Loading...
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