HomeMy WebLinkAbout1992-08-10 Regular Meeting•
MINUTES OF THE REGULAR MEETING OF LA PORTE CITY COUNCIL
AUGUST 10, 1992
1. The meeting was called to order by Mayor Malone at 6:00 P.M.
Members of City Council Present: >Mayor Norman Malone,
Councilpersons Guy Sutherland, Mike ({ooper, Bob Thrower, Bob
McLaughlin, Alton Porter, Jack Maxwell, Jerry Clarke
Members of City Council Absent: Councilperson Deotis Gay
Members of Cit Staff P esent: Assistant City Manager John
Joerns, City Attorney Knox Askins, City Secretary Cherie
Black, Director of Pu lic Works Steve Gillett, Police Chief
Bobby Powell, Planning Director Chuck Harrington, Human
Resources/Purchasing Manager Louis Rigby
Others Present: Members of Centennial Certificate committee
Lou Lawler, Flo Schelling, Carolyn Anderson; recipients Karl
and Loretta Johnston; 5 citizens
2. The invocation was given by Councilperson Cooper.
3. Council considered approving the minutes of the meeting held
July 27, 1992.
Motion was made by Councilperson McLaughlin to auurove the
July 27th minutes as presented. Second by Councilperson
Thrower. The motion carried, 8 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Porter, Maxwell, Clarke and Mayor
Malone
Nays: None
4. A Centennial Certificate of Appreciation was presented to Karl
and Loretta Johnston.
5. There were no citizens wishing to address Council.
6. Council considered an ordinance appointing members to the La
Porte Area Water Authority.
Motion was made by Councilperson Cooper to appoint James
Sweeton to position 4 on the Water Authority. Second by
Councilperson McLaughlin.
The City Attorney read: ORDINANCE 1851 - AN ORDINANCE
APPOINTING DIRECTORS TO THE LA PORTE AREA WATER AUTHORITY;
CONTAINING A REPEALING CLAUSE; FINDING COMPLIANCE WITH THE
OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF.
~ ~
Minutes, Regular Meeting, La Porte City Council
August 10, 1992, Page 2
The City Attorney noted that positions 2, 4 and 5 would remain
as discussed at the last Council meeting. (They are as
follows: Position 2, Al Fields; Position 3, Rodney
Etchberger; Position 4, Jerry Bramlett.)
The motion was voted, and carried, 7 ayes, 0 nays, 1 abstain.
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Maxwell, Clarke and Mayor Malone
Nays: None
Abstain: Councilperson Porter
7. Council considered an ordinance authorizing and approving a
contract for construction of Lomax raw sewage force main
diversion.
The City Attorney read: ORDINANCE 1855 - AN ORDINANCE
APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA
PORTE AND McKEY CONSTRUCTION & EQUIPMENT, INC., FOR THE LOMAX
RAW SEWAGE FORCE MAIN DIVERSION; APPROPRIATING $42,291.00 TO
FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS
RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN
MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF.
Motion was made by Councilperson Sutherland to adovt Ordinance
1855 as read by the City Attornev. Second by Councilperson
Thrower. The motion carried, 8 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Porter, Maxwell, Clarke and Mayor
Malone
Nays: None
8. Council considered an ordinance authorizing and approving a
contract for reconstruction of Hillridge bridge.
The City Attorney read: ORDINANCE 1856 - AN ORDINANCE
APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA
PORTE AND NUNN CONSTRUCTORS, INC., FOR THE HILLRIDGE ROAD
BRIDGE REHABILITATION; APPROPRIATING $62,700.00 TO FUND SAID
CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO
THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW;
AND PROVIDING AN EFFECTIVE DATE HEREOF.
Motion was made by Councilperson Thrower to adopt Ordinance
1856 as read by the City Attornev. Second by Councilperson
Porter. The motion carried, 8 ayes and 0 nays.
•
Minutes, Regular Meeting, La Porte City Council
August 10, 1992, Page 3
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Porter, Maxwell, Clarke and Mayor
Malone
Nays: None
9. Council considered a consent agenda, as follows: (A) Consider
awarding a bid for tires; (B) Consider awarding a bid for oils
and lubricants.
Motion was made by Councilperson Clarke to approve the consent
actenda as presented. Second by Councilperson Porter. The
motion carried, 8 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Porter, Maxwell, Clarke and Mayor
Malone
Nays: None
10. Administrative Reports - John Joerns distributed proposed
budget workshop schedules. He also reported he had attended
PPG's Country Fair on Saturday. Discussion was held on time
of the budget workshop meetings; it was decided to begin the
Monday workshop meeting at 7:00 P.M. rather than at 6:00.
11. Councilpersons Cooper, Thrower, McLaughlin, Clarke and Mayor
Malone brought items to Council's attention.
12. The scheduled executive session was not held.
13. There being no further business to be brought before the
Council, the meeting was duly adjourned at 6:25 P.M.
Respectfully submitted:
~~~
Cherie Black, City Secretary
Passed & Approved this the
24th day of August, 1992
Norman L. Malone, Mayor
• ~ ~
ORDINANCE NO. 1851
AN ORDINANCE APPOINTING DIRECTORS TO THE LA PORTE AREA WATER
AUTHORITY; CONTAINING A REPEALING CLAUSE; FINDING COMPLIANCE WITH
THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
Section 1. The City Council of the City of La Porte hereby
appoints the following Directors, to the La Porte Area Water
Authority, for a term to expire May 30 in the year indicated, and
until their successors shall have been duly appointed and
qualified.
Position 1 (Open Position)
Position 2 Exp. 5/30/93
Position 3 Exp. 5/30/93
Position 4 Exp. 5/30/94
Position 5 Exp. 5/30/94
Section 2. All ordinances or parts of ordinances in conflict
herewith are hereby repealed to the extent of conflict only.
Section 3. The City Council officially finds, determines,
recites and declares that a sufficient written notice of the date,
hour, place and subject of this meeting of the City Council was
posted at a place convenient to the public at the City Hall of the
City for the time required by law preceding this meeting, as
required by the Open Meetings Law, Article 6252-17, Texas Revised
Civil Statutes Annotated; and that this meeting has been open to
the public as required by law at all times during which this
ordinance and the subject matter thereof has been discussed,
considered and formally acted upon. The City Council further
ratifies, approves and confirms such written notice and the
contents and posting thereof.
Section 4. This Ordinance shall take effect and be in force
from and after its passage and approval.
PASSED AND APPROVED this the 27th day of July, 1992.
CITY OF LA PORTE
By
Norman L. Malone, Mayor
ATTEST:
Cherie Black, City Secretary
APPROVED:
j -..,,.
~,~i~ G ,
~i" /-
Knox W. Askins, City Attorney
REST FOR CITY COUNCIL AGEN~ITEM
Agenda Date Re ueste Au ust 10 1992
Requested By: G' ~ Department: Public Works
XXX Report
Resolution XXXX Ordinance
Exhibits: Ordinance No. 1855
Engineer's Recommendation - Lift Station 30 Force Main Diversion
Letter from Apparent Low Bidder
SUMMARY & RECOMMENDATION
Advertised, sealed bids for the Lomax Raw Sewage Force Main Diversion were
opened and read on July 23, 1992. Nine (9) contractors picked up bid
proposals and plans, with four (4) returning bids. Additionally, plans and
specifications were made available to the Houston Contractors Association
and the Dodge Reports.
The Project will remove the Northwest La Porte Area sanitary sewer flows
from Lift Station 30. This lift station is the main lift station servicing
the Spenwick, Lomax, Fairmont Park West and Central, Creekmont, and the
Glen Meadows sections. Removal of the flows from the Lomax area will
substantially reduce the hydraulic loading of this lift station, as well as
reduce pumping costs. Estimated construction cost for this Project were
$40,000, identified during the investigation of hydrogen sulfide corrosion
to the lift station earlier this year.
Apparent low bid was submitted by MEB Engineering, Inc. in the amount of
$32,650.00, with 30 calendar days to complete the Project. Two
irregularities were discovered in the bid submitted by MEB Engineering,
Inc. Items 1 and 2 were to have totaled to the total bid amount. An
additional $3,000.00 was added as the non-incorporated, or taxable
subtotal. In fact, the actual legal bid amount was $29,650.00.
Additionally, a company check was submitted as bid security instead of the
required cashier's check, certified check or bid bond.
MEB Engineering, Inc. was contacted to clarify these irregularities. The
bidder admitted to both irregularities, and requested that his bid be
withdrawn (see attached letter). Additionally, the bidder admitted the bid
was actually submitted for another company, unable to post the required bid
security, and that he had not examined the bid documents or the site.
Second low bid was submitted by McKey Construction and Equipment Company in
the amount of $38,391.00 with 30 calendar days to complete the Project.This
bid contained no irregularities. It is recommended that the bid from MEB
Engineering, Inc. be rejected due to bidding irregularities, with the
return of the nonconforming bid security, and a contract be awarded to
McKey Construction and Equipment Company in the amount of $38,391.00. A
contingency of $3,900.00 is recommended for a total construction
authorization of $42,291.00.
Funds were not budgeted for this project in the current operations budget.
It is recommended funds be taken from the Utility Capital Improvements Fund
(003) Contingency.
Action Required by Council: Reject bid from MEB Engineering, Inc, award
bid for the construction of the Lomax Raw Sewage Force Main Diversion to
McKey Construction and Equipment Company in a total construction
authorization of $42,291.00 with funds coming from the Utility Capital
Improvements Fund Contingency.
Availability of Funds:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
XXX Other Utility Capital Improvements Fund Contingency
Account Number: 003-806-700-113 Funds Available: X} YES NO
R ert T Herrera
ty M ager
DATE
•
~~~~~:
EP+1~~NEE~~.~
~~~~~~~
....,.c.c,a..Y. ,rt,w~..c,.w.4w ,rx.~..
July 23, 1992
CITY OF LA PORTE
P.O. Box 1115
La Porte, Texas 77572-1115
ATTN: Steve Gillett
Director of Public Works
RE: City of La Porte
Lomax Raw Sewage Force Main Diversion
Bid Recommendations
Dear Mr. Gillett:
• 1425 26TH STREET
LA PORTE, TEXAS 77571
713 / 471-7590
Attached is the Bid Tabulation to construct the City of La
Porte Lomax Raw Sewage Force Main Diversion. The apparent low
bidder was MEB Engineering, Inc. with a bid of $32,650.00 with 30
calendar days to complete the project in .full.
Two irregularities were discovered in the bid submitted by MEB
Engineering, Inc. Item 1 and Item 2 should have totaled to the
total amount bid, but they did not. An additional $3,000.00 was
added as the non incorporated subtotal. In addition, a company
check was given as bid security. The bid documents only allow for
either a cashier's check, certified check or bid bond.
The second low bidder was McKey Construction with a bid of
$38,391.00 with 30 calendar days to complete the project in full.
There were no irregularities in McKey Construction's Bid.
Should you have any questions, please do not hesitate to call.
Y~ou~rs truly, ~"
~/U ~ GZ2~~._
William T. Mannin , P.E., .S.
President
:dr
Attachment
B I D T A B II L A T I O N ~
CITY OF LA FORTE LOMA% RAW BEWAGE FORCE MAIN DIVERSI ON
DATE: JIILY 23, 1992 PAGE 1 OF 1
TIME: 10:00 P.M.
CALENDAR
DAYS TO BID
CONTRACTOR ITEM 1 ITEM 2 TOTAL BID COMPLETE BOND
COMPANY
MEB ENGINEERING INC.
$29,250.00
$ 400.00
$32,650.00
30
CHECK •
MC KEY CONSTRUCTION $37,791.00 $ 600.00 $38,391.00 30 YES
T & R UTILITIES, INC. $53,820.00 $ 800.00 $54,620.00 30 YES
CONRAD CONST. CO., INC. $61,425.00 $1,500.00 $62,925.00 45 YES
•
PREP QED BY MANNING ENGINEERI PORATI
WILLIAM/~T. MANN//I~~NG, .E., R. , PRESIDENT
L p~~~'7~
`~
.~~ ~ _, ~ ~
- ~ :LOMAB ~RA1fSEWAGE FORCE MAIN DIVERSION
CITY OF LA FORTE
DESCRIPTION OF ITEM WITH L[TMP SOIrt- OR QNIT
ITEM BID PRICE WRITTEN IN WORDS ~ AMOIINT BID
1. Furnish and Construct the Following:
The 16" PVC Force Main with Fittings
and Tie-Ins, Complete and Inplace
including all Appurtenances as Specified
for the unit price of
~.~X~r Dollars
and .~,0 Cents .
Per linear foot times
five hundred eighty-five (585) feet
2. Furnish and Construct the Following:
Cement Stabilized Sand Bedding for the
16" PVC Force Main, Complete and.. Inplace
as specified for the unit price of
Dollars
and ~y Cents.
Per cubic yard times `
twenty (20) cubic yards
Incorporated Sub-Total
Non Incorporated Sub-Total (Taxable)
TOTAL AMOONT HID
00
$ So,--
$ ~` s O
b l~
S ~°'
S ~4~ebo,°o
pC
$~ O~O~/-
i~~l ~V Q v
$ '
~- ~~-,
~r
3~
~'~ ~
P-2
JUL 2B '92 12:11 MEB ENGR.~ INC. 7136440780 T0:
• '
M~]~ BNGINjEERING, INS.
8146 B~to19f !
SNC3INB6~8 ~~ M/1NAG~ ~
July 2S, 1992
City of Laporte
P.O. Box 1115
LaPorte, TX 77572-1115
Attn~ Mr. Steve Gillette
REa Lomax Raw Sewage Force Main Diversion
Dear Sirs
Thank you for pointing out our error on P-2 sheet. As per
your advice we agree that M8B should be rejected due to
errors and I confer that with you. Please mail ug back our
deposit checsk.
Thank you.
Sincerely,
,~~~1
Max Bhatti, P.E.
4715068 P02
m, Tess 7A61
(T13 61+40114
(113)644-Q180
• •
A COPY OF THE CONTRACT DOCUMENT IS AVAILABLE IN THE CITY
SECRETARY'S OFFICE FOR YOUR REVIEW
. •
ORDINANCE NO. 1855
•
AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE
CITY OF LA PORTE AND McKEY CONSTRUCTION & EQUIPMENT, INC., FOR
THE LOMAX RAW SEWERAGE FORCE MAIN DIVERSION; APPROPRIATING
$42,291.00 TO FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND
PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE
OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
Section 1. The City Council hereby approves and authorizes
the contract, agreement or other undertaking described in the
title of this ordinance, in substantially the form as shown in
the document which is attached hereto and incorporated herein by
this reference. The City Manager is hereby authorized to execute
such document and all related documents on behalf of the City of
La Porte. The City Secretary is hereby authorized to attest to
all such signatures and to affix the seal of the City to all such
documents. City Council appropriates the sum of $42,291.00 from
the Utility Capital Improvement Fund Contingency, to fund said
contract.
Section 2. The City Council officially finds, determines,
recites and declares that a sufficient written notice of the
date, hour, place and subject of this meeting of the City Council
was posted at a place convenient to the public at the City Hall
of the City for the time required by law preceding this meeting,
as required by the Open Meetings Law, Article 6252-17, Texas
Revised Civil Statutes Annotated; and that this meeting has been
open to the public as required by law at all times during which
this ordinance and the subject matter thereof has been discussed,
considered and formally acted upon. The City Council further
ORDINANCE NO. 1855
Page 2
ratifies, approves and confirms such written notice and the
contents and posting thereof.
Section 3. This Ordinance shall be effective from and after
its passage and approval, and it is so ordered.
PASSED AND APPROVED, this 10th day of August, 1992.
CITY OF LA PORTE
BY
Norman L. Malone
Mayor
ATTEST:
C erie B ac
City Secretary
APPROVED:
Z~%• .
Knox W. As ins
City Attorney
• •
REQIIEST FOR CITY COIINCIL AGENDA ITEM
Agenda Date Requested: 8-10-92
Requested By: Charles R. Harrington~~nDepartment: Planning
Report
Resolution X Ordinance
Exhibits:
1. Bid Tabulation
2. Ordinance
3. Contract
SUNIlKARY & RECOMMENDATION
Summary
In the 1992 Fiscal Year Budget, the City Council appropriated
$130,000.00 for the rehabilitation of the Hillridge Road Bridge.
An engineering study was conducted by Manning Engineering, Inc. and
a design completed which proposed the rehabilitation of the bridge
with an alternate method also included as a part of the bid.
The City received and opened 5 bids on August 4, 1992 (see attached
bid tabulation). The low bid of $57,000.00 was submitted by Nunn
Constructors, Inc. of Tomball. The bids have been reviewed, the
qualifications of Nunn Constructors reviewed, and references
checked by the City Engineer.
Recommendation
The staff recommends the low bid in the amount of $57,000.00 plus
a contingency in the amount of $5,700.00 be approved by the City
Council.
Action Required by Council:
Approve Ordinance No. 1856 authorizing the City Manager to enter
into a contract in the amount of $57,000.00 plus a contingency of
$5,700.00 with Nunn Constructors, Inc.
Availability of Funds:
General Fund Water/Wastewater
X Capital Improvements General Revenue
Other Sharing
Account No.: Fund 015 Funds Available: X Yes No
Approved o ity Council Agenda
~' 6 ~
er Herrera Dat
Ci Manager
CITY OF LA FORTE
HILLRIDGE BRIDGE REHABILITATION
BID TABULATION
AUGUST 4,1992
CONTRACTOR ~fi BID BOND
ATTACHED ACKNOWLEDGE
ADDENDUM CALENDAR
DAYS PRINCIPAL BID
TOTAL ALTERNATE BID
TOTAL
1. HAYWARD BAKER, INC. YES YES 40 206,100.00
2. E.B.L, INC. YES YES 45 69,753.00 NO BID
3. FORDE CONSTRUCTION, INC YES YES 45 82,400.00 NO BID
4. MEB ENGINEERING, INC. YES NO 60 82,500.00 NO BID
5. NUNN CONSTRUCTORS, INC. YES YES 90 57,000.00 NO BID
fi.
7.
8.
9.
10.
ORDINANCE NO. 1856
AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE
CITY OF LA PORTE AND NUNN CONSTRUCTORS, INC., FOR THE HILLRIDGE
ROAD BRIDGE REHABILITATION; APPROPRIATING $62,700.00 TO FUND SAID
CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE
SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND
PROVIDING AN EFFECTIVE DATE HEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
Section 1. The City Council hereby approves and authorizes
the contract, agreement or other undertaking described in the
title of this ordinance, in substantially the form as shown in
the document which is attached hereto and incorporated herein by
this reference. The City Manager is hereby authorized to execute
such document and all related documents on behalf of the City of
La Porte. The City Secretary is hereby authorized to attest to
all such signatures and to affix the seal of the City to all such
documents. City Council appropriates the sum of $57,000.00, plus
$5,700.00 contingency, from the Capital Improvement Fund No. 15,
to fund said contract.
Section 2. The City Council officially finds, determines,
recites and declares that a sufficient written notice of the
date, hour, place and subject of this meeting of the City Council
was posted at a place convenient to the public at the City Hall
of the City for the time required by law preceding this meeting,
as required by the Open Meetings Law, Article 6252-17, Texas
Revised Civil Statutes Annotated; and that this meeting has been
open to the public as required by law at all times during which
this ordinance and the subject matter thereof has been discussed,
considered and formally acted upon. The City Council further
ORDINANCE NO. 1856
ratifies, approves and confirms such written notice and the
contents and posting thereof.
Page 2
Section 3. This Ordinance shall be effective from and after
its passage and approval, and it is so ordered.
PASSED AND APPROVED, this 10th day of August, 1992.
CITY OF LA PORTE
BY
Norman L. Ma one
Mayor
ATTEST:
C erie B ac
City Secretary
APP ED:
L%C~
Knox W. As ins
City Attorney
•
r
i
r~
STANDARD FORM OF ~ AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
Prtpartd by
ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE
and
Issued and Published Jointly By
.. ~ ~ y f souEn a
` A av~
° '~ EMpNEERS
J M
PON110(n
ca Y M ~ ~~ rest
~r
PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE
A prac~ict division, oj~he
NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
AMERICAN CONSULTING ENGINEERS COUNCIL
AMERICAN SOCIETY OF CIVIL ENGINEERS
CONSTRUCTION SPECIFICATIONS INSTITUTE
This document has been approved and endorsed by
'LL ~
-„ ~ ?c~~
The Associated Gcneral Q Contractors of America
i_
~~
This Standard Form of Agreement has been prepared for use wish the Standard Gcneral Conditions of the
Construction Contract, (No. 1910-8- (IN90 Edition). Their provisions arc interrelated and a change in one may
necessitate a change in the others. The suggested language fix inswctium to bidders contained rn the Gwde to the
Preparation of Instructions to Bidders, (Nu. 191(1 I?1(1~/5-tl lidition) is :rlsu carefully interrelated with the language
of this Agreement. ('ummcnt, cunccrnint; thru u,;~~c nir cunt:unrd ur the (~onunentary un Al:rcemcnt. fur
[:ngineenng Service, and Cuntrrct Ih-cunient~. 1 N~~ I`IIU III t I'Jtih I~.dituml. See also Guide to the I'rrp:rratum of
Supplementary Conditions, (Nu. 191U-17) (Iy5-el I~:~~t~un1.
Mtidc 3. COIYi'Etti(.`I' TIMES.
ore .. .. .... .. • .-_ ; 19 ~ •.. ._~ .~~.j~_.
aompletod and toady for Ctnal payment in acoordance with paragraph 14.13 of the Get>e~d CondiGiocu oa or _.._.,
bdorc .. , 19 ..
3.1 The Work will be substantially compkted within 75 •
days after the date when the Contract
commence to run as provided in paragraph 2.3 of the Gcncrat Conditions, and completed and rrad for
payment in accordance with 90 y
date when the Contract Times commence to ~~ of the Gcncral Conditions within days after the
31 Laqu~dated D~anrages. OWNER and CONTRACTOR rccogniu that time is of the essenoc of this
Agreement and that OWNER will suffer financial loss if the Work is nol completed within the times
specified in paragraph 3, I above, plus any extensions thereof allowed in accordance with Artidc 12 of the
!! General Conditions. 'They also rccogniu the delays, expense and diflicultics involved in
~~ ~ s~~d by OWNER if the Work is not completed on. time. Acoor~dingly, instead of r+oquiri~
.., nay such proof, OWNER and CONTRACI1pR ~
p«ulty) CONTRAC'IiOR tthall ~ WO HUNDRED aF IFTY DO LABS ~y ~ not ~ a
~ pay OWNER
ddlarx (S 50.00 j for uch ~y that expires after the time specified in
paragraph 3.1 for Substantial
Cocnplction until the Work is substantially complete. After Substantial Completion, if CONTRACTOR
~) rx~loct, refuse or fail to complete the remaining Work within the time :pccified is paragraph 3.1 for
. ooatpktioa and tra~dioess for final payment or nay proper extension thercof..graatod by OWNER,
1 CO~'RA+CIbR rha11 pay O WNER dollars (S 2 50:00 ~ -) for each day that
1 '~'rcs'~u ~ ~e spaified in paragraph 3.1 for completion and readiness for final payment.
l (K'henr failwn to reach a Milestone on time is of such cons~qu~nce to OWNER that 11r~ asussnuRt of
liquidated danragts is to be providtd, appropriate airrending or supplementing languagr should lxx
~;~ inserttd htrt.J
1 (Stru4 any of tht above paragraphs that are inappGcablr) .
.~
t
..J
E
_~
_~
>.
1
.1
.~ c
C~
•
M~e.4. ooxr>~ PRI(.-E.
aeaount io aeee+ent toed: equal to the sum ofthe an~otents•detereeuned an ..
... P ~ P 4:1 ued 4.2 beiaw:
~ ... ,
4:1 for ap Wtotic otha'itwii~ Unit Prioe Wotic. a Lump Sufi of: .
FIFTY-SEVEN THOUSAND DOLLARS (S 57,000.00
(use words) ~~
A8 specibc cssh albwanoct are includod in the above pcioc and have ban computed in aoooedanoe with
parapaph 1 t.8 of the General Condition:;
I a~
. s.2 torsi Ueeit Ptioc wbeic; an oqud b the eaeat debt cstabtishod unit peioe tort~cle aeparacdy ideeetifiod
. item d.Uait Peeoe Woeic ricrac: the aticteatod quantity dthat hem as ie-dicatod is the: pan~raph 4:2: ... ..
' UNTT PRICE WORK
.. } . •F.S'I7MAT'f~~ UNtT _ 'DI'AL
NO: '~ ITEM UNIT QUfAN'ITIY - PRICE E~
f
..~ N/A
r :,~
}~•
.. .~
'DOTAL OF AIL UNIT PRICES N/A S (dollar:)
t~.ro~i
i
A: pevvidod in pata~graph 11.9 of the General Conditions cstiantod quantities arc not guaranteed. snd deta~minations
of aclu:! gteantitics and c~dication are to be a>ade by ENGINEER as providod in paragraph 9.10 of the General
_ Conditions. Unit prices have bxn canputod as providod in paragraph 11.9.2 of the General Conditions.
l!n special circumstances, the Bid may be attached to avoid extensive retyping. Sec puragruph 13.10
below. Any exhibits attached should be listed in Article 8.J
/ljadJrrstment prices for variations from stipulated Bast Bid quantities have been agreed to, insert
-, appropriate provisions. Scc SWggested Bid Form Paragraph ~ and Comment 1.f
.:•
j
l
t
Article 5. PAYMENT PROCEDURES,
. ~_= - 'Appltcxtiori'sTorRtyiiten~ to rioc w th ~itticle 14 atthe~Genaal Goedi .~ .
Application: for Payment Mn71 be procesaod by ENGINEER as provided in tht General Conditions. ~~
S.l. Progress i~yincnts; RctainaRe. OWNER shall make progress payments on account of the Contract
Price on the basis of C~OI\ITRA~C'7nR's Applications for Payment as recommended by ENGINEER, on or
about the ._ day of each month during construction as provided in paragraphs S.l.l. and 5.1.2.
below, All such payments will be measured by the schedule of values established in paragraph 2.9 of the
Genera! Conditions (and in the case of Unit Price Work based on the number of units compkted) or, in the
' event there is no scfioduk of values, u provided in the Gener$! Requirements.
5.1.1. Prior to Substantia! Compktion, progress payments will be made in an amount oqua! to the
pcr+oetttage iadiatod below. buts in each case. kss the aggregate of payments previously made and kss
welt amounts as ENGINEER:ha11 determine. orOWNER may withhold, in accordanoc with paragraph
-~ 14.7 of the Gersetal Conditions.
90 96 of Work coatpleted (with the balance bci retai
ng rtage). If Work has beet SO4b
oompkted u detetminod by ENGINEER, and if the character and progrus of the Work have been
savsfadory w OWNER and ENGINEER, OWNER, on nx:ornrricrtdation of ENGINEER, may
ddcreoine that as bag as the charadaand prngras of the Work remain satisfactory to them, these wt71
be no additional trtaiaage on account of Work completed, in which case the-remaining pr+ogncss
I paymatts prior to Substantial Compldion will be in an amount oqual to l Ot?96 of the Work eartpktod.
t ~ ~ (with the balance being rctainagc) of materials and equipment riot incorporated in the
i,,~ Wock (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as
• provided in paragraph 14.2 of the General Conditions).
5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRA+C-
71~R to 95 ;b of the Contract Price (with the balance being rctairtage), less such amounts as
ENGINEER shall determine. or OWNER may withhold, in accottianoc with paragraph 14.7 of the
General Conditions.
5.2. Fines! Payment. Upon final compktion and acceptance of the Work in accordance with patagrzptt 14. t3
of the GenenJ Conditions, OWNER shall pay the remainder of the Contract Price as recomrrtendcd by
ENGINEER as provided in said paragraph 14.13.
Attkie 6.•QYIEREST.
u m 14 of the Conditions !!hall beir intatst at the
C axxitatten rate albtwod by law at the place of the Pr'4ta't. =
i
I
~~
i
~j
.~_
Artkk 7.OONTRAiC7nR5 >AEPRESEHTAT[ONS.
In order to induce OWNER to enter into this Agr~ccment CONTRAiC'TnR makes the tdbwing teprcsentations:
7.1. COI~'IRACTnR hu examined and cxr~cfully studiod the Contract Doautt: CMduding the Addenda
tier paraaaph 8) and the other rclatod data identdtod in the Bidding Documents induditt6 •'tochnical
72 OONf!'RAC,'PpR ha: visited the site and bocontc familiar wilt and is atedtod as to the gatctal. Iota! and
site ooaditions that ttttay aAoet cost, Pongras, performance oc ftrrtteshittg of the Wott
7.3. COMRA~.7DR a fittmilisr with and is satisfied u to all federal. ttwe :rail local Laws aad Re~tiation:
that tmy alkd cost, pcog~rcss, pe:famsrtoe and ftttttisltiag of the Wait.
7.4. QONIRK.'IL~R has atcfupy studied ap Mott: of expbratioas and tests of urbsurfaoe ooodr`tioc:: at or
eootip+txts a !fie site aad aq drawings of pttysia,l coaditioca is a relating to existing surface a wbsucfzaa
~t~s at a cot>tiguota tyo the site (except Underground C~cilities) which hire bees idartifrod in the
~PP~'m~ry Cooditiota as Proms ~ paragraph 4.2..1 of the Getiersl Conditions. CONR'RAf'POR
tempt=the ddermiQationset fotttt in paragraph SG42 of the Suppkmesstary Conditions of the extent of the
technical data contained in :udr reports and drawings upon which CONI'IRNCTOR is entitled to rely as
provirlod in paragraph 42 of the Gerictal Conditions. CON'I'RAC'InR aclatowledges that suds rcparts and
drawings ar+e cot Contract Documrns and may not be oorrtpkte forCONTRK.'POR'spurposes. CON'I'RAC-
TDR sclcrwwbdges that OWNER and ENGINEER do act assume rcspoastbiiity for the aoaaacy or
C ~ ~ of tafocmatan aril data shown err todtcatod to the Coattact Do«mieats with r+esQect to
Uadcrgrourd Foctlities at oc oontigtious to the site.:~0i!tIR14C'I~OR hu otxaiaod sad carefuAy studied (a
as:r+ma ~~Y foe having done so) all sail! ~sdditionial s+~ary exam~tioas~~ b~,
explocationa, !cats. stadia snd data catoa~ag eaoditions (. strbsutfaoe sad Underground l~itia)
at a eootigtious to the site oc otherwise whidt may atCect cost, Progress, pedocatacioe or fwnistting of the
work oc whiich rrdatc to aay aspect of the mans, methods, LodudQtia, sot;tierioes aril pr+ooodttra of
ooes:tivetioa to be employed by CON'IRAiC'InR and safety Pt+ecwtions srd programs irtcidctit ther+cto.
COKIRAiC,'IOR doer not consider !bat sny additional examinations, investigations. cxplorztioris. tests,
stadia ordata art accessary fa the performance and furnishing of the Work >.t the Contract Price. within the
Contract Times and in aocondanee with the other terms and conditions of the Corttrad Dowments.
7.5. CONTR.tiCPOR is aware of the general nature of work to be performed by OWNER and others at the
site that rctates to the Work u indicated in the Contract Documents.
I~
7.6. CONT'RAiC`InR has eorr+elatod the information known to CONTR.yC'Il~R, information and observa-
tions obtained from visits to the sift, reports and drawings identified in the Contrsct Documents and all
addrtiorial examinations, investigations, expkxations, tests, studies and data with the Contract Documents.
7.7. CONTR,~+CInR has given ENGINEER written notice of all conflicts, errors, ambiguities a discrepan-
cies that CONTR~4C.'InR has discoverod in the Contract Documents and the written resolution thereof by
ENGINEER is acceptable to CONT•RwC'II~R, and the Contract Documents arc generally sufficient to
indicate and convey understanding of all terms and conditions for performance and furnishing of the Work.
~,
..
L'. ..~ :5!4 .te
f~.
.~~
:x
,.
. . ~ .. i .._ . .
f
.-~ ,. _.~
•t betwtxn .owNER .sa ~~oN1>oR
..1 the MibAc ooasist.af the ioflowing: -:. .
-~ 8-1• '11>K A~oem~t (pages I to $ _, ~~~)• (Pages not numbered) .. ..
~ --8.2~~hibik~etl+is,l~setper~t{ .-indnsive~-N/A
pages-------lo-------- _
83. Ftrformanoe.~'aymcntrlx~r$onds.~det~tifiedas eski~ _ _
~ _ ° _ _ ~ consisting of_~ pagcs.
8.<. Notice b Proooai.
8.5. Generd Coaditioeu (pages to , iadruive).
-- 8.6. SW~pktaakary Canditiores (per ~ to _ , indtuivc).
City of La Porte Hillr•idge
_I 8.7. Spot ~ ~ ~ Roa~~ Rehab- ~ consisti of _ divisiora turd
pis„ :s fe:~d is Lble of oontar~ theralf. inn ~
•~,~ Technical Specification
~ 8-g• Dawsrs of a cover sheet aril sheets aumbcrod 1 through 3 eodusive with
.arch s~ beariii~ the foGoweng ~ ~; • •
Cit of La Porte Hillridge Road Bridge Rehabilitation
! I ~1"t• ~ Y+s ~ 4l'~Mw~Bs h wa attached to each signed iwunterparrt ~'Atrrtn+ent, io ~
irr wklck. arx OWNER and C011rIRAC7UR skoald initial or otherwise apprnpi>iatety 1de~y Back
_ . ~K'~8•I
~:S 8.9. Addenda numbers 1 ~6~~=== :ittdastve:
ITlrost Addenda wkick pertain e~cl~rsivrly to tkt ~ .'-
bidding process need not be listed.)
8.10. C10NRRAL'IDR's Bid (pr;ges 1 ,_ to ~ . iadusive) marked eztu'bit ~' .
IAttack adrwl Bid only In spec~ir( cirrrunstancYS.I .. ~ ~ '
R•
8.11. Doanadadtioa submitted by OOIrRRAiCI~OR'prioc to Notice of Avrard (page: to
~~ indtuive). •
' 8.12. The f
ogowirtg which may be delivered a issued after the Effective Date of the Agreement and are not
~ attactKd hertto: All Written Amendments aril other documents amending. modifying or supplanatting the
Contract Dowments pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
The dociimcnts tistod in paragraphs 8.2 et seq. about arc attached to this Agreement (except as expressly noted
j otherwise above).
Thcrc arc eo Contrail Documents other than those Listed above in this Artick I3. The Contrail Documents may
only be amcridod, modified or suppkrnented as provided in paragraphs 3.S and 3.6 of the Gericral Conditions.
l
i~ <
:~
...~
i
~f
I
i
_~
i
t
I.
;;;y
.,,~
I
~-
s
t
_.;
l
i
)~~
t~
::a
Amick 4. MLSCEi.LANEOUS.
•
'""" ~:T:'Tci'iits'ustdin tftis -~---
Agreement which arc defined in ~rtick I of the General Conditions will have the
mornings indicated in the General Conditions.
9'2' NO asstgntnent by a party hcrcto of any rights under or interests in the Contract Documents will he
binding on another party hcrcto without the written consent of the party sought to be bound; and, specifically
but without limitation, moneys that may become due and moneys that arc due may not be assigned without
wch consent Icxcrpt to the extent that the effect of this restriction may be limited by law), and unless
specifically statrd to the contrrry in any written consent to an assignment no assignment will release or
dtschargc the assignor from any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTR/1CI1pR each binds ilscl[, its partners, successors, assigns and legal rcprcscnta-
trves to the other party hcrcto, its partners, successors, assigns and legal ncprescniatives in respect to all
covenants, agreements and obligations contained in the Contract Documents.
9•~• Any provisiort or part of the Conttaq Documents held to be void or unenforreabk under any Law or
Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon
OWNER and CONTRAC-1~R, ~~,~ age that the Contract Documents shall be reforttxd to neplacc such
stricken provision or part thereof with a valid and enfort;eabk provision that comes as close as possible to
expressing the intention of the stricken provision.
9.S OTHER PROVISIONS.
(Insert other provisions fore ijopplicobl~.J
x
i
_~
I
.. ..
,~
_
!'
. ,
~`
i
'7
:~
1
..,
..
!N WI'INESS :WHER~QF,~Q~1!NER:and.:~ONTR~1iC.'InR have si~xd this Agnoanet~t at YripGcatc; `Q~Ic:~~..
~noualapit e~h~baaddiv~aodto-01NNER;t~OfVrIR~K;InR`ae~d ~1GlNE8R. Allpoitioasaf tli~~pogt~t ~:-.
Ovc,~a~a~s:l~v~e'boea.~si~nod, i~s{od'~a ~idaxifcd ~>», OWNER_.and G~OTJRRA~.,'InR a ida~tifiod. by+- ~ .
EN(RNEER an •thar behilC -. .. ,,,: .
Tws Ap+ce:neat . wdl be eRective on i~.
Etfoctiv~e Dote of the _ 19
Agroement).
OWNER Ci tv of La Porte
By:
(G~ORPORATE SEAL
• (wtuch ~ a the
CON~,~fipR Nunn Constructors, Inc.
>3y:
._ ....... .... _. ._(C~.ORPORA'TESE,ALJ
Attest ~ ~ Attcu . .
Add~e:s tar fPhK ootioex 11~ddras for ~viag t~otioes .
P.O. Box 1115•
• ~~~-#~~•r-t~;• Texa•s-.=• 73572-Y11.~'•.
(If OWNER a a~ pubt~c body: attach tvidence of
Y ~ sign and trsdtttio~i ur otfKr doarttratts
wthorizing exoaition of Agroanct,t.
..
.,~•: ..
L3oence No.
Agent for service of process:
(!f CONT'R14C"InR is a •.~.
cocpotstion, attach evidence
of authortty to sign).
Z
'~
~~ST FOR CITY COUNCIL AGEND~TEM
Agenda Date Requested: u 1~ 99
Requested By: Ste e illett~ .,Department: Public Works
XXX. Report
Resolution
Exhibits: 1. Bid Recap Sealed Bids #0496 - Tires
Ordinance
Advertised, sealed bids #0496 for the annual supply of tires were opened
and read on July 20, 1992. Bid requests were mailed to eight (8) dealers
with four t4) returning bids.
Low bid meeting specifications for all sections was submitted by Goodyear
Commercial Tire and Service Center. Using estimated yearly quantities, the
contract value would be $86,438.82. This is a 12o decrease from last
year's bid.
Staff recommends award of contract for the annual supply of tires to
Goodyear Commercial Tire and Service Center, low bidder meeting
specifications. Funds for this purchase is located in the Equipment
Services Division Operating Budget.
Action Required by Council:
Award bid for the annual supply of tires as recommended by Staff.
Availability of Funds:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
XXX Other Equipment Services Operating Budget
Account Number: Various Funds Available: ~_YES NO
Ro T. Herrera DAT
C' y anager
r:
CITY OF LA PORTE
INTER-OFFICE MEMORANDUM
JULY 31, 1992
TO: Steve Gillett, Director of Public Works
FROM: Susan Kelley, Buyer~,,dl~.
SUBJECT: Sealed Bid #0496 - Tires
Advertised, sealed bids #0496 for Tires were opened and read
on July 20, 1992. Bid requests were mailed to eight (8) dealers
with four (4) returning bids.
Low bid for each section was submitted by Goodyear Commercial
Tire & Service Center. Estimated yearly usage is $86,438.82. This
is a 12$ decrease from last year's bid.
Please submit your recommendation with an agenda request form
by the prescribed time before the next regular council meeting. If
there is a need to delay bringing this bid before council, please
notify me.
SK/jm
Attachment: Bid Tabulation
Bids
xc: Rick Steward, w/ attachment
i •
BID TABULATION -TIRES
DESCRIPTION
SECTION 1. - NE61 TIRES
1. - POLICE SPECIAL RADIAL
A. P225/70 NR 15 Black (300} *
B. P215/70 HR 15 Black (150)
SUB TOTAL
2. -PICKUP TIRES
A. 700 - 15 Street (6) *
B. 700 - 15 Mud (6) ~
C. 7.5 - 16 Street (10) *
D. 7.5 - 16 Mud (6) ~
E. G78 - 15 Street (8)
F. G78 - 15 Mud (8) *
G. LT215/85 R 16 Street (8) *
H. 235/85 R 16 Street (6}
SUB TOTAL
3. - GRADER TIRES
A. 14.00 x 240-410 Ply (2)
B. 17.50 x 25 - 12 Ply (2}
SUB TOTAL
4. FARM TRACTOR TIRES
A. 14.90 x 24 - 6 Ply Turf (4)
B. 11L - 15 (8)
C. 11L - 16 (4)
D. 13.6 - 16.1 (4)
SUB TOTAL
5. TRUCK TIRES - STREET TUBELESS
A. 385 - 65R x 22.5 (6) *
B. 425 - 65A x 22.5 (20) *
SUB TOTAL
6. SMALL TRACTOR TIRES
A. b - 12 (2)
B. 23 - 850 - 12 (4)
SUB TOTAL
7. TRUCK TIRES - TUBE TYPE
A. 10.00 x 20 14 Ply (120}
B. 11.00 x 20 14 Ply (6} *
SUB TOTAL
GOODYEAR COt4~RCIAL LA PORTS TIRE GCR TRUCK TIRE SNIDER TIRE
;43.65 ;45.41 ;53.04 ;44.17
;43.56 ;44.04 ;51.04 ;44.62
$19, 629.00 ;20, 229.00 ;23, 568.00 ;19, 944.00
;36.13 ;36.53 ;49.55 ;56.38
;40.12 ;40.57 ;52.18 ;61.19
;41.94 ;42.41 ;64.02 ;67.26
;45.23 ;44.49 ;74.18 ;73.00
;36.13 NO BID ;60.00 ;73.41
;44.12 NO BID ;61.00 ;82.00
;99.28 ;105.59 $73.34 ;66.84
;104.01 ;110.71 ;79.44 ;73.67
;3,17b. 58 $2, 662.62 ;3, 727.02 ;4, 036.04
;560.76 ;283.50 ;282.69 ;292.73
;859.84 ~ ;434.18 ;365.10 ;344.84
;1,420.60 ;1,435.36 ;1,295.58 ;1,275.14
;175.85 ;139.83 ;185.52 ;196.40
;35.81 $42.70 ;38.58 ;44.39
;51.14 ;51.71 $49.25 ;47.99
;188.64 ;190.74 ;208.26 ;168.76
;1,949.00 ;1,870.72 #2,080.76 ;2,007.72
;273.73 ;276.76 ;379.73 ;362.88
;302.56 ;305.94 ;599.62 ;462.08
;7,693.58 ;7,779.36 ;14,2?0.78 ;11,418.88
;19.85 ;21.41 ;53.63 ;Z8.6b
;34.27 ;25.60 ;50.00 ;60.35
;176.78 ;145.22 ;307.26 ;298.72
;165.67 ;I87.72 ;168.59 ;187.61
;180.00 ;221.38 ;192.73 ;226.31
;20,960.40 ;23,854.68 ;21,387.18 ;23,871.Ob
~ ~
BID TABULATION - TIRES
8. TRUCX TIRES - HIGHWAY TREAD
A. 7.50 x 20 (4) * ;75.14 NO BID NO BID NO BID
B. 8.25 x 20 (6) * ;128.4$ ;142.79 ;196.83 ;156.60
C. 10.00 x 20 (20) * ;159.14 ;154.63 ;195.99 ;185.56
D. 14.85 x 20 (4) * ;228.71 ;231.24 ;344.87 ;347.71
5UB TOTAL ;5,169.08 ;4, 874.30 ;6, 480.26 ;6, 041.64
SECTION I TOTAL ;60,175.OZ ;62,851.26 ;73,116.84 ;68,893.20
SECTION II - RAD. RECAP W/CASING
1. TRUCK TIRES - RADIAL TUBE
A. 10.00 x 20 14 Ply (120) ;141.31 ;166.31 ;152.63 ;165.09
B. 12.00 x 20 14 Ply ;146.91 ;171.91 ;173.68 ;171.58
SECTION II TOTAL ;17,838.66 ;20,988.66 ;19,357.68 ;20,840.28
SECTION III - RBCAP ONLY
1. TRUCK TIRES - RADIAL TUBE
A. 10.00 x 20 14 Ply (120) ;66.61 ;86.31 ;86.00 ;85.09
B. 11.00 x 20 14 Ply (6) ;71.99 ;91.71 ;95.00 ;91.58
SECTION III TOTAL ;8,425.14 ;10,907.46 ;10,890.00 ;10,760.28
GRAND TOTAL ;86,438.82 ;94,747.38 ;103,364.52 ;100,493.76
* ;2.00 TEXAS RECYCLING FES
WILL BE ADDED TO THESE PRICES
~ST FOR CITY COUNCIL AGEN~ITEM
Agenda Date Requested: August 10, 1992
Requested By: S ille~t Department: Public Works
XXX Report
Resolution
Ordinance
Exhibits: 1. Bid recap Sealed Bids #0495 - Oils and Lubricants
SUMMARY & RECOMMENDATION
Advertised, sealed bids #0495 for the annual supply of oils and lubricants
were opened and read on July 20, 1992. Bid requests were mailed to sixteen
t16) dealers with seven (7) returning bids and two (2) no bids.
Overall low bid meeting specifications was submitted by Jones Oil Company.
Using estimated yearly quantities, value of this contract would be
$11,377.12. This is a 4o increase over last year's bid.
Staff recommends award of the contract for the annual supply of oils and
lubricants to Jones Oil Company, overall low bidder meeting specifications.
Funds for purchases from this contract are located in the Equipment
Services Division Annual Operating Budget.
Action Required by Council:
Award bid for the annual supply of oils and lubricants as
recommended by Staff.
Availability of Funds:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
XXX Other Equipment Services Division Operating Budget
Account Number: Various Funds Available: ~_YES NO
8 ~
Rob T. Herrera DA E
Ci anager
• •
CITY OF LA PORTE
INTER-OFFICE MEMORANDUM
August 3, 1992
T0: Steve Gillett, Director of Fublic Works
FROM: Susan Kelley, Buyer~~
SUBJECT: Sealed Bid #0495 - Fluids, Oils & Lubricants
Advertised, sealed bids #0495 for fluids, oils & lubricants
were opened and read on July 20, 1992. Bid requests were mailed to
sixteen (16} dealers with seven (7) returning bids and two {Z) no
bids.
Overall low bid meeting specifications was submitted by Jones
Oil. Estimated yearly usage is $11,377.12. This is a 4$ increase
over last year's bid.
Please submit your recommendation with an agenda request form
by the prescribed time before the next regular council meeting. If
there is a need to delay bringing this bid before council, please
notify me.
SK/jm
Attachment: Bid Tabulation
xc: Rick 3~eward, w/ attachment
.-
._
8ID TABULATION - FLUIDS, OILS, & LUBRICANTS
TIHMERS CHEV.
INDUSTRIAL OIL PATCH THOMAS ROTOR DEALER &
DESCRIPTION JONES OIL LUBRICANTS VALVOLINE BRAZOS PETROLEUM MACHINE PRODUCTS APACHE OIL
5ECTION 1. - BULB
1. Torque fluid, (1200 gal) ;2.66 ;2.93 ;3.04 ;3.10 ;3.79 NO BID NO BID NO BID
2. Rotor oil, (1200 gal) ;2.64 ;2.52 ;2.69 ;2.89 ;2.89 NO BID NO BID NO BID
3. Trans. fluid (600 gal) ;2.62 ;2.74 ;2.66 ;3.70 ;3.05 NO BID NO BID NO BID
4. Gear ail (2 drugs) ;224.00 ;188.18 ;221.10 ;215.00 ;252.00 NO BID NO BID NO BID
SECTION 1. TOTAL ;8,380.00 ;8,560.36 ;8,914.20 ;9,838.00 ;10,350.00
SECT 2. -ANTIFREEZE & LOBE
1. Oil, XD-3 30 (500 qts) ;0.99 ;0.91 ;1.10 ;0.96 NO BID NO BID NO BID NO BID
2. Oil, 15/50 {50 qts} ;1.03 ;0.82 ;1.12 ;1.01 NO BID NO BID NO BID NO BID
3. Oil, 10/30 (50 qts) ;0.96 ;0.80 ;1.16 ;1.10 NO BID NO BID NO BID NO BID
4. Antifreeze (440 gal) ;2.20 ;2.65 ;3.13 ;4.25 NO BID NO BID NO BID NO BID
5. Chassis grease (300 tbs} ;0.81 ;0.51 ;0.@8 ;0.83 NO BID NO BID NO BID NO BID
6. Trans. fluid (96 qts) ;1.03 ;0.82 ;1.03 ;1.02 NO BID NO BID NO BID NO BID
SECTION 2. TOTAL ;1,904.38 ;1,933.72 ;2,404.0@ ;2,802.42
SECTION 3. - MISCELLANEOUS
1. Oil dry (100 bags) #2.93 ;3.32 ;3.99 NO BID NO BID ;4.25 NO BID NO BID
2. Washer fluid {136 gal) ;1.16 ;0.97 NO BID NO BID NO BID $1.39 NO BID NO BID
3. WD-40 12 oz. (120 cans) ;1.36 ;1.16 ;1.14 NO BID NO BID ;1.89 ;1.92 NO BID
4. Starting fluid (48 cans} ;0.86 ;0.83 ;0.97 NO BID NO BID ;1.37 ;0.92 NO BID
5. Carb. cleaner (110 cans) ;1.07 ;1.13 ;1.Z0 NO BID NO BID ;1.82 ;1.82 NO BID
6. Hand cleaner {30 cans) ;10.66 ;5.56 NO BID NO BID NO BID ;5.08 ;5.55 NO BID
SECTION 3. TOTAL ;1,092.74 ;934.06 ;714.36 ;1,133.12 ;641.26
GRAND TOTAL ;11,377.12 ;11,428.14 ;11,811.54 ;12,640.42 ;10,350.00 ;1,133.12 ;642.26
Oil analysis (per sample} ;0.00 ;7.50 ;6.00 ;4.00 ;6.00 N/A N/A NJA