Loading...
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