HomeMy WebLinkAboutAgenda CC 11.23.2004Notice of Meeting of the
Governing Body of the
City of Georgetown, Texas
Tuesday, November 23, 2004
The Georgetown City Council will meet on Tuesday, November 23, 2004 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 library's 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
- Pending or Threatened Litigation
- Brazos River Authority regarding Operations and Maintenance of the Stillhouse Raw Water Pipeline
- E.O. Sharp Butane Co., Inc. v. City of Georgetown, Texas, Cause No. A -04 -CA -299 -SS, in the United States District
Court, Western District of Texas, Austin Division
- Legal issues related to proposed MUD #15; Del Webb/Pulte Northern Lands
- Legal Advice Regarding Agenda Items and other Matters
B Sec.551.072: Deliberation on Real Property
- Consideration and possible action concerning right-of-way acquisition for the proposed SH 29/Rivery connector road.
C Sec.551.087 Economic Development
- Discussion or deliberation regarding commercial or financial information that the City has received from a business
prospect that the City seeks to have locate, stay, or expand in or near the territory of the City and with which the City is
conducting economic development negotiations
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 Counciimember, or the City Manager for any purpose authorized by the Open Meetings Act,
Texas Government Code Chapter 551.)
Call to Order
E Pledge of Allegiance
Comments from the dais
- Welcome to Audience and Opening Comments — Mayor Gary Nelon
- Announcement of one vacancy for a Downtown Property Owner on the Main Street Advisory Board
- Announcement of two vacancies on the Building Standards Commission for one Regular and one
Alternate
City Council Agenda/November 23, 2004
Page 1 of 5 Pages
- Announcement of vacancy on the Civil Service Commission in December
G Announcements and Comments from City Manager
Public Wishing to Address Council
- Keith Peshak regarding pop quiz on the Fourth Amendment to the Constitution of the United States and its
applicability in and outside the City of Georgetown metropolitan police jurisdiction
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 Workshop on Monday, November
8, the Regular Council Meeting on Tuesday, November 9, and the Special Council Meeting on Thursday,
November 11,2004 — Sandra D. Lee, City Secretary
K Consideration and possible action to accept the City's Quarterly Financial Report, which includes the
Investment Report for both the City of Georgetown and the Georgetown Transportation Enhancement
Corporation (GTEC) for the quarter ended September 30, 2004 — Laurie Brewer, Controller and Micki
Rundell, Director of Finance and Administration
L Consideration and possible action regarding an agreement for records management services and
approval for a not -to -exceed amount of $20,100 between the City of Georgetown and Eric Tanner — Dennis
Schoenborn, Director of Information Technology
M Council consideration and possible action to authorize the approval of the annual license renewal, system
support, and software activation and hardware repair for the AMR Genesis and MVRS system between
the City of Georgetown and Itron Incorporated, funds not to exceed $45,390 — Michael W. Mayben, Energy
Services Managerand Jim Briggs, Assistant City Manager for Utility Operations
N Consideration and possible action to authorize the Mayor to execute an Amendment to the Microfusion
Airport Land Lease at 302 Wright Brothers Drive, extending the Mandatory Construction Deadline to June
30, 2005 — Travis McLain, Airport Manager and Tom Yantis, Assistant City Manager
Legislative Regular Agenda
Council will individually consider and possibly take action on any or all of the following items:
0 Consideration and possible action regarding approval for a not -to -exceed amount of $50,000 for hardware
purchases with Hewlett-Packard Company — Dennis Schoenborn, Information Technology Director
P Consideration and possible action regarding approval for an increase in the not -to -exceed amount of
$70,000 for hardware purchases and professional services with InterNetwork Experts -- Dennis
Schoenborn, Information Technology Director
Q Consideration and possible action to renew the contract with Dataprose, Inc as the City's vendor for
utility bili printing and mailing services, and approve funding, at a cost of $142,650 for the year — Kathy
Ragsdale, Utility Office Director and Micki Rundell, Director of Finance and Administration
R Consideration and possible action on an award of bid for pickups to Philpott Ford in the amount of
$153,963.00 and for a sport utility vehicle to Rogers Dodge in the amount of $21,365.00 -- Terry Jones,
Purchasing Director and Micki Rundell, Director of Finance and Administration
S Consideration and possible action to approve a resolution expressing official Intent to reimburse costs of
capital replacement not to exceed $575,565 with proceeds from bonds that will be issued at a later time --
Micki Rundell, Director of Finance and Administration
T Consideration and possible action to authorize payment of the City's pro -rata portion of the cost of
City Council Agenda/November 23, 2004
Page 2 of 5 Pages
operation of the Williamson County Appraisal District, estimated to be $64,000 -- Micki Rundell, Director
of Finance and Administration
Consideration and possible action on a Preliminary Plat for 28.73 acres in the Burrell Eaves Survey to be
known as Shady Oaks Estates, Section 4, Phase 4 Subdivision, located west of SH -195 off Buena Vista
Drive, with required waiver to the Unified Development Code -- Melissa McCollum, Development Planner,
and Amelia Sondgeroth, Director, Planning & Development
Consideration and possible action on a Public Review Final Plat for 20.051 acres in the C. Joyner Survey
and John Sutherland Survey to be known as the Estates of Westlake, Phase 4A, located west of Highland
Springs Lane, with a variance to the Subdivision Regulations — Cada Benton, Development Planner, and
Amelia Sondgeroth, Director, Planning & Development
W Public Hearings/First Readings
1. First Reading of an Ordinance amending the previous year 2003/04 Annual Operating Plan
Element (Budget) to offset variances in various fund budgets for increases in expenditures that are tied
to service requests, revenue collection rates, grants and project timing — Laurie Brewer, Controller and
Micki Rundell, Director of Finance and Administration
2. First Reading of an ordinance amending the City of Georgetown code of Ordinances relating to
Chapter 8.04, "Fire Code" to provide for the adoption of the 2003 Intemational Fire Code and make
corresponding amendments; repealing Chapter 8.05, "Supplemental Fire Code," including provisions
for the phasing in of the application of the 2003 International Fire Code; establishing a tri -annual review
period; repealing conflicting ordinances and resolutions; including a severability clause; including a
penalty clause; and establishing an effecive date — David Hall, Director of Inspection Services and
Tom Leggitt, Fire Marshal
3. First Reading of an ordinance repealing the following existing Chapters of the City of Georgetown
Code of Ordinances: Chapter 15.05, "Supplemental Building Code;" Chapter 15.09, "Supplemental
Mechanical Code;" Chapter 15.10, "Supplemental Gas Code;" Chapter 15.13, "Supplemental Plumbing
Code;" Chapter 15.24, "Housing Code;" Chapter 15.32, "Swimming Pool Code;" Chapter 15.38,
"unsafe Building Abatement Code;" and Chapter 15.52, "Stone Water Drainage;" including a
severability clause; and establishing an effective date — David Hall, Director of Inspection Services
4. First Reading of an ordinance amending Chapter 15.16, of the City of Georgetown Code of
Ordinances entitled "Electrical Code," to provide for the adoption of the 2002 National Electrical
Code and to make other corresponding amendments relating to electrical licensing registration and
electrical installation requirements; including provisions for the phasing in of the application of the 2002
National Electrical Code; establishing a tri -annual review period; repealing conflicting ordinances and
resolutions; including a severability clause; including a penalty clause; and establishing an effective
date — David Hall, Director of Inspection Services
5. First Reading of an ordinance amending the following Chapters of the City of Georgetown Code of
Ordinances to provide for the adoption of the 2003 International Building, Fire, Existing Building,
Property Maintenance, Plumbing, Mechanical, and Fuel Gas Codes: Chapter 15.04 "Building
Code;" Chapter 15.08 "Mechanical Code;" Chapter 15.12 "Plumbing Code;" Chapter 15.20 "Gas Code;"
Chapter 15.25 "Existing Building Code;" Renumbering the sections of Chapter 15 to implement these
amendments; providing for the phasing in of the application of the 2003 International Building, Fire,
Existing Building, Property Maintenance, Plumbing, Mechanical, and Fuel Gas Codes; establishing a
tri -annual review period; repealing conflicting ordinances and resolutions; including a severability
clause; including a penalty clause; and establishing an effective date — David Hall, Director of
Inspection Services
6. First Reading of an ordinance adopting regulations pertaining to the use, handling, transportation, and
storage of liquefied petroleum gas; establishing that a violation shall constitute a misdemeanor
offense with stated penalties; providng a savings clause; and repealing all ordinances in conflict —
David Hall, Director of Inspection Services
7. First Reading of an ordinance amending Section 8.04.055 of the Code of Ordinances pertaining to
above -ground tanks to revise certain provisions relating to the storage, use, transportation, and
handling of liquid hazardous materials; providing a savings clause; and repealing all ordinances in
City Council Agenda/November 23, 2004
Page 3 of 5 Pages
conflict — David Hall, Director of Inspection Services
8. First Reading of an Ordinance of the City of Georgetown, Texas amending certain provisions of
Ordinance No. 2003-07, now codified as section 2.111.030 of the City of Georgetown Code of
Ordinances, pertaining to the purpose of the Animal Shelter Advisory Board; providing a conflict
clause and severability clause; and setting an effective date — Tom Yantis, Assistant City Manager
9. First Reading of an Ordinance to consider a Comprehensive Plan Amendment for 2,331.167 acres
in the Fredrick Foy and Lewis P. Dyches Surveys to be known as the Cowan Springs development,
located north and west of Sun City Georgetown, to amend the Future Land Use Plan from Residential
and Williams Drive Mixed Use to Residential, Office/Retail/Commercial, Mixed Use, and Parks/Open
Space and to amend the Intensity Plan from Intensity Levels 1 and 2 to Intensity Levels 3, 4, and 5 —
Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director, Planning and Development
10. First Reading of an ordinance to consider a Comprehensive Plan Amendment to change the
Intensity Level from Level 3 to Level 4 for the Williams Addition, Unit 1, Block 1, Lot 9-10 and 0.36
acres in the Nicholas Porter Survey, located at 2201 Williams Drive — David Munk, Development
Engineer, and Amelia Sondgeroth, Director, Planning & Development
11. Public Hearing to consider a rezoning of 307.85 acres in the Isaac Donegan and Joseph Thompson
Suveys, from AG, Agricultural District to: RS, Residential Single-family; MF, Multifamily; and C-3,
General Commercial Districts, to be known as Shadow Canyon Subdivision, located at 2651 S.H. 29
— Bobby Ray, Chief -Current Planner, and Amelia Sondgeroth, Director, Planning & Development
12. First Reading of an ordinance to consider a rezoning of 307.85 acres in the Isaac Donegan and
Joseph Thompson Suveys, from AG, Agricultural District to: RS, Residential Single-family; MF,
Multifamily; and C-3, General Commercial Districts, to be known as Shadow Canyon Subdivision,
located at 2651 S.H. 29 — Bobby Ray, Chief -Current Planner, and Amelia Sondgeroth, Director,
Planning & Development
13. Public Hearing to consider a Rezoning of 3.986 acres in the Clement Stubblefield Survey, from RS,
Residential Single -Family district to C-3, General Commercial district, located at north of Leander
Road and west of IH -35 — Bobby Ray, Chief -Current Planner, and Amelia Sondgeroth, Director,
Planning & Development
14. First Reading of an ordinance to consider a Rezoning of 3.986 acres in the Clement Stubblefield
Survey, from RS, Residential Single -Family district to G3, General Commercial district, located at
north of Leander Road and west of IH -35 — Bobby Ray, Chief -Current Planner, and Amelia
Sondgeroth, Director, Planning & Development
15. Public Hearing to consider a Rezoning of 65.036 acres in the Burrell Eaves Survey from AG,
Agriculture district to PUD, Planned Unit Development, to be known as the Planned Unit Development
of Sun City Georgetown, Assisted Living Center, located on Sun City Boulevard east of
Neighborhood Twenty -Six — Melissa McCollum, Development Planner, and Amelia Sondgeroth,
Director, Planning & Development
16. First Reading of an ordinance to consider a Rezoning of 65.036 acres in the Burrell Eaves Survey
from AG, Agriculture district to PUD, Planned Unit Development, to be known as the Planned Unit
Development of Sun City Georgetown, Assisted Living Center, located on Sun City Boulevard east
of Neighborhood Twenty -Six. Melissa McCollum, Development Planner, and Amelia Sondgeroth,
Director, Planning & Development
17. Public Hearing on an ordinance providing for the annexation into the City of 5.24 acres in Joseph P.
Pulsipher and Clement Stubblefield Survey, located approximately .75 miles west of IH 35 and north
of State Highway 29 — Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of
Planning and Development
18. Public Hearing on an ordinance providing for the annexation into the City of 5.04 acres in Joseph P.
Pulsipher Survey, located approximately .75 miles west of IH 35 and north of State Highway 29 — Ed
Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development
City Council Agenda/November 23, 2004
Page 4 of 5 Pages
X Forwarded from Georgetown Utility System (GUS) Board
1. Consideration and possible action to approve the contract renewal of the Annual Electric Utility
Services Agreement between LCRA and GUS Electric in an amount not to exceed $150,000 —
Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility
Operations
2. Consideration and possible action to approve the renewal of the contract between the City of
Georgetown and ElectSolve Technology Solutions and Services, Incorporated to provide AMR
System Data Services in an amount not to exceed $56,000 — Michael W. Mayben, Energy Services
Manager and Jim Briggs, Assistant City Manager for Utility Operations
3. Consideration and possible action to award the bid for Electric System Right -of -Way Clearing
Services to National Tree Expert Company, Inc. in the amount of $162,800.00 -- Michael W. Mayben,
Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations
4. Consideration and possbile action to award contracts to Shelton and Shelton and F&L Concrete
Services and to approve the budget for parts 1 and 2 of the Phase II EARZ Rehabilitation project in
the amount of $747,200.00 -- Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City
Manager for Utility Operations
5. Consideration and possible action to authorize staff to negotiate a contract with the recommended firm
Kasberg, Patrick and Associates, L.L.P. to provide engineering services related to the Pavement
Condition Surveys on the City's roadway insfrastructure, in an amount not to exceed $120,000.00 —
Tom Benz, Engineering Services Manager and Jim Briggs, Assistant City Manager for Utility
Operations
6. Consideration and possible action to approve Change Order No. 1 to the contract between H. Deck
Construction Company and the City of Georgetown in an amount not to exceed $100,000.00 for
Airport Road Rehabilitation — Tom Benz, Engineering Services Manager and Jim Briggs, Assistant
City Manager for Utility Operations
Y Appointments
1. Consideration and possible action to appoint the following citizens to the Unified Development Code
Technical Subcommittee to review height changes in the Downtown Overlay District: Renee Hanson,
Johnny Anderson, Chris Damon, Richard Cutlz, and Rick O'Donnell — Mayor Gary Nelon
2. Consideration and possible action to approve a resolution re -appointing certain members of the Board
of Directors of the Wolf Ranch Tax Increment Reinvestment Zone and clarifying term requirements
— Tom Yantis, Assistant City Manager
3. Consideration and possible action to approve a resolution appointing the Board of Directors of the
Downtown Tax Increment Reinvestment Zone —Tom Yantis, Assistant City Manager
4. Consideration and possible action to appoint Gabe Sensing as the City of Georgetown Representative
to the Capital Area Planning Council of Governments (CAPCOG) — Mayor Gary Nelon
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, and on the bulletin board located outside of the Council
Chambers, 101 East 7th Street, places readily accessible to the general public at all times, on the
day of , 2004, 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/November 23, 2004
Page 5 of 5 Pages
Council Meeting Date: November 23, 2004
AGENDA ITEM COVER SHEET
Item No.
SUBJECT:
Council consideration and possible action to authorize the
approval of the annual license renewal, system support, and
software activation and hardware repair for the AMR Genesis and
MVRS system between the City of Georgetown and Itron Incorporated
in an amount not to exceed $45,390.
ITEM SUMMARY:
Staff is requesting authorization to renew AMR Network
supplies, support, repair services and software for the City's AMR
system from Itron Incorporated for 2005. Itron has been providing
this support since December of 2001.
SPECIAL CONSIDERATIONS:
This is a proprietary software application and maintenance
agreement and does not require competitive bid.
FINANCIAL IMPACT:
Funds not to exceed the amount of $45,390 will be taken from
the Electric/AMR operations account number 610 -115 -5303 -AM.
COMMENTS:
None.
ATTACHMENTS:
Itron Summary
ing Report
tted By: J m' chael W. Ma en
Assistant ty rag Utilities E ergy Service Manager
10
al,.e«a .am■
! ) !§■�§■} t£f�
!
�| ! §||§|N§ /|||
!
\\;§|]§ f|\|
\
§||§|§§ /|||
! °
7 a•saaaa 8 8 a a
a a ,■ „ N�§r§«■
j
) y §|t8|!§ /f\|
! �
7 §;|!\i§ )|||
% )||!|)| /|||
,
!,¥■..e waa.
} ,,,�§®§ r§2■
. | |||!|)| /|}|
0
$[Ed W'
u >!)�)§,§
) §
/ !;§\§t `
�§I
° &f...... |..
§ALU
)
}
\
u
2
J
Oct 28 04 08:46a
OCT 28 2004 9:41
m
PACE 003
8 8 8 84 8 8g 8y 8y 8
8 8 8
'`
�'�J K71 i691c e
77y�
$ 8
pH
F 8 J
4 yg7
d
z
y
R SS yS{i y8{ 8 A 8 8 p$
R R y 8y
B
Ji
N R
h
NN
o
N R R 8 8$ R 8 8
gRp yy8
o
R R R R$ R$ 8 p 8p
g g g
N
C
N
N
$$ R 8 8 R 8 8 8
8 R 8
u
q
$ A R 8 8$ 8 8 8
8 8 8
S
_
H
R A$ 8 8 R 8 8 8
8 8 8
N
gN
^ h
ry
9 R 8 8 8 R 8 8 8
8 8 8
•(
a
o,
a�
$$$RNAR$
dddJtjx3d
8
O
C o
�
V Y Y
�YY
J
N
Erir
w
OCT 28 2004 9:41
m
PACE 003
Agenda Item Check List
Financial Impact
Agenda Item: AMR Hardware -Software license and support
Agenda Item Subject: Renewal of AMR Hardware -Software license and support with Itron
Is this a Capital Improvement L Yes • No
Project:
Council Date: 11/23/2004
link to Agenda database =>
Need Help?
Was it budgeted? 0 Yes l? No
Is it within the approved budgeted amount? • Yes C ) No
If not, where is the money coming from?
G/L Account Number 610 -115 -5303 -AM
Amount Going to Council $ 45,390.00
Is there something (budgeted) that won't get 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,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: Yes • No
If so, what division(s)7
Prepared by: Walter Koopmann Date: 11/15/2004
Agenda Item Checklist. Approved on 11115/2004
Approvers
Titie
ssigned
Notified
Received
Status Changed Status
Jim Bnggs
Assistant City
11/15/2004
11/15/2004
11/15/2004
11/15/2004 Approved
Jose Lara
Manager
11/15/2004
11/15/2004
11/15/2004
11/15/2004 Approved
Utility Financial
Analyst
Approval Cycle Settings
Council Meeting Date: November 23, 2004 Item No.
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and approval of renewal of the annual Electric Utility Services Agreement
between LCRA and GUS Electric in an amount not to exceed $150,000.
ITEM SUbIIMIARY:
This agreement allows GUS Electric to continue to use the services of the LCRA Technical
Services group for items ranging from Equipment Testing, Environmental Services, Engineering
Services, Protective and Diagnostic Equipment Testing, and Technical and Operational Services. In
2004 Electric Distribution Construction Services were added as a service that will be available to
all LCRA customers.
SPECIAL CONSIDERATIONS:
This agreement formerly known as the Technical Services Agreement has been in effect
since 1979, and has served both utilities well.
FINANCIAL IMPACT:
Funds not to exceed $150,000.00 are to be paid from the electric capital improvement
project accounts only as required.
GUS BOARD RECOMMENDATION:
GUS Board recommendation 7-0 at November 16, 2004 meeting.
STAFF RECOMMENDATION:
Staff recommends extension of the technical services agreement with LCRA for 2005.
COMMENTS:
GUS Electric is currently working with the LCRA on a SPCC plan for the electrical storage
yards, Substation integration plan, and Substation inspections.
ATTACHMENTS:
Submitted By:
Assi ity Manager Energy Services
for 'tie
Agenda Item Check List
Financial Impact
Agenda Item: Renewal of the annual electric utility services agreement with LCRA
Agenda Item Subject: Renewal of the annual electric utility services agreement with LCRA
Is this a Capital Improvement • Yes O No
Project:
Council Date: 11/23/2004
link to Agenda database => 16
Need Help?
Was it budgeted? • Yes C) No
Is it within the approved budgeted amount? • Yes U No
If not, where is the money coming from?
G/L Account Number Various CIP Accounts
Amount Going to Council $ 150,000.00
Is there something (budgeted) that won't get Yes • 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,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: Yes • No
If so, what division(s)?
Prepared by: Mike Mayben Date: 11/16/2004
Agenda Item Checklist:: �A proved on 11117/2004
Approvers;
Title
jAssignied
Notified
Received
Status Changed
Status
Jim Bnggs
Assistant City
11/16/2004
11/16/2004
11/17/2004
11/17/2004
Approved
Jose Lara
Manager
11/17/2004
11/17/2004
11/17/2004
11/17/2004
Approved
Utility Financial
Analyst
Approval Cycle Settings
Council Meeting Date: November 23, 2004 Item No.
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible recommendation to approve the renewal of the contract between the
City of Georgetown and ElectSolve Technology Solutions and Services Incorporated to provide AMR
System Data Services in an amount not to exceed $56,000.
ITEM SUMMARY:
In December 2001 the Georgetown City Council approved the contract for AMR data services
between ElectSolve Technology Solutions and Services Incorporated and the City of Georgetown. This
contract is a five-year contract, renewable annually upon the agreement of both the City and ElectSolve
Technology Solutions and Services Incorporated. This year, both the City of Georgetown and ElectSolve
Technology Solutions and Services Incorporated have agreed to renew the contract from January 2005
through December 2005. Renewal of this contract will allow the City to continue to streamline and
further automate data gathering and reporting as well as maintain the current 24 hour a day, 7 days a week
customer support. Therefore, staff recommends Council approval of the contract renewal in the amount
of $56,000.
SPECIAL CONSIDERATIONS:
All employees of Electsolve Technology Solutions and Services Incorporated have passed
background checks per requirements of Georgetown Utility Systems.
FINANCIAL IMPACT:
Funds not to exceed the amount of $56,000 will be taken from the Electric/AMR operations
account 610-115-5303.
GUS BOARD RECOMMENDATION:
GUS Board recommended 7-0 at the November 16, 2004 meeting.
STAFF RECOMMENDATION:
Staff recommends renewal of this agreement with Electsolve Technology Solutions and Services
Incorporated.
COMMENTS:
None.
ATTACHMENTS:
1. Letter of agreement for contract extension from Electsolve Technology Solutions and
16
Teehrtalogy
5.1.94 ~ 0" 5*rVt0**.7o,
P.O. Box 661
Shreveport, La. 71162
Walter 11/5/04
The Georgetown AMR Support Agreement is nearing completion for the calendar year of 2004.
ElectSolve Technology Solutions and Services, Inc. wishes to renew this agreement with the City of
Georgetown for the calendar year 2005 as allowed within the terms of the contract. We believe that we
can continue to provide value by delivering a premium support service and continuing to enhance this
system during the coming year. The 2005 monthly support and system enhancement fees will be
$4200.00 per month.
During 2004 in addition to providing 24x7 technical system support, consulting and on-site solution
management, ElectSolve continued to enhance and streamline meter reading system processes to
maximize efficiencies and to increase overall systems reliability. ElectSolve also deployed new AMR
servers to complete the equipment "life cycle" replacement effort.
During 2005, ElectSolve will continue to identify and recommend changes and enhancements that will
increase the overall effectiveness and applicability of all meter reading technologies currently deployed
and supported at the City of Georgetown. We feel that there will continue to be areas that can be
improved and streamlined, enabling the City of Georgetown to continue to expand the effectiveness of its'
AMR meter reading investments going forward.
ElectSolve feels that these investment will continue to return value to the City of Georgetown as long as
they are properly maintained and enhanced on an ongoing basis. ElectSolve plans to continue its'
commitment to the City of Georgetown and to provide the absolute best service it can possibly provide.
ACCEPTED AND AGREED TO this day of
CITY OF GEORGETOWN
0-2
Gary Nelon, Mayor
ELECTSOLVE,I .
r
By:
Mark Ponce r
Chief Technologist/Managing Director
ElectSolve Technology Solutions and Services, Inc.
mponder@electsolve.com
318-347-4305 Cell
318-752-1500
318-949-8885 Fax
1.!•e
Agenda Item Check List
bi
Financial Impact
Agenda Item: AMR System Data Services
Agenda Item Subject: Renewal of AMR system data services with ElectSotve
Is this a Capital Improvement Yes • No
Project:
Council Date: 11/23/2004
link to Agenda database => Ca
Need Help?
Was it budgeted? 0 Yes No
Is it within the approved budgeted amount? • Yes No
If not, where is the money coming from?
GIL Account Number 610 -115 -5303 -AM
Amount Going to Council $ 56,000.00
Is there something (budgeted) that won't get 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,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: Yes • No
If so, what division(s)?
Prepared by: Walter Koopmann Date: 11/15/2004
Agenda Item Checklist: Approved on 11/1512004
Approvers
Title
ssigned
Notified
Received
Status Changed
Status
Jim Briggs
Assistant City
11/15/2004
11/15/2004
11/15/2004
11/15/2004
Approved
Jose Lara
Manager
11/15/2004
11/15/2004
11/15/2004
11/15/2004
Approved
Utility Financial
Analyst
Approval Cycle Settings _.
Council Meeting Date: November 23, 2004 Item No.
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible recommendation for the award of the bid for Electric System
Right-of-way Clearing Services to National Tree Expert Company, Inc in the amount of $162,800.
ITEM SUMMARY:
Bids were received for Bid # 25001, Electric Distribution System Right of Way Clearing
Services. Bid notices were sent to 12 companies with bid books being sent to the three major
companies working in this area. The staff recommendation is to award this bid to the only bidder,
National Tree Expert Company of Burnet Texas.
SPECIAL CONSIDERATIONS:
National Tree has three (3) staff members who hold National Arborists Certifications to
ensure proper tree -trimming procedures. While the contract will be with National Tree, supervision
of the work will be by the City's electric department. National Tree Expert has been working in
Georgetown since the 1997 Ice Storm event. Their work, in conjunction with system upgrades and
preventative maintenance, has proven that proper proactive right-of-way maintenance does provide
for reduced outages during ice and high wind events.
FINANCIAL IMPACT:
Funds for this expenditure in the amount of $162,800 are budgeted in the Electric Contracts
and Operations - Maintenance Budget.
GUS BOARD RECOMMENDATION:
GUS Board recommendation 7-0 at November 16, 2004 meeting.
STAFF RECOMMENDATION:
Staff recommends award of the contract to National Tree Expert Inc. for. Bid # 25001,
Electric Distribution System Right of Way Clearing Services.
COMMENTS:
None.
ATTACHMENTS:
1. Letter of Recommendation from McCord Engineering.
2. Bid Tabulation and Bidders List
Submitted By:
for
Services Manager
Mr. Mike Mayben
Energy Services Manager
City of Georgetown
P.O. Box 409
Georgetown, Texas 78628
McCORD ENGINEERING, INC.
916 Southwest Parkway East, P.O. Box 10047
College Station, Texas 77842 (979) 764-8356
Fax(979)764-9644
November 9, 2004
RE. Bid No. 25001 2')05 Electric Syszcm Right -Of -Way Clca-ire)
Dear Mike:
On October 28, 2004, sealed proposals received were opened and read for an Electric
System Right -Of -Way Clearing bid designated as Bid No. 25001. The purpose of this bid is to
acquire the services of right-of-way clearing and equipment to supplement your City's current
Electric Department work crews in the performance of right-of-way clearing.
This bid addressed the furnishing of labor and equipment to assist your City on an "as
needed" basis for a one (1) year time period and this Contract may be extended for additional one
(1) year terms up to a maximum of five (5) years at the City's option and with the consent of the
Contractor.
Bid prices were requested from prospective Contractors on both an assembly unit bid basis
and an hourly basis, and no quantities of construction units were specified. Henceforth, no total
bid price results for this bid solicitation and for tabulation herewith. We anticipate that the majority
of construction work to be performed under this contract will be specified on a unit basis; the
hourly prices were requested simply to provide for billing rates for any special construction work
requested which does not lend itself to billing under a standard construction unit billing basis. All
work can be specified on an "as requested" basis, and the contract can be terminated at the City's
directive.
The City received one bid proposal from National Tree Expert Company of Burnet, Texas
and has enclosed the tabulation. McCoy Tree Surgery of Norman, Oklahoma elected not to submit
a bid at this time.
National Tree Expert Company has been under contract with your City from January, 1998
to March, 2004 and has performed right-of-way clearing work with very high acceptance from the
City and its customers.
City of Georgetown
November 9, 2004
Page Two
Based on the receipt of a satisfactory and complying bid, and the past experience the City
has with National Tree Expert Company, we recommend your City award Bid No. 25001 to
National Tree Expert Company of Burnet, Texas, whom we have deemed to be the satisfactorily
qualified firm to provide the proposed supplemental labor and equipment for right-of-way clearing,
for your City's Electric Division for the subject award period.
We appreciate very much the opportunity to assist your City in the preparation of
Specifications for this bid project and the solicitation and evaluation of bid proposals. If you have
any questions, or need further information concerning this project, please do not hesitate to let me
know.
Yours very truly,
McCORD ENGINEE
RING, INC.
oo,
`
David Witte
Underground Line Design Division Manager
DW/jk
Enclosure
cc: Mr. Jim Briggs (w/enol.)
Mr. John Thomas (w/encl.)
Mr. Ricky Jackson (w/encs.)
Ms. Marsha Iwers (w/encl.)
McCORD ENGINEERING, INC.
P.O. Box 10047
College Station, Texas 77940
Asplundh Tree Expert Company
Atm: Allen LeBlanc
6733 Leopard Rd.
Corpus Christi, Texas 78409
(361) 289-0052
Atm: Mr. Lance Vining
711 S. Fourth Street
Mansfield, Texas 76063
(817) 296-7546
Blackwell Eng., Inc.
516 East Main St.
Hamilton, Texas 76531
(254) 386-9091
Blume Tree Services, Inc.
Atm: Greg Perry
Area Manager/Staff Forester
P.O. Box 3043
2020 Plantation Drive. #407 (77301)
Conroe, Texas 77305
(409) 856-5565
(409) 760-4013 Horne
C.M. Joslin Company, Inc.
Atm: Lois Joslin
P.O. Box 647 (77305)
6100 Old Montgomery Road
Conroe, Texas 77301-0220
(409)756-1155
Harris Line Service Co., Inc.
Atm: Gilbert D. Harris, Sr.
President
P.O. Box 7165 (75607)
1047 Gardener Mitchell Parkway
Longview, Texas 75603
(903) 643-7712
(903)643-7942 Fax
JMI Maintenance, Inc.
Atm: Mr. Jason Mayfield
15^. 5 Prh.il- RoaJ 3348
Greenville, TX 75402
(903) 450-4677
(903) 4544319 Fax
* Sent books
BIDDERS LIST
CITY OF GEORGETOWN
2005 Right -Of -Way Clearing
BId No. 25001
Bid Date: October 29, 2004
McCoy Tree Surgery
Atm: Mr. Sam Batty
P.O. Box 24
25603 Penguin
Pinehurst, Texas 77362
(800) 654-3625
(281) 259-7173
(800) 462-8073 Fax
The National Tree Expert Co., Inc.
Atm: Michael Dalland
311 Industrial Drive
Burnet, Texas 78750
(512) 219-7888
Ponderosa Construction
Atm: Mr. David Ponder
P.O. Box 780
Spurger, Texas 77660
(409) 429-5840
(409) 429-7235 Fax
Trees, Inc.
Atm: Linda Benge
P.O. Box 38038 077238-8038)
7020 Stuebner Airline
Houston, Texas 77091
(800) 676-7712
(713) 6926371
(713) 692-5204 Fax
Wayne's Digger Service
Atm: Mr. Wayne Blackwell
P.O. Box 1726
Belton, Texas 76513-1726
(254)933-8219
(254) 933.9876 Fax
awdigl@earthlink.net
Whitmire Line Clearing
Atm: Larry Elkins
8171 Hiahway 377
Pilot Point, Texas 76258
(800) 576.7521
October 11, 2004
McCord Engineering, Inc.
P.O. Bax 10046
College Station, Texas 77842
November 1, 2004
CITY OF GEORGETOWN
ELECTRIC SYSTEM RIGHT-OF-WAY CLEARING
BID NO. 25001
NATIONAL TREE EXPERT CO., INC.
Right -of -Way Clearing Units
Unit
Unit Price ($)
-76
1,350.00
R11 -6A
1,250.00
R1 -6S
1,150.00
R1-10
1,500.00
RI -10A
1,400.00
Payroll Charges
Description
Hourly Rate ($)
Class I Trimmer
20.20
Class 11 Trimmer
18.75
Working Foreman
26.65
Hydraulic Dump Truck and Tools
8.50
Power Saw
0.65
Bucket Truck of Aerial Lift
13.50
Brush Chi r
3.50
Tractor/Mower
26.50
8
Agenda Item Check List
rr
Financial Impact
Agenda Item: Award of Bid for Right -of -Way Services
Agenda Item Subject: Award of Bid to National Tree for Electric System Services
Is this a Capital Improvement Yes • No
Project:
Council Date: 11/23/2004
link to Agenda database => 46
Need Help?
Was it budgeted?
Is it within the approved budgeted amount?
If not, where is the money coming from?
G/L Account Number
Amount Going to Council
• Yes 0No
• Yes O No
610-105-5433,610-106-5205
$ 162,800.00
Is there something (budgeted) that won't get 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,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: • Yes(D No
If so, what division(s)? Parks and Recreation
Prepared by: Mike Mayben Date: 11/16/2004
Agenda Item Checklist. Approved on 1111712004
Approvers
Title
ssigned
Notified
Received
Status Changed
Status
Jim Briggs
Assistant City
11/16/2004
11/16/2004
11/17/2004
11/17/2004
Approved
Jose Lara
Manager
11/17/2004
11/17/2004
11/17/2004
11/17/2004
Approved
Utility Financial
Analyst
Approval Cycle Settings
City Council Meeting Date: November 23, 2004 Item No.
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to award contracts to Shelton & Shelton
and F & L Concrete Services and to approve the budget for parts 1 and 2 of the
Phase II EARZ Rehabilitation Project, with a project budget of $747,200.00.
ITEM SUMMARY:
Chapter 213 - Edwards Aquifer Recharge Zone (EARZ) rules of the TAC
requires the repair of structural damage and defects that pose a threat to the
Edwards Aquifer. The engineering and design of the Phase II EARZ Repairs was
completed by Kasberg, Parker, and Associates (KRA).
The bid opening was conducted on November 11, 2004. The Project was
divided into three parts: 1) Wastewater System Rehabilitation by Open Cut for
various collection system repairs, 2) Manhole Rehabilitation for manhole repairs,
and 3) Wastewater System Rehabilitation by Trenchless Technology. This bid award
is for the first two parts of the project. The third part will be bid in
December 2004. Five (5) companies presented bids for Part I and Two (2) companies
presented bids for Part II of the project.
The design engineer Kasberg, Patrick and Associates (KPA) has recommended
awarding the bid for the Wastewater System Rehabilitation by Open Cut to Shelton
and Shelton for $521,823.50. KPA is recommending awarding the bid for the Manhole
Rehabilitation to F & L Concrete Services for $133,700.00. The contract bid
total for the two parts is $655,523.50.
SPECIAL CONSIDERATIONS:
None.
FINANCIAL IMPACT:
Funds will come from the Wastewater Capital Fund 651-101-6618-02.
GUS BOARD RECOMMENDATION:
GUS Board recommended approval to award contracts to Shelton &
Shelton and F & L Concrete Services at their November 11, 2004 meeting.
Approved 7-0.
STAFF RECOMMENDATION:
Staff supports the GUS Board recommendation to award the contracts for
EARZ Phase II Wastewater System Rehabilitation by Open Cut and EARZ Phase II
Manhole Rehabilitation.
COMMENTS:
None.
ATTACHMENTS:
1) Letter of award recommendation from KPA
Submitted by: J' B lgg "Glenn w. uisnong,
ssist nt C Manager Water Services Ma
Utili O ations
KAKASBERG, PATRICK & ASSOCIATES, L.L.P.
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.
November 12, 2004
Mr. Glenn Dishong
Water and Wastewater Systems Manager
City of Georgetown
300 Industrial Avenue
Georgetown, Texas 78626
Re: City of Georgetown
Edwards Aquifer Recharge Zone Rehabilitation, Phase II - Manhole Rehabilitation
Georgetown, Texas
Dear Mr. Dishong:
Attached is the Bid Tabulation Sheet for the bids received at 2:00 p.m. on Thursday, November 11,
2004 for the above referenced project.
There were two bids received for this project as shown on the attached tabulation sheet. After
tabulation of the bids, we have concluded that F&L Concrete Services, Inc. is the low bidder with a
Total Bid of $133,700.00.
We have reviewed the current workload and construction history of F&L Concrete Services, Inc., as
well as contacted several references. In addition, F&L Concrete Services, Inc. has successfully
completed similar projects for the City of Georgetown. As a result of our findings, we recommend
that a contract be awarded to F&L Concrete Services, Inc. for the Total Bid in the amount of
$133,700.00. If you have questions, please call.
Sincerely
R. David Patrick, P.E.
RDP/
2004-130-40(MH)
BID TA] TION Na.eaUb '
CITY OF GEORGETOWN
Edwards Aquifer Recharge Zone Rehabilitation Phase II
MANHOLE REHABILITATION
Bids Received November 11, 2004 2:00 P.M.
Fid i7rdder Actnrwlyd8e AddrMa No. I? Ya Yes
id Bidder Ackrow/dge Addenda No. 2? Yu Yee
I la
Did (Adder Provide Bid Seraruy? Its. Yu
I hereby testify don tis is a correct and vine tabulation of all bids teceivd.
hi 5mk r 2-ax"i
Date
Kasberg, Patrick & Aamciata, LLP
BIDDER INFORAMTION
I
2
F & L Cosa" Servkes,
Inc.
CIS Service & Supply, Ino.
P. O. But 636
726 S. Sherman Street
BASE BID
77 4
Blcbardson, TX 75051
Isom
Esdmasd
Unit
Bid Dims
UMI
Evended
Unit
faerdd
No.
i
Darn tion
Price
A..
Price
Amo.,
1
100%
LS
Mobilivtion, Bonds and Iswlvca, 3
3.500.00 $
3.500.00 $
2,000.00 5
2,000.00
Soling MaNmle Interior wit Qamx in accordance with Technical Specification WW6, imlisding
90.00
9,000.00
105.00
10,500.00
2
100
VF
applicilbli, by -p. a in & traffic comrol plan & inustersturtation
3
800
VF
Coniplemly Coving Manhole Interior with Ravm in accordance wit Tmhnlcal Specification W Wfi
115.00
92,000.00
135.00
108,000.00
i bin in licable by-pass; n & traffic control Pl. & iu [ m - ainn
4
23
EA
Reforming/Replacing MsNtole Imen to allow Proper Flow Pater prior to Coving
550.00
12,650.00
MOD
11.500.00
5
1
EA
Rescuing Existing Manhole Ring and Cover prior to Sealing and Coming
900.OD
900.00
400.00
400.00
6
27
EA
Furnish all Mamnals, Equipment, Tools & labor necessary for Hydrostatic (or racco' on) Te
150.00
3,450.00
100.00
2,30D.00
t/Refored Inverts Mardsoles imludi anacesscairs
R lamm
Water Blasting Existing Madwle including Providing Manpower m Rertmve Manhole Lid for100.00
1,200.00
100.00
1,200.00
7
72
Fw
En unser 1 turn prior to Seth and axing
L9Rehabilitatd
8
100%
1S
Vid. Taping Pm)ect Sim(.) Before do Stan of Canurmuon onto Prole,
1,000.00
1,000.00
100.00
100.00
IOD
LS
Imms Risp std by do 0. ons shown on is Connotation Plans
10,000.01)
I0,OOD.00
10,000.00
10,000.00
TOTAL BASE BID AMOUNT- (?EMS i - 9)
f
133,700.00
f
146,800.00
Fid i7rdder Actnrwlyd8e AddrMa No. I? Ya Yes
id Bidder Ackrow/dge Addenda No. 2? Yu Yee
I la
Did (Adder Provide Bid Seraruy? Its. Yu
I hereby testify don tis is a correct and vine tabulation of all bids teceivd.
hi 5mk r 2-ax"i
Date
Kasberg, Patrick & Aamciata, LLP
ICAKASBERG, PATRICK & ASSOCIATES, L.L.P.
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.
November 12, 2004
Mr. Glenn Dishong
Water and Wastewater Systems Manager
City of Georgetown
300 Industrial Avenue
Georgetown, Texas 78626
Re: City of Georgetown
Edwards Aquifer Recharge Zone Rehabilitation, Phase II - Open Cut
Georgetown, Texas
Dear Mr. Dishong:
Attached is the Bid Tabulation Sheet for the bids received at 2:30 p.m. on Thursday, November 11,
2004 for the above referenced project.
There were five bids received for this project as shown on the attached tabulation sheet. After
tabulation of the bids, we have concluded that Shelton & Shelton Plumbing, L.P. is the low bidder
with a Base Bid of $365,592.00 and an Add Alternate Bid of $156,231.50 for a Total Bid of
$521,823.50.
We have reviewed the current workload and construction history of Shelton & Shelton Plumbing,
L.P., as well as contacted several references. As a result of our findings, we recommend that a
contract be awarded to Shelton & Shelton Plumbing, L.P. for the Total Bid (Base Bid + Add
Alternate) in the amount of $521,823.50. If you have questions, please call.
Sincerely,
/4�
R. David Patrick, P.E.
RDP/
2004-130-40(OC)
RZ
BID TAB _ ___TION E"
w.. ay.sen cm
CITY OF GEORGETOWN
Edwards Aquifer Recharge Zone Rehabilitation Phase II
WASTEWATER REHABILITATION by OPEN CUT
Bids Received November 11, 2004 2:30 P.M.
• Extended amount multiplied incorrectly. Extended amount has been corrected. 'q.' a a
BIDDER INFORMATION
1
2
3
Shelton & Shelton Plumbing, LP
BW Contractors, Inc.
H. Deck Com arucilon Co.
P. O. Box 690159
3082 W. Hwy 190
1601 Oxford Blvd
BASE BID
Killeen TX 76549-0159
Belton TX 76513
Round Rock TX 78664
Item
Estimated
Utit
Bid Data
Unit
Extended
Unit
Eaended
Unit
Extended
Na.Quantity
D=ion
Price
Amaunr
Price
Amon
Price
Ammara
1
100%
LS
Mobilization Bonds and Insurance
s 17,409.00
$ 17,409.00
S 10,500.00
S 10.500.00
s 20,000.00
S 20 000.00
2
100%
LS
Trench Safety Plan
11200,00
11200.00
2.10000
2.100.00
1 000.00
1 000.00
3
1,750
SF
Trench Safe Implementation (surnames over 5 ft
1.70
2,975.00
2.30
4,025.00
1.00
1.750.00
4
2,550
LF
Trench Safety Implementation (pipe/connections over 5 It het
1 AO
2,550.00
2.70
• 6,885.00
2.00
5,100.00
5
1,200
LF
Replacement of Existing 6 -inch Wastewater Lim with 6 -inch Wastewater Lim (SDR 26) by Ope
Cm including all necessary excavation, pipe, appmemrecs, embedment, tying in all existing
service connections, traffic control plants) and implementation, bypass pumping of all Bows
41.80
50,160.00
56.50
67,800.00
60.00
72,000.00
erosion control, all applicable testing and impection by closed circuit video camera afte
completion
6
325
LF
Replacement of Existing 8 -inch Wastewater Line with 8 -inch Wastewater Lim (SDR 26) by Opej
33.00
10,725.00
59.2
19,240.00
60.00
19,500.00
Cut including all necessary excavation, pipe, appurtenances, embedment, tying in all existio
service connections, traffic control plan(s) and implementation, bypass pumping of all Flows
erosion control, all applicable testing and inspection by closed circuit video camera a0
completion
7
800
LF
Rcplacemem of Existing 6 and 8 -inch Wastewater Lim with 10 -inch Wastewater Line (SDR 26
45.37
36,296.00
64.90
51,920.00
80.00
64,000.00
by Open Cut including all necessary excavation, pipe, appurtenances, embedment. tying in at
existing service connections, traffic control plants) and implementation, bypass pumping of d
flows, erosion control, all applicable testing and inspection by closed circuit video camera afte
completion
8
15
VF
Sealing Manhole Interior with Quadex in accordance with Technical Specification WW6
135.00
2,025.00
460.00
6,900.00
150.00
2,250.00
including applicable by-pass pumping and traffic control plan and implementation
9
50
VF
Completely Coating Manhole Interior with Raven in accordance with Technical Specification
135.00
6,750.00
240.00
12,000.00
150.00
7,500.00
6, including applicable by-pass pumping and traffic control and implementation
10
3
EA
Remove Existing Manhole and replacing with New Manhole in accordance with Technical
5,491.00
16,443.00
4,500.00
13,500.00
4,400.00
13,200.00
Specification WWI, including replacing the first joint of Wastewater Lim out of the Marehol
Il
9
EA
Furnish and Install New Manhole in accordance with Technical Specification WW1, including
5,071.00
45,639.00
4,300.00
38,700.00
4,000.00
36,000.00
replacing the fust joint of Wastewater Linc out of the Manhole
12
2
EA
8 -inch Main Linc Point Repair, including replacing the first joint of pipe into (out of) the
2,500.00
5,000.00
3,200.00
6,400.00
4,000.00
8,000.00
Manhole, embedment, installing a Flexible connection at the Manhole, grouting the Manhole
penetration, applicable Line and Manhole Testing and inspection by closed circuit video tamer
afar completion
13
1
EA
8 -inch Main Lim: Point Repair, including Flex Seal Adjustable Repair Coupling, embedment
2,500.00
2,500.00
3,200.00
3,200.00
4,000.00
4,000.00
a licable Testing and ins tion by closed circuit video camera after completion
14
2
EA
10-imh Main Lim Point Repair, including replacing the first joint of pipe into (out of) the
2,500.00
5,000.00
3,700.00
7,400.00
5,000.00
10,000.00
Manhole, embedment, installing a flexible connection at the Manhole. grouting the Manhole
penetration, applicable Lim and Manhole Testing and inspection by closed circuit video tamer
after completion
15
2
EA
Capping Existing 10 -inch PVC Lim Below Grade
50.00
100.00
770.00
1 540.00
4 OOD.00
9.000.00
16
12
EA
Furnish all materials. Equipment, Tools and Labor Necessary for Vacation Testing Ne
250.00
3,000.00
97.00
• 1,164.00
200.00
2,400.00
Manholes, including any necessary repairs
17
125
LF
Remove a Ae las Concrete Curb and Gutter
10.00
1250.00
18.50
2 312.50
33.06
4 375.00
18
100
SF
Remove and Re lace Concrete Drivewayincl saw -cuffing limits
d
63.00
6 300.00
41. W
4100.00
60.00
6000.00
1
em ve R lace Concrete Sidewalk i ludin s w uti n limits
7.
.W
2
• Extended amount multiplied incorrectly. Extended amount has been corrected. 'q.' a a
BID TAB TION EARZ
W en Cul
CITY OF GEORGETOWN
Edwards Aquifer Recharge Zone Rehabilitation Phase II
WASTEWATER REHABILITATION by OPEN CUT
Bids Received November 11, 2004 2:30 P.M.
BIDDER INFORMATION
4
5
Royal Vista, Inc.
Lewis Contractors, Inc.
350 C.R. 260
13716A McNed/Merrilltowo Road
BASE BID
LibertyHW TX 78642
Austin TX 78727
Prem
timuted
Unit
Bid Dara
Unit
Extended
Unit
Eaerded
No.
i
Description
Price
Amount
Price
Amount
1
100%
LS
Mobilization Bonds and Insurance
5 20,000.00
$ 20,000.00
$ 21,500.00
$ 21,500.00
2
100%
LS
Trench Saficry Plan
2.000.00
2,000.00
3,500.00
3,500600
3
1,750
SF
Trench Safety Implementation structures over 5 it
2.00
3 500.00
10.00
17 500.00
4
2,550
LF
Trench Safety Int lementation (Ne/corrections; over 5 it deet
4.00
10,200.01,
6.00
15,300.00
5
1,200
LF
Replacement of Existing 6-imh Wastewater Line with 6-imh Wastewater Lim (SDR 26) by Open
Cut including all necessary excavation, pipe, appurtenances, embedment, tying in all existing
service connections, traffic control plains) and implementation, bypass pumping of all flows
95.00
114,000.00
90.00
108,000.00
erosion control, all applicable testing and inspection by cloud circuit video camera afte
cont letion
6
325
LF
Replacemem of Existing 8 -inch Wastewater Line with 8 -inch Wastewater Litt (SDR 16) by OPCE
110.0c
35,750.00
163.
52,975.00
Cut including all necessary excavation, pipe, appumenarres, embedment, tying in all existing
service connections, traffic control plan(s) and implementation, bypass pumping of all flows
erosion control, all applicable testing and inspection by cloud circuit video camera afte
completion
7
800
LF
Replacement of Existing 6 and 8 -inch Wastewater Line with I(Mrich Wastewater Line (SDR 26
110.00
88,000.00
187.00
149,600.00
by Open Cut including all necessary excavation, pipe, appurtenances, embedment, tying in al
existing service connections. traffic control plants) and implementation, bypass pumping of al
flows, erosion control, all applicable testing and inspection by closed circuit video tamers afte
completion
8
15
VF
Sealing Manhole Interior with Qualex in accordance with Technical Specification WW6
150.00
2,250.00
60D.00
9,000.00
including applicable by-pass pumping and traffic control plan and implementation
9
50
VF
Completely Coating Manhole Interior with Raven in accordance with Technical Specificatio
200.OD
10,000.01)
250.00
12,500.00
6, including applicable by-pass pumping and traffic control and implementation
10
3
EA
Remove Existing Manhole and replacing with New Manhole in accordance with Technica
7,000.00
21,000.00
8,500.0D
25,500.00
Specification WWI, including replacing the first joint of Wastewater Line out of the Manhole
Il
9
EA
Furnish and Install New Manhole in accordance with Technical Specification WW1, including
6,50D.00
58,500.00
8,200.00
73,800.00
replacing the first hint of Wastewater Line out of the Manhole
12
2
EA
8 -inch Main Line Point Repair, including replacing the fust joint of pipe into (out of) th
5,00000
10,000.00
3,700.00
7,400.00
Manhole, embedment, installing a flexible connection at the Manhole, grouting the Manhole
penetration, applicable Lim and Manhole Testing and inspection by closed Circuit video tamer
after completion
13
1
EA
8 -inch Main Line Point Repair, including Flex Seal Adjustable Repair Coupling, embedment
4,500.00
4,500.00
3,750.00
3,750.00
a Noble Testing and insmction by closed circuit video camera after completion
14
2
EA
10-irch Main Lim Point Repair, including replacing the first joint of pipe into (out o0 the
6,500.00
13.000.00
4,500.00
9,00100
Manhole, embedment, installing a flexible connection at the Manhole, grouting the Manhole
penetration, applicable Lim and Manhole Testing and inspection by closed circuit video tamer
after completion
15
2
EA
Calmine Existme IO.inch PVC Line Below Grade
2 OOO.OD
4,000.01)
950.00
1 900.00
16
12
EA
Furnish all materials. Equipment, Tools and labor Necessary for Vacuum Testing New
500.00
6,000.00
650.00
7,800.00
Manholes, including my necessary repairs
17
125
LF
Remove and kept= Concrete Curb and Ginter
40.00
51000.00
40.00
5X000.00
18
100
SF
Remove and Replace Concrete Driveway including saw-cutring limits
75.00
7,500.00
20.00
2 00000
19
50
SY
Remove Rem.ce Concrete Sidewalk mcludin saw-cuttine limits
60.001
3,000i()0�17,00
BID TAB TION
CITY OF GEORGETOWN
Edwards Aquifer Recharge Zone Rehabilitation Phase II
WASTEWATER REHABILITATION by OPEN CUT
Bids Received November 11, 2004 2:30 P.M.
EAB2
W em Cut
ADD ALTERNATE- RIDGECREST REALIGNMENT
hem
Estimnted
Unit Btd Dura
Unit
Extended unit
Extended Unit
BIDDER INFORMATION
No.
uarui
De.srri tion
Price
Amount Priu
Amason Price
1
A-1
2
LS Mobilization. Bonds and Insurance
3
$ 7,430.00 $ 4,500.00
f 4,500.00 S 9.500.00
S 9.500.00
A-2
1,200
Shelton & Shelton Plumbing, LP
Bell Contractors, Inc.
H. Deck Construction Co.
3.720E00 1.00
1,200.00
A-3
1,700
P. O. Box 690159
3082 W. Hwy 190
1601 Oxford Blvd
BASE BID
3.400.00
A4
800
Kneen TX 76549-0159
Belton TX 76513
Round Rock TX 78664
Item
Erdmased
Urth
Bid Dma
Unit
Fxrended
Unit
F-xteMed
Unit
Extended
No.
Quantity
49.00
Description
Price
Amount
Price
Amount
Price
Amount
20
5,000
SY
Asphalt Overlay, including necessary saw -cuts and asphalt removal to allow for smooth trausitim
15.75
78,750.00
11.00
55,000.00
7.25
36,250.00
A-5
1
LF Remove Existing Manhole and Replace with New Manhole in accordance with Technica
ar limits of Asphalt Overlay
Specification WW1, including replacing the fust joint of Wastewater Lim out of the Marthoh
21
11000
SY
Furnish and bstall St. Augustine or Bermuda Grass Sodding including Watering to Sustair
6.00
6,000.00
11.00
11,000.00
5.25
5,250.00
A-6
3
Growth
6,481.00
19,443.00 4,300.0C
12,900.00 5.575.00
16,725.00
22
2,600
SY
Placing Loamning and Seeding Including Water to Sustain Growth
3.00
7,800.00
7.10
18,460.00
2.75
7,150.00
23
2
EA
Abandon ExistingManhole in Place r Technical Specification W W4
1,200.00
2.400.00
460.00
920.00
1,000.00
2,000.00
24
200
LF
Replacement of Existing 4 -inch Service Line with 4 -inch SDR 26 Service Lim, including24.50
35,150.00 7.25
13,412.50
transition at limits of Asphalt Overlay
A-9
50
4.900.00
11.10
2,220.00
50.00
10,000.00
A-10
750
LF Relocate Existing Service Connection from rear of homes to proposed wastewater line in roa
cleanout assemblies and double service correction assembly
25,875.00 15.60
11.700.00 70.00
52,500.00
1
4- SDR 26
25
80
LF
Replace Existing 4 -inch Service Lim with birch SDR 26 Service Lim from double scrvic
A-11 1
100% 1
LS JVidco Taping Project S
2.0m.00 1
150.0013.M.00
3'=.00
26.50
2,120.00
16.40
1,312.00
50.00
4,000.00
tion to proposed manhole
26
100%
LS
Video Taping Project Si[ s before the Staff of Construction on the Pro ect
3,500.00
3,500.00
360.00
360.00
3.000.00
3,000.00
27
IOD%
LS
Items Requested b the Owner not shown on the Construction Plant
25.000.00
25,000.00
25,000.00
25,000.00
25,000.00
25,ODO.00
28 1
70 1
LF
Furnish Install 20 -inch Steel Encasement Pi and C Savers r Detail W 14
240.00
16 800.00
210.00
I4 700.00
225.00
15 750.00
TOTAL BASE BID AMOUNT - (ITEMS I - 28)
$
365,592.00
$
390,508.50
$
395,975.00
ADD ALTERNATE- RIDGECREST REALIGNMENT
hem
Estimnted
Unit Btd Dura
Unit
Extended unit
Extended Unit
Extended
No.
uarui
De.srri tion
Price
Amount Priu
Amason Price
Amount
A-1
100%
LS Mobilization. Bonds and Insurance
f 7,430.00
$ 7,430.00 $ 4,500.00
f 4,500.00 S 9.500.00
S 9.500.00
A-2
1,200
SF Trench Safety Int lemematian(structures over 5 it dee
170
2,040.00 3.10
3.720E00 1.00
1,200.00
A-3
1,700
LF Trench Safety Implementation (pi/connections over 5 0 nett
1.50
2.550.00 2.70
4.590.00 2.00
3.400.00
A4
800
LF Replacement of Existing 6-mch Wastewater Lim with 6inch Wastewater Lim (SDR 26) by Opt
Cut (rc-alignment) including all necessary excavation, Pipe, appurumxams, embedment, re
routing all existing sevim connections to the road and tying into proposed lim, traffic comm
49.00
39,200.00 52.20
41,760.00 $5.00
68,000.00
plan(s) and implementation, erosion control, all applicable testing and inspection by closed circui
video camera after completion
A-5
1
LF Remove Existing Manhole and Replace with New Manhole in accordance with Technica
Specification WW1, including replacing the fust joint of Wastewater Lim out of the Marthoh
7,481.00
7,481.00 4,700.00
4,700.00 4,400.00
4,400.00
Penetration
A-6
3
EA Furnish and Install New Manhole in accordance with Technical Specification WWI, mcludinj
6,481.00
19,443.00 4,300.0C
12,900.00 5.575.00
16,725.00
replacing the fust joint of Wastewater Lim out of the Manhole
A-7
3,500
SY Famish and Install St. Augustine at Bermuda Grass Sodding Including Watering to Stunair
6.00
21,000.00 6.30
22.050.00 5.00
17.500.00
Growth
A-8
1,850
SY Asphalt Overlay, including necessary sawcuts and asphalt removeal to allow for smood
15.75
29,137.50 19.00
35,150.00 7.25
13,412.50
transition at limits of Asphalt Overlay
A-9
50
LF Remove and Rc lace Concrete Curb and Gutter
L50
75.00 20.50
1,025.00 35.00
1.750.00
A-10
750
LF Relocate Existing Service Connection from rear of homes to proposed wastewater line in roa
34.50
25,875.00 15.60
11.700.00 70.00
52,500.00
1
4- SDR 26
A-11 1
100% 1
LS JVidco Taping Project S
2.0m.00 1
150.0013.M.00
3'=.00
TOTAL ADD ALTERNATE -
BID AMOUNT - (ITEMS A-1 through A -1I)
$ 156,231.50f 142,245.00 1 $ 191,387.50
Pp ads
BID TAB TION EARZ
N en Cm
CITY OF GEORGETOWN
Edwards Aquifer Recharge Zone Rehabilitation Phase H
WASTEWATER REHABILITATION by OPEN CUT
Bids Received November 11, 2004 2:30 P.M.
ADD ALTERNATE- RfDGECREST REALIGNMENT
Item
Esrimaed
Unit Bid Daa
Unit
Extended Unit
BIDDER INFORMATION
No
Quantity
Description
Price
Amama Price
4
A-1
5
LS Mobilbation Bonds suit Laurance
S 7,500.00
$ 7,500.00 S 6,000.00
S 6,000.00
A-2
Royal Vista,
Inc.
Lewis Contractors, Inc.
2,400.00 5.00
6 000.00
A-3
1,700
350 C.R.
260
13716A McNeOtMeMBWwn
Road
BASE BID
800
LF Replacemem of Existing 6 -inch Wastewater Lim with birch Wastewater Lire (SDR 26) by Ope
Liberty Hill TX 78642
Austro TX 78727
Item
Esttmnred
Unit
Bid Dao
Unit
Extetded
Unit
Extended
No.
uarui
8(L000.00 98.00
Descn tion
Price
Amount
Price
Amount
20
5,000
SY
Asphalt Overlay, including necessary sawcuis and asphalt removal to allow for smooth transiuo
11.00
55,000.00
10.50
52,500.00
A-5
1
LF Remove Existing Manhole said Replace with New Manhole in accordance with Techrd
at limits of Asphalt Overlay
21
LOOD
SY
Furnish and Install Sl. Augustine or Bermuda Grass Sodding including Watering to Sustait
6.00
6,000.00
MOD
13,000.00
A-6
Growth
EA Furnish and Install New Manhole in accordance with Technical Specification WW1, includinj
85.011
255.00 7,OOD.00
21,000.00
22
2,600
SY
Pining Loaning and Setting Including Water to Sustain Growth
7.00
18.200.00
5.50
14,300.00
23
2
EA
Abandon ExistingManhole in Plan r Technical Specification W W4
2,000.00
4,000.00
1,450.00
2.900.00
24
200
LF
Replacement of Existing 4 -inch Service Line with 4-mch SDR 26 Service Line. imiudin
8500
1700000
9000
1800000
transition at limits of Asphalt Overlay
cleanout assemblies and double service connection assembly
A-9
50
25
80
LF
Replace Existing 4-mch Service Line with 6-imh SDR 26 Service Line from double service95.00
A-10
7,600.00
120 00
9,600.00
41,250.OD 75.00
56,250.00
correction to proposedmanhole
4- SDR 26
26
100%
LS
Video Ta in Project Sites before the Start of Construction on the Project
3,000.00
3,000.00
2,500.00
2,500.00
27
100%
LS
Items Requested b the Owner ter shown on the Construction Plans
25,000.00
25.000.00
25.000.00
25.000.00
2
70
LF
Furnish and Install20-imh Steel Encasement Pi Casing ace r Detail W14
100.00
7..
1 100.00
77 000.00
TOTAL BASE BID AMOUNT - (ITEMS 1 - 28)
8
561,000.00
$
741,675.00
ADD ALTERNATE- RfDGECREST REALIGNMENT
Item
Esrimaed
Unit Bid Daa
Unit
Extended Unit
Extended
No
Quantity
Description
Price
Amama Price
Amount
A-1
100%
LS Mobilbation Bonds suit Laurance
S 7,500.00
$ 7,500.00 S 6,000.00
S 6,000.00
A-2
1,200
SF Trench Safety Implementation(structures over 5 It d
2.00
2,400.00 5.00
6 000.00
A-3
1,700
LF Trench Safety Imlememation i /connections over 5 It deet
4.00
6,800.00 2.00
3400.00
A4
800
LF Replacemem of Existing 6 -inch Wastewater Lim with birch Wastewater Lire (SDR 26) by Ope
Cul (re-alignmen) including all necessary excavation, pipe, apputtcnwces. embedment. rc
routing all existing uvice connections to the road and tying into proposed lire, traffic control
100.00
8(L000.00 98.00
78,400.00
pim(s) and implemention, erosion control, all applicable testing and inspection by cloud circuit
video camera after completion
A-5
1
LF Remove Existing Manhole said Replace with New Manhole in accordance with Techrd
Specification WW1, including replacing the first joint of Wastewater Line on of the Manholt
9,000.00
9,000.00 7,500.00
7,500.00
Penetration
A-6
3
EA Furnish and Install New Manhole in accordance with Technical Specification WW1, includinj
85.011
255.00 7,OOD.00
21,000.00
replacing the first joint of Wastewater Lire out of the Manhole
A-7
3,500
SY Furnish and Install St. Augustine or Bermuda Grass Sodding including Watering to Surstair
6.00
21,000.00 7.00
24,500.00
Growth
A-8
1.850
SY Asphalt Overlay, including necessary saw -cuts and asphalt removeal to allow for smoott
11.00
20,350.00 9.00
16,650.00
transition at limits of Asphalt Overlay
A-9
50
LF Remove and Re lar Concrete Curb and Gutter
40.00
2,000.00 1 25.00
1250.00
A-10
750
LF Relocar Existing Service Connections from rear of homes to proposed wastewater line in r
55.00
41,250.OD 75.00
56,250.00
1
4- SDR 26
A-11
1
LS Vide Taping Project ins Before the Start of onstruction o Pro' t
1,000.001 1 .00
2 .
TOTAL ADD ALTERNATE - RIDGECREST REALGNMENT BID AMOUNT - (ITEMS A -I through A -IDS 191,555.00 $ 222,150.00
Extended amount multiplied incorrectly. Extended amount has been corrected. vy.aeie
BID AMOUNT (hems I through 18)
RIDGECREST REALIGNMENT (Items A -I through All)
TOTAL PROJECT AMOUNT (BASE BID + ADD ALTERNATE)
BID TAB CION �`�
W an Cut
CITY OF GEORGETOWN
Edwards Aquifer Recharge Zone Rehabilitation Phase II
WASTEWATER REHABILITATION by OPEN CUT
Bids Received November 11, 2004 2:30 P.M.
Did Bidder Acknowledge Addenda No. I?
BIDDER INFORMATION
YES
1
Shelton & Shelton Plumbing, LP
P. O. Box 690159
KWeen TX 76549-0159
2
Bell Co0lractors, Inc.
3082 W. Hwy 190
Belton, TX 76513
3
H. Deck Construction Co.
1601 Oxford Blvd
Round Rock, TX 78664
$ 365,541.00
$ 390,508.50 $
395,975.00
$ 156,131.50
8 141,145.00 $
191,387.50
$ 511,813.50
8 531,753.50 8
587,361.50
Did Bidder Acknowledge Addenda No. I?
YES
YES
YES
Did Bidder Acknowledge Addenda No. 2?
YES
YES
YES
Did Bidder Acknowledge Addenda No. 3?
YES
YES
YES
Did Bidder Acbmwledge Addenda No. 4?
YES
YES
YES
Did Bidder Provide Bid Security?
YES
YES
YES
Paw eae
RZ
BID TAB CION N in,Cut
CITY OF GEORGETOWN
Edwards Aquifer Recharge Zone Rehabilitation Phase II
WASTEWATER REHABILITATION by OPEN CUT
Bids Received November 11, 2004 2:30 P.M.
BIDDER INFORMATION
4 s
Royal Vlsu, loc. Legis Contractors, Inc.
350 C.R. 260 13716A McNeil/Merti0lowo Road
Liberty Hill. TX 78642 1 Austin, TX 78727
BASE BID AMOUNT (items I through 18)
$ 561,000.00
$
741,675.00
JADD ALTERNATE • RIDGECREST REALIGNMENT (Items A•1 through All)
$ 191,555. Be
$
111,150.00
TOTAL PROJECT AMOUNT (BASE BID + ADD ALTERNATE)
II $ 751,555.00' $ 967,825.001
Did Bidder Acknmuledge Addenda No. 1?
YES
YES
Did Bidder Acknowledge Addenda No. 1?
YES
YES
Did Bidder Aclmowledge Addenda No. 3?
YES
YES
Did Bidder Acknowledge Addenda No. 4?
YES
YES
Did Bidder Provide Bid Security?
YES
YES
I hereby certify that this is a correct and true tabulation of all bids received.
Thomas D. Valle. P.E.
Kasbere. Patrick d Associates. LLP
r
92791
Agenda Item Check List
Financial Impact
Agenda Item:
Agenda Item Subject:
Is this a Capital Improvement
Project:
Council Date:
EARZ Phase II Repairs Bid Award
EARZ Phase II Repairs Bid Award
•YesONo
11/23/2004
link to Agenda database => /6
Need Help?
Was it budgeted? • Yes .-> No
Is it within the approved budgeted amount? • Yes i) No
If not, where is the money coming from?
G/L Account Number 651-101-6618-02
Amount Going to Council $ 747,200.00
Is there something (budgeted) that won't get C) Yes G 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,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact:
If so, what division(s)?
Reduction in wastewater treatment costs due to
elimination of infiltration.
Yes • No
Prepared by: Glenn Dishong Date: 11/17/2004
Agenda Item Checklist. Approved on 1111812004
pprovers
ills signed
Notified
Received
Status Changed
Status
Jim Briggs
Assistant City 11/17/2004
11/17/2004
11/18/2004
11/18/2004
Approved
Jose Lara
Imanager 11/18/2004
11/18/2004
11/18/2004
11/18/2004
Approved
Ublity Financial
Analyst
Approval Cycle Settings
Council Meeting Date: November 23, 2004
AGENDA ITEM COVER SHEET
Item No.
SUBJECT:
Consideration and possible recommendation to authorize staff to negotiate a
contract with the recommended firm Kasberg, Patrick and Associates L.L.P. to provide
engineering services related to the Pavement Condition Surveys on the city's roadway
infrastructure, in the amount not to exceed $120,000.00
ITEM SUMMARY:
A request for an engineering and pavement -testing firm to perform pavement
condition surveys along with developing a five-year annual roadway maintenance plan was
formulated. Criteria in the proposal were developed from information gathered from
multiple city divisions, discussions with professionals in the field of pavement testing,
information provided by leading software providers in the area of Pavement Maintenance
Management and from transportation system managers with other cities and counties.
Notification of issuance of a Request for Qualifications (RFQ) for the subject services
was sent to approximately 40 firms and advertised in the Williamson County Sun on October
10 and 17, 2004. Staff received six proposals from firms interested in providing services
for the project. A selection committee consisting of six qualified staff members from
Management Services, Finance and Georgetown Utility Systeme evaluated the proposals and
rated each proposal on six criteria. The evaluating team individually scored each
proposal on experience of the project team, professional qualifications to perform the
work, experience and availability of the project manager, ability to meet schedule,
understanding of the scope and familiarity with applicable rules and regulations. All
proposals were thoroughly reviewed and scored. The scores were tabulated and an average
overall score was developed for each proposal. Kasberg, Patrick and Associates obtained
the highest average score. The committee recommends the proposal submitted by Kasberg,
Patrick and Associates L.L.P with Fugro Consultants L.P. as the subconsultant.
This project is in coordination with Finance's implementation of new benchmarks for
financial analysis. Pavement Maintenance Management and Governmental Accounting Standards
Board Statement No. 34 (GASB 34) were presented to council during a workshop on February
9, 2004.
SPECIAL CONSIDERATIONS:
Should the City be unsuccessful in negotiating a satisfactory agreement with the
recommended firm, negotiations will cease with that firm.
FINANCIAL IMPACT:
Funds for this expenditure were budgeted for $100,000. An increase in actual sales
tax received from 2003/2004 allows for extra percentage of the surplus in the amount of
$20,000 to be added to this project. A budget amendment will be proposed as part of the
mid -year review recommendation. This project will be funded out of the Street Maintenance
Sales Tax Fund 203-101-6060-00
GUS BOARD RECOMMENDATION:
Approved at GUS Board Meeting November 16, 2004 7 - 0.
STAFF RECOMMENDATION:
Staff recommends Kasberg, Patrick and Associates L.L.P. for engineering
services on the Pavement Condition Surveys on the city's roadway infrastructure.
COMMENTS:
None.
ATTACHMENTS:
RFQ for Engineering Services for conducting Pavement Condition Surveys on the
City's roadway infrastructure %_%Z-% ['1
-111 icum:ae nenz,
Assistant City Manager Systems Engineering
for Utilities
Georgetown
CITY OF GEORGETOWN
REQUEST FOR QUALIFICATIONS
FOR ENGINEERING SERVICES
CITY OF GEORGETOWN TRANSPORTATION SERVICES
GEORGETOWN, TEXAS
The City of Georgetown is soliciting Request for Qualifications to engage Professional
Engineering Services for conducting Pavement Condition Surveys on the city's roadway
infrastructure.
The firms to be considered must be registered to practice in the State of Texas and
have experience in Pavement Condition Surveys and Governmental Accounting
Standards Board Statement No. 34 (GASB 34) reporting requirements. The project will
consist of any or all of the following parts:
• Pavement Condition Surveys
• Development of an Overall Pavement Condition Index for the city
• Inventorying all city roadway infrastructure
• Development of a five-year annual roadway maintenance plan
• Data input and data analysis within existing computerized
pavement management system software, CarteGraph Pavement
View Plus
• Training city staff how to perform surveys and use the
computerized pavement management system.
For statement of qualification requirements please contact:
Terry Jones
Support Services Director
City of Georgetown
300-1 Industrial Avenue
Georgetown, Texas 78626
Telephone: (512) 930-3646
Fax: (512) 930-9027
Statement of qualifications shall be received until Monday, November 1, 2004 12:00
P.M. CST at the above address. No statement of qualifications will be accepted after
the above date and time.
Addendum No. t — October 25, 2004
CITY OF GEORGETOWN
PAVEMENT CONDITION SURVEY
CONSULTANT SELECTION
SCOPE OF SERVICES
The scope of services encompasses professional services for conducting Pavement
Condition Surveys in the City of Georgetown, Texas. The consultant will develop and
complete all the work specified within the project budget, to standards stipulated by the
City of Georgetown. The consultant will use acceptable engineering methodology and
software, CarteGraph Pavement View Plus, to accomplish pavement data analysis and
meet the requirements of the modified approach of reporting infrastructure asset
condition under Governmental Accounting Standards Board Statement No. 34 (GASB
34). The project location and limits includes all roadways maintained by the City of
Georgetown as of October 1, 2004, which is approximately 210 centerline miles.
The scope of work will include, but not limited to, the following:
Update the City's Pavement Management System database, including an
estimate of historical costs based on current cost of constructing the city's
road network deflated to the time the road was originally constructed,
reconstructed, or accepted for maintenance.
Conduct Pavement Condition Surveys on all City of Georgetown
roadways.
Management discussions and analysis of the city road infrastructure,
including:
- A comparison of the current infrastructure condition to historical
trends;
- An analysis of significant (20% or greater deterioration) changes to
the assessed condition of the city road system and probable
causes of those changes;
- Discussion of significant differences between the estimated cost
and actual maintenance costs, as required by GASB 34;
- A recommended maintenance strategy and a five-year
maintenance plan with annual estimate of the cost associated with
maintaining the condition level established by the city, as required
by GASB 34;
- Conduct a kick-off meeting to develop the scope of the project
goals, timelines and pavement condition survey criteria.
• Training city staff how to perform pavement condition surveys and use the
computerized pavement management system, CarteGraph's
PavementView Plus.
• Other special service as required for this project.
Addendum No. 1 — October 25, 2004
The deliverables will include, but not limited to, the following:
• A report containing the results of all field-testing, recommended
improvement types for selected roadways, a five-year Pavement
Improvement Plan and the procedures used in developing the plan.
• A report containing the description of the components of the formula used,
calculations and examples.
• A list of all the roads surveyed and tested.
• Electronic data of the final survey data, analysis models and cost models
in CarteGraph's Pavement View Plus readable format.
Qualification statements must be received by the City of Georgetown no later than
12:00 P.M. CST, Monday, November 1, 2004. The statement of qualification may be
mailed or delivered to:
Terry Jones
Support Services Director
300-1 Industrial Avenue
Georgetown, Texas 78626
No statement of Qualifications shall be accepted after the above date and time. The
City of Georgetown reserves the right to reject any or all Statements of Qualifications.
Addendum No. 1 — October 25, 2004 3
STATEMENT OF QUALIFICATIONS REQUIREMENTS
The firms submitting qualifications shall submit seven (7) complete sets by Monday,
November 1, 2004 no later than 12:00 P.M. CST to:
Terry Jones
Support Services Director
City of Georgetown
300-1 Industrial Avenue
Georgetown, Texas 78626
Each set of statement of qualification shall contain the following:
The number of pages per criteria may vary depending on the individual firm, but must
total no more than 15 paces, excluding appendices.
Addendum No. 1 — October 25, 2004 4
Recommended
PROPOSAL CRITERIA
No. of
Pages
Introductory Letter/Professional Qualifications, Number of Years in
3
Business and Office Location
Experience of Project Manager, Project Team Composition, Ability to
5
Commit Resources
Understanding of Project Scope
3
Familiarity with GASB 34 Requirements, Applicable Rules,
3
Regulations, Professional Standards and Computer Programs,
including CarteGra h's PavementView Plus
Ability to Meet Schedules
1
Maximum Page Total
15
Appendix; Certifications and Standard Forms
• Team composition/Responsibilities
• Team Resume
• Prime Consultant's Statement of No Conflict
• Legal Firm Name Disclosure (prime and sub)
• Company Brochure (optional)
The number of pages per criteria may vary depending on the individual firm, but must
total no more than 15 paces, excluding appendices.
Addendum No. 1 — October 25, 2004 4
NOTIFICATION
The Consultant Selection Committee will review all proper submittals, and on a basis of
the data submitted may contact up to three (3) of the highest qualifying firms or
individuals for a personal interview, if needed, within two weeks after the closing date
for request of information.
CONSULTANT SELECTION PROCESS
The committee will make the initial evaluation of each proposal submitted. By
comparing each firm's qualifications to the pre -established criteria specified to the
project, three (3) or less of the highest rated firms may be invited to personally interview
with the Committee.
Upon the completion of the interviews, if required, the proposals and scoring matrices,
for all interviewed firms, are reviewed for final ranking. Attached for your information
are the forms utilized in the selection process:
• Proposal Evaluation Form
• Proposal Evaluation Form Criteria
• Interview Evaluation Form
• Interview Evaluation Form Criteria
The City of Georgetown reserves the right to reject any or all proposals. All responders
to the City of Georgetown's Request for Qualifications for Engineering Services for
conducting Pavement Condition Surveys on the City's roadway infrastructure shall
provide a Statement of No Conflict in the form attached hereto as "Exhibit A", affirming
that at the time of submission of the Statement of Qualifications for the project, it is not
providing professional engineering services for any private development within the City's
development jurisdiction (Le, within the City limits, the City's Extraterritorial Jurisdiction,
or in the City's water, wastewater, or electric service areas), nor shall it provide such
services during the contract period for the project. A fully executed Statement of No
Conflict shall be submitted with the statement of qualifications. Failure to submit the
signed Statement of No Conflict along with the RFQ shall result in disqualification of
Consultant for consideration for the work.
PROPOSAL EVALUATION CRITERIA
Experience of Project Team
The consultant should designate an experienced project manager and technical
staff to competently and efficiently perform the work either through their own
personnel and sub consultant. The proposal should identify the project team
composition, project leadership, reporting responsibilities and address how sub
consultants will fit into the management structure. The proposal should include
Addendum No. 1 — October 25, 2004 5
up to five years work experience of the firm, and individual experience gained
under other employers. Resumes of the key design team members, limited to
two pages per person, should be included in the appendix.
Professional Qualifications of the Team
The consultant should provide information on their business: applicable
certifications or recognitions and other pertinent information that demonstrates
their qualifications to perform the work. Also provide education, training,
certification, awards, etc. for individual employees including employees of sub
consultants. The consultant and proposed sub consultant should have
experience in performing similar projects.
Experience / Availability of Project Manager
The project manager must have adequate experience in managing projects of a
similar nature and scope, and must be available to commit appropriate hours and
supervision to the project. The project manager shall be a Professional Engineer
registered in the State of Texas. The project manager's resume must be
included in the appendix.
Ability to Meet Schedule
The Consultant must demonstrate that sufficient and knowledgeable staff is
available to successfully meet schedules proposed by the City of Georgetown.
Understanding the Scope
The proposal should include the following:
• Demonstrate an understanding of the project
• Address Proposed approach to complete the scope
• Address appropriate Federal/State/Local regulations and policies
• Identify information to be gathered or obtained
• Any work on similar type projects, in the past five (5) years, should be
listed to validate this understanding, including references for projects.
Familiarity with Applicable Rules and Regulations
The proposal should indicate, through past experience of the consultant or sub
consultant, that they possess sufficient knowledge of governmental regulations,
appropriate codes, professional standards, and applicable computer programs
(as required).
Addendum No. 1 —October 25, 2004 6
CITY OF GEORGETOWN
PAVEMENT CONDITION SURVEY
CONSULTANT SELECTION
PROPOSAL EVALUATION FORM
Consultant:
Evaluator:
Date:
The consultant is to be evaluated with regard to the selection criteria by each consultant
selection team member on the basis of a rating system with the following scale:
0 - Does not meet minimum qualifications
e 1 - Meets minimum qualifications
e 2 - Meets preferred qualifications
3 - Exceeds preferred qualifications
Notes:
Addendum No. 1 — October 25, 2004 7
Selection Criteria
Weight
Evaluation Scale Score
1.
Ex erience of Project Team
20
X -
2.
Professional Qualification of Team
20
X -
3.
Experience / Availability of Project Manager
15
X -
4.
Ability to Meet Schedules
10
X =
5.
Understanding of the Scope
20
X -
6.
A plicable of Rules and Regulations
15
X =
Total Interview Score
Consultant:
Evaluator:
Date:
The consultant is to be evaluated with regard to the selection criteria by each consultant
selection team member on the basis of a rating system with the following scale:
0 - Does not meet minimum qualifications
e 1 - Meets minimum qualifications
e 2 - Meets preferred qualifications
3 - Exceeds preferred qualifications
Notes:
Addendum No. 1 — October 25, 2004 7
CITY OF GEORGETOWN
PAVEMENT CONDITION SURVEY
CONSULTANT SELECTION
INTERVIEW EVALUATION CRITERIA
Understanding the Responsibilities
The consultant must demonstrate a thorough understanding of the task involved
in the scope of worked outlined in this RFQ; applicable rules, regulations and
codes; and special information to be gathered. The consultant's project manager
must be able to communicate and exchange ideas and information with staff,
advisory persons and elected officials of the City.
Experience of Project Manager
The project manager must demonstrate adequate experience in managing
projects of a similar nature and scope, and must be available to commit
appropriate hours and supervision to the project.
Experience of Project Team (including sub consultants)
The consultant must demonstrate that the project team composition and project
leadership is capable of successfully completing the project.
Ability to Commit Resources to Meet Schedules
The consultant must demonstrate that sufficient and knowledgeable staff are
available or will be available upon commencement of the project to successfully
meet schedules proposed by the City. The consultant is required to disclose the
project manager's current assigned commitments in the RFQ under review in
order to evaluate time available for dedication to the project.
Ability to Meet Budget
The consultant must demonstrate experience in managing budgets, and
developing projects within budgets, and show expertise in construction costs.
Addendum No. 1 — October 25, 2004
CITY OF GEORGETOWN
PAVEMENT CONDITION SURVEY
CONSULTANT SELECTION
INTERVIEW EVALUATION FORM
Selection Criteria
Weight
Evaluation Scale
Score
1. Understanding of Res onsibilities
25
X
-
2. Experience of Project Manager
25
X
-
3. Experience of Project Team
20
X
-
4. Ability to Commit Resources
Meet Schedules
15
X
-
5. Ability to Meet Budget
15
X
-
Total Interview Score
Consultant:
Evaluator:
Date:
The consultant is to be evaluated with regard to the selection criteria by each consultant
selection team member on the basis of a rating system with the following scale:
• 0 - Does not meet minimum qualifications
• 1 - Meets minimum qualifications
• 2 - Meets preferred qualifications
• 3 - Exceeds preferred qualifications
Notes:
Addendum No. 1 —October 25, 2004 9
Agenda Item Check List
rr�
Financial Impact
Agenda Item: Pavement Condition Surveys on the city's roadway infrastructure
Agenda Item Subject: Authorize staff to negotiate a contract with the recommended firm to
provide engineering services related to the Pavement Condition
Surveys
Is this a Capital Improvement • Yes O No
Project:
Council Date: 11/23/2004
link to Agenda database => •
Need Help?
Was it budgeted?
Is it within the approved budgeted amount?
If not, where is the money coming from?
G/L Account Number
Amount Going to Council
• Yes O No
Yes • No
an increase in actual sales tax received from
03/04 going to the Street Maintenance Sales Tax
Fund allows for additional $20,000 be added to
the project
203-101-6060-00
$ 120,000.00
Is there something (budgeted) that won't get Yes • No
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.
surplus sales tax will help fund the additional
amount requested for the project
• Yes O No
This will be an ongoing program due to GASB 34
accounting requirements. Pavement condition
surveys are required to be performed every three
years on every street segment.
Does this project have future revenue
impact?
Year:
If so, how?
Identify all on-going costs (i.e., insurance,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact:
If so, what division(s)?
Yes 0 No
Department:
Annual software maintenance contracts $1,700
and training $1,000
• Yes No
Finance and Administration
Prepared by: Mike Stasny Date: 11/17/2004
Agenda Item Checklist., In Process
Approvers
Title
Assigned
Notified
Received
Status Changed
Status
Jim Briggs
Assistant City
11/17/2004
11/17/2004
11/18/2004
11/18/2004
Approved
Laurie Brewer
Manager
11/18/2004
11/18/2004
-
Micki Rundell
Controller
-
-
Director of Finance
and Administration
Approval Cycle Settings
GUS Board Meeting Date: November 23, 2004 Item No.
AGENDA ITEM COVER SHEET
SUBJECT:
Consideration and possible action to approve Change Order 1, to
the contract between H. Deck Construction Company and City of
Georgetown in amount of $100,000.00 for Airport Road Rehabilitation.
ITEM SUMKARY:
A change order is required for this project, based on Council
approval, to improve the Williamson County portion of Airport Road from
Vortac Lane to Berry Creek Road.
In a collaborative project with Williamson County, the City will
use funding from the Street Department's unscheduled maintenance
account and CIP dollars to rehabilitate county roads. In exchange, the
County will provide the City's required funding match to the TxDOT off -
system bridge rehabilitation program. Williamson County will supply the
City's share of the replacement cost of the College Street bridge in
the of amount of $163,053.00.
The City plans to provide $163,053.00 worth of improvements to
county roads. $125,000.00 of the $163,053.00 will be used on the county
portion of the Airport Road Rehabilitation Project, with the remaining
balance of $38, 053 to be used on CR 265 and other county roads if
needed.
This change order will provide approximately $100,000.00 from the
Street Department's unscheduled maintenance account. In addition,
$25,000.00 from the original Airport Road project budget will be used.
GUS BOARD RECOMMENDATION:
Change Order No. 1 recommended for approval by the GUS Board at
their November 16, 2004 meeting. Approved 7-0
STAFF RECOMMENDATION:
Staff recommends approval of Change Order No. 1 in the amount of
$100,000.00.
SPECIAL CONSIDERATIONS:
NONE
FINANCIAL IMPACT:
Change Order No. 1 to be funded from Streets Unscheduled
Maintenance account 100-134-5801-00.
CONMENTS:
NONE
ATTACHMENTS:
NONE
\1�
Submitted By:Jim Bn Thomas R. Benz,
t "ger Manager, Systems
Agenda Item Check List
Financial Impact
Agenda Item: GUS Board recommendation to approve Change Order 1, to the
contract between H. Deck Construction Company and City of
Georgetown in amount of $100,000 for Airport Road Rehabilitation.
Agenda Item Subject: GUS Board recommendation to approve Change Order 1, to the
contract between H. Deck Construction Company and City of
Georgetown in amount of $100,000 for Airport Road Rehabilitation.
Is this a Capital Improvement • Yes (_j No
Project:
Council Date: 11/23/2004
link to Agenda database =>
Need Help?
Was it budgeted? • Yes C; No
Is it within the approved budgeted amount? 0 Yes No
If not, where is the money coming from?
G/L Account Number 100-134-5801-00
Amount Going to Council $ 100,000.00
Is there something (budgeted) that won't get 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:
I
r
If so, how?
Identify all on-going costs (i.e., insurance,
annual maintenance fees, licenses,
operational costs, etc...).
Estimated staff hours:
Cross -divisional impact: Yes _ No
If so, what division(s)?
Prepared by: Tom BenzDate: 11/12/2004
Agenda /tem Checklist: Approved on 1111212004
pprovers
Title
ssigned
Notified
Received
Status Changed
Status
!Jim Briggs
Assistant City
11!1212004
11/12!2004
11/12/2004
11/1212004
Approved
'Jose Lara
Manager
11/12/2004
11/12/2004
11/12/2004
11/12/2004
Approved
Utility Financial
Analyst
Approval Cycle Settings