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