Loading...
HomeMy WebLinkAboutAgenda CC 12.08.2009Item # A Item # B Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # C Item # D Item # D Item # E Item # E Item # F Item # F Item # G Item # G Item # H Item # H Item # H Item # H Item # H Item # H Item # I Item # I Item # I Item # I Item # I Item # I Item # I Item # J Item # J Item # J Item # J Item # K Item # L Item # L Item # L Item # L Item # L Item # L Item # L Item # L Item # L Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # M Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # N Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # O Item # P Item # P Item # P Item # P Item # P Item # P Item # P Item # P Item # P Item # P Item # P Item # P Item # P Item # P Item # P Item # Q Item # Q Item # Q Item # Q Item # Q Item # Q Item # Q Item # Q Item # Q Item # R Item # R Item # R Item # R Item # R Item # R Item # S Item # S Item # S Item # T Item # T Item # T Item # T Item # T Item # T Item # T Item # T Item # U Item # U Item # U Item # U Item # U Item # U Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # V Item # W Item # W Item # W Item # W Item # W Item # W Item # W Item # W Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # X Item # Y Item # Y Item # Y Item # Y Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # Z Item # AA Item # BB Item # CC Item # DD Item # EE Council Meeting Date: December 8, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to recommend approval of a Extension of Master Services Agreement with HDR Engineering, Inc., of Austin, Texas, for professional engineering services. — Thomas R. Benz, P.E., Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: HDR Engineering, Inc., of Austin, Texas, (HDR) is familiar with our standards and specifications and has highly qualified professionals to work on our projects. HDR is currently working on several projects the City of Georgetown and has successfully completed impact fee analysis and a variety of transportation, and streets projects. Attached for your review and consideration is a first extension of the Master Services Agreement (MSA) with HDR. The MSA contains the basic terms governing the relationship between the City and the Engineer. The MSA will have a term of one year, renewable for up to four additional terms. During the contract term, the City could issue Task Orders to the Engineering firm for specific projects. The Task Orders will contain all of the details that will be specific to a certain project—e.g., scope, schedule, cost, etc. Task Orders will be approved by the authorized City representative(s) in accordance with the City's purchasing policy — which currently requires that all professional services contracts for $15,000 or greater be approved by the City Council. Approval of the MSA is not a guarantee of work, but approval of the MSA allows Task Orders to be issued in an expeditious way that will allow for efficient project management. BOARD RECOMMENDATION: N/A STAFF RECOMMENDATION: Staff recommends entering into an Extension MSA with HDR Engineering, Inc., of Austin, Texas. ATTACHMENTS: P Extension of Master Services Agreement with HDR Engineering, Inc. IN Submitted By: Thomas R. Benz, P.`@ Jim Briggs, Systems Engineering Director ACM for Utility Operations STATE OF TEXAS COUNTY OF WIIJAAMSON I' EXTENSION OF MASTER SERVICE AGREEMENT On the 23rd day of September, 2008, the City Council approved a Master Service Agreement with HDR Engineering, Inc. which had a term for one (1) year with an option to extend for four (4) consecutive one (1) year periods, not to exceed a maximum of five (5) years. At the City Council meeting of December 8, 2009, the City Council exercised one of its options to extend and therefore the parties agree that the Master Service Agreement dated September 23, 2008 is herein extended to September 23, 2010 and City retains its option to extend for three (3) consecutive one (1) year periods. Approved as to Form: Mark Sokolow City Attorney City of Georgetown Signed and Agreed to on the day of 2009 CITY OF GEORGETOWN BY George G. Garver, Mayor Signed and Agreed to on the,r day of A10II&I40r 2009 HDR ENGINEERING, INC. Council Meeting Date: December 8, 2009 AGENDA ITEM COVER SHEET Item No. L SUBJECT: Consideration and possible action to recommend approval of a Extension of Master Services Agreement with Espey Consultants, Inc., of Austin, Texas, for professional engineering services. —Thomas R. Benz, P.E., Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: Espey Consultants, Inc., of Austin, Texas (ECI) is a highly qualified engineering firm, with one of their specialties in environmental assessments and inspection for potential waters of the U.S./wetlands, for endanger species and other regulatory requirements. ECI is currently working with the City to provide environmental services as part of the 2006 Annexation Project. Attached for your review and consideration is an Extension of Master Services Agreement (MSA) with Espey Consultants, Inc., of Austin, Texas (ECI). The MSA contains the basic terms governing the relationship between the City and the engineer. The MSA would have a term of one year, renewable for up to four additional terms. During the contract term, the City could issue Task Orders to the engineering firm for specific projects. The Task Orders would contain all of the details that would be specific to a certain project — e.g., scope, schedule, cost, etc. Task Orders would be approved by the authorized City representative(s) in accordance with the City's purchasing policy — which currently requires that all professional services contracts for $15,000 or greater be approved by the City Council. Approval of the MSA is not a guarantee of work, but approval of the MSA allows Task Orden; to be issued in an expeditious way that will allow for efficient project management. BOARD RECOMMENDATION: N/A STAFF RECOMMENDATION: Staff recommends entering into a first MSA Extension with Espey Consultants, Inc., of Austin, Texas. ATTACHMENTS: 1st Extension of the Master Services Agreement with Espey Consultants, Inc. k� Submitted By: Thomas R. Benz`,1'. E. Jim Briggs, Systems Engineering Director ACM for Utility Operations STATE OF TEXAS COUNTY OF WILLIAMSON 1" EXTENSION OF MASTER SERVICE AGREEMENT On the 25th day of November, 2008, the City Council approved a Master Service Agreement with Espey Consultants, Inc. which had a tern for one (1) year with an option to extend for four (4) consecutive one (1) year periods, not to exceed a maximum of five (5) years. At the City Council meeting of December 8, 2009, the City Council exercised one of its options to extend and therefore the parties agree that the Master Service Agreement dated November 25, 2008 is herein extended to November 25, 2010 and City retains its option to extend for three (3) consecutive one ( I ) year periods. Signed and Agreed to on the CITY OF GEORGETOWN 10 George G. Garver, Mayor day of 2009 Signed and Agreed to on the 30 day of oVeolarr 2009 ESPEY CONSULTANTS, INC. Keith ody, P. E., Vice President Approved as to Form: Mark Sokolow City Attorney City of Georgetown Council Meeting Date: December S, 2009 Item No. F AGENDA ITEM COVER SHEET SSUBJE : Consideration and possible action to recommend approval of a Extension of Master Services Agreement with Steger Bizzell Engineering, Inc., of Georgetown, Texas, for professional engineering services. — Thomas R. Benz, P.E., Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: Steger Bizzell Engineering, Inc., of Georgetown, Texas (Steger Bizzell) is familiar with our transportation systems, standards and specifications and has highly qualified professionals to work on our projects. Steger Bizzell has worked for the City of Georgetown for several years and has successfully completed a variety of transportation, streets, drainage, water and wastewater projects. Attached for your review and consideration is a first extension of the Master Services Agreement (MSA) with Steger Bizzell. The MSA contains the basic terms governing the relationship between the City and the Engineer. The MSA will have a term of one year, renewable for up to four additional terms. During the contract term, the City could issue Task Orders to the Engineering firm for specific projects. The Task Orders will contain all of the details that will be specific to a certain project — e.g., scope, schedule, cost, etc. Task Orders will be approved by the authorized City representative(s) in accordance with the City's purchasing policy — which currently requires that all professional services contracts for $15,000 or greater be approved by the City Council. Approval of the MSA is not a guarantee of work, but approval of the MSA allows Task Orders to be issued in an expeditious way that will allow for efficient project management. BOARD RECOMMENDATION: N/A STAFF RECOMMENDATION: Staff recommends entering into a first Extension MSA with Steger Bizzell Engineering. Inc., of Georgetown, Texas. ATTACHMENTS: Is' Extension of Master Services Agreement with Steger Bizzell Engineering, Inc. Submitted By: Thomas R. Benz, P.W Jim Briggs, Systems Engineering Director ACM for Utility Operations STATE OF TEXAS 1 h 11 1 JIIIA"4 3Kti@Nl 1st EXTENSION OF MASTER SERVICE AGREEMENT On the 13th day of January, 2009, the City Council approved a Master Service Agreement with Steger & Bizzell Engineering, Inc. which had a term for one (1) year with an option to extend for four (4) consecutive one (1) year periods, not to exceed a maximum of five (5) years. At the City Council meeting of December 8, 2009, the City Council exercised one of its options to extend and therefore the parties agree that the Master Service Agreement dated January 14, 2009 is herein extended to January 13, 2011 and City retains its option to extend for three (3) additional consecutive one (1) year periods. Signed and Agreed to on the day of 2009 CITY OF GEORGETOWN George G. Garver, Mayor Signed and Agreed to on the `day of 2009 STEGER & BIZZELL ENGINEERING, INC. M. Approved as to Form: Mark Sokolow City Attomey City of Georgetown Perry Steger, P. E., President Council Meeting Date: December 8, 2009 Item No. & AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to recommend approval of a Extension of Master Services Agreement with Inland Geodetics, LP, of Round Rock, Texas, for professional surveying services. — Thomas R. Benz, P.E., Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: Inland Geodetics, L.P., of Round Rock, Texas, and (Inland) works as surveyor on other projects for the City and as subcontractor to our engineers, currently under contract to assist the City in meeting our 2006 annexation deadlines. Inland is a firm dedicated to land surveying and related services; in addition, they are registered with the State of Texas as Historically Underutilized Businesses (HUB). Attached for your review and consideration is an extension of the Master Services Agreement (MSA) with Inland. The MSA contains the basic terms governing the relationship between the City and the Engineer. The MSA will have a term of one year, renewable for up to four additional terms. During the contract term, the City could issue Task Orders to the surveying firm for specific projects. The Task Orders will contain all of the details that will be specific to a certain project — e.g., scope, schedule, cost, etc. Task Orders will be approved by the authorized City representative(s) in accordance with the City s purchasing policy — which currently requires that all professional services contracts for $15,000 or greater be approved by the City Council. Approval of the MSA is not a guarantee of work, but approval of the MSA allows Task Orders to be issued in an expeditious way that will allow for efficient project management. BOARD RECOMMENDATION: N/A STAFF RECOMMENDATION: Staff recommends entering into a first Extension MSA with Inland Geodetics, L.P., of Round Rock, Texas. ATTACHMENTS: I� Extension of Master Services Agreement with Inland Geodetics, L.P. Submitted By: Thomas R Benz, )?S E! Jim Briggs, Systems Engineering Director ACM for Utility Operations STATE OF TEXAS COUNTY OF WILLIAMSON Isr EXTENSION OF MASTER SERVICE AGREEMENT On the 13th day of January, 2008, the City Council approved a Master Service Agreement with Inland Geodetics LP which had a term for one (1) year with an option to extend for four (4) consecutive one (1) year periods, not to exceed a maximum of five (5) years. At the City Council meeting of December 8, 2009, the City Council exercised one of its options to extend and therefore the parties agree that the Master Service Agreement dated January 13, 2008 is herein extended to January 13, 2010 and City retains its option to extend for three (3) consecutive one (1) year periods. �r Signed and Agreed to on the day of CITY OF GEORGETOWN M George G. Garver, Mayor 11' Signed and Agreed to on the _20_ day of _Nov._ 2009 INLAND GEODETICS LP BY Brenda StesaPrincipal Approved as to Form: Mark Sokolow City Attorney City of Georgetown Council Meeting Date: December OB, 2009 Item No. 4 AGENDA ITEM COVER SHEET Ste: Consideration and possible action to approve Task Order MEI 10-002, with McCord Engineering, Inc., of College Station, Texas, for professional services related to the Electric Utility System Valuation Adjustment Study, in an amount not to exceed $25,000.00. -Thomas R. Benz, Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: This Task Order will provide an appraised value for the GUS Electric System as of September 30, 2009. This appraisal will include all of the electric system additions, deletions, and depreciation from October 1, 2007 to September 30, 2009. The value will be used by the City of Georgetown Finance Department to establish future rates. GUS BOARD RECOMMENDATION: Under $50,000 - does not go to GUS Board. STAFF RECOMMENDATION: Recommend approval of Task Order MEI -10-002 to McCord Engineering Inc. of College Station, Texas in an amount not to exceed $ 25,000. FINANCIAL IMPACT: Funds for this expenditure are budgeted in the FY 2009/2010 Electric CEP Budget. See attached CIP Budget and Financial Analysis sheet. ATTACHMENTS: CIP-Budget and Financial Analysis Task Order No. MEI -10-002 Submitted By: Thomas R. Benz,". Jim Briggs, Systems Engineering Director ACM for Utility Operations PROJECT NAME: Division/Department: Prepared By: CIP- Budgetary and Financial Analysis Worksheet DATE: Elec System Valuation Adj Study 40T 11/30/2009 GUS/Electric Director Approval Steve Glenn Finance Approval WK—E11/30/09 TOTAL ANNUAL BUDGET 360,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item &Encumbered %Annual A before agenda item B (A+ B Budget Consulting 25,000.00 25,000.00 7% Right of Way 0.00 0% Construction 0.00 0% Other Costs 0.00 0% Total Current Year Costs 0.00 25,000.00 U1=Nr KAL LCUUGK A1.l.UUN I NUMCCK aIn n naan on noo Approved UT Cur 360, Total Budget 360,000.00 TOTAL PROJECT BUDGET 360,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Consulting 25,000.00 25,000.( Right of Way 0.00 0.( Construction 0.00 0.( Other Costs 0.00 0.( Total Project Costs 0.00 25,000.00 Comments: 6.94% Project Name: Engineering Firm Name: McCord Engineering, Inc. Task Order No. MEI -10-002 Date: 11/30/2009 City's Designated Representative - Steve Glenn City of Georgetown P.O. Box 409 Georgetown, Texas 78627 General Description of Services or Project: This task order is for professional services related to Capital Improvement Planning (CII') and electric Master Plan. This task order is for developing the five-year CIP plan and incorporating these changes into the electric Master Plan. These changes are a result of operational and development effects within the electric service area. City Provided Information or Work: The City shall provide the following services or perform the following work (describe): City of Georgetown Project No: 40T General Ledger Account Number: 610-9-0580-90-022 The City will provide to the Professional all information concerning historical booked financial asset records and their corresponding depreciation rates. Additionally, any maps which the Professional may need will be provided by the City. Any documents or information related to the Work/Services provided by the City to the Professional, including, without limitation, engineering studies, maps, reports, filed data, notes, plans, diagrams, sketches, or maps (the "Information") is and shall remain the property of the City, and Professional shall have no ownership or other interest in same. The Professional shall deliver to the City a written itemized receipt for the Information, and shall be responsible for its safe keeping and shall return it to the City, upon request, in as good condition as when received, normal wear and tear excepted. Scope of Work: This Task Order will provide an appraised value for the GUS Electric System as of September 30, 2009. This appraisal will include all of the electric system additions, deletions, and depreciation from October 1, 2007 to September 30, 2009. The last electric system appraisal update was completed for the fiscal year 2006 - 2007. This task will include the following; 1. Create a list for projects that were constructed between October 1, 2007 and September 30, 2009. Master Services Agreement - Task Order #MEI -10-002 Version 8.28.2009 Page 1 2. Calculate construction cost of all GUS designed projects. 3. Use the existing cost estimates of all the MEI designed projects. 4. Use LineCalc software to calculate the value of the electric distribution system. 5. Categorize electric system components by FERC accounting codes. 6. Work with City staff to account for all property and equipment assigned to the Electric Department. 7. Calculate the electric system appraised value as of September 30, 2009. 8. Submit to the City a bound report containing all of the above information for the 2007 - 2009 Electric System Appraisal Study. This task order will take approximately six to eight weeks to complete. Statement Regarding Non -Collusion; Prohibited Financial Interests; Prohibited Political Influences: (Per Article 36 in the Master Service Agreement): Professional hereby represents and warrants to City that Professional shall not perform any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under this Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. Compensation: (Pick one) ® Time and Materials with Amount Not to Exceed: - Services to be provided at rates shown on Exhibit B in an amount not to exceed $25,000 TWENTY-FIVE THOUSAND DOLLARS and 0 CENTS. ❑ Lump Sum: Services to be provided at rates shown on Exhibit B in an amount not to exceed $ DOLLARS and ZERO CENTS. Master Services Agreement - Task Order #MEI -10-002 Version 8.28.2009 Page 2 APPROVED: CITY OF GEORGETOWN PROFESSIONAL Firm Name: McCord Engineering, Inc. By: By: Name: George G. Garver Name: Rex Woods, P.E. Title: Mayor Title: Overhead Power Line Division Manager Address: P O Box 409 Address: 916 Southwest Pkwy East Georgetown, TX 78627 College Station, TX 77842 Phone: 512.930.3651 Phone: 979.764.8356 Fax: 512.930.3659 Fax: 979.764.9644 E -Mail: ms@georgetowntx.org E -Mail: rwoods@mccordeng.com Date: Date: Master Services Agreement —Task Order #MEI -10-002 Version 8.28.2009 Page 3 EXHIBIT "B" FEE SCHEDULE Task Order: MEI -10-002 Salary and Wages (1) Registered Professional Senior Engineers/Division Managers ....................... $63.00-$175.00 Registered Professional Staff Engineers/Division Managers ............................ $35.00-$70.00 Senior Engineering Assistants/Division Managers ............................................ $28.00-$70.00 Computer Programmers...................................................................................... $21.00-$49.00 Field Services Representatives........................................................................... $21.00-$49.00 Special Services Superintendent......................................................................... $28.00-$63.00 Administrative/Assistants/Division Manager .................................................... $21.00-$84.00 Clerical................................................................................................................ $14.00-$28.00 CAD Technician/Designer/Draftsmen............................................................... $21.00-$42.00 Technicians/Engr. Assts. /Field Crew Personnel .............................................. $ 11.20-$42.00 Notes: 1. The rates for personnel in this category are subject to change as required for the firm to maintain qualified personnel. The present hourly rates are as shown. 2. Mileage will be reimbursed at a rate per mile not to exceed that which is allowed by federal law. 3 Out of pocket expenses (Meals, Motel, Phone, Printing, Computer Usage, etc.) - at cost. Consulting Staff Level of Effort for MEI Task Order 10.002 Personnel Registered Professional Senior Engineers/ Division Managers Registered Professional Staff Engineers/ Division Managers Senior Engineering Assistants/Division Managers Computer Programmers Field Services Representatives Special Services Superintendent Administrative/Assistants/Division Manager Clerical CAD Technician/Designer/Draftsmen Technicians/Engr. Assts./Field Crew Personnel Rate Hours Total $87.00 40 $3,480.00 $55.00 100 $5,500.00 $47.00 310 $14,570.00 $29.00 0 $0.00 $28.00 0 $0.00 $51.00 0 $0.00 $35.00 30 $1,050.00 $22.00 22 $484.00 $34.00 0 $0.00 $21.20 0 $0.00 $25,084.00 Council Meeting Date: December 8, 2009 Item No. AGENDA ITEM COVER SHEET SUBJECT: Consideration and possible action to approve a Task Order KPA-10-002 with Kasberg, Patrick & Associates, LP of Georgetown, Texas for professional services related to the Edwards Aquifer Recharge Zone Rehabilitation (EARZ) I — VII analysis in the amount of $47,288.00. — Thomas R. Benz, P.E., Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: This project will summarize the results of the first seven phases of the EARZ Testing and Rehabilitation, specifically noting the age and type of material in which defects were located and the specific type of defect. Based on this information, KPA will formulate a proposed testing protocol commensurate with the historical data in the study. KPA will meet with TCEQ personnel and City of Georgetown staff on a preliminary basis. KPA is a qualified firm due to their experience in reviewing the City of Georgetown's EARZ testing data, along with numerous projects they have done for the City of Georgetown and other wastewater rehabilitation. Pursuant to the Master Service Agreement, Task Order KPA-10-002 (attached) defines the scope of work, cost, and schedule. (Board) RECOMMENDATION: Under $50,000 — does not go to GUS Board. STAFF RECOMMENDATION: Staff Recommends approval of Task Order KPA-10-002 with Kasber& Patrick, & associates, LP of Georgetown, Texas, in the amount of $47,288.00. FINANCIAL IMPACT: Funds for this expenditure are budgeted in the Wastewater CII' budget. See attached CIP budgetary & Financial Analysis Sheet. COMMENTS: ATTACHMENTS: CIP Budgetary & Financial Analysis Sheet Task Order NPA -10-002 Submitted By: Q Thomas R. Benz, V.0 Jim Briggs, Systems Engineering Director ACM for Utility Operations CDBG Project - Budgetary and Financial Analysis Consulting 47,288.00 47,288.00 2% DATE: PROJECT NAME: Task Order KPA-10-002 EARZ I - VII 3BM 11/05/2009 0% Other Costs DivisionlDepartment: GUS / Wastewater Director Approval Prepared By: Michael Hallmark Finance Approval TOTAL ANNUAL BUDGET 3,069,816.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B) (A + B) Bud et Consulting 47,288.00 47,288.00 2% Right of Way 0.00 0% Construction 0.00 0% Other Costs 0.00 0% Total Current Year Costs 0.00 47,288.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 660-9-0581-90-200 3,069, 816.00 Total Budget 1 3,069,816.00 TOTAL PROJECT BUDGET 3,069,816.00 (includes all previous yrs) Consulting Right of Way Construction Other Costs osts Costs 47,288.00 47,2 0.00 0.00 0.00 Total Project Costs I 0.00 47,288.00 47 Comments: 0.015404181 Project Name: EARZ I - VII Analysis Engineering Firm Name: Kasberg, Patrick & Associates, LP Task Order No. KPA-10-002 Date: 11-19-09 City's Designated Representative - Michael Hallmark City of Georgetown P.O. Box 409 Georgetown, Texas 78627 General Description of Services or Project: In April 2001, the Texas Commission on Environmental Quality (TCEQ), formerly the Texas Natural Resource Conservation Commission (TNRCC) began a special initiative to ensure that all effected entities were in compliance with the current Edwards Aquifer regulations. Under the new initiative, the TCEQ is investigating for compliance with the following existing requirements: • Every five years the existing wastewater collection system must be tested to identify and locate structural damage and defects such as offsets, open joints, cracked or crushed lines that would allow exfiltration to occur. • The test results must be certified by a licensed professional engineer in the State of Texas • The test results must be retained for at least five years and be made available to TCEQ investigators upon request • For lines that are identified with a defect or other damage, repairs must be made as soon as possible, but within one year • Retesting of repaired lines must be certified by a licensed professional engineer in the State of Texas • Results of retesting must be submitted to the TCEQ's appropriate regional office within 30 days of the completion of the retest The City of Georgetown was investigated by the TCEQ and found to be in noncompliance with the Edwards Aquifer regulations. In order to achieve compliance, the City of Georgetown, acting through the Georgetown Utility Systems (GUS), contracted with a consultant to perform testing of the entire wastewater collection system. GUS, with the aid of the consultant, developed a testing plan that was approved by the TCEQ to bring the City into compliance with the Chapter 213 regulations. The original program was slated to be completed in eight phases. Currently, four (4) phases have been completed (tested and rehabilitated). Phase 5-7 have been tested and will be rehabilitated in the coming months. This project will summarize the results of the first seven phases of EARZ Testing and Rehabilitation, specifically noting the age and type of material in which defects were located and the specific type of defect. We will also detail the stringent standards to which the City holds current wastewater construction. Based upon this information, we will formulate a proposed Master Services Agreement - Task Order KPA-10-002 Version 8.28.2009 Page 1 testing protocol commensurate with the historical data detailed in the Study. We will meet with TCEQ personnel and City of Georgetown staff on a preliminary basis and up to two additional times during the TCEQ review period. City Provided Information or Work: The City shall provide the following services or perform the following work (describe): City of Georgetown Project No: 3BM General Ledger Account Number: 660-9-0581-90-200 Assistance with locating plans and specifications to determine when sections of pipeline (found to have defects during EARZ testing). Historical information concerning the evolution of the City's technical specifications and standard details. Any documents or information related to the Work/Services provided by the City to the Professional, including, without limitation, engineering studies, maps, reports, filed data, notes, plans, diagrams, sketches, or maps (the "Information") is and shall remain the property of the City, and Professional shall have no ownership or other interest in same. The Professional shall deliver to the City, if requested, a written itemized receipt for the Information, and shall be responsible for its safe keeping and shall return it to the City, upon request, in as good condition as when received, normal wear and tear excepted. Scope of Work: (describe in detail using additional or separate sheets if necessary): The scope of work proposed under this contract generally consists of - 1 . f:1. Compile and Summarize EARZ Testing Data (number of manholes, length of pipe videoed, length of pipe smoke tested, etc.) for Phases I - VII. 2. Compile and Summarize Defect Data (type of pipe material, type of defect, approximate age of pipe with defect, etc.) 3. Determine age of piping with defect by locating construction plans for the particular projects, if they are available or by type of pipe/ development of surrounding areas, etc. 4. Describe the historical construction standards (specifications / details) for the past several decades (as information is available). 5. Describe and detail the stringent construction standards for new wastewater construction. 6. Prepare a proposed testing schedule based on the results of Items 1-4 above. 7. Prepare a report summarizing the above information. The report will detail the standards to which City of Georgetown wastewater lines are constructed along with a summary of the age and type of pipe in which defects were repaired under the EARZ projects. This report will be submitted to TCEQ and will include a proposed, modified testing program based on the historical data obtained and summarized in this study. 8. A maximum of three (3) meetings with TCEQ staff. Master Services Agreement - Task Order KPA-10-002 Version 8.28.2009 Page 2 Statement Regarding Non -Collusion; Prohibited Financial Interests, Prohibited Political Influences: (Per Article 36 in the Master Service Agreement): Professional hereby represents and warrants to City that Professional shall not perform any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under this Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. Compensation: (Pick one) ❑ Time and Materials with Amount Not to Exceed: - Services to be provided at rates shown on Exhibit B in an amount not to exceed $ DOLLARS and CENTS. ® Lump Sum: Services to be provided at rates shown on Exhibit B in an amount not to exceed $ (47,288.00) FORTY-SEVEN THOUSAND TWO HUNDRED EIGHTY-EIGHT DOLLARS and ZERO CENTS. APPROVED: CITY OF GEORGETOWN By: Name: Title: Address: Phone: Fax: E -Mail: Date: George G. Garver Mayor P. O. Box 409, Georgetown, TX 78627 512-930-3651 512-930-3659 ms@georgetowntx.org Master Services Agreement — Task Order KPA-10-002 Version 8.28.2009 PROFESSIONAL Firm Name: Kasberg, Patrick & Associates, LP By: Name: R. David Patrick, P.E. Title: Principal Address: 3613 Williams Dr. Ste 406 Georgetown, TX 78628 Phone: 512-819-9478 Fax: E -Mail: dpatrick@kpaengineers.com Date: !tI2f+ Page 3 Edwards Aquifer Recharge Zone -- Phase VI and VII Clerical CAD EIT PE Principal Direct Fees Total Data Compilation / Analysis Compile Manhole Data (Testing/Analysis) 24 6 2 $ 3,074 Compile Pipe Data (Testing/Analysis) 24 6 2 $ 3,074 Compile Defect Data 1 32 8 4 $ 4,292 Summarize Testing and Defect Data 56 40 12 4 500 $10,272 Determine Age of Piping w/ Defects 24 40 8 4 $ 6,828 Detail Historical Construction Standards 8 24 8 1 $ 3,785 Detail Current Construction Standards 8 8 1 1 $ 1,569 Prepare Proposed Testing Schedule 24 8 8 $ 4,184 Meet with City of Georgetown Staff 12 12 $ 2,772 Prepare Letter Report 16 2 241 8 600 $ 4,666 Meet with TCEQ (3 Meetings) 12 $ 2,772 Project Total 16 98 264 57 58 1 $ 47,288 ID 1 Ta me EARZ Phase I -VII Duration 67 days Start ....._.r Mon 1217/09 Tue 3/9/70 Prede November December JanuaryFebruarM March B M E B M E B M E B E B M I 2 Receive Notice to Proceed 1 day Mon 12/7/09 Mon 12!7/09 3 Summarize EARZ Testing Data 7 days Tue 1218/09 Wed 12/16/09 2 4 Summarize EARZ Rehabilitation Data 7 days Tue 12/8/09 Wed 12116/09 5 Summarize Defect Data 10 days Tue 1218/09 Mon 12/21/09--.;;,-, 6 Determine Age of Defect Piping 20 days Tue 12/22/09 Mon 1/18/10 5- 7 Detail Construction Standards 5 days Tue 1/19110 Mon 1/25/10 6 8 Prepare Proposed Testing Schedule 10 days Mon 1/25110 Fri 2/5/10 7 9 Prepare Report 2 days Mon 2/8/10 Tue 2/9/10 8 10 Review and Meetings 15 days Wed 2/10/10 Tue 3/2/10 9 11 Prepare Final Report 5 days Wed 3/3/10 Tue 3/9/10 10 Project; I •VII Date: Monn 1 11/1/23/09 Task Slit p Progress Milestone ♦ . , . , , , , , , � , , , � , Summary Project Summary External Tasks ..� ^ External Milestone ^ Deadline, Page 1 Council Meeting Date: December 8, 2009 Item No. T_ AGENDA ITEM COVER SHEET SUBTECT Consideration and possible action to approve a First Amendment to Task Order IG 09-001 with Inland Geodetics, L.P. of Round Rock, Texas in an amount not to exceed $35,203.00. — Thomas R. Benz, Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: The original Task Order was for performing sufficient research and field surveying to prepare permanent with temporary construction easements for 48 parcels. This amendment is for an additional 15 permanent with temporary construction easements needed for 2006 annexation project. BOARD RECOMMENDATION: Under $50,000 — does not go to GUS Board STAFF RECOMMENDATION: Staff recommends approving this amendment with Inland Geodetics, L.P. FINANCIAL IMPACT: Funds for this expenditure are budgeted in the Water & Wastewater CIP. See attached CII' - Budget & Financial Analysis Sheet ATTACHMENTS: Budget & Financial Analysis Sheet Amendment to Task Order IG -09-001 Submitted By: Thomas R. Benz, KV Jim Briggs, Systems Engineering Director ACM for Utility Operations PROJECT NAME: Division/Department: Prepared By: CIP- Budgetary and Financial Analysis Worksheet DATE: 2006 Annexation Amendment to Task On 2BA 1113012009 GUSIWater& Wastewater Director Approval Michael Hallmark Finance Approval LAKE 12/01/09 TOTAL ANNUAL BUDGET 7,579,000.00 (includes all previous yrs) (Current year only) Prior Years Current Year Actual Cost Agenda Total Spent Costs Costs Encumbrance Item & Encumbered %Annual Right of Way (A) before agenda item B (A+ B Budget Consulting 187,108.00 35,203.00 222,311.00 3% Right of Way 0.00 0.00 0% Construction 0.00 0% Other Costs 0.00 0% Total Current Year Costs 187,108.00 222,311.00 Approved GENERAL LEDGER AGGUUN 1 NUMBER Gy Budget 660-9-0580-90-200 6,184,000. 0 ,184,000.00 660-9-0581-90-200 1,395,000.00 Total Budget 1 7,579,000.00 TOTAL PROJECT BUDGET 9,195,951.00 (includes all previous yrs) Prior Years Current Year Total Project S entlEncumbered Costs Costs Consulting 222,31100 222,311.00 Right of Way 0.00 0.00 Construction 0.00 0.00 Other Costs 0.00 0.00 Total Project Costs 0.00 222,311.00 222,311.00 Comments: % Total 2% 0 0 0 FIRST AMENDMENT TO TASK ORDER NO. IG -09-001 RELATING TO THE ANNEXATION 2006 WATER AND WASTEWATER IMPROVEMENTS ISSUED PURSUANT TO THE MASTER SERVICES AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND CONSULTANT The parties to this First Amendment to the Original Task Order No. IG -09-001 are the City of Georgetown, Texas ("City") and Inland Geodetics LP. ("Contractor"). WHEREAS, on Jan. 13, 2009, the City Council approved Task Order No. IG -09-001 relating to the Annexation 2006 Water and Wastewater Improvements, which work was to be done according to the terms and conditions of the MSA and the Original Task Order No. IG -09-001; and WHEREAS, to date, the Contractor has performed Tasks 1 - Boundary and Topographic Survey Services of the Original TO#IG-09-001 and has been paid $160,912.00; and WHEREAS, because of the need to provide additional improvements within the project area, the City has determined that it is necessary to revise the terms of the Original Task Order No. IG -09- 001 as set forth herein; and NOW, THEREFORE, for and in consideration of the mutual promises contained herein and other good and valuable consideration, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: 1. The Original Task Order # IG -09-001 is hereby amended to revise the Services and Compensation as follows: Boundary/Topographic Surveying Inland will perform sufficient research and field surveying to prepare approximately 15 additional permanent with temporary construction easements. 2. Design and establish horizontal survey traverse as needed for topographic data gathering procedures. The area of data will be as follows: 100 foot wide route survey limits for approximately 3300 feet along the directed routes. 3. Collect spot elevations along the project route including edges of pavement, back of curbs, driveways, visible utilities, drainage structures, centerline of roads, any other hard surfaced improvements within the defined area, grade breaks, flowlines of watercourses, and other significant features relevant to the project. Trees measuring 12" and up in hardwoods. The collected data will include spot elevations and breaklines sufficient to generate a 1 foot contour interval DTM for the project. a. Inland will revise 26 previously submitted temporary construction easements from 50 foot widths to 20 foot and 25 foot widths as directed. 2. The fee for the work in the Amendment is to be paid on an hourly -not -to -exceed basis. The financial impact of this Amendment is as follows: Original Contract Amount: This Amendment: Revised Contract Amount: $187,108.00 $ 35,203.00 $222,311.00 3. All other terms of the Task Order shall remain in full force and effect. EXECUTED in triplicate original this day of 2009, at Georgetown, Texas, where this contract is performable and enforceable. CITY OF GEORGETOWN, TEXAS 0 Name: George G. Garver Title: Mayor Address: Phone: Fax: INLAND GEODETICS, LP Name: Brenda Sies Title: Principal Address: 1504 Chisholm Trail Rd. Round Rock, Tx. 78681 Phone: 512-238-1200 Fax: 512-238-1251 Date: Approved as to Form: Mark Sokolow City Attorney Date: //— 15—c9 Mark Sokolow/City of To Jana Kern/City of Georgetown@City of Georgetown Georgetown cc CitOR(IL A�/*200912:48 PM bcc \' Subject Re: First Amendment to Task Order IG 09-001 D It looks ok. Mark Sokolow City Attorney City of Georgetown P.O. Box 409 Georgetown, Texas 78626 (512)930-8158 msokolowCa)georgetowntx.org Jana Kern/City of 4t--,,�Gte�orgetown G E G to KI Vw,*/200912:33 PM TC1U$ Mr. Sokolow, To Mark Sokolow/City of Georgetown@City of Georgetown, Carol Snapp/City of Georgetown@City of Georgetown, Sharon Vandiver/City of Georgetown@City of Georgetown cc Tom Benz/City of Georgetown@City of Georgetown bcc Subject First Amendment to Task Order IG 09-001 It is my understanding that Peggy or Tom gave you a copy of this amendment for your review. To date we have not heard from you. If we do not hear from you by the end of business today, I will pull this item from the December 8th Council meeting and add it to the January 12th Council meeting. I have attached a copy of the amendment for your convenience. 1st Amendment of IG 0 401.pdf Thank You, Jana R. Kern Administrative Assistant III Georgetown Utility Systems Phone: (512) 930-8473 Fax: (512) 930-3559 Web Site: www.georgetownbcorg Council Meeting Date: December 08, 2009 Item No. AGENDA ITEM COVER SHEET SUB ECT: Consideration and possible action of award of the City's annual Water and Wastewater Pipe and Fittings, Bid No. 29064 to the various bidders for an estimated amount of $136,974.91. — Glenn Dishong, Water Services Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: Bids were taken on September 28, 2009 for the annual purchase of Water and Wastewater Pipe and Fittings beginning November 1, 2009 with the option to renew for an additional year if current prices are maintained at their current rate. Approximately Fifty companies were contacted to provide bids. HD Supply of Round Rock, Municipal Water Works of Royse City, Big Country of Brownwood, Ferguson of Georgetown, Tech - line of Austin and Pipelines of Texas of Marble Falls responded with a bid. Staff has reviewed the bids and recommend award of the bids to the low bidder for each item or lot as appropriate. These parts and supplies are used for maintenance and repair of the water distribution and wastewater collection systems. Bid quantities are determined using prior year usage and by verification with using department. Purchases are made throughout the year as needed to maintain stock levels for utility activities. GUS BOARD RECOMMENDATION: This item was unanimously recommended by the GUS Board for Council approval at the November 16, 2009, GUS Board meeting. STAFF RECOMMENDATIONS: Staff recommends award of the bids to the low bidder for each item or lot as appropriate. FINANCIAL IMPACT: Funds for this additional expenditure are available in the Water Services Budget. Fund 660-5-0528-51-500 Maintenance — Equipment 660-5-0528-51-530 Maintenance — Distribution Sys 660-5-0528-51-532 Maintenance — Mains 660-5-0528-51-537 Maintenance — Fire Hydrants 660-5-0528-51-542 Maintenance—Valves 660.5-0528-51-543 Maintenance—Electric 660-5-0530-51-530 Maintenance — Collection Sys 660-5-0530-51-538 Maintenance — Lift Station 660-5-0530-51-539 Maintenance — Line Rehab 660-5-0530-51-543 Maintenance—Electric ATTACHMENTS: Bid Sheet Submitted By: Glenn Water Actual Budget Budget Balance Available $5,000.00 $5,000.00 $0.00 $50,000.00 $50,000.00 $0.00 $11,000.00 $20,000.00 $9,000.00 $5,5,00.00 $15,000.00 $9,500.00 $4,500.00 $25,000.00 $20,500.00 $5,000.00 $10,000.00 $5,000.00 $5,000.00 $5,000.00 $0.00 $15,000.00 $25,000.00 $10,000.00 $21,000.00 $50,000.00 $29,000.00 $1,500.00 $15,000.00 $13,500.00 Jim Briggs, ACM for Utility Operations Po9e 5 017 81029064 WATERIWASTEWATER FRTTINGS Novxn0ar 1, 2009-Od 31, 2010' won 0AWn O mmwM No etlJOknWod(1) Ys P~3 BRASS FITTINGS ALL TO BE BALL VALVE CONFIGURATION EXCEPTANGLE STOPS. ALL CURB STOPS STRAIGM OR ANGLE WXL HAVE LOCKWG WINGS. ALL MUST BE BY COMPRESSION. ALL COMPRESSION CONNECTIONS MUST BE FORD, JONES OR APPROVED EQUIVALENT Big Country F479u4on HD MunIclP4lM PIP4IIn44of TX Tachline 151 100 ANGLE STOP. BRASS 1' PJ COMP x METER NUT EA 1 26.72 1 33.99 27.08 2)40 26.69 28.34 152 345303 30 BRASS GRIP JOINT NUT, 1'Nil1ST BE'G' NUT. TNO nut chink kdu04 m Oben, n !Wm pfft P 9MW ON Plinkw IiW EA 7.99 4.00 6.11 6.09 5.01 B.50 153 345324 100 CURB STOP, BRASS V STRAIGHT COMP x METER NUT EA 51.64 63.54 50.66 51.26 4080 50.84 164 134SU51 20 1 CURB STOP, BRASS V STRAIGHT FPT x FPT EA 40.48 61.17 40.81 41.28 78.73 43.00 155 34 15 CORP COCK, BRASS I'CCTHO WISALL VALVE x COMP EA 1 31.17 39.65 25.18 32.00 30.02 33.10 156 345881 2 CORP COCK BRASS 2-IPTHO WMALL VALVE x COMP WIO HANDLE EA 105.61 134.38 107.20 108.40 101.77 112.16 167 345301 8 BALL VALVE. BRASS 1' COMP CTS x FIP EAIND 58.98 45.41 45.86 47.12 d8.04 158 40 CORP STOP, BRASS V MPT x COMP EA 39.65 25.10 25.49 30.02 MAD 159 34531 3 CURB STOP, BRASS 1114' SCRWD STRAIGHT W/O HANDLE EA 75.58 60.29 60.97 68.25 15000 160 34WIS 5 CURB STOP, BRASS 111' SCRWD STRAIGHT WI LEVER HANDLE EA 82.59 94.64 76A9 76.35 78-27 80.51 161 34suc 00 BALL VALVE, BRASS ' FXF EA NO BID 13780 109.93 111.15 104.77 182.00 162 30531 7 15 GATE VALVE, BRASS W HAMNOND EA NO BID X68 5.561 I .05 SM 36.00 163 10 GATE VALVE. BRASS 1' HAMMONO EA NO BID 38.988.71 26.65 7.11 54.00 184 34531 20 GATE VALVE, BRASS 2' WHEEL TWE EA NO BID 90.62 2141 82.17 19AS 62.50 1115 305313 40 VALVE ADAPTER, BRASS EA 9.66 11.46 9.13 9.75 8.67 SAM Po9e 5 017 Interlocal Agreement Recommended Award- Various Vendors as highlighted Estimated Annual Grand Total $136,974.91 No Bid - Smith Pump Agee Agee Agree Agree Apse NorNpglas No R .... re. -AV McDonald Mfg.. Ace Pipe, ACT Pipe. ADS Enve.nmenlal. Alive. Augusta Fiberglass, Austen Development, Austin Engineering, Austin Equipment, Austin Filter Systems, Austin Outhouse. Badger Meter, Bay sch Supply, Bryan Constructors. Camp Dealer, Captal Bali CDC News, Chaco, Construction Data, CSI, Dealers Elecdal Cupid , Eccdb. Be Construction, Excel. Flepenal, FanneganREetec. FT Woods, Fugro Consultand, Grady Crawford. Gulbrandsen Tech., H. Deck Conatrvction, Hersey Makers, Hoover Comiruction, Huff Zoldrs, Impanel Welding 3 Repair, mouslrlal Water Treatment J Paul Aubin, JC Evans Construction, Jim Cox Sales, Joe Bland Construction, Jones 6 Cane. KC Constucton. Kimley-Hom, KSA Engineers. Longhorn lntematigns. MARS Industries, Mclam Declslcn Sudden Systems. McLean Constuction, Mention Elennc Supply, Myers Power Products, Navigant Consulting. NORIT Americans. Poseurs, R.W. Beck, Redeem Supply, RGM Constructors, Royal Vii Schroeder Construction, Share Cory., Simply Aquatics, Sli Texas, TCB Inc.. Tetra Tech. TNelach Eng., Toolmen, US Metennp 8 Tech., UIiIIPOInt roll, Vi o-Tron Equip.. Woke ES Industrial Services. Weaker Page 7 of 7 BID Maul WATERIWASTEWATER FITTTINGS November 1, 2009 - Octoter 31, 2010' sen opden Ad anew Ax' Ano additional arc(1) year spode MISCELLANEOUS Big Country Felgueon HD Municipal WW Plpallnes of TX Tachline 201 34M 8 CHLORINE. 5 LB BUCKET. GRANULES EA I NO SIDI 17,85 12.611 17.00 26.001 15.00 202 345722 B 1 PVC CLEANER, PINT PT I NO BID 6A0 3M515 5.00 12.00 203 345n3 20 JPVC PRIMER, PINT PT NOBIDI 7.00 3.17 5.25 5.00 15.00 204 345nAl 76 PVC'HOT GLUE' PT NO BID 5.70 178 1020 SSD 15.60 205 34571 20 RPECOMPOUNO. PINI PT NO BID 1368 1023 11.45 BAB 25.00 206 34WI 180 METER BOX, W/ LID PLASTIC, FOR ITRON ERTS W/ AMR LOCATOR EA NO BID 13.24 14.82 14.95 40.15 14.48 20] 800 PLASTIC LID FOR 1200 ALLIANCE SERIES FOR EA NO BID 7A8 7.37 7.85 20.46 7.54 208 DFW PIASTICS 12 318' ROUND LID FOR ITRON ERTS W/ AMR LOCATOR SLOT ON 30 SOLID PI.ASnC u0. EA NO BIO 17.65 15.88 17.11 17.50 16.36 209 LID. REPLACEMENT FOR DFW CEMENT BOX FOR ITRION ERTS W/AMR LOCATOR 30 SLOTON SOLID FUSTIC LID EA NO BID 21.18 24.98 42.10 3350 2556 210 25 METER BOX FOR ITRON SPITS W/ AMR LOCATOR ON SOLID PLASTIC LID EA NO BID 20.00 11.37 25.33 68.80 27.32 211 LID, REPLACEMENT FOR 1500 AILANCE SERIES FOR ITRON ERTS W/ AMR 10 LOCATORSLOTON SOUDPLASTICUD EA NO BID 8.88 11.37 12.81 28.45 11.63 212 15 LID, ROUND 2P FOR ITRON ERTS W/ AMR LOCATOR SLOT ON SOLID PLASTIC LID EA NOBID 17.85 45.98 53.00 66.80 47.05 213 20 MUSHROOM VALVE CAPS, S' EA NO BIO 20.00 10.78 14.50 NO BID NO BID 214 20 METER BOX, JUMBO DOUBLE, 1500 for dbi aero wide covM for Bmn ERTS EA NO BID 27.80 26.69 2.600 66.80 NO BID 215 20 HAND PUMP EA NO BID 35.00 25.96 27.50 40.60 NO BID Interlocal Agreement Recommended Award- Various Vendors as highlighted Estimated Annual Grand Total $136,974.91 No Bid - Smith Pump Agee Agee Agree Agree Apse NorNpglas No R .... re. -AV McDonald Mfg.. Ace Pipe, ACT Pipe. ADS Enve.nmenlal. Alive. Augusta Fiberglass, Austen Development, Austin Engineering, Austin Equipment, Austin Filter Systems, Austin Outhouse. Badger Meter, Bay sch Supply, Bryan Constructors. Camp Dealer, Captal Bali CDC News, Chaco, Construction Data, CSI, Dealers Elecdal Cupid , Eccdb. Be Construction, Excel. Flepenal, FanneganREetec. FT Woods, Fugro Consultand, Grady Crawford. Gulbrandsen Tech., H. Deck Conatrvction, Hersey Makers, Hoover Comiruction, Huff Zoldrs, Impanel Welding 3 Repair, mouslrlal Water Treatment J Paul Aubin, JC Evans Construction, Jim Cox Sales, Joe Bland Construction, Jones 6 Cane. KC Constucton. Kimley-Hom, KSA Engineers. Longhorn lntematigns. MARS Industries, Mclam Declslcn Sudden Systems. McLean Constuction, Mention Elennc Supply, Myers Power Products, Navigant Consulting. NORIT Americans. Poseurs, R.W. Beck, Redeem Supply, RGM Constructors, Royal Vii Schroeder Construction, Share Cory., Simply Aquatics, Sli Texas, TCB Inc.. Tetra Tech. TNelach Eng., Toolmen, US Metennp 8 Tech., UIiIIPOInt roll, Vi o-Tron Equip.. Woke ES Industrial Services. Weaker Page 7 of 7 Pupa 6 of 7 BID 29964 WATER/WASTEWATER FITTTINGS November 1, 2009-October 31,2010' wm optbn mrenew fw M a&ajoby on, (1),aw WWS Big Country FerBuKnn2.95 Municipal Ni Iol"Ins, of TX TeaMkle LOT FLEXIBLECOUPLING 198 34506 16 4' CLAY X 4• PVC Rex Red AE usuMe EA NO BID NO BIO 167 3450 3 6' CLAY %8• PVC/CI Re 4 C tl EA 3.25 8.46 NO BID 1e8 345071 15 4' PVC/CI %4' PVC/CI fte Ir Cou NO BID NO BID 6.99 16.09 NO BID 188 345072 12 8'CVPVC%8'CVPVC Rex Regi 'wuble EA NO BID NO BID 325 B.d6 NO BID 1 6•CLAV X4'CIIPVC Rs Coulin EA NO BIO NO BID 6.98 18.09ID170 171 3450 1 B' Cl/PVC %8• Cl/PVC COUP Rea Reel AE wbMe NO 810 NO BIO 820 1].40 NO BIO IM 345D81 1 8• CLAY X B' CVPVC Ra ak Cou in EA NO BID NO BIO 8.71 10.]5 2].83 NO BIO 173 1 10" LAY IO'CVPVCRs tlr Cou In EA NO BID NO BID 9.711 10.75 27.83 NO BIO TOMI Mot. EA16.15 41 N NO BID NO BID 22439 24820 639.99 NO BID WEDGE GATE VALVES W1 GLANDS 8 GASKETS WITH ACCESSORY KITS WATEROUS SBO OR APPROVED EQUAL ONLY 174 34.5740 t 4•inctu9e.Sacceuug. (MJaMJ) 175 34.5741 2 6' inGutles ecoeasory kit(MJxMJ) EA 288,12 341A8 302.86 329.81 307.36 299.00 176 3457 1 6'kwu0es accessory kil(MJxMJ) EA 367.50 419.60 386.60 420.69 38827 380.00 177 1 10' InUutlee accessory l4t(MJaMJ) EA 68629 657.00 615.40 882.00 810.43 808.00 176 1 12' Nctueea accessory kK (MJxMI) EA 812.80 1023.00 951.00 1022.25 943.85 646.00 178 1 6'bGu9es accasapy kit-(MJ%FLG) EA 1181.76 1208.00 1183.58 128725 98.00 EA 36730 419.80 369.01 409.00 80.00 MJ ACCESSORY KITS 180 3457 2 4' MJ AecmSOW Kit- wines WM slack #345740 1B1 34574 6 8' W Aawsory K4-comp wIM stock #345741 EA NO BIO 13.26 9,09 ID.12 BJM 182 3457 3 8•MJ Aacmaory Kit-comm with sfiw<#345745 EA NO BIO 16.22 1133 13.30 2.92 fi3332 183 1 4'to fit PVC w/mag lug aomDleM wAwIM, nN, pesket EA NO BID 18.00 13.83 1520 13.75 1 4' b M DI w/me01u8 comDlale wlbol6, nut 9esket EA NO BID 29.00 25.98 30.35 8.9710e M PVC w/me91u9 cwnpbb wNUlsnt k EA NOBID 24.00 222j 28.45 8.136•M 1 8'mft 01 w/mep Wp mmDlab wrbolgnut ask01 EA NO BID 37.00 3221 38,25 ].7B1B8 187 1 B• Io M PVC w/mo,; k g ompIm SbboBs, n 4 g.ka EA NO BID 2600 --- 32.89 2.41 Ise 1 Val, M DI wlme9 kN canpbb w/bdla, nuL paskM EA NO BID 45.Op 44.14 51.]0 54.31 11 51.08 188 30.5]4 3 HytlmI Aeapbr, w/.Wlvel pbnd&13(OB4150) EA NO BID 42.00 37.78 45,08 46, 41.04 FA NO BIO 78.00 86.65 82.00 MODI NO BID LOT 0 RUBBER WATER METER WASHERS 191 191 5 3/4•%1/8'. 100KG 15 3/4• X 13•, PKG NO BID NO BID 5.47 9.45 31.00 NOBID 192 305,50 201-%1I B', 10NPKG OPKG PKG NO BID NO BID 4.92 9.0.5 31.00 NO BID Total Lot 0 PKG NO BID NO 81D 23038 424.00 1300.00 NO BID FIRE HYDRANTS ONLYAMERICAN DARLING, KENNEDY, CLOW OR ARK ALLOWED. ALL FORE HYDRANTS MUST BE FACTORYPRRED AND PAINTED SILVER 193 2 31Q'BURV EA 1284.03 1251.00 1310.83 1350.00 1228.74 1280.00 184 195 12 WBURY 3 FIRE HYDRANT METERS W/ 2• VALVE EA 1314.12 1302.00 1342.00 1510.00 126638 1290.00 196 6 HYDRANT BACKFLOW PREVENTER EA NO BIO 858,30 738,26 750.00 6]5.00 NO BID EA NO BID 220.4 311.35 260.00 357.00 NO BID 197 5 FIRE HYDRANT BREAKABLE KIT, FOR #884 EA NO BID 97.25 9434 127.00 NO BIO NO BIO 198 5 FIRE HYDRANT BREAKABLE KR, FOR #KB1O 199 2 4' CLOW MEDALLK IN Hy6rlao EA NO BID NO BID 101,64 127.00 NO BID NO BID 200 2 FIRE HYDRANT BREAKABLE KR, FOR CLOW 4' EA NO BIO NO BIO NO BID NO BIO 12N30 NO BID EA NO BID NO BID NO SI0 127.00 12630 NO BID Pupa 6 of 7 Pe94 40 7 BID 29060 WATERA ASTEWATER FITTTINGS November 1, 2009.Odober 31. 2010- Bla Cmnuv I Ft ueon HO Munld 41WW PI In4eof TX T.1,11n4 LOT K BRA55 METER SPUD 135 345511 30 METER SPUD. BRASS W4' x 3' EA 12.36 7.38 5.87 6.85 5.67 SIMI 138 345508 450 METER SPUD BRASS 310 x 8 VY EA 20.08 1&63 1230 12.62 11.83 14.00 137 31532 25 METER SPUD. BRASS 34' z 1 12 EA 10.49 &90 5.50 5.57 S33 23.00 138 3453V26 25 METER SPUD, BRASS 1' z 3' EA 31.05 8.35 1.4.5 7.55 ].OB 9.81 139 345332 20 1 METER SPUD BRASS I'.B UT EA NO BID 21,15 16.61 12.07 1&01 19,00 TOW Lot K NO BID 8083.55 6320.05 842&90 5115.06 789235 LOT I BRASS ADAPTERS 140 3456M 650 ADAPTER BRASS 314' x P PAIR BAB 10.55 938 9.60 9.03 10.75 141 3452107 50 ADAPTER BRASS 34' MPT z P COMP EA 7,76 8.18 7.45 7.58 7.83 9.30 142 3463M 100 ADAPTER BRASS 1' MIM x i' COMP EA 1 8.86 9.82 8.82 6.96 6.36 9.95 143 25 ADAPTER BRASS I' FT. PCOMP EA 11.51 11.84 10.83 10.78 10.09 12.OD 1" 346310 4 ADAPTER BRASS 111r FPT It CO MP EA 28.47 35.45 17.75 28.61 2&941 31.94 146 345311 10 ADAPTER BRASS 1 112' MT x 1 1? COMP EA 22.26 27.71 MAD 22.37 20.98 24.00 148 345.926 20 ADAPTER. EA 8.04 9.83 7.83 7.95 7.43 8.80 147 3453UI 100 ADAPTER BRASS 1' x 1"MIM x COMP ELL EA 13.49 18.11 13M 1375 12.88 13.95 148 34SS22 10 1ADAPTER. BRASS 7 MALE. COMP Eq Tabl Lett 11114111.1113 11124.90 8880.96 9981.54 9410.71 11054.06 LOT M BRASS HOSE BIBS 149 TZ700 6 IHOSE BIB 1/2' ROUGH BRASS MALE THREAD EA NO BID 4.24 2.77 3.26 3.40 1300 150 315701 16 1 HOSE 618 3W ROUGH BRASS MALE THREAD EA TOW LOOMNO BID 92.34 US?8835 T7.T0 38300 Pe94 40 7 LOT BID 28064 WATERANASTEWATER FITTTINGS November %2009.October 31, 2010' wh opabn W renew b lwo eddtbnalom(1)Yew Whods DRESSERS, STEEL BODIED, BOLTED Big Country Ferguson HO MunlalpalWW Pipalinasof TX TseMina 87 34524 10 314' EA 15.54 28.35 15.61 WAS 26.58 NO BID 88 34524 10 1' EA 16.08 31.22 16.15 20.79 27.51 NO BID 89 34524 1011114 EA 16.84 31.35 16.91 20.92 28.75 NO BIO 90 34524 1511 lJr EA 20.10 36.67 20.19 24.SD 34.57 NO BID 91 34524 130 2' EA 22.77 47.59 2288 3245 41.95 NO BID 82 3452 _.L 212' EA 35.19 71.62 35.35 42,87 63.11 NO BID 93 345251 7 12' EA 1358 25.36 13.64 17.60 2326 NO BID 94 345252 1 8- Grasser for duc4le C900 wra pum sismard le N EA 84.11 NO BID 84.51 7721 122.]] NO BID 95 34U5 1 10' Drassa for ducts. l a1C900 wrapmroom sumard b d EA 11577 NO BID 117.34 106.00 169.39 NO BID 96 345254 2 1Y Draasar for depble PIWC900 .,. around slamard lend EA ICL97 NO BID 14129 121.00 203.]3 NO BID 97 3452 5 6' Drasasr O.D. 6.64 -7.65 12• News Ian d EA 148.97 NO BID 14568 136.55 199.80 NO BID 96 315261 3 4' Drsamr. 1 I' slaws la EA 118.84 NO BID 11721 107.60 162.17 NO BID 99 1 24' Orasam for ductile PIpMC900, wrap around EA 35081 NO BID 356.94 903.00 591.15 NO BID 100 1 30' Dresser for dredb pipsIC90. wrap aroum EA NO BID 399.64 995.00 71429 Total Lot E SWISS NO BID 637027 8857.51 10769.39 NO BID LOT IF I I I BRASS NIPPLES 101 345751 20 NIPPLE, BRASS 1' x 8' EA 8.18 9.16 8.01 7.65 8.60 NO BID 102 3467 15 1 NIPPLE BRASS 1 12' x 6' EA 10.84 16.12 10.57 13.45 11.98 NO BID 103 3457 150 NIPPLE BRASS Y x B' EA 1393 20.75 1380 17.14 15.38 NO BID 104 345758 15 NIPPLE. BRASS 112'x Y EA 556 8.19 549 8.89 672 NO BID 105 34575 W NIPPLE BRASS 2'xY EA 7.22 10.74 7.04 8.89 7.94 NO BID 106 345761 15 NIPPLE BRASS 1'x CLOSE EA 1.94 2.88 1.89 247 2.15 NO BID 107 30.576 10 NIPPLE BRASS 112'x CLOSE EA 3.81 5.96 3.10 4.70 422 NO BID 108 3457 35 NIPPLE, BRASS Y x CLOSE EA 5.79 8.84 564 772 6.41 NO BIO 109 3457 1 NIPPLE. BRASS 212' x 6- EA 28.00 41.65 27.32 34.17 X78 NO BID 110 5 NIPPLE, BRASS 212' X 3' El. .i TOW Let IF 3198.86 4763.00 3121.17 3933.77 3SM33 NO BID LOT B ELBOWS 111 3157 20 ELBOW, BRASS 4• x 90 DEO EA 82.36 107.36 84.91 111.75 87.95 NO BIO 112 3457 3 ELBOW BRASS I'x 45 DEO EA 3.84 5.58 3.96 5.38 4.13 NO 81O 113 3457]2 10 ELBOW BRASS Y x 45 DEG EA 12.49 18.42 12.88 17.35 1336 NO BID 114 345 5 ELBOW BRASS 1 12' x 45 DEG EA 7.70 11.36 7.94 I0.72 826 NO BID 115 34577 20 ELBOW BRASS 4' x 45 DEG EA 89.86 125.50 92.63 140.80 95.95 NO BID 118 30.5]7 6 ELBOW BRASS I- x 90 DEG EA 3.51 4.86 361 4.88 3.74 NO BID 117 34577 5 ELBOW BRASS i 12' x W DEG EA 6.98 1172 7.18 9.70 1.80 NO BID 118 30.5 25 ELBOW. BRASS Y x BD DEG EA 1 1 12.12 1 Total Lot 0 3996J9 5430.82 4088.21 5777.26 4207.51 NO BID LOT H BRASS TEE's 119 345]84 15 TEE BRASS 4' EA 112.29 146.48 115.77 148.75 119.91 NO BID 120 3157 10 TEE BRASS I' EA 4.98 7.82 512 6.50 5.31 NO BID 121 11578 2 TEE BRASS 1 12' EA 9.60 14.31 9.89 13.37 1026 NO BID 122 34578 TEE BRASSY EA 15.71 22.75 16.21 21.88 18.78 NO BID 123 345] TEE BRASS 212' EA 1 30.66 3943 31.50 42.50 32.64 NO 81 TOW Lot H 2814.15 3976.18 31X15.23 3938.59 3112.13 NO BID LOT I BRASS BUSHINGS ]20 124 BUSHING 31d• x PMIPT x FIPT EA 1.84 2.87 2.01 2.82 2.07 NO BID 126 34.5791BUSHING 1 12'x319' MIPT x FIPT EA 4.81 7.10 5.34 8.82 1.39 NO BID 126 345792BUSHING.1 IW P MPTx FPT ttwaOSC twi EA 4.01 5.79 4.37 5.60 4.53 NO O1O 127 34.579 BUSHING 2' x 1• MIPTx FIPT EAV71906.05 .38 7.80 9.95 8.08 NO BID 128 30.579 BUSHING 2'x I12'MIPT x FIPT FA TOW LW I 8.05 1432.63 1830.14 1476.63 NO BID LOT J RAS COP I R129 345 15 COUPLING BRASS I' EA.04 3.04 380 3.15 NO BID 130 345711 5 COUPLING. BRASS 1 11' EA10 4.76 6.92 4.96 NO BIO 131 30.5 12 COUPLING. BRASS 1 12' EA62 6.48 8.04 571 NO BID 132 345 30 COUPLING BRASSY EA.16 10.67 1323 11.04 NO BID 133 345802 30 COUPLING BRASS 3W EA2.67 2.01 2.50 207 NO BID 136 34112 SO DRESSER BRASS 1' EA 1= NO BIDTeal Lot J 3 7 0.64 IRM 1289.18 137857 NO BID Peg. 2 of 7 BID 29084 WATERIWASTEWATER FTTTTINGS November 1, 2009.Oq ar 31, 2010- .0 opllon V renew M Aro addlWn "(1)year p&*ds FITTINGS, SCH 80 Big Country Fer9ueon NO MunIclPMWW PIP.Ilnpof TX T4ohllne 39 6 TEF 112' EA I NOSIDI 6.83 5.611 7.62 8.18 NO BIO 40 34521 1 ITEE Y EA NO BID 7.15 6.03 B20 6.85 NO BID 41 34513 1 ICOUPUNG, I"M EA NO BID 2.00 1.69 2.30 1.66 NO BID 42 34514 1 lCOUPLING 112' EA NO BID 5.49 4.64 6.30 5.13 NO BID 43 34510 5 COUPLING 12'FEMALE SXS EA NO BID 1.18 0.98 1.35 1.09 NO BID 44 34518 25COUPLING 1'FEMALE SXS EA NO BID 1.83 1.37 1.87 1.51 NO B ID 46 34518 b COUPLING 112'FEMALE SXS EA NO BID 2.67 225 3.05 2.42 NO BID 48 34 5180 75 COUPLING ,2' SXS EA NO BID 2.86 2.42 325 2.67 NO BID 47 34517 30 ICOUPLING,3" SXS EA NO BID 8.08 6.84 925 7.54 NO B ID 48 MSI8 b COUPLING 6' SXS EA NO BIO 23.59 18.44 25.00 20.33 NO BID 49 34517 5 1ADAPTER, 1' FEMALE (SXT) EA NO BID 2.40 2.02 2.75 223 NO BID 50 W17 1 lADAFrrER. 1 12• FEMALE EA I NOSIDI 4.75 4.02 5.45 4.431 NO BID 51 34517 30 1ADAPTER. 2' FEMALE (SXT) EA NO SID 8.28 7.01 9.52 7.73 NO BIp 52 34517 1 IADAPTER. 2 12' FEMALES EA NO BID 1307 11.06 15.00 1221 NO BID 53 34.517 5 ADAPTER 3' FEMALES EA NO BID 14.71 12.45 16.90 1374 NO BID 54 34517 6 ADAPTER, O"FEMALE EA NO SID 25.28 21AC 26.82 2361 NO BID 55 W18 35 I ADAPTER 0 -FEMALE SXS EA NO BID 10.12 8.56 18.82 9.45 NO BID 56 34515 10 ADAPTER 1 -MALE MTX SLIP EA NO BID 2.50 2.52 3.00 2.43 NO BID 57 345151 5 ADAPTER 112'MALE MTX SUP EA NO BID 4.38 3.05 5.00 4.08 NO BID 58 W15 40 IADAPTER. 2 -MALE MIPTX SUP EA NO BID 6.35 3.55 727 S90 NO BID 59 3452 5 ELBOW 1•x45 DEG SXS EA NO SID 2.79 2.35 320 2.69 NO BIp 60 5 ELBOW, 4'x 45 DEG SXS EA NO BID 25.02 21.13 26.47 2330 NO BID 81 5 ELBOW 1 142'. 45 DEG TXT EA NO BID 4.19 4.72 7.15 5.78 NO BID 62 34519 4 ELBOW, 1 114• x 90 DEG SXS EA NO BID 1.78 1.50 2.05 1.66 NO BID 63 34519 2 ELBOW. 112-x 90 DEG SXS EA NO BID 1.91 1.61 2.19 1.78 NO BID 64 34519 5 ELBOW. 2'x90 DEG SXS EA NO BID 2.36 1.94 2.62 2.15 NO BID 65 315181 1 BUSHING, 1 12'x 1• MPT x F EA NO BID 2.84 2.40 325 338 NO BID 68 W14 2 BUSHING. 2". 1 iN' MIPT x FI EA NO SID 3 4.79 4.92 NO BID TOMI Lot B NO &D 2038.08 184738 24]4.73 1901.98 NO SID LOT C CLAMP, FULL CIRCLE - MUST FIT PVC, DI & 0800 67 34522 15 CLAMP 2' xB- Single Bmld EA 27.86 40.56 29.53 27.54 51.89 NO BID 68 34522 5 CLAMP 2' x12' Sin le Band EA 49.45 57.78 42.08 4225 8727 NO BID 69 22 3452 1 CLAMP 4•. 712- ON, Band EA 51.57 73.71 61.35 58.30 94.72 NO BID 70 34522 4 ICILAMP. 4•. 12' DN. Band EA 81.54 113.78 92.74 91.76 147.80 NO BID 71 34522 6 CLAMP 8' x 12 12' Obl. Band EA 69.68 127.84 89.61 96.50 164.84 NO BIO 72 30.421 1 ICLAMP. 8'. 12'Sisvie Band EA 85.07 116.78 72.09 68.42 151.18 NO BID 73 34573 2 CLAMP 8'. 1212- Dbl. Band EA 100.63 142,41 Be." WAS 183.13 NO BIO 74 34523 1 CLAMP,1Pxl2•SS 11.02-11.4401) EA 100.43 152.3D 100.92 111.50 192.78 NO BID 75 1 CLAMPI2'x 1Y SS 13.10.1350 00 EA 117.37 176.35 117.94 117.25 224.45 NO BID 78 2 CLAMP 16•x 1Y SS 1720.18.20 OD EA 21625 NO BID 330.80 159.00 302.37 NO BID 77 2 CLAMP 16• x 12.5 Double Band 17.15.17.90 OD EA NO BID NO BID 224.55 225.00 347.73 NO BID 78 2 CLAMP 18•. 12.5 Double Band 1923-19.98 On EA 228.18 NO BID 229.30 236.00 36420 NO BID 79 2 CLAMP30' x12.5 Double Band EA 417.86 NO 910 419.90 J&Z& 4154,88 NO BID TOW Let C NO 811) NO BID 4556.25 41 6884.17 NO BID LOT 0 TAPPING SADDLES - SS 80 1 T SaOM S' X P IP SS EA 31.42 50.49 37.50 62.50 72.49 NO BIO 81 13456011 6 Ta n Saddle6'XYIPSS EA 44.14 60.48 44.35 70.35 78.74 NO BID 82 345604 1 Te Saddle8' X 1• IP SS EA 4351 6928 4372 69.15 94.32 NO BID 83 345605 5 Ta Saddle B' X Y IP SS EA 50.44 7028 50.68 77.65 89.87 NO BID 84 3456M3 Tapping Saddle Y X 1' IP SS EA I 3390 mul 34.061 48,101 liazol NO BID 85 34560 t Ta in Saddle IPXYIPSS EA 60.98 82.24 61.25 135.30 1D0.95 NO 810 86 t T Saddb 1Yx TIPSS EA M.401142,001 126. NO BID Tobl Lot D1 7KAJ 1139.711 8M.591 1315.501 1543.471 NO BID Peg. 2 of 7 Line BID 29064 WATERIWASTEWATER FITTTINGS November 1, 2009. October 31. WIT whoplbo in ..[v M eddi(ortelone(1) year period. Stock Est 0 Oty DESCRIPTION PVC PIPE- 20 FT LENGTHS "mUNIT Big Country PRICE FR9YfOe UNT PRICE HDNunklpal UNIT PRICE WIN UNIT PRICE Plpellnu of TX UNIT PRICE Techilne UNIT PRICE 1 100 PIPE, 12' SCH 40 S/W FTI NOBIDI 0.17 NO BID 0.19 0211 NO BID 2 100 PIPE, 1.5' SCM 40 Sr`N FT NO BID 0.39 NO BID 0.46 0.45 NO BID 3 200 PIPE, 4' SCH 4o PINN END FT NO BID 1.32 NO BID 1.68 1.71 NO BID 4 50 PIPE, 1' SCH SO PLAIN END FT NO 81D 035 NO BID 0.82 0.68 NO BID 5 200 PIPE, 2' SCH 80 PLAIN END " NO BID 1.14 NO BE 1.65 1A3 NO BID Total SDR -9 CLASS 250 Thick Wall 100' ROLLS ONLY) B 3,150M 21 TUBING, l' SDR -9 CLASS 250 THICK WALL 100" ROLL FT NO BIO 030 0.31 D.38 0.45 0.50 Tout SDR -35 PVC PIPE GASKET JOIN 7 200 PIPE, 4' 5DR-35 PVC GASKET JOINT " NO BID 0.95 0.86 031 0.84 1.05 8 I 12001PIPE. S SDR -35 WC GASKET JOINT " NO BID 1 2.02 1.86 1.75 2.04 2.30 9 2DD PIPE, e' SYR -35 WC GASKETJOINT " NO BID 3.0 3.33 3.13 3.88 4.12 10 100 PIPE, 10' SDR -36 PVC GASKET JOINT " NO BID 5.09 5.22 431 524 BAB 11 100 PIPE, 12' SDR -35 PVC GASKET JOINT " NO BID 8.10 7.50 7.05 8.24 927 12 100 PIPE, 18 SDR -35 PVC GASKET JOINT " NO BID 12.13 11.16 10.50 12.25 13.76 13 100 PIPE, 18' SDR -35 WC GASKET JOINT " NO 810 M3 18.89 17.05 25.00 NO BID C900 PVC PIPE 14 500 PIPE. B' C900 WC Class 200 DR14 " NO BID 5.41 5.18 432 6.18 6.40 15 500 PIPE, 8' C900 WC Clint. 200 DR14 " NO BID 929 8.91 $26 10.82 11.00 16 200 PIPE, 12'C900 WC Chas 200 DR14 " NO BID 19.96 19.16 17.80 22.84 23.60 17 100 PIPE, 1S C900 WC Clase 234 " NO BID 35.50 2&34 53.00 32.00 NO 810 DUCTILE IRON PIPE 18 100 PIPE, 18' DucNle Iron " NO BID 38.48 NO 810 NO BID 50.88 NO BID 19 100 PIPE, 24' Ductile Inn " NO BID 60.60 NO BID NO 810 NO BID 20 100 PIPE, 3S DucWe Iron " NO BID 106.10 NO BID NO 810 97.78 NO BID DUCTILE IRON FF"INGS 21 345123 2 TEE, S x S 6Lx6U ductile, inn EA NO BIO 83.06 70.17 70.57 92.63 72.64 22 TEE, W x T. S WxW ductile Iron EA NO BID 108.02 88.06 8925 138.75 108.82 SDR -38 FITTINGS 23 345028 5 SDR-35WVE 4'X4'SW EA NO 810 4.15 2.85 3.25 370 NO BID 24 345011 B SDR -361/8' BEND 4' SLIP X SLIP EA NO BID 2.27 130 1.89 223 NO BID 25 345= 5 SDR-351re'BEND S' SLIP X SLIP EA NO BID 8.95 628 6.99 9.75 NO BID 28 34SD40 5 SDR -351/16' BEND P SLIP X SLIP EA NO 81D 2.50 1.75 2.01 223 NO BID 27 34505 5 SDR -35 COUPLING(SXS) 4' EA NO BID 1.50 1.05 1.21 1.34 NOBi0 20 34505 1 SDR -35 CAP SM/8'EA NO BID 4.81 3.37 3.89 428 NO BID 29 34505 5 SDR -35 SEWER CAP HUB 4' EA NO BID 1.32 0.92 1.15 1.17 NO BID 30 345042 15 1 SDR -354' FEMALE ADAPTER CLEANOUT EA NO BID 2.99 2.10 2.39 2.67 NO BID 31 34504 1 SDR -36 S FPT ADAPTER W/ PLUG EA NO BIO 23.24 17.79 18.08 1 NO BID 32 34W5 104' MIPT DWV PLUG EA N081D 1.82 1A8 1.69 1.89 NO BID 33 34504 20 1#70 VALVE BOX. Wbd EA NO BID 30.00 24.77 32.00 MAX) NO BID 34 345115 5 SDRSLIPRING35-40 SIZE4'GLUEFITTING EA NO BID 7.29 2A1 2.35 2.66 NO BID 35 20 SDR 4' SPRING LOADED CLEANOUT CAP w/saew, In plop that goes on fent" adapter. Automatic rebase EA NO BID NO BID 3.61 S90 25.00 NO BID 36 2 $DR SLIP RING 35- 40 SIZE 6'GLUE FfTfING EA NO BID i&S3 837 9.58 14.04 NO BID LOTA FITTINGS, SCH 40 37 1 COUPLING 4' SKEW DWV SCH 40 EA NO BID 2.53 2.09 3.35 2.10 NO 815 38 6 ADAPTER, 4 -CLEANOUT FEMALE EA NO BID 3.47 2.08 3.45 3.65 NO 81D Tobin Lot A NO BID 23.35 1937 24.05 24.00 NO BID Pegs 2 of 7 Council Meeting Date: December 8, 2009 AGENDA ITEM COVER SHEET Item No. SUBJECT: Forwarded from the GUS Board: Consideration and possible action to approve the contract for the SG -PI (Southwestern Wastewater Interceptor) to Joe Bland Construction, LP of Austin, Texas, for the amount of $716,712.55. - Thomas R. Bens, P. E., Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: This project includes construction of approximately 2708 LF of 33 -inch wastewater line, 13 LF of 12 -inch water line, 250 LF of 48 -inch steel encasement by bore, 12 manholes, and a weir box. The additional capacity is needed to handle wet weather flows to the existing Smith Branch Lift Station. This is in accordance with GUS Wastewater Master Plan. This project was publicly advertised on October 21d and October 25th. Fourteen utility contractors obtained plan. From these plan holders, eight competitive bids were received. The low qualified bidder for the project was Joe Bland Construction, LP. with a total bid of $716,71255. Kasberg, Patrick & Associates, LP verified the bid and recommends the award. GUS BOARD RECOMMENDATION: This item was unanimously recommended by the GUS Board for Council approval at the November 16, 2009, GUS Board meeting. STAFF RECOMMENDATIONS: Staff recommends approval to award the contract for SGPT to Joe Bland Construction, LP of Austin, Texas, for $716,712.55. FINANCIAL IMPACT: Funds for this additional expenditure are available in the Wastewater Capital funds: See the attached Budgetary & Financial Analysis. ATTACHMENTS: Budgetary and Financial Analysis Sheet Engineers Recommendation letter Bid Tab Submitted By: Thomas R. Benz, P.U,.J Jim Briggs, Systems Engineering Director ACM for Utility Operations PROJECT NAME: Division/Department: Prepared By: CDBG Project - Budgetary and Financial Analysis GUS / Wastewater Michael Hallmark DATE: 3BJ 11/09/2009 Director Approval Finance Approval 0 TOTAL ANNUAL BUDGET 1,500,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item B A + B Budget Consulting KPA 176,300.00 176,300.00 12% Right of Way 0.00 0% Construction 716,712.55 716,712.55 48% Other Costs 0.00 0% Total Current Year Costs 176,300.00 893,012.55 Approved I QI\CRML LCVVCR Mli IiVMY 1 IY VIYIDCR 660-9-0581-90-138 T Duaget 1,500,000.00 Total Budget 1 1,500,000.00 TOTAL PROJECT BUDGET 1,500,000.00 (includes all previous yrs) Prior Years Consulting 176,300.00 Right of Way Construction Other Costs 176,300.00 0.117533333 0.00 0.00 0 716,712.55 716,712.55 0.477808367 0.00 0.00 0 Total Project Costs 176,300.00 716,712.55 893,012.55 Comments: KAKASBERG, PATRICK & ASSOCIATES, LP CONSULTING ENGINEERS mailCkpaengineers.com RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E., C.F.M. THOMAS D. VALLE, P.E. temple One South Main Street Temple, Texas 76501 (254) 773-3731 November 9, 2009 Mr. Michael Hallmark Systems Engineering Project Manager City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown Southwestern Boulevard Wastewater Interceptor SG-Pl, 3BJ Georgetown, Texas Dear Mr. Hallmark: Georgoown 3613 Williams Drive. Suite 406 Georgetown. Texas 78628 (512)819-9478 Attached are the Bid Tabulation Sheets for the bids received at 10:00 AM on Thursday, November 5, 2009 for the above referenced project. This project publicly advertised on October 21" and October 25'. There were fourteen (14) utility contractors that obtained plans. From these plan holders, eight (8) competitive bids were received. The low qualified bidder for the project is Joe Bland Construction, LP. with a total bid of $716,712.55. The bids received ranged from this low to $1,379,000. Our total estimate for this project was $1,300,000. We have reviewed the current workload and construction history of Joe Bland Construction, LP. and their submitted subcontractors as well as contacted several references. As a result of our findings, we recommend that a contract be awarded to Joe Bland Construction, LP in the amount of $716,712.55. If you have questions, please call. Sincerely, 2 v. UO# Thomas D. Valle, P.E. TDV/ xc:Peggy Leatherman, City of Georgetown; 2008-108-40 of, 108") Page 1 et 3 BDJ TABII ATPON CITY OF GEORGETOWN Smatbansil Bed Wanewalar IoarmPam (SG-n 389 NormRa S. 29119; IPM AM - 3001edwcW A., Geariasown, Tem 78626 Joe Blind Camrmbo IP 13111 Da1au Road Amb, TX 797M BIDDER LVPORMATTD.V Lewis Commit. Ire PO Boa 1023 Bartram TX 7111 Pa0n Coanrosdo. tAx 611 Wal From Boom, Fimm TX 7!634 Isom No Eminad Omnm U. Bid Dina Deadpss. L'nin Pnca Errmdd .4smunl L'nsn Pnre Enentld Ammuu U., Pate alloo d laouru 1 100% IS Mabilianion. Binds & Imitate, nos a esmod 5% of Total Bk $ 34.826.36 5 34.826.34 S 20.00. W S 20.00 W S 40.00. W S 40.000 W 2 25 Sis JProvid, )mor, egmpmmt, ao6 & supemmon on compka preparation of ROW 248.17 6.201.25 30 00 7.500.0 LXO. W 37.50.00 3 2.471 LF Provide ckaoup & Fiml Grading aktg Fund PiMlim Roue 1 67 4,126 57 11.0 2.471.00 1 00 2.471.00 4 100% LS Vidor Taii Proi Sia Befoo, ds Sun of formation on the Project 3062 380.62 X0W Moo 300.0 300. W 5 100% IS Paque Trtmh Safay Rn in Canfomarce with Sara Itaw & OSHA 434 99 434 99 I moo 800001 Boom 800. W 6 2.471 LF Torah Salary lmpkmenruion(Pipe3 I IB 2,915.78 1.00 2.471.00 1 W 2.471 W 7 1800 SF Tmnh Sailmy Impkinsomation(SuucWrts) 0.59 10.620.0 0,01 180.0 0.15 2.7W.W 8 100% LS Preparing & SubWnisg a Node of In", (NOO to the Taca Canvniaion on Ersoni rm a] Quality. irclding 1 of& Counpluma With All Snmswaa Docharp Ragolsonna 1.304 98 1.304.98 I.M 00 1.200 to 1.500.00 1.30 0 9 10% IS Provide Pm3at RecoN Dawin(s (As Boffin) 380 62 380.62 350. W 350.0 20.0 200. W 10 100% IS All Eilopown. Ma imals, Tools & Labor Nassar, for Uakage Teeing All Proposed Wasawaes Liras, rcl ting Any N n 2.93.20 2.936.20 2.00000 2,000.00 20.000.0 220.000.00 11 100% LS All Equq ns4u. Maarials. Tools & Labor Necessary for Deflnum Tcnitg of All Proposed PVC W aaewaar Us, Including An Nomssai R,.. 1.936 -10 2,93.20 32.000.0 32.000. W 12.000.0 12.000.00 12 13 LF 12-imh Marmon SDR 26 PVC Wanawaer Pipe. IsiWinB Embdmen 83 81 Lon 53 65,00 84500 60.00 780. W 113 2.700 LF 33-imh Diunear Fibefglass Reioforcd Polymer Maw Wasawaar Pipe, imludirg Emedmem 90.91 ?46,346.76 I W. W 295.172.00 125.0 338.51. W 14 230 LF 49-lin SmI Eaascon 8 Road Boa with Casug Spaere 5910 147,922.50 605.00 151.15000 slow 127.500. W IS 5 EA New 6'-0 Folios! Mvdnk in arodawc with TwMsa Smi (wise WWI 4.746.3 23.731.80 8.000.00 40.110. W 4.500.00 22.X0.00 16 1 EA New 6'0' Dap Ma hok in a.rdace wits TaMtcal Spectf cion WWI 6.078 55 6,078 55 9.2w 00 9.200 W 4.80. W 4.800.0 17 1 EA New 6'0' Bolmd. Vmad Mathole in acordaaT wilts TnMical Sp irwaim WWI 5.529 37 5.529.37 9.100.00 9.10000 5.500.00 5.5M W IB 2 EA 6'-0- Manhok m acodaae wids TecMwal SM,fwatan WWI 4,411.3 8.896.60 8.01(1 Is." 00 4.500 00 9.000 0 19 100% LS Caysct,, Proposal 12- Wamwaar L. n Eainmg MadWe a Su. 3+87, ircludisg coo, drilling eaisusg 2.707.85 2.707.85 2.000.00 2.000.00 1,500.0 1.500.0 20 100% IS Cmvacusg ds 33- W.. Urc a Exinitg UR Sadan, m,lWmg nems,;, on, I8- Conmctan & pmvoling bypass pumpin,, to from ds eaisun maNmk a the lift nation 10.138.09 10.138.09 15.000.00 15.000 00 2.50000 2.5110 00 21 100% IS Cavcrug b Eamon, 24' Wasawasi Um a Su 27 i28 irclding mitallm, a 6' loess, manMk 6.055 92 6.055.92 9,000.0 9.000 00 2.500 0 2.500 W 22 10% LS Cremating a Esiadry Ig' Wamwaar Lim in Su 0+25 92 iml Wing noodling a 6' dourni mail 2.25927 2.259 27 1.200 W 1.20.00 2,30. W 2.500. W 23 110% LS Pluggiro, & Gwt0tg Edmng 24' Wamwaer Lim tsar Sta 27 t28 imldiM io dlint a 4' diamcr nunrolc SW 53 862.53 4,000. W 4,000.00 5.50 W S.SW W 24 110% LS Plugging & Gautitg Estrin, 12' Wsmwmr Pmmraton to Eamon, Madrok mf Su 3 r97, abandoning 12- Wavewucr Umn roMw<a. d 12' P....,. do... martins, 728 W 729 99 2.800 W 2.980.00 3.00 W 3.000 W 25 50 LF Plaitg Cmo,s Enaamco, in accoda a with the Standard Derails 34.85 17.425.00 40.00 20.000.0 30.00 15.r100.00 26 20 VF Completely Comrg Mardi Insrior web Raven. tmluding applkable by pus pummg 117.45 2.349.00 Moo 2.40. W 105.00 2.10 W 27 10.000 SY Maig Loatutg & Smdisg IrcNdirg Wamrg to Stamm Growth 2.27 1-1.700 W 0.50 5.000.00 0.50 5.000. W M 2.500 LF Fumim, loWl, Must. A Remove Silt pose 1 47 3.675.0 2.00 5.00.0 1.X1 3.750.0 29 300 LF Fumnh. Install. Ms.. & Rennin Rmk Benin 13.59 Con W 20.00 6.000.00 45.0 13.50. W 30 IX) CY Remove& Replae eanon antras soawre u rcssaary 295." 44,319.0 2500 37,50000 150.00 2.',5000 31 100% IS Relmas a 0n, hydrant & W us M LF of 12- Warr Lim 8.50.53 8.500 53 7,50000 7. SOD 00 6.00D. W 6.ODO W 32 100% LS Fumim All Macrials, Fquipmcm. Tools & Labor Necesafy for Gmoarmtian Diversion Boa as Mailed on shay S I & SL-1 80.448.53 80448.53 91,000.00 91,000 W 100.01)(1,00 10,000 W 33 100% IS Fumim All Maenals. Equipment. Tools & Labor Nacsary, for Vacuum Tenisg New Manday , Ircludng Any 3.425 3 3,425.56 2.500.0 2.500.00 X0 W X0 W M 100% LS Furnish All Maimals. Eryipmu, Took A IrMr Nceaay for Pon Comrade Vidor M TaMkal Sisaxificamin CIP 12.05. K.. traLudins, Am No n 380.62 380.62 4.50000 4.500. W X0. W 500.00 TOTAL AMOUNT - (Roam 2 - 34) f 716.712 55 S 806.439.0 I S 814.872. W Did Bolder Acknowledge Addends No. 11 YES YES YFS Did BiGkr Ackrowledge Addnda No, 27 YES YES YES Did Bidder Provide Bid Turks and Summary (Sauon 1100350)7 YES YES YES Did Bidder,Provole Smomuu of Bidden Exmmom,(Section 11W4W)7 YES YES, YES Did Bidderodic Bid Savnry' YES YES YES of, 108") Page 1 et 3 09.1 W - Page 2 of 3 RID TABULATION CITY OF GEORG61'OWN South in lary Rind Wriaewuer Iolemegm (SG-PI 361) Novrsn6a J. 1N9; HIM AM - 3001odus rlal Avenue, Gerrgasowo. Terr 7MIIi Scbrvehr Cwrrunlao Co Ud 13625 Pool Sprinp Road Ste 108 Amur T%78729 RIDDER INFORAlArION Royal Y{pa tae 350 Cwmy Rad 260 L U in7 i11n TX 78642 Mclm foarrvabo LAd PO Boa 10759 RBlam TX 765e2AA50 Br1a No. FYIMarM Qoowoy um, BId L)TO Desrngian Uwr Prim afn m Aasoiw U." Pore Fllrnjre 'oswoo (/NI Fare F 000fa( Ansuba 1 [W% IS Modi=r . Bolls & hswsr , nos b e -end 5R of Tout Bid S 43,000.00 S 43.000.00 S 40.000.00 S 40.000.00 S 24.405.00 $ 24.405.00 2 25 Su. Provide labor, vquipmms. gaols & supmisron m .arylete Pmparxian of ROW 97).00 24,425A0 300.00 7,5(11) w 508.00 12.700.00 3 1471 LF Provide ckao� & Frog Grading almg FitW Npehts Rouen 2 $5 5.312.65 2.0 4.942 W 3.10 7.6b0. 10 4 loos LS Video Taping PmW 9R Before ds Sun of Conmscu0n on the Noes 1.100.00 1,100.00 MC) 0 500 00 318.00 318. W 5 IODS IS Pnque Tench Sof ny Plan in Ccxob mxce wish Sore LAw & OSHA 1 iDa 0 1,000 0 1.000. W 1.000.10 90000 9w 0 6 2.471 LF Trach Way liryknenurpn (NN) 1 0 2.471.0 500 12.353 W I. W 2.471. W 7 1800 SF Taah Way Impkmsmxion (Strowwr ) 0 10 1.90 0 0.50 9.000.0 I. W 19.00000 8 1011% LS Pupurry & Submining a Nana of Imem (NOH on ds Teau Commission on Gviromsamtal ()"q. i.[Win, I of 8 Corripliance Widt All Sbmovasr DnwhaW Pxgulaorm 3.400 0 3.1110. W 15.000. W 15.000.0 1180.0 1180 W 9 104 IS Provide PonrcI Rawd Drawing (As Bwlss) I.0 I. W Low W I." W 318.0 318.0 10 1011% LS All Equipment. Mserinls. Triols & Iabor N l for leakage Testing All Proposed W.., ., U., Horkiift Any Nwoonny RnIoom 2,0M 00 2,000. W &OW 00 8.00.0 LOS OD 2.05.0 11 10R IS All EW.pma8. MaasnaH, Tooh & tabor Nasssary for Dr,fl.f. n Testing of All Pmpusl PVC W'arewarer ❑., l.hdm A 'n 2W. W 20.0 85.(01 w 85.000.0 36.746. W 36.746.0 12 13 LF 12-inch Dinrssr SDR 26 PVC Wassewnrcr Pipe. IrclWing FmRdmenl 75.W 975.0 55.0 715.W 36wl 47190 13 2.708 LF 33-iruh Dumnior Fbngku Reinfmn Polymer Morar W arewaer NW. Imiudiry Fmbdmsm 112.0 303.296. W 105.0 2$1.340.0 Im m 281.860.40 14 250 LF 4&Irch 9a1 F4casrssc & Road Bon with C., Span, 628.0 157.000 W 575.0 143150.0 560.0 140.00)0 15 5 EA New 6'-0- Bond MaNble in nawdxce with Talvucal Spasficauon WWI 6.5%00 32.990.0 7.10.0 35.500.0 6.433. W 32.165 W 16 1 FA New 6'41- Drop M4Nbk for xxerdarce wall Tahsal S wificaion WWI 10.052 0 10.052.0 11,70. W 8.700 DD 7,443. W 7,443. W 17 1 EA New 6'-0- Bold. Venial MmBbk in accordeao wah Tahical Spaifcauon WWI 6.735.0 6.735 W 8.500 W 1 8,500.0 7.TI4.W 7,TI4 W 18 2 FA 6'-0-Manhole in xeudvice wiN Trchidal Spaifkdan WWI 6.598.W 13.1%0 6,70.0 13.40.0 6.433.0 12.8660 19 10S IS Camnung Pmpcsd 12' Wasoewasr Lits b Fairing Manhole a Su. 3+87, irclding rom drilling wising 1.685.0 1.685.0 1.750 0 1.7.50. W 2.839.0 2,839 W 20 10% IS Camnung de 33- War mr lJrc in Fairing Uh Snuon, irclding rnroVtng ds IS- Connearon & providing b fmm ds r,.vang maNnk b the lits srq. 25.0W.0 25.00 0 14.50) 00 14,500 0 23,819.0 23.819.0 21 I W S IS Corsnecung in Ea., 24- Warewnser Ltrc w Su 274281rcldin t iosulling a 6' thenen r manhole 9,991 W 9.991.0 11.500 0 11,50.0 8.54600 8.546.0 22 Iws IS C-'Ul on Bairuq 18- Wroo a- Vrc u Su 0+25.92 irchdiq noodling a W diam9er maNble 9.40 0 9.40.0 10.500.0 10.50.0 8,126.0 8.126 W 23 10[ IS Pk=irtg & GrwuM Fairing 24- Ware . arc nnr Su 27+28 ircldissg ioall," a C diamesr mndsole 5,80. W 5.80.0 8.00000 9.00000 4,042 0 4,042. W 24 I WS IS Nagging & G., Eirmin q 12- Wsrewaa Pennrvidn In E..., Msdole rear Su 3+87, abanclomng 12' Wavewm Uno b ncmtti r. & plU,q 12- roan In dowmmxn nWble 1.500.00 1.500 0 4,00000 CIO() ftp 1.540.0 1.540 W 25 50 LF PI.mf; C.. Fieasm+v in aaardarce .,in cls Standard Drnils 66.0 33.000 00 50.0 25.00. W 88.0 +.00.0 26 20 VF Com ksly Coating Madsule Imerior with Ravm, ialuding applkabk by-pass pwnbing 75.0 1.500.0 12000 1 2.40.W 5.242.0 Itk.840.W 27 IO." SY Mw,r, Leeming & Sadutg Irclding Wasering m Susi. GrovM 0.30 5300.0 20 20.00.0 1.30 13.00.W 28 2.500 LF Furnish. hmall. M... & Ramovc Sits Ferre I 0 4.000.0 2. W 5.00.0 2.30 5.750.0 29 3(10 LF Fumrh. Iroull, M.. & Rcrrbve Rock Berm 311.0 9.000.0 0.0 9.00 0 24.50 7.350.0D 30 1 150 I CY I Remove & Roof. canning uacrtm mean u rsensuy 90.0 13.500,W 12000 18.000.0 14800 21.20.0 31 100F IS Reimmahmhydrun&Wb20LFof12-WRa Um 9.00000 9.00.0 9.50.0 9.50.W 9.272.0 9,272.0 32 10% IS Fumirh All Mawrials. EW,pmaa. Tools & Labor NereasuY for Coru0 corn Diversion Boa u dn>tld on she" SI&S21 96.00000 96.000.0 96,000.0 96,00 0 97,533.0 91.533. W 33 10% LS Fumidt All Marginals. Fq npmmt. Tools & I-Mor Namnuy for Vacuum Tering New MaNmks. Irciding An, N n 2.90 W 2.90 W 5,00.00 5.0000 318.0 318.0 N 10% IS lw All Manila. Egdprcm. Tools & Labor Noocro ry ConsConst...for Pon Const... per Tahnical ifsvion OP 12.05. K., krIudonr Am Na 75,00.0 75.0000 . 12.0(10.0 12.00. W 318. W 318. W T(3'1'AL AMOUNT-(Ben I.A S 91/,22965 1 S 931.352.0 S 949,376.J0 Did BNtrr Astrowkdge Addenda No. 11YFS YFS YFS Did Bider Ackmwbdge AdOntla No. 2' YFS )'ES YES Did Bdda Pm.idc Bid TabW xid Sromnary (S... OM50)? YES YFS YES Did Bidder Provide Ssamtvu of Bidders Eaperierc< ISauon /00401' YM YFS YFS Did Bddn pron,W, Bid SavnO' YES YFS YFS 09.1 W - Page 2 of 3 m LOB JU bis is a curmt atl Lae ubulaian rwwwN...... 455sf/age .t all bilee .,em Boo TABUI-ATION CITY OF GEORGETOWN SamOwWen Mind Waatwatee Irgemgw ISG -PI 3Rb Novsbar S. 2009; 10:00 AM - 300 IaWmrial Aveaoe, Ginertowo, T. Milli BIDDER INFORMA77O.Y Key Eaeepriae I. Amb kagbeabg Co Irc 11612 F%I 2244 Ste 100 BKIg 82 3317 Ramb Road 620 NonL Amb TX MA Aaab TX 7P.0 Isom No. Emetmad Gaaeau. Uas &d Dara DrHrtpiw U'nn fhice ELmdm AmowL Unit Pnee Euewfed Morns I 100% IS Madlintial, eatls & Ineurm, to m cacad 5% of TaW Bid S 25.000.00 S 25.000.00 S 65.000.00 S 65,000.00 2 25 Su. Rovkk labor, equipnam, moll & wlnvision to conpine prapalation of ROW00 7.125.00 400.00 10.000 W 7 2:01 LF Pms'Ide vlean-up & FirW Grdin<aFelg Final Pryehrc Raum 6.00 14.826.00 2 00 4,912.00 4 100% IS lVielve, Taping Projal Site Before tk Stat of Cremnuetion oo 1le, Nojat 3.11W W 3.000.00 1.X0.110 1.500 W 5 100% IS Pupm Tnaah Safety M... C formas wash Stan, law & OSHA mm 88000 2.000.00 2.000.00 6 2.471 LF Trench Safety Inpknaraition(Pipe) 1X) 3.70650 2W 4.91200 7 180011 SF Tretch Safety Impksnemvion (Suixuaus) 1.25 22,X0.00 1 X) 27,000.00 8 100% IS Psepair%&Submininil..a. of lmme,N011m le TcxuC imwn on Fnviramemal WalilY. nicludmg I Ie4rnMatan of & im Will, All Stomwaer Dnahartic Rquaticiris MOM X0.00 4.00000 4.000.00 9 100% IS Pmvlde Pmjat Ratted Drawings (A, Bina( 541. W 500.00 50000 !iW W 10 100% IS All Eptipmetx. Materials. Toole & labor Neanear, far lakye Tess, All Pmpovd lanae,, lnct. Inchadirg Any Ncaaasary Repasrt I.000.OD 1.010 W 20,(100 W 20.000.00 11 100% LS All Egoiprneat. Materials, Tools & labor Ncee u for Deflee int Tmbg of All Proposed PVC W'aewaer Lnes. lnchich An n 3.0(10.00 3.000 00 X1,000.00 W, WO W 12 13 LF 12 irmh Maneur SDR 26 PVC W.., Npc. InlWmg Embedment 50. W 65000 160 W 2.080 W 13 2.7i08 LF 33 imh Diameter Nbemlau Reinforrotl Polynn Morar 3Vaewaen NW. Includtrig F4nbMmens 125 W 338.SW. W 196. W 530.768.00 14 250 LF 48 Irch Soul Ercnvrcn &Maud Bou wlh Casing Sp.m 555. W 138.75000 746. W 186.50000 15 5 EA fl w 6'41' Robed MaNlok tet M. with Tahnieal Sp fwation WWI 7,285. W 36.425 00 16,000. W 80.000 00 16 1 EA New 6'41" Drop MaNak in zmNaae wall TaMical Speal.. n WWI 9.20D.W 8.2W. W 2LIN W 21.51A.W 17 1 EA New, 6'-0' Bohad. Vermont Manhole in a<ordance with Tahmul Spsirication WWI 8,685. W 8.685.00 23.000.00 23.000.00 IB 2 EA 6'-0- MaOok an zcordarco, with Teviana al Spa'ification WWI 6,7W. W 13.400 W 21.000. W 42.000.00 19 INS LS Cora1¢ting Pmposed 12' Wastewater Lire to arming Manhole a Su 3+87, iaanding com dnlling exiatial, 1.]00 W I.IW. W 3.500.00 3.5(0. W W INS IS Correcting de 33- Wasiewan Lae to Existing Ufa Sutton, i aluding removing die 18' Cremation & providing b 1. le cx19 nWdm1[ t0 dlc Ilft Latin 14.600.00 14,400. W 18.000 00 18.000. W 21 I W % LS Connecting, at Existing 24' Wastewater Lire as Ste 27+28 smiachn, nswlling a 6diateter nunlmle 10.725.00 10,723. W 34.000 00 34.000 W 22 100% LS Cant; In Ea a ng IB- Wastewater Line a Su 0+2y.42 ircludirrg mstallirtg a W diameter mWnlc 11.025.00 11,025.00 M." W 38.000.00 23 100% IS Rnggir%& Gtootiry Exiling 24' Wastewater Line rcu Su 27+28 irclWiry aWliry a 4' dlmmr mvdnk 5,10.00 5.10000 2.000. W 2.000 W 24 IW% LS Man & Groob%Exiaing 12' Waewam Penetnuoo to Existing MaNOk near Su 3+87, abandoning 12- WasuwmL Una m mrmweL. & 12- facelintaticeint nowlsnman nsaMuk 3.lW.W 3.IW.00 6.000 W 6.000 W 25 500 LF PI.M Gane Ercaama in acordm with tk Satlad Detals 45.00 22.500.00 MW W 80.000.00 26 20 VF CongMelYCaning MaNmk Interior with Raven. imitating Wixa6le by-pass pooping 12000 2.40.00 300W 6.00000 27 10.000 SY Nacing Learning & Sadirq Inebdir% Witten, In Susuio Gruwda 3.50 35.0W.00 4. W 40.000. W 28 2.500 LF Ni loran. Mainuin & Remove Silt Fence I.XI 3,750.W 2.20 5.5W.W 29 300 LF Fornlh, Insult, Maintain & Remove Rak Berm 13 75 4,125 W 34 W 10. zoo 00 30 150 CY R. & Refit. existing concrete smxtum m ne,essar, 120.00 18.000. W 250. W 37,500.00 31 100% LS M.m it fiu hydrant & tap b 2W LF of 12' Water Lane 1,250.00 1.250 W 22.M W 22.000 00 32 1 W % IS Funo4h All Matenal, Equtpmem. Tanta & Labor Naesury for Gmruclan Diverston Boa m delasled oo dress S-1 & SZ I 96.510 W 86.50.00 18.000.00 18.OW. W 33 INS IS Famish All Matenas, E9uiprnem. Tools It IJlbr Naessary for V.. Testing New Menhobs. Including An, N 5.U00. W 5.000 W 2,000 W 2.000. W 34 1 100% 1 IS FumiA All Maenals. Ectiop.. Tools & Latin, Naeaaary lot Post C...tioo Vaden pet Technkal Somailicum OP 12.05. K_ lmiWm Am Neceneat, Itenain 102,= W 102,000 00 1 1.500.00 1.541 W TOTAL AMOUNT - (5tm 1 • 34) S 949.422.30 S 1.7]9.912. W Da Ri lda Ackssowkdge Atidetla No. I^ YES YES Did Bahr Ackrowkdge Addertla No. 21 YES YES Da Balder pmvlde Bid Tablea and Sutmury (Sidon 800350)" YES YES Did Bidder Provide Seaetsaa of Bidders Eapesietan, (Satan 80040017 YES YES DA Bahr perinvicht BW Secure 7 YFS YES bis is a curmt atl Lae ubulaian rwwwN...... 455sf/age .t all bilee .,em _ Da Klass g. pAssaaaes, elsff1js11153N�NwN��`` Patrick &k. LP Page 1 of 1 2008-108 City of Georgetown Southwestem Boulevard Wastewater Interceptor SECTION #00500 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is by and between the City of Georgetown, Texas, a home -rule city and municipal corporation with principal offices located at 113 East 8th Street, Georgetown, Williamson County, Texas, 78626 (hereinafter called OWNER) and: Joe Bland Construction. LP (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Southwestern Boulevard Wastewater Interceptor SG -P1 BID # 201006 ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Furnishing and installing and providing all labor and materials required for 2,708 LF of 33 -inch Wastewater Line, 13 LF of 12" Wastewater Line, 250 LF of 48" Steel Encasement by Bore, 12 EA 6 - foot diameter Manholes, connection to an existing Lift Station, construction of a diversion box and 4 -foot diameter Manhole as more fully described in the Drawings and the Summary of Work contained in CIP 3. Ver. 2.10.2009 Section #00500 Standard Form of Agreement Page 1 of 13 200&108 City of Georgetown Southwestem Boulevard Wastewater Interceptor ARTICLE 3 - ENGINEER 3.01 The Project has been designed by Kasberg, Patrick & Associates, LP 3613 Williams Drive Georgetown, TX 78628 Phone (512)-819-9478 Fax(254)773-3731 who is hereinafter called ENGINEER and who is to act as OWNER'S representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Dates for substantial completion are as follows: A. The project will be substantially completed within 150 calendar days from notice to proceed. The Work will be substantially completed when all Wastewater Lines are placed into service. Ver. 2.10.2009 Section #00500 Standard Form of Agreement Page 2 of 13 200&308 City of Georgetown Southwestem Boulevard Wastewater Interceptor 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $ 350.00 for each day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $ 350.00 for each day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs 5.01.A, 5.01.13, and 5.01.0 below: A. For all Work other than Unit Price Work, a Lump Sum of: Not Applicable ($ N/A ) (use words) (figure) All specific cash allowances are included in the above price and have been computed in accordance with paragraph 11.02 of the General Conditions. B. For all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 5.01.13: Ver. 2.10.2009 Section 100500 Standard Form of Agreement Page 3 of 13 2008-108 Gty of Georgetown Southwestern Boulevard Wastewater Interceptor Ufi 11119 IS Cal No Item 1 Mobilization, Bonds & Insurance, not to exceed 5% of Total Bid 2 Provide labor, equipment, tools & supervision to complete preparation of ROW 3 Provide clean-up & Final Grading along Final Pipeline Route 4 Video Taping Project Site Before the Start of Construction on the Project 5 Prepare Trench Safety Plan in Conformance with State Law & OSHA 6 Trench Safety Implementation (Pipe) 7 Trench Safety Implementation (Structures) 8 Preparing & Submitting a Notice of Intent (NOI) to the Texas Commission on Environmental Quality, including Implementation of & Compliance With All Stormwater Discharge Regulations 9 Provide Project Record Drawings (As Builts) 10 All Equipment, Materials, Tools & Labor Necessary for Leakage Testing All Proposed Wastewater Lines, Including Any Necessary Repairs I 1 All Equipment, Materials, Tools & Labor Necessary for Deflection Testing of All Proposed PVC Wastewater Lines, Including Any Necessary Repairs 12 12 -inch Diameter SDR 26 PVC Wastewater Pipe, Including Embedment 13 33 -inch Diameter Fiberglass Reinforced Polymer Mortar Wastewater Pipe, Including Embedment 14 48 -Inch Steel Encasement & Road Bore with Casing Spacers 15 New 6'-0" Bolted Manhole in accordance with Technical Specification WWI 16 New 6'-0" Drop Manhole in accordance with Technical Specification WWI 17 New 6'-0" Bolted, Vented Manhole in accordance with Technical Specification WWI 18 6'-0" Manhole in accordance with Technical Specification WWI 19 Connecting Proposed 12" Wastewater Line to Existing Manhole at Sta. 3+87, including core drilling existing manhole & installing flexible boot, in accordance w/fechnical Specification WWI 20 Connecting the 33" Wastewater Line to Existing Lift Station, including removing the 18" Connection & providing bypass pumping to from the existing manhole to the lift station 21 Connecting to Existing 24" Wastewater Line at Sta 27+28 including installing a 6' diameter manhole Unit Quantity Unit Extended Price Amount LS 1 34,826.34 34,826.34 Sta. 25 248.17 6,204.25 LF 2,471 1.67 4,126.57 LS 1 380.62 380.62 LS 1 434.99 434.99 LF 2,471 1.18 2,915.78 SF 18000 0.59 10,620.00 LS 1 1,304.98 1,304.98 LS 1 380.62 380.62 LS 1 2,936.20 2,936.20 LS 1 2,936.20 2,936.20 LF 13 83.81 1,089.53 LF 2,708 90.97 246,346.76 LF 250 591.69 147,922.50 EA 5 4,746.36 23,731.80 EA 1 6,078.55 6,078.55 EA 1 5,529.37 5,529.37 EA 2 4,447.30 8,894.60 LS 1 2,707.85 2,707.85 LS 1 10,138.09 10,138.09 LS 1 6,055.92 6,055.92 Ver. 2.10.2009 Section #00500 Standard Form of Agreement Page 4 of 13 2008-108 City of Georgetown Southwestern Boulevard Wastewater Interceptor No Item Unit Quantity Unit Extended Price Amount 22 Connecting to Existing 18" Wastewater Line at Sta 0+25.92 LS 1 2,259.27 2,259.27 including installing a 6' diameter manhole 23 Plugging & Grouting Existing 24" Wastewater Line near Sta LS l 862.53 862.53 27+28 including installing a 4' diameter manhole 24 Plugging & Grouting Existing 12" Wastewater Penetration in LS 1 728.99 728.99 Existing Manhole near Sta 3+87, abandoning 12" Wastewater Line to northwest, & plugging 12" penetration in downstream manhole 25 Placing Concrete Encasement in accordance with the LF 500 34.85 17,425.00 Standard Details 26 Completely Coating Manhole Interior with Raven, including VF 20 117.45 2,349.00 applicable by-pass pumping 27 Placing Loaming & Seeding Including Watering to Sustain SY 10,000 2.27 22,700.00 Growth 28 Furnish, Install, Maintain & Remove Silt Fence LF 2,500 1.47 3,675.00 29 Fumish, Install, Maintain & Remove Rock Berm LF 300 13.59 4,077.00 30 Remove & Replace existing concrete structure as necessary CY 150 295.46 44,319.00 31 Relocate a fire hydrant & up to 200 LF of 12" Water Line LS 1 8,500.53 8,500.53 32 Furnish All Materials, Equipment, Tools & Labor Necessary LS 1 80,448.53 80,448.53 for Construction Diversion Box as detailed on sheets S-1 & SZ -1 33 Furnish All Materials, Equipment, Tools & Labor Necessary LS 1 3,425.56 3,425.56 for Vacuum Testing New Manholes, Including Any Necessary Repairs 34 Furnish All Materials, Equipment, Tools & Labor Necessary LS 1 380.62 380.62 for Post Construction Video per Technical Specification CIP 12.05.K., Including Any Necessary Repairs TOTAL OF ALL UNIT PRICES Seven Hundred Sixteen Thousand, Seven Hundred Twelve dollars and 55/100— (use words) As provided in paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03 of the General Conditions. C. For all Work, at the prices stated in CONTRACT'OR'S Bid, attached hereto as an exhibit. Ver. 2.10.2009 Section #00500 Standard Form of Agreement Page 5 of 13 2008-108 City of Georgetown Southwestern Boulevard Wastewater Interceptor ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 6.02 Progress Payments; Retainage A. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Applications for Payment on or about the Third Monday of each month during performance of the Work as provided in paragraphs 6.02.A.1 and 6.02.A.2 below. All such payments will be measured by the schedule of values established in paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but in each case, less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold, in accordance with paragraph 14.02 of the General Conditions: a. 95% of Work completed (with the balance being retainage); and b. 95% of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 2. Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 95% of the Work completed, less such amounts as ENGINEER shall determine in accordance with paragraph 14.02.B.5 of the General Conditions and less 100% of ENGINEER'S estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.07. ARTICLE 7 - INTEREST Ver. 2.10.2009 Section 7!00500 Standard Form of Agreement Page 6 of 13 2008 -loci City of Georgetown Southwestern Boulevard Wastewater Interceptor 7.01 DELETED ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. Ver. 2.10.2009 Section #00500 Standard Form of Agreement Page 7 of 13 2OD8-f08 City of Georgetown Southwestern Boulevard Wastewater Interceptor H. CONTRACTOR has correlated the information known to CONTRACTOR information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to 13, inclusive); 2. Performance Bond (pages 1 to 1 inclusive); 3. Payment Bond (pages 1 to 1, inclusive); 4. Bid Bonds (pages 1 to 3, inclusive); a. Bid Bond (pages 1 to 2, inclusive); b. Power of Attorney (pages 3 to 3, inclusive); 5. General Conditions (pages 00700 to 00700-54, inclusive) contained in the Project Manual which is signed and sealed by the ENGINEER on October 15,2009; 6. Supplementary Conditions (pages 1 to 16, inclusive) contained in the Project Manual which is signed and sealed by the ENGINEER on October 15,2009; 7. Specifications as listed in the table of contents of the Project Manual contained in the Project Manual which is signed and sealed by the ENGINEER on October 15, 2009, Ver. 2.102009 Section #00500 Standard Form of Agreement Page 8 of 13 200&-108 City of Georgetown Southwestern Boulevard Wastewater Interceptor 8. Drawings consisting of a cover sheet and sheets numbered GI through G4; WWI through W W5; D1 through Dll; S-1; SZ -1 and Al, inclusive, with each sheet bearing the following general title: Southwestern Boulevard Wastewater Interceptor; 9. Addenda (numbers 1 to 2, inclusive); 10. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed (pages 1 to 1, inclusive); b. CONTRACTOR'S Bid (pages 1 to 3 and 11 to 14 of Standard Section 03000 Documents and pages 1 to 2 containing Contractor's Proposal); c. Documentation submitted by CONTRACTOR prior to Notice of Award (pages 1 to 34, inclusive); d. Section 00100 Instructions to Bidders 11. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Written Amendments; b. Work Change Directives; c. Change Order(s). B. The documents listed in paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in paragraph 3.05 of the General Conditions. E. To the extent of any direct conflict or inconsistency between any of the Contract Documents, the CONTRACTOR shall immediately seek clarification from the ENGINEER and notify the OWNER that clarification has been requested. In the event that the ENGINEER fails to clarify such discrepancy, within a reasonable time under the circumstances, the CONTRACTOR shall proceed with the Work and give precedence to the Contract Documents in the following order of priority: Ver. 2.10.2009 Section 7700500 Standard Form of Agreement Page 9 of 13 2006108 Cityof Georgetown Southwestern Boulevard Wastewater Interceptor 1. Modifications issued after the execution of this Agreement; 2. This Agreement; 3. Addenda issued prior to the execution of this Agreement, the latest date taking precedence; 4. The Supplementary Conditions; 5. The General Conditions; and 6. The Final Drawings and Specifications. ARTICLE 10 - MISCELLANEOUS 10.01 Terms with the Addenda bearing A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. Ver. 2.10.2009 Section 7!00500 Standard Form of Agreement Page 10 of 13 2008-108 City of Georgetown Southwestern Boulevard Wastewater Interceptor 10.05 Other Provisions A. Contractor shall start to perform the Work on the date when the Contract Times commence to run as set forth in the Notice to Proceed. B. Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. C. OWNER agrees to pay CONTRACTOR from available funds for satisfactory performance of this Agreement in accordance with the Contract Documents, and OWNER agrees to make payment on account thereof as provided in the Contract Documents. Lack of funds shall render this Agreement null and void to the extent funds are not available. D. Although drawn by OWNER, both parties expressly agree that in the event of any dispute over its meaning or application, this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. Ver. 2.10.2009 Section #00500 Standard Form of Agreement Page 11 of 13 2008-109 City of Georgetown Southwestern Boulevard Wastewater Interceptor IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on the Agreement). By: George G. Garver, Mayor Attest City Secretary: Jessica Hamilton APPROVED AS TO FORM: Mark T. Sokolow, City Attomey STATE OF TEXAS COUNTY OF 2009 (which is the Effective Date of We) 0111AxteC0):7i By: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) Date: Email: § COMPANY ACKNOWLEDGMENT This instrument was acknowledged before me on this the _ day of 2009 by . a person known to me, in his capacity as of ice Bland Construction LP a Texas corporation, on behalf of said corporation. Notary Public, State of Texas Ver. 2.10.2009 Section #00500 Standard Foran of Agreement Page 12 of 13 2008-108 Gty of Georgetown Southwestern Boulevard Wastewater Interceptor Address for giving notices to Owner: Georgetown, Texas 78627 Owner Designated Representative: Name: Title: Address: Phone: Facsimile: Address for giving notices to Contractor: Ice Bland Construction LP 13111 Dessau Road Austin TX 78754 Contractor Designated Representative: Name: Title: Address: Phone: Facsimile: Ver. 2.10.2009 Section 7100500 Standard Form of Agreement Page 13 of 13 Council Meeting Date: December 8, 2009 Item No. S AGENDA ITEM COVER SHEET SU13JECT: Forwarded from the GUS Board: Consideration and possible recommendation to renew the Professional Services Agreement between the City of Georgetown and ElectSolve to provide operations services for the City's Automatic Meter Reading System in the amount of $61,200.00. — Kenneth Arnold, Energy Services Director, Jim Briggs, ACM for Utility Operations The Professional Services Agreement originally enacted in December of 2006 allowed for renewals for up to 4 terms. This will be the third renewal of the agreement. ElectSolve has been satisfactorily performing these services for the City since 2002. GUS BOARD RECOMMENDATION: This item was unanimously recommended by the GUS Board for Council approval at the November 16, 2009, GUS Board meeting. STAFF RECOMMENDATIONS: Staff recommends approval of the Professional Services Agreement with ElectSolve to continue to provide operations services for the AMR system. FINANCIAL IMPACT: Funds for this additional expenditure are available in the Electric/AhIR Operations Budget. Fund Actual Budget Budget Balance Available 610-5-0524-51-314 Special Services 61,200.00 150,000.00 149,490.00 COMMENTS: None ATTACHMENTS: Letter from ElectSolve requesting the renewal of the Professional Services Agreement. Submitted By: Ken Arnold, Energy Services Director �71W� Jim Briggs, ACM for Utility Operations I�J.W416-4.0 J � lec nolo e�y Solu{ ene rn1 Sewlae s, inc. P.O. Box 661 Shreveport, La. 71162 Walter. 11/9/09 The Georgetown AMR Support Agreement is nearing completion for the calendar year of 2009. ElectSolve Technology Solutions and Services, Inc. wishes to renew this agreement with the City of Georgetown for the calendar year 2010 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 2010 monthly support and system enhancement fees will be $5100.00 per month. During 2010 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. During 2010, 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 investments 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. ELECTS VE, In , Mark Ponder Chief Technologist/ Managing Director ElectSolve Technology Solutions and Services, inc. mponder@electsolve.com 318-347-4305 Cell 877-221-2055 318-670-1355 Fax � _t 3 I YEAR EXTENSION TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND ELECTSOLVE TECHNOLOGY SOLUTIONS AND SERVICES, INC. FOR THE ELECTRIC SYSTEM RIGHT-OF-WAY CLEARING PROJECT The Agreement between The City of Georgetown and ElectSolve Technology Solutions and Services, Inc. authorized on January 9, 2007, ("Agreement') is hereby extended as follows: The parties agree that the Agreement, authorized on January 9, 2007 for a one (1) year period with an option to extend for a maximum of four (4) additional one year periods is extended for one (1) additional year, P of 4 renewals. The scope and cost of the anticipated services are to remain the same. All other terms of the Agreement shall remain in full force and effect. EXECUTED in duplicate original this day of 2009, at Georgetown. Texas, where this contract is performable and enforceable. Approved as to form: Party of the First Part: CITY OF GEORGETOWN, TEXAS Mark Sokolow City Attorney George G. Garver Mayor Attest: Jessica Hamilton City Secretary Party of the Second Part: ELECTSOLVE TECHNOLOGY SOLUTIONS AND SERVICES, INC. By: Mark Ponder, Managing Director STATE OF TEXAS COUNTY OF This instrument was acknowledged before me on this the day of . 2009. Notary Public Printed Name: Commission Expires: Council Meeting Date: December 8, 2009 Item No. AGENDA ITEM COVER SHEET SUBJEc r: Forwarded from the GUS Board: Consideration and possible action to authorize the approval of the annual license renewal and system support of software and hardware repair for the AMR Genesis and MVRS system between the City of Georgetown and Itron Incorporated in the amount of $52,480.71. - Kenneth Arnold, Energy Services Director, Jim Briggs, ACM for Utility Operations 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 2010. Itron has been providing this support since December of 2001. GUS BOARD RECOMMENDATION: This item was unanimously recommended by the GUS Board for Council approval at the November 16, 2009, GUS Board meeting. SPECIAL CONSIDERATIONS: This is a proprietary software application and maintenance agreement and does not require competitive bid. FINANCIAL IMPACT: Funds for this additional expenditure are available in the Electric,/AMR Operations Budget. Fund Actual Budget Budget Balance Available 610-5-0524-51-314 Special Services 52,480.71 150,000.00 149,490.00 COMMENTS: None ATTACHMENTS: Itron Summary Billing Report Submitted By: P Ken Arnold, Jim Briggs, s Energy Services Director ACM for Utility Operations /fpvn Date: 9/2/2009 Page 1 of 5 Contract Short Description Start Date End Date Amount Currency Number December 31, 2010 44 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 SC00001290 City of Georgetown, Texas - FN Software & January 1, 2010 December 31, 2010 $41,199.53 USD Product Hardware 2010/12/31 1 EA $63.18 Line Number Service Start Date End Date 1 SVC -CCU January 1, 2010 December 31, 2010 Line Number Covered Line Level Start Date End Date Quantity UOM Amount 44 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 45 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 46 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 47 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 48 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 49 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 50 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 51 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 52 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 53 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 54 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 55 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 56 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 57 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 58 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 59 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 60 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 61 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 62 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 63 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 64 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 65 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 66 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 67 CCU ASSY 120V, W/BACKUP BATT. I Product 2010/01/01 2010/12/31 1 1 1 EA $63.18 Private and Confidential /fe6" Date: 9/2/2009 Page 2 of 5 68 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 69 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 70 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 71 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 72 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 73 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 74 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 75 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 76 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 77 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 78 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 79 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 80 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 81 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 82 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 83 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 84 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 85 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 86 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 87 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 88 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 89 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 90 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 91 CCU ASSY 120V, W/BACKUP BATT,COST REDUCTION Product 2010/01/01 2010/12/31 1 EA $63.18 92 CCU ASSY 120V, W/BACKUP BATT,COST REDUCTION Product 2010/01/01 2010/12/31 1 EA $63.18 93 CCU ASSY 120V, W/BACKUP BATT,COST REDUCTION Product 2010/01/01 2010/12/31 1 EA $63.18 94 CCU ASSY 120V, W/BACKUP BATT,COST REDUCTION Product 2010/01/01 2010/12/31 1 EA $63.18 95 CCU ASSY 120V, W/BACKUP BATT,COST REDUCTION Product 2010/01/01 2010/12/31 1 EA $63.18 96 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 97 OBS,CCU,120V W/ BACK UP BATT I Product 2010/01/01 2010/12/31 1 1 EA $63.18 Private and Confidential ff,r6" Date: 9/2/2009 Page 3 of 5 98 OBS,CCU,I2UV W! BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 99 OBS,CCU,120V W/ BACKUP BATT Product 2010/01/01 2010112/31 1 EA $63.18 100 1 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 101 OBS,CCU 120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 102 OBS,CCU 120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 103 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 104 OBS,CCU,120V W/ BACKUP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 105 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 106 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 107 OBS,CCU,120V W/ BACK UP BATT Product 2010/01101 2010/12/31 1 EA $63.18 108 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 109 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 110 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 111 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 112 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 113 OBS,CCU,120V W/ BACK UP BATT Product 2010/01/01 2010/12/31 1 EA $63.18 114 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 115 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 116 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 117 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 118 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 119 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 120 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 121 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 12 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 13 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 14 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 1 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 2 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 3 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 4 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 5 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 6 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 7 1 CCU ASSY 120V WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 8 1 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 Private and Confidential /fpvn Date: 9/2/2009 Page 4 of 5 9 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 10 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 11 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 15 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 16 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 17 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 18 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 19 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 20 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 21 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 22 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 23 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 24 CCU ASSY 120V, W/BACKUP BATT, Product 2010/01/01 2010/12/31 1 EA $63.18 25 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 26 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 27 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 28 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 29 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 30 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 31 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 32 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 33 CCU ASSY 120V, WBACKUP BATT, Product 2010/01/01 2010/12/31 1 EA $63.18 34 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 35 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 36 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 37 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 38 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 39 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 40 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 41 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 42 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 43 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 122 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 123 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 124 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 Private and Confidential Mr6n Date: 9/2/2009 Page 5 of 5 126 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $63.18 127 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 128 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 129 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 130 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 131 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 132 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 133 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 134 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 135 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 136 CCU ASSY 120V W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 137 CCU ASSY 120V W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 138 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 139 CCU ASSY 120V, W/BACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 140 CCU ASSY 120V, WBACKUP BATT. Product 2010/01/01 2010/12/31 1 EA $0.00 125 OBS,CCU,120V W/ BACK UP BATT Item 2010/01/01 2010/12/31 416 EA $26,282.88 $34,180.38 Line Number Service Start Date End Date 2 1 SVC -GENESIS I January 1, 2010 1 December 31, 2010 Line Covered Line Level Start Date End Date Quantity UOM Amount Number 1 OBS,GUTAV2.0.7.0004GENISIS Product 2010/01/01 2010/12/31 1 EA $7,019.15 $7,019.15 Private and Confidential /fe6" Date: 9/9/2009 Page 1 of 2 Contract Number Short Description Start Date End Date Amount Currency SC00001281 I City of Georgetown, Texas - MVRS I January 1 2010 December 31, 2010 1 $11,281.18 1 USD Line Number Service Start Date End Date 2 1 SVC -MVA January 1, 2010 1 December 31, 2010 Line Covered Line Level Start Date End Date Quantity UOM Amount Number EA 11$4,245.09 $4,245.09 1 MOBILE SYS SFTW ACT FEE MVRS Product 2010/01/01 2010/12/31 1 EA $2,668.40 11 KIT $2,668.40 Line Number Service Start Date End Date 3 1 SVC-MVRS A I January 1, 2010 1 December 31, 2010 Line Covered Line Level Start Date End Date Number Quantity UOM Amount 1 OBS MVRS,V5.02 POLLING Product 2010/01/01 2010/12/31 1 EA $2,531.95 4 $2,531.95 Line Number Service Start Date End Date 4 1 SVC-MCRF I January 1, 2010 December 31, 2010 Line Number Covered Line Level Start Date End Date Quantity UOM Amount 3 MOBILE COLLECTOR RF UNIT Product 2010/01/01 2010/12/31 1 1 EA 11$4,245.09 $4,245.09 Line Number Service Start Date End Date 6 1 SVC-FC2SR I January 1, 2010 December 31 2010 Private and Confidential /frogs Date, 9/9/2009 Page 2 of 2 Line Covered Line Level Start Date End Date Quantity UOM Amount Number 1 FC2,SUPER RAPTOR,256MB,W/0 Product 2010/01/01 2010/12/31 1 EA $458.94 BLUETOOTH,UPGRADE 2 FC2,SUPER RAPTOR,256MB,W/0 Product 2010/01/01 2010/12/31 1 EA $458.94 BLUETOOTH,UPGRADE 3 FC2,SUPER RAPTOR,256MB,W/0 Product 2010/01/01 2010/12/31 1 EA $458.89 BLUETOOTH,UPGRADE 4 FC2,SUPER RAPTOR,256MB,W/0 Product 2010/01/01 2010/12/31 1 EA $458.97 BLUETOOTH,UPGRADE $1,835.74 Private and Confidential Council Meeting Date: December 8, 2009 Item No. L AGENDA ITEM COVER SHEET SUBJEC : Forwarded from the GUS Board: Consideration and possible action to approve Task Order MEI -10-001 with McCord Engineering, Inc of College Station, Texas, for professional services related to Capital Improvement Planning (CIP) and Electric Master Plan updating for an amount not to exceed $ 85,000.00. — Thomas R. Benz, P. E., Systems Engineering Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY: The City has contracted with McCord Engineering, Inc. for professional services related to developing the five-year electric CIP plan and incorporating it into the electric Master Plan. The Electric Master Plan is updated annually as operational and developmental changes occur in the Electric service territory. In general, the scope of work for this task order is as follows: ➢ Review load projections based on changes to operational and developmental changes. ➢ Review the existing five-year electric CIP plan and incorporate any adjustments from operational and developmental changes into the existing plan. ➢ Extend the existing five-year electric CEP plan by one-year and remove the previous year projections. ➢ Identify any updates needed for the CIP projects for fiscal years 2010/2011 and 2011/2012 such as cost and scopes and perform a general review and update to projects through fiscal year 2014/2015. ➢ Identify infrastructure contingencies and costing projections associated with new changes in electric demand and energy growth and incorporate into the existing Master Plan. The amount of this Task Order has been estimated based on costs for fiscal year 2008/2009 of approximately $115,000.00 and the expected labor charges for the level of effort in 2009/2010, is $85,000. GUS BOARD RECOMMENDATION: This item was unanimously recommended by the GUS Board for Council approval at the November 16, 2009, GUS Board meeting. STAFF RECOMMENDATIONS: Recommend approval for Task Order MEI -10-001 in the amount not to exceed $ 85,000.00. FINANCIAL IMPACT: See attached CIP Budgetary & Financial Analysis Sheet. ATTACHMENTS: CIP Budgetary & Financial Analysis Sheet Task Order MEI -10-001. Submitted By: Thomas R. Benz, P. E� Jim Briggs, Systems Engineering Director ACM for Utility Opertions PROJECT NAME: Division/Department: Prepared By: CIP- Budgetary and Financial Analysis Worksheet DATE: FIVE YEAR CIP & MASTER PLAN CHGS 40S 11/10/2009 GUS/ELECTRIC Director Approval Steve Glenn, P.E. Finance Approval La'Ke 11/10/09 TOTAL ANNUAL BUDGET 360,000.00 (Current year only) Actual Cost Agenda Total Spent % Total Encumbrance Item & Encumbered %Annual Consulting (A) before agenda item B A + B Budget Right of Way 0.00 0.00 0 Consulting 0.00 85,000.00 85,000.00 24% Right of Way 0.00 0.00 0% Construction 0.00 85,000.00 0.00 0% Other Costs 0.00 0% Total Current Year Costs 0.00 85,000.00 Approved UCIVCKAL LCUUCK A%,%,UUN I NUMCtK 610-9-0580-90-022 Total Budget 1 360,000.00 TOTAL PROJECT BUDGET 360,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 85,000.00 85,000.00 24% Right of Way 0.00 0.00 0 Construction 0.00 0.00 0 Other Costs 0.00 0.00 0 Total Project Costs 0.00 85,000.00 85,000.00 Comments Project Name: Five (5) Year CIP Plan and Master Plan Update Engineering Firm Name: McCord Engineering, Inc. Task Order No. MEI -10-001 Date: 10/12/09 City's Designated Representative - Steve Glenn City of Georgetown P.O. Box 409 Georgetown, Texas 78627 General Description of Services or Project: This task order is for professional services related to Capital Improvement Planning (CII') and electric Master Plan This task order is for developing the five-year CII' plan and incorporating these changes into the electric Master Plan. These changes are a result of operational and development effects within the electric service area. City Provided Information or Work: The City shall provide the following services or perform the following work (describe): City of Georgetown Project No: 40S General Ledger Account Number. 610-9-0.580-90-022 The City will provide to the Professional all information concerning budget constraints found in the next five year period of study. Additionally, the City will inform the Professional of any project the City feels must be accelerated in time and request the Professional to verify the City's concern. All maps which the Professional may need will be provided by the City. Any documents or information related to the Work/Services provided by the City to the Professional, mdudm& without limitation, engmeerurg studies, maps, reports, filed data, notes, plans, diagrams, sketches, or maps (the "Information") is and shall remain the property of the City, and Professional shall have no ownership or other interest in same. The Professional shall deliver to the City a written itemized receipt for the Information, and shall be responsible for its safe keeping and shall return it to the City, upon request, in as good condition as when received, normal wear and tear excepted. Scope of Work: McCord Engineering, Inc. will be responsible for professional services related to developing the five-year electric CII' plan and incorporating it into the electric Master Plan. The Electric Master Plan is updated annually as operational and developmental Master Services Agreement — Task Order #MEI -10-001 Version 8.28.2009 Page 1 changes occur in the Electric service territory. In general, the scope of work for this task order is as follows: 1. Review and update previous load projections used in the existing Master Plan and incorporate any operational and developmental changes which have occurred. 2. Review and update any changes to Photo -voltaic generation and subsequent load reduction to the previous load projections used in the existing Master Plan. 3. Provide replacement pages to the existing Master Plan with updated load projections including notes to indicate changes to the original projections. 4. Review and update the existing CII' plan by dropping the previous budget year work and adding budget year 2014/2015. 5. Review and update the existing infrastructure projects in the existing CII' plan and incorporate revised project estimates under categories of Consulting, Right of Way, Construction, Testing, and Other. 5. Identify new infrastructure projects which will address new operational and developmental changes and prepare cost estimates under categories of Consulting, Right of Way, Construction, Testing, and Other. 7. Provide detailed project cost estimates for the first two years of the new CIP plan and general project cost estimates for the last three years of the new CIP plan. 8. Identify yearly phasing across multiple fiscal years, where appropriate, for identified projects in the new CEP plan 9. Identify existing and new infrastructure CIP projects as "must do', "should do' and "can wait" categories. 10. Ensure that all projects identified in a fiscal year as "must do' and maybe "should do' will meet the allotted monies as determined by Finance during the Budget process. 11. Prepare a revised CIP plan document and provide replacement pages for the existing Master Plan identifying those projects where revised costing has occurred. 12. Provide a Power Point presentation of the revised CIP plan and Master Plan updates for Board and Council if required. Statement Regarding Non -Collusion; Prohibited Financial Interests; Prohibited Political Influences: (Per Article 36 in the Master Service Agreement): Professional hereby represents and warrants to City that Professional shall not perforin any work or services for a third party that is potentially or actually related to, connected to, a part of, or integral to the work or services that it has performed is or is performing for the City under this Task Order. Professional shall have the affirmative duty to bring all such conflicts or potential conflicts to the attention of the City, and Professional agrees that the City shall be the sole judge as to whether a conflict or potential conflict of interest with work for private parties or Developer work exists. If in the judgment of the City such a conflict or potential conflict between City work and Developer work exists, then Professional agrees to terminate all work under the affected Task Order(s) immediately and that it shall not be eligible for payment for such services. Master Services Agreement - Task Order #MEI -10-001 Version 828.2009 Page 2 Compensation: (Pick one) ® Time and Materials with Amount Not to Exceed: - Services to be provided at rates shown on Exhibit B in an amount not to exceed $85,000 EIGHTY-FIVE THOUSAND DOLLARS and 0 CENTS. ❑ Lump Sum: Services to be provided at rates shown on Exhibit B in an amount not to exceed $ DOLLARS and ZERO CENTS. APPROVED: CITY OF GEORGETOWN PROFESSIONAL Firm Name: McCord Engineering, Inc. By: By: Y" -J — Name: George G. Garver Name: Rex Woods, P.E. Title: Mayor Title: Overhead Power Line Division Manager Address: P O Box 409 Address: 916 Southwest Pkwy East Georgetown, TX 78627 College Station, TX 77842 Phone: 512.930.3651 Phone: 979.764.8356 Fax: 512.930.3659 Fax: 979.764.9644 E -Mail: ms@georgetowntx.org E -Mail: rwoods@mccordeng.com Date: Date: " 11-17-10? Master Services Agreement — Task Order #MEI -10-001 Version 8.28.2009 Page 3 EXHIBIT "B" FEE SCHEDULE Task Order: MEI -10-001 Salary and Wages (1) Registered Professional Senior Engineers/Division Managers Registered Professional Staff Engineers/Division Managers... Senior Engineering Assistants/Division Managers. ..... $63.00-$175.00 ... $35.00-$70.00 ... $28.00-$70.00 Computer Programmers...................................................................................... $21.00-$49.00 Field Services Representatives........................................................................... $21.00-$49.00 Special Services Superintendent............ Administrative/Assistants/Division Manager $28.00-$63.00 $21.00-$84.00 Clerical................................................................................................................ $14.00-$28.00 CAD Technician/Designer/Draftsmen............................................................... $21.00-$42.00 Technicians/Engr. Assts. /Field Crew Personnel .............................................. $ 11.20-$42.00 Notes: The rates for personnel in this category are subject to change as required for the firm to maintain qualified personnel. The present hourly rates are as shown. 2. Mileage will be reimbursed at a rate per mile not to exceed that which is allowed by federal law. 3 Out of pocket expenses (Meals, Motel, Phone, Printing, Computer Usage, etc.) - at cost. Consulting Staff Level of Effort for MEI Task Order 10-001 Personnel Rate Hours Total Registered Professional Senior Engineers/ Division Managers $87.00 160 $13,92000 Registered Professional Staff Engineers/ Division Managers $55.00 440 $24,200.00 Senior Engineering Assistants/Division Managers $47.00 800 $37,600.00 Computer Programmers $29.00 0 $0.00 Field Services Representatives $28.00 0 $0.00 Special Services Superintendent $51.00 0 $0.00 Administrative/Assistants/Division Manager $35.00 50 $1,750.00 Clerical $22.00 50 $1,100.00 CAD Technician/Designer/Draftsmen $34.00 190 $6,460.00 Tech nicians/Engr. Assts./Field Crew Personnel $21.20 0 $0.00 Total $85,030.00 Council Meeting Date: December 8, 2009 Item No. a AGENDA ITEM COVER SHEET SUBJECT: SECOND READING OF AN ORDINANCE OF THE CITY OF GEORGETOWN, TEXAS, REPEALING THE EXISTING CHAPTER 13.16 OF THE CITY OF GEORGETOWN CODE OF ORDINANCES, AND ADOPTING A NEW CHAPTER 13.16 OF THE CODE OF ORDINANCES RELATING TO THE DROUGHT CONTINGENCY PLAN; ESTABLISHING CRITERIA FOR THE INITIATION AND TERMINATION OF DROUGHT RESPONSE STAGES; ESTABLISHING RESTRICTIONS ON CERTAIN WATER USES; ESTABLISHING PENALTIES FOR THE VIOLATION OF AND PROVISIONS FOR ENFORCEMENT OF THESE RESTRICTIONS; ESTABLISHING PROCEDURES FOR GRANTING VARIANCES; PROVIDING A SEVERABILITY CLAUSE AND ESTABLISHING AN EFFECTIVE DATE.—Glenn Dishong, Water Services Director, Jim Briggs, ACM for Utility Operations ITEM SUMMARY - The Drought Contingency Plan was last updated in 2006. The Texas Administrative Code requires the submittal of an updated plan in May 2009. The completion of the Sun City Conservation Pilot in 2008 and the drought conditions of 2009 have resulted in a revised irrigation schedule, revised triggers, and updated conservation targets for the Drought Contingency Plan. The most significant change in the Plan is the adoption of a three day irrigation schedule to replace the current once per five-day schedule. The attached plan meets all requirements of the Texas Admin Code. BOARD RECOMMENDATION: N/A STAFF RECOMMENDATION: Staff recommends approval of the ordinance. SPECIAL CONSIDERATIONS: None. COMMENTS: None ATTACHMENTS: Proposed O Submitted By: Glenn DishongI Jim Briggs Water Services Dir Assistant City Manager for Utility Operations ORDINANCE NO. AN ORDINANCE OF THE CITY OF GEORGETOWN, TEXAS, REPEALING THE EXISTING CHAPTER 13.16 OF THE CITY OF GEORGETOWN CODE OF ORDINANCES, AND ADOPTING A NEW CHAPTER 13.16 OF THE CODE OF ORDINANCES RELATING TO THE DROUGHT CONTINGENCY PLAN; ESTABLISHING CRITERIA FOR THE INITIATION AND TERMINATION OF DROUGHT RESPONSE STAGES; ESTABLISHING RESTRICTIONS ON CERTAIN WATER USES; ESTABLISHING PENALTIES FOR THE VIOLATION OF AND PROVISIONS FOR ENFORCEMENT OF THESE RESTRICTIONS; ESTABLISHING PROCEDURES FOR GRANTING VARIANCES; PROVIDING A SEVERABILITY CLAUSE AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, the City of Georgetown, Texas recognizes that the amount of water available to the City and its water utility customers is limited and subject to depletion during periods of extended drought; and WHEREAS, section 11.1272 of the Texas Water Code and Chapter 288 of the Texas Administrative Code require all Texas public water supply systems providing service to 3,300 or more connections to prepare a drought contingency plan; and WHEREAS, the City Council has determined that the existing Plan in Chapter 13.16 of the City of Georgetown Code of Ordinances needs to be updated and revised; and WHEREAS, the caption of this ordinance was printed in the Williamson County Sun on May 13,200% in compliance with the City Charter of the City of Georgetown; and NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS, THAT: SECTION 1. The facts and recitations contained in the preamble of this ordinance are hereby found and declared to be true and correct, and are incorporated by reference herein and expressly made a part hereof, as if copied verbatim. The City Council hereby finds that this ordinance complies with the Vision Statement 4.0(G) of the City of Georgetown 2030 Comprehensive Plan relating to the conservation of water resources. SECTION 2. The existing Chapter 13.16 of the Code of Ordinances of the City of Georgetown is hereby repealed in its entirety. SECTION 3. That there is hereby adopted a new Chapter 13.16 "Drought Contingency rmmatted.. underline Plan of the City of Georgetown," of the City Code of the City of Georgetown, Texas, which new Chapter 13.16 is attached hereto as Exhibit A," and which exhibit is incorporated herein by reference as if set forth in full. rteteted: e Ordinance No. Page I of 1,(,_ SECTION 4. That all ordinances that are in conflict with the provisions of this ordinance be, and the same are hereby, repealed and all other ordinances of the City not in conflict with the provisions of this ordinance shall remain in full force and effect. SECTION 5. If any provision of this ordinance or application thereof to any person or circumstance, shall be held invalid, such invalidity shall not affect the other provisions, or application thereof, of this ordinance which can be given effect without the invalid provision or application, and to this end the provisions of this ordinance are hereby declared to be severable. SECTION 6. The Mayor is hereby authorized to sign this ordinance and the City Secretary to attest. This ordinance shall become effective and be in full force and effect ten (10) days after publication in accordance with the provisions of the Charter of the City of Georgetown. PASSED AND APPROVED on First Reading on the day of 2009. PASSED AND APPROVED on Second Reading on the _ day of 2009. ATTEST: By: Jessica Hamilton, City Secretary City Attorney THE CITY OF GEORGETOWN George Garver, Mayor oaiead: e Ordinance No. Page 2 of j' • --.-.. FermNLla Chapter 13.16 DROUGHT CONTINGENCY PLAN FOR THE CITY OF GEORGETOWN 13.16.010 Purpose The purpose of the Drought Contingency Plan ("Plan") is to conserve and protect the available water supply for domestic water use, sanitation, and fire protection, and to minimize the impact of water shortages during emergency conditions. 13.16.020 Public Education The City will provide the public with information about the Plan, including information about the conditions under which each stage of the Plan is initiated, the drought response measures to be implemented, and the conditions necessary for termination. The information will be provided through press release. direct mailinep utility bill inserts, and the City's . Detatea: and website. Delated: I., 13.16.030 Coordination The service area of the City of Georgetown is located within the Brazos Region (G) and the City of Georgetown has provided a copy of this Plan to the Brazos River Authority. 13.16.040 Authorization The City Manager, or his/her designee, is hereby authorized and directed to implement the applicable provisions of the Plan upon his/her determination that such implementation is necessary to protect the public health, safety, and welfare. 13.16.050 Application The provisions of this Plan shall apply to all persons, customers, and property utilizing water provided by the City, except those wholesale water utility customers where a similar Plan exists for their retail customers. 13.16.060 Definitions A. ACM - Assistant City Manager for Utility Operations for the City of Georgetown, or the person otherwise authorized by the City Manager to have the duties and responsibilities under this Chapter. B. Conservation - those practices and techniques that reduce the consumption of water through increased efficiency, reduced losses, or reuse which results in conservation of the water supply for future use. oelseed: a Ordinance No. Page 3 of 10 C. Customer — any person, company, organization or entity that uses water supplied by the City, except customers that obtain water under a wholesale agreement and that have a Drought Contingency Plan for their customers. D. Notice — notification by press release or utility bill insert for the implementation of specific phases of this Plan by the City Manager through the news media (local newspaper and radio station) and the City's official bulletin board and web site. E. Industrial Water Use — water used in a manufacturing process. F. Landscape Irrigation Use --potable water and all untreated water diverted from wells connected to the City's water treatment plants intended for potable water use, excluding reclaimed water from wastewater treatment plant effluent, used for the irrigation and maintenance of landscaped areas, including residential and commercial lawns, gardens, golf courses, parks, rights-of-way, and medians. G. New Landscape — vegetation installed at the time of new building construction, governmental capital improvement project, or which alters more than half the area of an existing landscape. H. Non -Essential Water Use — water uses that are not required for the protection of the public health, safety, and welfare, including, but not limited to: 1) Use of water to wash any motor vehicle, motorbike, boat, trailer, or airplane, or other vehicle. 2) Use of water to wash sidewalks, walkways, driveways, parking lots, or other hard -surfaced areas. 3) Flushing of gutters or permitting potable water to run or accumulate in any gutter, street, or drainage culvert. 4) Use of water to add to an indoor or outdoor swimming pool or hot - tub. 5) Use of water in a fountain or pond except where necessary to support aquatic life. 6) Use of water from fire hydrants for other than fire fighting and permitted use in conjunction with a hydrant meter. Water Waste — water use that serves no purpose including: 1) Failure to repair a leak within a reasonable period after having been given Notice to repair such leak. 2) Operating an irrigation system that results in water runoff or accumulation in a street or parking lot. 13.16.070 Phase 1- Water Management Ordinance No. Page 4of1,(,__ eeteted: e A. Conditions for Implementation May 1 through September 30 of each year. B. Demand Target Maintain peak demand within production capacity with peak demand of less than or equal to 2.0 times the annual average daily usage.. C. Customer and City Actions 1) Mandatory City Actions (a) Increase efforts to inform the public on water conservation strategies. (b) Increase detection and repair of water leaks in the distribution system. (c) No fire hydrant water use, except for fire protection, hydrant testing, hydrant maintenance, and uses in conjunction with a hydrant meter. (2) Mandatory Customer Actions (a) Restrict Landscape irrigation Use to the use of automatic irrigation systems or hose -end sprinklers during the evening (7PM to midnight) and morning hours (midnight to 10AM) in accordance with an irrigation schedule that provides for no landscape irrigation on Monday with landscape irrigation permitted no more than three days per week with the day of week and irrigation start time specified based upon customer address. . (b) Landscape Irrigate Use is allowed anytime if it meets one or more of following criteria: (f) watering occurs by means of a hand-held hose or drip irrigation; or (ii) watering occurs within the first fourteen (14) days after installation of new landscaping; or (iii) watering occurs at a commercial plant nursery; or (iv) watering occurs during testing of new irrigation system installation or existing irrigation system repair 13.16.080 Phase lI -Water Conservation oaeead: a Ordinance No. Page 5 of 11( • , • •n•', •I. The water level in the City's No.1 well drops to, or stabilizes below 50 feet above the pump suction for a period of more than five (5) consecutive days. AND/OR Lake Georgetown level drops to 765 feet (above mean sea level), and no rainfall or other inflow predicted, and the Williamson County Raw Water Line is unavailable or is not capable of restoring Lake Georgetown Level to greater than 765 feet within the next thirty (30) days. AND/OR An event occurs where water demand exceeds the supply and moderate conservation measures will maintain the ability to provide the proper level of service as determined by the Assistant City Manager for Utility Operations "ACM", or designee. B. Demand Reduction Tar Peak demand of 1.6 times the annual average daily usage (20% reduction). C. Customer and City Actions 1) Continue implementation of Phase I. actions 1) and 2). 2) Suspend the use of potable water for the following City municipal operations: • Vehicle washing • Street cleaning • Park irrigation 3) Prohibit all Non -Essential Water Use except: • the washing of vehicles and boats is restricted to the days specified for landscape irrigation using a positive shut-off nozzle. • the washing of vehicles or boats at a commercial car wash or service station is not restricted. • the addition of water to swimming pools, hot tubs, or similar items is restricted to the days specified for Landscape Irrigation Use. 4) Prohibit all Water Waste. 5) Restrict Landscape Irrigation Use to the use of automatic irrigation systems or hose -end sprinklers during the evening (7PM to midnight) and morning hours (midnight to LOAM) in accordance with an irrigation schedule that provides for no landscape irrigation on Monday with landscape irrigation permitted no more Ordinance No. Page 6 of II( ................ ....... ....._ oetecea: e than two days per week with the day of week and irrigation start time specified based upon customer address. . 6) Landscape Irrigation Use is permitted at anytime if it is used: • by means of a hand-held hose or drip irrigation. • within the first fourteen (14) days after New Landscape installation. • at a commercial Plant nursery. • during the testing of new irrigation system installation or existing irrigation system repair. 13.16.090 Phase III — Water Restrictions A. Conditions for Implementation The water level in the City's No. I well drops to, or stabilizes below 40 feet above the pump suction for a period of more than five (5) consecutive days. AND/OR Lake Georgetown level drops to 760 feet (above mean sea level), and no rainfall or other inflow predicted, and the Williamson County Raw Water Line is unavailable or is not capable of restoring Lake Georgetown Level to greater than 760 feet within the next thirty (30) days. AND/OR An event occurs where water demand exceeds the supply and aggressive conservation measures will maintain the ability to provide the proper level of service as determined by the ACM, or his/her designee. B. Demand Reduction Tareet Peak demand of 1.3 times the annual average daily usage (35% reduction) C. Customer and City Actions 1) Continue the implementation of Phase 1. actions 1) and 2). 2) Prohibit all Non -Essential Water Use. 3) Prohibit all Water Waste. 4) Restrict ALL Landscape Irrigation Use to the evening (7PM to midnight) and morning hours (midnight to 10AM) in accordance with an irrigation schedule that provides for no landscape irrigation on Monday with landscape irrigation permitted no more than one day per week with the day of week and irrigation start time specified based upon customer address Ordinance No. Page 7 of 1A oetet•d: s 13.16.100 Phase IV — Water Emergency A. Conditions for Implementation An event occurs where water demand exceeds the supply and severe conservation measures are required to maintain the ability to provide the proper level of service as determined by the ACM, or designee. B. Demand Reduction Target Peak demand equal to the annual average daily usage (50% reduction). C. Customer and City Actions 1) Continue the implementation of Phase I. actions 1) and 2). 2) Prohibit all Non -Essential Water Use. 3) Prohibit Irrigation Water Use. 4) Prohibit all Water Waste. 5) Prohibit or limit as deemed necessary all Industrial Water Use. 6) The City shall arrange for the emergency purchase of water from utilities for which there exists proper agreements for such purchase. 13.16.110 Enforcement A. No person shall knowingly or intentionally allow the use of water from the City for residential, commercial, industrial, agricultural, governmental, or any other purpose in a manner contrary to any provision of this Plan. B. Any oerson who violates this Plan shall first be provided a warning in writing. The warning shall state the specific offense and provide a City contact for assistance with efforts to remediate the violation. C Any person who violates this Plan for the second and subsequent times in-------- f Fom steed: Botts and Numbering a calendar year is guilty of a misdemeanor and, upon conviction shall be . Delated: s Ordinance No. Page 8 of 10 punished by a fine of up to $2,000 dollars for each day the violation continues, with each day constituting a separate and distinct offense. D. f a person is convicted of three or more violations of this Planjp p calendar year. the City Manager, or designee shall, upon due Notice to -'t Fonnatted; Wlecs and Numhenrg the customer, be authorized to discontinue water service to the premises where such violations occur. Services discontinued under such circumstances shall be restored only upon payment of a re -connection charge. In addition, suitable assurance must be given to the City Manager, or his/her designee, that the same action shall not be repeated while the Plan is in effect. R.—Any City Code Enforcement Officer or Police Officer, may issue a ------ Fon wtted: Bullets and Numbering wamfn¢ or citation to a person that is reasonably believed to be in violation of this Plan. The warnfne or citation shall contain the name and address of the alleged violator, if known, the offense charged, and if a citation shall direct him/her to appear in the municipal court on the date shown on the citation. The alleged violator shall be served a copy of the warnin¢ or citation, with service complete upon delivery of the citation to the alleged violator, and agent or employee, or to a person over 14 years of age who is a family member or resident of the violator's residence. E.—Any Citizen or City employee may initiate a complaint through the ---- Formatted: Bullets and Numbering Municipal Court concerning violations of this Plan. The complaint shall contain the name and address of the alleged violator, if known, the complaint, and shall submit the complaint to Georgetown Utility Systems Court for 13.16.120 Variances A. A customer may file an application for a variance from this Plan for the property receiving water service with the ACM. The ACM may determine the proper information and require that the applicant provide such information to evaluate the variance request. EN C. Ordinance No. Page 9 of 1,l The ACM may issue written orders varying one or more actions required under a Phase of the Plan if necessary to target particular customers, water systems, or areas. The ACM may grant a variance from the Plan upon his/her determination that special circumstances exist that upon strict enforcement of the Plan will adversely affect the health, sanitation, or fire protection for the public or the applicant. oatamd: e D. Variances granted under this section will expire upon escalation of the Plan to the next higher phase or termination of the Plan. 13.16.130 Termination The City Manager, or his/her designee, is hereby authorized and directed to terminate the applicable provisions of the Plan upon his/her determination that the applicable provisions are no longer necessary to protect the public health, safety, and welfare. ` ---------------------------- - -. ................... ........--- Deleted: 'I Daleeed: e Ordinance No. Page 10 of 11 ----- ._...... --- ORDINANCE NO. AN ORDINANCE OF THE CITY OF GEORGETOWN, TEXAS, REPEALING THE EXISTING CHAPTER 13.16 OF THE CITY OF GEORGETOWN CODE OF ORDINANCES, AND ADOPTING A NEW CHAPTER 13.16 OF THE CODE OF ORDINANCES RELATING TO THE DROUGHT CONTINGENCY PLAN; ESTABLISHING CRITERIA FOR THE INITIATION AND TERMINATION OF DROUGHT RESPONSE STAGES, ESTABLISHING RESTRICTIONS ON CERTAIN WATER USES; ESTABLISHING PENALTIES FOR THE VIOLATION OF AND PROVISIONS FOR ENFORCEMENT OF THESE RESTRICTIONS; ESTABLISHING PROCEDURES FOR GRANTING VARIANCES; PROVIDING A SEVERABILITY CLAUSE AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, the City of Georgetown, Texas recognizes that the amount of water available to the City and its water utility customers is limited and subject to depletion during periods of extended drought; and WHEREAS, section 11.1272 of the Texas Water Code and Chapter 288 of the Texas Administrative Code require all Texas public water supply systems providing service to 3,300 or more connections to prepare a drought contingency plan; and WHEREAS, the City Council has determined that the existing Plan in Chapter 13.16 of the City of Georgetown Code of Ordinances needs to be updated and revised; and WHEREAS, the caption of this ordinance was printed in the Williamson County Sun on May 13, 2009, in compliance with the City Charter of the City of Georgetown; and NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS, THAT: SECTION 1. The facts and recitations contained in the preamble of this ordinance are hereby found and declared to be true and correct, and are incorporated by reference herein and expressly made a part hereof, as if copied verbatim. The City Council hereby finds that this ordinance complies with the Vision Statement 4.0(G) of the City of Georgetown 2030 Comprehensive Plan relating to the conservation of water resources. SECTION 2. The existing Chapter 13.16 of the Code of Ordinances of the City of Georgetown is hereby repealed in its entirety. SECTION 3. That there is hereby adopted a new Chapter 13.16 "Drought Contingency Plan of the City of Georgetown," of the City Code of the City of Georgetown, Texas, which new Chapter 13.16 is attached hereto as Exhibit "A," and which exhibit is incorporated herein by reference as if set forth in full. Ordinance No. Page 1 of 10 SECTION 4. That all ordinances that are in conflict with the provisions of this ordinance be, and the same are hereby, repealed and all other ordinances of the City not in conflict with the provisions of this ordinance shall remain in full force and effect. SECTION 5. If any provision of this ordinance or application thereof to any person or circumstance, shall be held invalid, such invalidity shall not affect the other provisions, or application thereof, of this ordinance which can be given effect without the invalid provision or application, and to this end the provisions of this ordinance are hereby declared to be severable. SECTION 6. The Mayor is hereby authorized to sign this ordinance and the City Secretary to attest. This ordinance shall become effective and be in full force and effect ten (10) days after publication in accordance with the provisions of the Charter of the City of Georgetown. PASSED AND APPROVED on First Reading on the _ day of 2009. PASSED AND APPROVED on Second Reading on the _ day of . 2009. ATTEST: Un Jessica Hamilton, City Secretary APPROVED AS TO FORM: City Attorney Ordinance No. Page 2 of 10 THE CITY OF GEORGETOWN George Garver, Mayor C. Customer — any person, company, organization or entity that uses water supplied by the City, except customers that obtain water under a wholesale agreement and that have a Drought Contingency Plan for their customers. D. Notice — notification by press release or utility bill insert for the implementation of specific phases of this Plan by the City Manager through the news media (local newspaper and radio station) and the City's official bulletin board and web site. E. Industrial Water Use — water used in a manufacturing process. F. Landscape Irrigation Use — potable water and all untreated water diverted from wells connected to the City's water treatment plants intended for potable water use, excluding reclaimed water from wastewater treatment plant effluent, used for the irrigation and maintenance of landscaped areas, including residential and commercial lawns, gardens, golf courses, parks, rights-of-way, and medians. G. New Landscape — vegetation installed at the time of new building construction, governmental capital improvement project, or which alters more than half the area of an existing landscape. H. Non -Essential Water Use — water uses that are not required for the protection of the public health, safety, and welfare, including, but not limited to: 1) Use of water to wash any motor vehicle, motorbike, boat, trailer, or airplane, or other vehicle. 2) Use of water to wash sidewalks, walkways, driveways, parking lots, or other hard -surfaced areas. 3) Flushing of gutters or permitting potable water to run or accumulate in any gutter, street, or drainage culvert. 4) Use of water to add to an indoor or outdoor swimming pool or hot - tub. 5) Use of water in a fountain or pond except where necessary to support aquatic life. 6) Use of water from fire hydrants for other than fire fighting and permitted use in conjunction with a hydrant meter. Water Waste — water use that serves no purpose including: 1) Failure to repair a leak within a reasonable period after having been given Notice to repair such leak. 2) Operating an irrigation system that results in water runoff or accumulation in a street or parking lot. 13.16.070 Phase 1- Water Management Ordinance No. Page 4 of 10 Chapter 13.16 DROUGHT CONTINGENCY PLAN FOR THE CITY OF GEORGETOWN 13.16.010 Purpose The purpose of the Drought Contingency Plan ("Plan") is to conserve and protect the available water supply for domestic water use, sanitation, and fire protection, and to minimize the impact of water shortages during emergency conditions. 13.16.020 Public Education The City will provide the public with information about the Plan, including information about the conditions under which each stage of the Plan is initiated, the drought response measures to be implemented, and the conditions necessary for termination. The information will be provided through press release, direct mailings, utility bill inserts, and the City's website. 13.16.030 Coordination The service area of the City of Georgetown is located within the Brazos Region (G) and the City of Georgetown has provided a copy of this Plan to the Brazos River Authority. 13.16.040 Authorization The City Manager, or his/her designee, is hereby authorized and directed to implement the applicable provisions of the Plan upon his/her determination that such implementation is necessary to protect the public health, safety, and welfare. 13.16.050 Application The provisions of this Plan shall apply to all persons, customers, and property utilizing water provided by the City, except those wholesale water utility customers where a similar Plan exists for their retail customers. 13.16.060 Definitions A. ACM — Assistant City Manager for Utility Operations for the City of Georgetown, or the person otherwise authorized by the City Manager to have the duties and responsibilities under this Chapter. B. Conservation — those practices and techniques that reduce the consumption of water through increased efficiency, reduced losses, or reuse which results in conservation of the water supply for future use. Ordinance No. Page 3 of 10 A. Conditions for Implementation May 1 through September 30 of each year. B. Demand Target Maintain peak demand within production capacity with peak demand of less than or equal to 2.0 times the annual average daily usage.. C. Customer and City Actions 1) Mandatory City Actions (a) Increase efforts to inform the public on water conservation strategies. (b) Increase detection and repair of water leaks in the distribution system. (c ) No fire hydrant water use, except for fire protection, hydrant testing, hydrant maintenance, and uses in conjunction with a hydrant meter. (2) Mandatory Customer Actions (a) Restrict Landscape Irrigation Use to the use of automatic irrigation systems or hose -end sprinklers during the evening (7PM to midnight) and morning hours (midnight to LOAM) in accordance with an irrigation schedule that provides for no landscape irrigation on Monday with landscape irrigation permitted no more than three days per week with the day of week and irrigation start time specified based upon customer address.. (b) Landscape Irrigate Use is allowed anytime if it meets one or more of following criteria: (i) watering occurs by means of a hand-held hose or drip irrigation; or (ii) watering occurs within the first fourteen (14) days after installation of new landscaping; or (iii) watering occurs at a commercial plant nursery; or (iv) watering occurs during testing of new irrigation system installation or existing irrigation system repair 13.16.080 Phase II -Water Conservation Ordinance No. Page 5 of 10 A. Conditions for Implementation The water level in the City's No. 1 well drops to, or stabilizes below 50 feet above the pump suction for a period of more than five (5) consecutive days. AND/OR Lake Georgetown level drops to 765 feet (above mean sea level), and no rainfall or other inflow predicted, and the Williamson County Raw Water Line is unavailable or is not capable of restoring Lake Georgetown Level to greater than 765 feet within the next thirty (30) days. AND/OR An event occurs where water demand exceeds the supply and moderate conservation measures will maintain the ability to provide the proper level of service as determined by the Assistant City Manager for Utility Operations "ACM", or designee. B. Demand Reduction Target Peak demand of 1.6 times the annual average daily usage (20% reduction). C. Customer and City Actions 1) Continue implementation of Phase I. actions 1) and 2). 2) Suspend the use of potable water for the following City municipal operations: • Vehicle washing • Street cleaning • Park irrigation 3) Prohibit all Non -Essential Water Use except: • the washing of vehicles and boats is restricted to the days specified for landscape irrigation using a positive shut-off nozzle. • the washing of vehicles or boats at a commercial car wash or service station is not restricted. • the addition of water to swimming pools, hot tubs, or similar items is restricted to the days specified for Landscape Irrigation Use. 4) Prohibit all Water Waste. 5) Restrict Landscape Irrigation Use to the use of automatic irrigation systems or hose -end sprinklers during the evening (7PM to midnight) and morning hours (midnight to LOAM) in accordance with an irrigation schedule that provides for no landscape irrigation on Monday with landscape irrigation permitted no more Ordinance No. Page 6 of 10 than two days per week with the day of week and irrigation start time specified based upon customer address.. 6) Landscape Irrigation Use is permitted at anytime if it is used: • by means of a hand-held hose or drip irrigation. • within the first fourteen (14) days after New Landscape installation. • at a commercial Plant nursery. • during the testing of new irrigation system installation or existing irrigation system repair. 13.16.090 Phase III — Water Restrictions A. Conditions for ImRllementation The water level in the City's No.1 well drops to, or stabilizes below 40 feet above the pump suction for a period of more than five (5) consecutive days. AND/OR Lake Georgetown level drops to 760 feet (above mean sea level), and no rainfall or other inflow predicted, and the Williamson County Raw Water Line is unavailable or is not capable of restoring Lake Georgetown Level to greater than 760 feet within the next thirty (30) days. AND/OR An event occurs where water demand exceeds the supply and aggressive conservation measures will maintain the ability to provide the proper level of service as determined by the ACM, or his/her designee. B. Demand Reduction Target Peak demand of 1.3 times the annual average daily usage (35% reduction). C. Customer and City Actions 1) Continue the implementation of Phase I. actions 1) and 2). 2) Prohibit all Non -Essential Water Use. 3) Prohibit all Water Waste. 4) Restrict ALL Landscape Irrigation Use to the evening (7PM to midnight) and morning hours (midnight to LOAM) in accordance with an irrigation schedule that provides for no landscape irrigation on Monday with landscape irrigation permitted no more than one day per week with the day of week and irrigation start time specified based upon customer address Ordinance No. Page 7 of 10 13.16.100 Phase IV — Water Emergency A. Conditions for Implementation An event occurs where water demand exceeds the supply and severe conservation measures are required to maintain the ability to provide the proper level of service as determined by the ACM, or designee. B. Demand Reduction Target Peak demand equal to the annual average daily usage (50% reduction). C. Customer and City Actions 1) Continue the implementation of Phase I. actions 1) and 2). 2) Prohibit all Non -Essential Water Use. 3) Prohibit Irrigation Water Use. 4) Prohibit all Water Waste. 5) Prohibit or limit as deemed necessary all Industrial Water Use. 6) The City shall arrange for the emergency purchase of water from utilities for which there exists proper agreements for such purchase. 13.16.110 Enforcement A. No person shall knowingly or intentionally allow the use of water from the City for residential, commercial, industrial, agricultural, governmental, or any other purpose in a manner contrary to any provision of this Plan. B. Any person who violates this Plan shall first be provided a warning in writing. The warning shall state the specific offense and provide a City contact for assistance with efforts to remediate the violation. C. Any person who violates this Plan for the second and subsequent times in a calendar year is guilty of a misdemeanor and, upon conviction shall be Ordinance No. Page 8 of 10 punished by a fine of up to $2,000 dollars for each day the violation continues, with each day constituting a separate and distinct offense. D. If a person is convicted of three or more violations of this Plan in a calendar year, the City Manager, or designee shall, upon due Notice to the customer, be authorized to discontinue water service to the premises where such violations occur. Services discontinued under such circumstances shall be restored only upon payment of a re -connection charge. In addition, suitable assurance must be given to the City Manager, or his/her designee, that the same action shall not be repeated while the Plan is in effect. E. Any City Code Enforcement Officer or Police Officer, may issue a warning or citation to a person that is reasonably believed to be in violation of this Plan. The warning or citation shall contain the name and address of the alleged violator, if known, the offense charged, and if a citation, shall direct him/her to appear in the municipal court on the date shown on the citation. The alleged violator shall be served a copy of the warning or citation, with service complete upon delivery of the citation to the alleged violator, and agent or employee, or to a person over 14 years of age who is a family member or resident of the violator's residence. Any Citizen or City employee may initiate a complaint through the Municipal Court concerning violations of this Plan. The complaint shall contain the name and address of the alleged violator, if known, the complaint, and shall submit the complaint to Georgetown Utility Systems Administration. If the complaint is the first violation in the calendar year, then a warning shall be issued and such warning shall state the specific offense and provide a City contact for assistance with efforts to remediate the violation. It the complaint is the second or subsequent violation in the calendar year, the complaint shall be forwarded to Municipal Court for resolution. 13.16.120 Variances A. A customer may file an application for a variance from this Plan for the property receiving water service with the ACM. The ACM may determine the proper information and require that the applicant provide such information to evaluate the variance request. B. The ACM may issue written orders varying one or more actions required under a Phase of the Plan if necessary to target particular customers, water systems, or areas. C. The ACM may grant a variance from the Plan upon his/her determination that special circumstances exist that upon strict enforcement of the Plan will adversely affect the health, sanitation, or fire protection for the public or the applicant. Ordinance No. Page 9 of 10 D. Variances granted under this section will expire upon escalation of the Plan to the next higher phase or termination of the Plan. 13.16.130 Termination The City Manager, or his/her designee, is hereby authorized and directed to terminate the applicable provisions of the Plan upon his/her determination that the applicable provisions are no longer necessary to protect the public health, safety, and welfare. Ordinance No. Page 10 of 10