$ 11,900.00
$ 11,900.00
$ 28,000.00
$ 28,000.00
A-2
100%
IS
Control Plan for Vehicular & Pedestrian Traffic
750.00
750.00
3,000.00
3,000.00
A-3
100%
IS
Barricades & Trafic Control Plan Implementation
1,000.00
1000.00
4,000.00
4,000.00
A4
100%
IS
Video Taping Prcdmt Site Before the Start of Construction
1,000.00
1,000.00
1,500.00
1,500.00
A-5
3,700
LF
Remove & Dispose of Existim Curb & Gutter
9.00
33,300.00
10.00
37,000.00
A-6
3,700
LF
Furnish & Install Standard Curb & Gutter as Shown in Plans
13.00
48 100.00
21.00
77,700.00
A-7
5,500
SY
m
Furnish & Install 2" Type "D" HMAC Overlay, w/petroleuspot sealer, Asphalt Crack Filler,
and Tack Coat
9.00
49,500.00
10.20
56,100.W
A-8
55
TN
Furnish & Install Type "D" HMAC Level Up
100.00
5,500.00
115.00
6,325.00
A-
I
SY
Be ads or St. Au tine S
Furnish & Instal:;am
6.00
7,200.00
5.00
6,000.00
A-10
5,500
SY
Cement StabilizaAccordance with TxDOT Item 275 of the 1993 Texas Standard
S cificadons, aDetermined b E i�xr in FieldA-11
9.00
49,500.00
12.00
66,000.00
18,00.0
410
SY
emove & Re lewa s
55.00
22,550.00
137.00
,170.00A-12
2(10
SY
Conswctin Vater with Concrete Radius Units as Shown on Plans
55.00
11 000.00
85.00
I7 000.00
BID AMOUNT - PART A - PARKER
DRIVE (Items A-1 - A -I2)
$ 141,300 W
$ 358 795.0
PART B - OAK LANE
Item
N.
Estimated
uarai
Unit
Bid Data
Description
Unit
Price
Extended
Amount
Unit
Price
Extended
Amount
B-1
10%
LS
Mobilization Bonds & Insurance
$ 3,80.0 $
3,80-0
$ 10,00.0 $
10,00.0
B-2
10%
IS
Control Plan for Vehicular & Pedestrian Traffic
750.0
750.0
3,00.0
3.000.00
B-3
10%
LS
Barricades & Trafic Control Plan Implementation
1,00.0
1,00.0
4,00.0
4,00.0
B4
10%
LS
Video Tafficut Pro'ect Site Before the Stan of Construction
1,00.0
100.0
1,500.0
1,500.00
B-5
1,400
LF
Remove & Dispose of Existing Curb & Gutter
9.0
12 600.0
12.0
16.800.00
B-6
560
LF
Furnish & Install Standard Curb & Goner as Shown in Plans
13.0
7,280.0
25.0
14,00.0
B-7
880
LF
Furnish & install Mountable Curb as Shown in Plans
12.0
10,560.0
25.0
22,00.0
B-8
2,00
SY
Furnish & Install 2" Type "D" HMAC Overlay, w/petroleum spot sealer, Asphalt Crack Filler,
and Tack Coat
9.0
18,00.0
10.20
20,40.0
B-9
1 20TN
Furnish & Install T "D" HMAC Level U
10.0
2,0.
00
115.0
00
2,3.
B-10
450
BY
Famish & Install Bermuda or St. Augustine Sodding
6.0
2,70.0
8.0
3,600.00
B-11
2,00
SY
Cement Stabilization in Accordance with TxDOT Item 275 of the 1993 Texas Standard
cifications Locations Determined by En ineer in Field
9.0
18,00.0
16.0
32,00.0
BID AMOUNT - PART B - OAK LANE (Items B-1 - B -I1)
L$77 6 X.00 II i $ z9 600 w it
Pape I of 5
Sanitation Services Plan
❑ Current Contract with Texas Disposal Service
Negotiated in 1998
■ Based on "Quality of Service"
■ Cost not highest priority
❑ Customer Counts
1997/98-
2006/07-
Sanitation Services Growth
17,000 - ------
15,000
13,000 -
11,000 -
9,000
7,000
5,000
t-0 Ile re re e
--$--Garbage Accounts
—*—Annual % Change
9.5%
8.5%
7.5%
6.5%
5.5%
4.5%
3.5%
2.5%
Sanitation Services Plan
❑ Rate increase needed to provide existing service
a Landfill maintenance costs must be addressed
❑ Develop plan to renew contract with TDS
❑ Review all existing contract services
❑ Involve public in determining service levels
■ Team of staff to facilitate process
❑ Ensure contract meets community needs and
expectations
Create Focus Groups
❑ Desired levels of service
❑ Community standards
to determine:
■ Have standards changed since 1998?
❑ Cost benefit
■ What is maintaining that standard worth?
❑ Attitudes toward conservation & recycling
Focus Groups to include:
❑ Sun City
❑ Small Business
❑ Large Commercial
❑ Developers/Builders
❑ Heart of Georgetown —
Old Town
❑ Churchill Farms HOA
❑ Oakcrest HOA
❑ Berry Creek HOA
❑ City Department
Streets
Parks
Utilities
Questions include:
❑ Is once a week pick-up enough?
❑ What about the volume of waste created in the
City?
❑ Does
it matter
where the cart
or bin is left?
❑ Cost
issues....
How much is
"too much" to pay?
■ Cost verses services
❑ How important is bulky waste pickup?
❑ What about "pay as you throw"?
1
Project Timeline
❑ October — December
Focus Group Meetings
❑ January - Final Focus Group Meeting
Representatives from each individual group
❑ February — Negotiate contract with TDS
Utilizing information gathered from Focus Group
process
❑ March — Finalize Contract/Approve revised
rates needed to support new contract
Other Issues:
❑ Recycling Grant — expires March 31, 2007
op Proceed with roadwork and purchase of bailor
❑ Hold annual Hazardous Household Waste day
■ Scheduled for November 18, 2006
❑ Fence the landfill area
■ Paid from previously allocated funds
❑ Staff to review TDS financials
■ Ability of TDS to go month to month until March
at same rate
Next Steps
❑ GUS Board makes recommendation for Council
to accept Sanitation Services Plan
❑ Focus Groups are contacted
■ Meetings are scheduled & held at either GMC or Fire
Station 4.
y
Council Meeting Date: September 26, 2006
AGENDA ITEM COVER SHEET
Item No. (. G 6
SUBJECT:
ORDINANCE OF THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS DENYING THE RATE
INCREASE PROPOSED BY THE ATMOS ENERGY CORPORATION, MID-TEX DIVISION; REQUIR NG THE
REIMBURSEMENT OF MUNICIPAL RATE CASE EXPENSES; FINDING THAT THE MEETING COMPLIES
WITH THE OPEN MEETINGS ACT; MAKING OTHER FINDINGS AND PROVISIONS RELATED TO THE
SUBJECT, AND DECLARING AN EFFE=E DATE. SECOND READING
ITEM SUMMARY:
On May 31, 2006, Atmos Energy Corporation ("Atmos" or "Atmos Energy') filed a rate filing package with the
City Secretary to increase rates by approximately $73 million. Prior to the Atmos' rate filing, the City adopted a
show cause resolution asking Atmos to show cause why its rates should not be reduced.
The City joined a coalition of cities known as the Atmos Texas Municipalities ("ATM"). ATM hired rate
experts to evaluate and make recommendations regarding the Atmos rate filing.
With regard to evaluating the rate increase requested of Atmos Energy, requests for information, requests
for documents and depositions of Atmos witnesses have been on-going at the Railroad Commission. This is the
most efficient method of conducting discovery instead of on a city -by -city basis. Written discovery will conclude
on September 15, 2006. Not until discovery is finally concluded is it possible to make final recommendations but,
at this stage, it does appear that Atmos is not entitled to an increase in rates.
Atmos has proposed a radical change in rate design. The proposed customer charge is increased 41% over
,he current customer charge for residential customers. For base rates, Atmos proposes that the first 3 Mcf be
tcreased by 57% while cost of gas above that amount be decreased by over 200%. In other words, the more gas a
customer uses, the cheaper the rate. The rate design proposed by Atmos promotes consumption and waste of a
very finite natural resource. It also means that low use residential customers will be hit the hardest by the
proposed increase in rates.
Atmos has repeatedly failed to provide cost information prior to the acquisition on October 1, 2004 of TXU
Gas Company assets even though Atmos has an agreement with TXU that such information would be transferred
to Atmos. The failure to provide the pre -October 1, 2004 information has made it more difficult to analyze the
reasonableness of requested costs and expenses.
The ATM Cities recommend that the Council deny the requested increase in rates and that rates be set in a
manner that will not be unfair to low use customers or be set in a manner which encourages the wasteful
consumption of natural gas.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
NONE
NONE
ATTACHMENTS:
Agenda Informatio,)Wand Ordinance
Submitted By:
for
AGENDA INFORMATION SHEET
DENIAL OF ATMOS ENERGY RATE
INCREASE REQUEST
BACKGROUND
On May 31, 2006, Atmos Energy Corporation ("Atmos" or "Atmos Energy") filed
a rate filing package with the City Secretary to increase rates by approximately $73
million. Prior to the Atmos' rate filing, the City adopted a show cause resolution
asking Atmos to show cause why its rates should not be reduced.
The City joined a coalition of cities known as the Atmos Texas Municipalities
("ATM"). ATM hired rate experts to evaluate and make recommendations
regarding the Atmos rate filing.
DENIAL OF RATE INCREASE IS MOST APPROPRIATE AT THIS TIME
With regard to evaluating the rate increase requested of Atmos Energy, requests for
information, requests for documents and depositions of Atmos witnesses have been
on-going at the Railroad Commission. This is the most efficient method of
conducting discovery instead of on a city -by -city basis. Written discovery will
conclude on September 15, 2006. Not until discovery is finally concluded is it
possible to make final recommendations but, at this stage, it does appear that
Atmos is not entitled to an increase in rates. Below are a few highlights of some of
the glaring errors in Atmos' filing.
In summary, they are:
❖ Request for Excessive Rate of Return
Request to artificially decrease debt and increase equity
❖ Request for excessive levels of GRIP (infrastructure adjustments)
❖ Radical change in rate design for residential customers to promote
waste of natural gas and shift costs to low use customers
PROPOSED RATES PROMOTE WASTE AND HIT LOW USE
CUSTOMERS THE HARDEST
Atmos has proposed a radical change in rate design. The proposed customer
charge is increased 41% over the current customer charge for residential
customers. For base rates, Atmos proposes that the first 3 Mcf be increased by
57% while cost of gas above that amount be decreased by over 200%. In other
words, the more gas a customer uses, the cheaper the rate. The rate design
proposed by Atmos promotes consumption and waste of a very finite natural
resource. It also means that low use residential customers will be hit the hardest by
the proposed increase in rates. Below is a chart showing what the rates look like
for the first 3 Mcf of consumption.
RESIDENTIAL
RATES
Charge
Current
Proposed
% Increase
Customer Charge
$9.00
$13.50
GRIP Adjustments
0.58
0
Total
$9.58
$13.50
41%
0 - 1.5 Mcf
$1.239/Mcf
$3.546/Mcf
1.5 - 3 Mcf
$1.239/Mcf
$0.346/Mcf
Total
$2.478
$3.892
57%
ATMOS MISUSED THE GAS RELIABILITY INFRASTRUCTURE
PROGRAM ("GRIP")
Atmos has increased the customer charge during the last 18 months by over $1.00
per month for residential customers and by more than $3.68 per month for
commercial customers for its Gas Reliability Infrastructure Program ("GRIP")
adjustments. The GRIP adjustments were to be instituted solely for the purpose of
providing for safety and reliability infrastructure (pipeline) improvements between
general rate cases. Instead, Atmos has included in GRIP costs which have nothing
to do with infrastructure improvements, like the purchase of new computers, office
furniture, signage for trucks and other vehicles and telecommunications systems.
2
ATMOS' REQUESTED RATE OF RETURN IS TOO HIGH
Atmos is requesting a return on equity ("ROE") of 11.5%. From the analysis so far
by the City's rate expert, a return at this level is far off the mark. In the most
recent Atmos case, the Georgia Public Service Commission decided that the
reasonable rate of return should be 10.12% for Atmos. This is more than 135 basis
points less than what Atmos is asking for in the current rate case.
Atmos is also trying to raise its rates by claiming that regulators should ignore how
much debt it has, but instead, it is asking regulators to treat some of its debt as
equity. The cost of debt is much cheaper (5% - 6%) than the cost of equity (9% -
10.5%). By artificially inflating the cost of equity, the overall return on investment
is increased, thus, making the rate increase request considerably larger than it
should be.
FAILURE TO PROVIDE INFORMATION
Atmos has repeatedly failed to provide cost information prior to the acquisition on
October 1, 2004 of TXU Gas Company assets even though Atmos has an
agreement with TXU that such information would be transferred to Atmos. The
failure to provide the pre -October 1, 2004 information has made it more difficult to
analyze the reasonableness of requested costs and expenses.
RECOMMENDATION
The ATM Cities recommend that the Council deny the requested increase in rates
and that rates be set in a manner that will not be unfair to low use customers or be
set in a manner which encourages the wasteful consumption of natural gas.
3
ORDINANCE NO.
ORDINANCE OF THE CITY COUNCIL OF THE CITY OF
GEORGETOWN, TEXAS DENYING THE RATE
INCREASE PROPOSED BY THE ATMOS ENERGY
CORPORATION, MID-TEX DIVISION; REQUIRING THE
REIMBURSEMENT OF MUNICIPAL RATE CASE
EXPENSES; FINDING THAT THE MEETING COMPLIES
WITH THE OPEN MEETINGS ACT; MAKING OTHER
FINDINGS AND PROVISIONS RELATED TO THE
SUBJECT; AND DECLARING AN EFFECTIVE DATE.
WHEREAS, Atmos Energy Corporation — Mid -Tex Division ("Atmos") filed a
Statement of Intent with the City of Georgetown, Texas ("City") on May 31, 2006 to increase its
system -wide, annual revenue requirement, by approximately $73 million; and
WHEREAS, the City is a regulatory authority under the Gas Utility Regulatory Act
("GURA") and under §103.001 of GURA has exclusive original jurisdiction over Atmos' rates,
operations, and services of a gas utility within the municipality; and
WHEREAS, the original effective date for the Atmos rate increase request was July 5,
2006, the City has suspended the effective date for the City to take final action until October 3,
2006; and
WHEREAS, the City, acting in concert with other cities known as the Atmos Texas
Municipalities ("ATM"), has employed rate experts to review the testimony, schedules,
workpapers and other documents provided by Atmos in its Statement of Intent and in response to
discovery requests; and
WHEREAS, the City's rate experts have reviewed thousands of pages of the books and
records of Atmos and the review is on-going; and
Ordinance No.
ATMOS — Rate Increase Denial
Page 1 of 4
WHEREAS, based upon the review of the rate experts the request to increase rates
should be denied.
NOW THREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
GEORGETOWN, TEXAS THAT:
PART 1. FINDINGS
(A) On May 31, 2006, Atmos filed a rate filing package with the City based on a test
year ending December 31, 2005, seeking to increase rates by $73 million with a proposed
effective date of July 5, 2006 which was suspended to October 3, 2006.
(B) Based on Company -provided information, Atmos' proposal would result in an
average monthly increase per customer within the City as follows:
Residential - $4.02 or approximately 5.36%
Commercial - $17.16 or approximately 5.25%
Industrial - $7.10 or approximately .21%
(C) The City has exclusive original jurisdiction under the Gas Utilities Regulatory
Act, Texas Utilities Code § 103.001 to evaluate Atmos' proposed rate increase.
(D) The City has joined a coalition of cities, known as Atmos Texas Municipalities
("ATM").
(E) ATM has hired experts to evaluate and make recommendations regarding the
proposed rate increase.
(F) While ATM's experts will not conclude their investigation until September 15,
2006, based on current information, they recommend that Atmos is not entitled to an increase in
rates.
(G) These experts have determined that the rate increase proposed by Atmos is not
just and reasonable based on the following:
The request seeks an excessive rate of return of 11.5%;
the request artificially decreases debt and increases equity;
the request seeks excessive levels of infrastructure adjustments for its Gas
Reliability Infrastructure Program ("GRIP"); and
Ordinance No.
ATMOS — Rate Increase Denial
Page 2 of 4
the request proposes a radical change in rate design for residential customers,
which promotes waste of natural gas and shifts costs to low use customers.
(H) The 11.5% rate of return proposed by Atmos is 135 basis points more than the
10.12% rate of return considered to be reasonable in Atmos' most recent rate case before the
Georgia Public Service Commission.
(I) Atmos' proposal treats some of its debt (at a cost of 5% to 6%) as equity (at a cost
of 9% to 10.5%), artificially inflating the cost of equity and thereby increasing the overall return
on investments and making the rate increase request considerably larger than justified.
(J) Contrary to the plain language and intent of the Gas Utilities Regulatory Act,
Texas Utilities Code §104.301, some of the GRIP adjustments proposed by Atmos have nothing
to do with capital investment for infrastructure improvements related to safety and reliability.
Instead GRIP adjustments include the purchase of new computers, office furniture, signage for
trucks and other vehicles and telecommunications systems.
(K) Atmos has proposed a rate design that unjustly shifts costs of the proposed
increase to low use residential customers by increasing the residential customer charge and base
rate cost for the first 3 Mcf of usage. In turn, Atmos has proposed to dramatically decrease the
cost of gas above 3 Mcf thereby promoting consumption and waste of a finite natural resource as
demonstrated in the chart below.
RESIDENTIAL RATES
Charge
Current
Proposed
% Increase
Customer Charge
$9.00
$13.50
GRIP Adjustments
0.58
0
Total
$9.58
$13.50
41%
0 - 1.5 Mcf
$1.239/Mcf
$3.546/Mcf
1.5 - 3 Mcf
$1.239/Mcf
0.346/Mcf
Total
$2.478
$3.892
57%
(L) The failure of Atmos to provide cost information related to assets of TXU Gas
Company prior to the acquisition by Atmos on October 1, 2004, has made it difficult to analyze
the components and reasonableness of the requested costs and expenses.
Ordinance No.
ATMOS — Rate Increase Denial
Page 3 of 4
I.
(M) The meeting at which this ordinance was approved was in all things conducted in
strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551.
PART 2. Based upon the foregoing findings the rate increase proposed by Atmos and filed with
the City on May 31, 2006, is denied.
PART 3. Atmos is directed to reimburse all municipal rate case expenses incurred by the City in
relation to the filing.
PART 4. A copy of this ordinance shall be sent to Mr. Richard Reis, Atmos Energy
Corporation, 5420 LBJ Freeway, Suite 1800, Dallas, Texas 75240 and to Mr. Jim Finley, City
Attorney, City of Longview, Texas, at fax number 903-239-5539.
PART 5. The Mayor is hereby authorized to sign this ordinance and the City Secretary
to attest. This ordinance shall become effective in accordance with the provisions of the Charter
of the City of Georgetown.
PASSED AND APPROVED ON FIRST READING on this day of September, 2006.
PASSED AND APPROVED ON SECOND READING on this day of September, 2006.
ATTEST: THE CITY OF GEORGETOWN
Sandra Lee, City Secretary
APPROVED AS TO FORM:
Patricia E. Carls
BROWN & Carls, LLP, City Attomey
Ordinance No.
ATMOS — Rate Increase Denial
Page 4 of 4
Gary Nelon, Mayor
Council Meeting Date: September 26, 2006 Item No. 051�1�
AGENDA ITEM COVER SHEET
SUBJ CT:
SECOND READING of an Ordinance of the City Council of the City of Georgetown,
Texas, repealing and replacing Chapter 13.10 of the City of Georgetown Code of
Ordinances relating to "Utility System Improvements"; repealing conflicting ordinances
and resolutions; including a severability clause; and establishing an effective date.
ITEM SUMMARY:
The staff contracted with Camp Dresser and McKee (CDM) in 2005 to begin the
review of the City's existing sewer policies and to recommend changes to: 1) promote the
use of organized collection systems and, 2) limit the proliferation of septic systems over the
environmentally sensitive Edwards Aquifer Recharge zone.
Recommended policy changes encompassing the UDC and the Code of Ordinances
were presented to the GUS Board on October 18, 2005. The changes to the UDC were
approved in the most recent change cycle. The changes to Chapter 13.10 of the Code of
Ordinances were made to simplify the language and to make the policy consistent with the
UDC.
ATTACHMENTS:
New copy of Chapter 13.10 Ordinance
Exhibit A
Submitted By: Glenn Dishong
Water Services
Manager
Assistant City Manag
for Utility Operations
F- �---
ORDINANCE. NO.
•
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF
GEORGETOWN, TEXAS, REPEALING AND REPLACING
CHAPTER 13.10 OF THE CITY OF GEORGETOWN CODE OF
ORDINANCES RELATING TO "UTILITY SYSTEM
IMPROVEMENTS;" REPEALING CONFLICTING ORDINANCES
AND RESOLUTIONS; INCLUDING A SEVERABILITY CLAUSE;
AND ESTABLISHING AN EFFECTIVE DATE.
WHEREAS, the City of Georgetown operates a water, wastewater, irrigation, and
drainage utility in the City limits to protect the health and safety of its citizens; and
WHEREAS, the City has reviewed the policies related to City's the water, wastewater,
irrigation, and drainage utility and found that they need to be updated and revised in order
to accurately reflect current policies and practices of the City.
NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF GEORGETOWN, TEXAS THAT:
SECTION 1. 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 implements the Century Plan as follows:
1. Policy End 12.00 in the Utilities / Energy element, which states: "City owned,
sponsored or managed utilities provide safe, adequate and reliable services to all
customers."
2. Focus End 12.02 in the Utilities / Energy element, which states: "City water and
wastewater customers in all certified areas receive services which exceed state and
federal standards."
3. Policy End 14.00 in the Finance element, which states: "All municipal operations
are conducted in an efficient business -like manner and sufficient financial resources for
both current and future needs are provided."
4. Focus End 14.01 in the Finance element, which states: "Each utility system is a
self -supported operation that provides a desirable and affordable level of service."
5. Focus End 14.03 in the Finance element, which states: "The City's utility rates are
competitive with surrounding communities and with the statewide and national averages
for comparable utility systems."
Ordinance No.
New Chapter 13.10 — Utility System Improvements
Page 1 of 4
Patricia E. Carls, Brown & Carls, LLP
City Attorney
Ordinance No.
New Chapter 13.10 — Utility System Improvements
Page 2 of 4