Loading...
HomeMy WebLinkAbout1994-06-13 Regular MeetingAGENDA REGULAR MEETING OF LA PORTE CITY COUNCIL TO BE HELD DUNE 13, 1994, IN THE COUNCIL CHAMBERS OF THE CITY HALL, 604 WEST FAIRMONT PARKWAY, LA PORTE, TEXAS, BEGINNING AT 6:00 P.M. Next Res. 94-04 Next Ord. 94-1987 1. CALL TO ORDER 2. INVOCATION BY COUNCILPERSON PORTER 3. CONSIDER APPROVING MINUTES OF PUBLIC HEARING AND REGULAR MEETING MAY 23, 1994 4. CONSIDER APPROVING MINUTES OF EMERGENCY CALLED MEETING MAY 31, 1994 5. PROCLAMATION: FLAG DAY - BILL WHITE 6. PRESENTATION: CHARLES CHRISTENSEN - BOARD OF ADJUSTMENT 7. REPORT FROM FIRE CHIEF JOE SEASE EMERGENCY BROADCASTING SYSTEM 8. PETITIONS, REMONSTRANCES, COMMUNICATIONS, AND CITIZENS AND TAX PAYERS WISHING TO ADDRESS COUNCIL A. BETTY WATERS - PETITION ENCOURAGING RETAIL MARKET TO COME TO LA PORTE 9. CONSIDER A RESOLUTION REQUESTING HARRIS COUNTY COMMISSIONERS COURT TO COLLECT AN ADDITIONAL FEE ON EVERY ADMISSION TO SAM HOUSTON RACE TRACK (Res. 94-04) - L. Rigby 10. CONSIDER ORDINANCE AUTHORIZING CITY MANAGER TO ENTER INTO A CONTRACT WITH COMMODORE FOR RENOVATION OF POLICE BUILDING (Ord.94-1987) - C. Harrington 11. CONSIDER DECLARING AN EMERGENCY, RATIFYING CONTRACT WITH FURLOW SERVICES, INC., AND APPROPRIATE FUNDS FOR REPAIRS TO SANITARY SEWER LINES ON FARRINGTON BLVD. - S. Gillett 12. CONSENT AGENDA: A. CONSIDER DECLARING B&G CHEMICALS & EQUIPMENT CO., INC. SOLE SOURCE FOR SCOURGE AND ORCHEX OIL, AND AUTHORIZE PURCHASE OF THESE ITEMS FOR CITY OF LA PORTE MOSQUITO CONTROL PROGRAM -S. Gillett B. CONSIDER AWARDING SEMI-ANNUAL CONTRACT FOR PLASTIC GARBAGE BAGS TO ARROW INDUSTRIES - S. Gillett C. CONSIDER AWARDING BID FOR WATER AND SEWER SUPPLY CONTRACT TO LOW BIDDERS MEETING SPECIFICATIONS - S. Kelley 13. ADMINISTRATIVE REPORTS: A. JUNETEENTH CELEBRATION 14. COUNCIL ACTION: 15. EXECUTIVE SESSION - V.A.T.S. - ARTICLES 6252-17, SECTION 2(E), (F), (G), (R) - (LEGAL, LAND ACQUISITION, PERSONNEL, AND CONFERENCE(S) WITH EMPLOYEE(S) TO RECEIVE INFORMATION 16. ADJOURNMENT If during the course of the meeting covered by this agenda the Council should determine that a closed or executive meeting or session of the Council should be held or is required in relation to an item noticed in this agenda, then such closed or executive meeting or session as authorized by TEX. REV. CIV. STAT. ANN. Art. 6252-17(a) (Open Meetings Act) will be held by the Council at that date, hour and place given in the meeting notice or as soon after the commencement of the meeting covered by the meeting notice as the Council may conveniently meet in such closed or executive meeting or session concerning any and all subjects and for any and all purposes permitted by Section 2(c) through Section 2(r), inclusive of said Open Meetings Law, including, but not limited to: Section 2(d) - For the purpose of excluding witness or witnesses from a hearing during examination of another witness. Section 2(e) - For the purpose of a private consultation with the Council's attorney on any or all subjects or matters authorized by law. Section 2(f) - For the purpose of discussing the purchase, exchange, lease or value of real property and negotiated contracts for prospective gifts or donations. Section 2(g) - For the purpose of considering the appointment, employment evaluation, reassignment, duties, discipline or dismissal of a public officer or employee or to hear complaints or charges against a public officer or employee. Section 2 (j) - To consider the deployment, or specific occasions for implementation, of security personnel or devices. Section 2(r) - For the purpose of conferring with an employee or employees of the City, for the sole purpose of receiving information from the employee or employees or to ask questions of the employee or employees; provided, however, that no discussion of public business or City policy that affects public business shall take place between the members of the City Council during the conference. /v A/ sf 0 0--, F. o 0�.— 0 0 MINUTES OF THE REGULAR MEETING OF LA PORTE CITY COUNCIL JUNE 13, 1994 1. The meeting was called to order by Mayor Pro Ten Deotis Gay at 6:00 P.M. Members of City Council Present: Mayor Pro Ten Deotis Gay, Councilpersons Guy Sutherland, Mike Cooper, Bob Thrower, Bob McLaughlin, Alton Porter, Jack Maxwell and Jerry Clarke Members of Council Absent: Mayor Norman L. Malone Members of City Staff Present: Director of Administrative Services Louis Rigby, City Attorney Knox Askins, City Secretary Sue Lenes, Director of Finance Jeff Litchfield, Chief of Police Bobby Powell, Director of Public Works Steve Gillett, Director of Planing Chuck Harrington, Fire Chief Joe Sease, Director of Parks and Recreation Stephen Barr, Purchasing Agent Susan Kelley, Secretary to the City Manager Carol Buttler, Others Present: A number of citizens 2. The invocation was given by Councilperson Alton Porter. 3. Council considered approving minutes of Public Hearing and Regular Meeting May 23, 1994. minutes of May 23 as presented. Second by Councilperson Cooper. The motion carried, 8 ayes and 0 nays. Ayes: Councilpersons Sutherland, Cooper, Thrower, McLaughlin, Porter, Maxwell, Clarke and Mayor Pro Tem Gay Nays: None 4. Council considered approving minutes of Emergency Called Meeting May 31, 1994. Motion was made by Councilperson Clarke to agprove the minutes of May 31 as presented. Second by Councilperson Porter. The motion carried, 8 ayes and 0 nays. Ayes: Councilperson, Sutherland, Cooper, Thrower, McLaughlin, Porter, Maxwell, Clarke and Mayor Pro Tem Gay Nays: None Minutes Regular Meeting La Porte City Council June 13, 1994, Page 2 5. Mayor Pro Ten Gay proclaimed dune 14 as Flag Day. Mr. Bill White received the proclamation on behalf of the American Legion and the Veterans of Foreign Wars. Mr. White stated, "A few weeks ago the American Legion presented awards to the Fire Fighters, EMS/Paramedics and the Police Officer of the Year locally. District 22 of the American Legion encompasses over 120 cities and towns. The City of La Porte Fire Fighter and Policeman have been awarded District Fireman and District Policeman of the Year. La Porte's Paramedic received all 100 votes cast in the district. They are now all three being sent to state competition. Congratulation to our Town." 6. Mayor Pro Tem Gay stated, "Mr. Charles Christensen was to receive a certificate of appreciation tonight, but he was unable to attend the council meeting. Mr. Christensen has been a driving force on the Board of Adjustment, has been a very fair man, and has done a wonderful job. Mr. Christensen has chosen not to serve on the board any longer. We are grateful to Mr. Christensen and people like him who serve on the Board." 7. Fire Chief Joe Sease spoke to Council on behalf of the La Porte, Morgan's Point, and Shoreacres Local Emergency Planing Committee (LEPC). Chief Sease reported that LEPC has purchased and installed a licensed AM Radio Station for the purpose of getting information to the public in the event of an emergency situation such as chemical spills, traffic or weather emergencies. The City will be able to activate the Wailing Siren System and put information on this AM Radio Station. We can cover the City and immediate surrounding areas, informing the public what situation has occurred, and give advice regarding precautions which need to be taken. A massive publicity campaign will take place to inform the citizens and public as to procedures to take in the event of an emergency situation. The number of the Radio Station is 830 AM. In conjunction with this process there is now in place a telephone network system which can call the citizens in the City of La Porte to alert them of any emergency situation which might arise. Our system is the first to be placed on the commercial broadcast band. When not in use for emergency situations the national weather will be broadcast on this 830 AM Radio Station. • Minutes Regular Meeting La Porte City Council June 13, 1994, Page 3 8. There were two citizens wishing to address Council: Mrs. Betty Waters was seeking approval from Council to circulate a petition encouraging retail markets to come to La Porte. The petition seeks to develop local shopping facilities where the needs of our City residents, visitors and persons working in La Porte, might be met without excessive travel. The petition suggests this request will make a wider selection of merchandise sold in the community; increase sales tax revenue; create and expand tax base by constructing additional commercial property within the City; create job availability for the citizens of La Port. Mrs. Waters stated the Planning and Zoning Commission would be supportive to any retail market which wishes to establish in the City of La Porte and asked Council to sign the petition signifying their support in this effort. Mrs. Waters reported this petition will be made available for use to the La Porte Bayshore Chamber of Commerce and SEED to assist them in their efforts to develop local markets. Mayor Norman Malone had signed the petitions when it was presented for Council's review. Mayor Pro Tem Gay, Councilpersons Sutherland, Cooper, Thrower, McLaughlin, Porter, Maxwell and Clarke all signed the petition showing their support in this endeavor. Mr. Greg Sills, representing Ducks Unlimited, and several of the fund raising committee members asked Council's assistance in drawing a name of a winner in a recent fund raising contest held by their organization. A barbecue pit was the prize to be given away. Mayor Pro Tem Gay drew Mr. Tony Box's entry ticket, and Mr. Box was declared the winner. Mr. Sills and the Committee for Ducks Unlimited thanked Council for their assistance in allowing the committee to use the council chambers as the public place to hold the drawing. 9. Council considered a resolution requesting Harris County Commissioners Court to collect an additional fee on every admission to Sam Houston Race Track. Director of Administrative Services Louis Rigby reported to Council the Sam Houston Race Track is located in Harris County but does not lie within the incorporated limits of any city or town at this time. Therefore, pursuant to the Texas Racing Act, the cities of Harris County may request the Harris County Commissioners Court to assess and collect an additional admission on their behalf. If a majority of the cities in Harris County request Commissioner Court to collect the fee, it will be distributed to each city dependent on racetrack attendance and population of the cities and towns in Harris County. Mr. Rigby also advised Council the City of Houston is trying to annex the property where the Race Track is located. Minutes Regular Meeting La Porte City Council June 13, 1994, Page 4 If successful and this comes to pass Resolution 94-04 will be null and void, and the money will no longer be collected by the County. City Attorney read: RESOLUTION 94-04 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LA PORTE REQUESTING HARRIS COUNTY COMMISSIONERS COURT TO COLLECT AN ADDITIONAL FEE ON EVERY ADMISSION TO THE SAM HOUSTON RACE TRACK; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made by,Councilperson Clarke to adopt Resolution 94-04 as read by City Attorney. Second by Councilperson Thrower. The motion carried, 8 ayes and 0 nays. Ayes: Councilpersons Sutherland, Cooper, Thrower, McLaughlin, Porter, Maxwell, Clarke and Mayor Pro Tem Gay Nays: None 10. Council considered ordinance authorizing City Manager to enter into a contract with Commodore Construction Corporation for renovation of Police building. Director of Planning Chuck Harrington led discussion with Council regarding the request. Mr. Harrington reported staff recommends the approval of this contract with Commodore Construction Corporation for the amount $112,400 for the interior remodelling of the jail facility and the creation of a $5,000 contingency account. In addition, the staff recommended to the Council during the FY 1995 Budget process, allocating an additional $56,200 for the exterior remodeling of the jail facility. Council discussed the recommendation and addressed questions to Chief of Police Bobby Powell and Director of Planning Chuck Harrington regarding the repair and improvements to the municipal jail facility. City Attorney read: ORDINANCE 94-1987 - AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA PORTE AND COMMODORE CONSTRUCTION CORPORATION, FOR INTERIOR REMODELING OF THE JAIL FACILITY; APPROPRIATING $112,400.00, PLUS A CONTINGENCY OF $5,000.00 TO FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; PROVIDING AN EFFECTIVE DATE HEREOF. • • Minutes Regular Meeting La Porte City Council June 13, 1994, Page 5 Ordinance nance 94-1987 as read by the City Attorney. Second by Councilperson Cooper. The motion carried, 8 ayes and 0 nays. Ayes: Councilpersons Sutherland, Cooper, Thrower, McLaughlin, Porter, Maxwell, Clarke and Mayor Pro Tea Gay Nays: None 11. Council considered declaring an emergency, ratifying contract with Furlow Services, Inc., and appropriate funds for repairs to sanitary sewer lines on Farrington Boulevard. Director of Public Works Steve Gillett recapped for Council, the collapse of a sanitary sewer line on Farrington Boulevard just behind Rustic Rock and an additional problem one block away on Shell Rock, involving a cross connection between sanitary sewer and a storm sewer. Mr. Gillett asked Council to declare an emergency and authorize the repairs to sanitary sewer lines on Farrington Boulevard, as outlined in the contract dated May 24, 1994, by Furlow Services, Inc., and appropriate $32,500 from available utility funds for the repairs. Farrington Boulevard. Second by Councilperson Cooper. The motion carried, 8 ayes and 0 nays. Ayes: Councilpersons Sutherland, Cooper, Thrower, McLaughlin, Porter, Maxwell, Clarke and Mayor Pro Tem Gay Nays: None 12. Council considered the Consent Agenda as follows: A.) Consider declaring B&G Chemicals & Equipment Co., Inc. sole source for Scourge and Orchex Oil, and authorize purchase of these items for City of La Porte mosquito control program; B.) Consider awarding semi-annual contract for plastic garbage bags to Arrow Industries; C.) Consider awarding bid for water and sewer supply contract to low bidders meeting specifications. Motion was made by Councilperson McLaughlin to ani,rove the Consent Agenda as Rresented. Second by Councilperson Thrower. The motion carried, 8 ayes and 0 nays. • • Minutes Regular Meeting La Porte City Council June 13, 1994, Page 6 Ayes: Councilpersons Sutherland, Cooper, Thrower, McLaughlin, Porter, Maxwell, Clarke and Mayor Pro Ten Gay Nays: None 13. Administrative Reports were presented by Director of Administrative Services Louis Rigby: A. Mr. Rigby reported Juneteenth celebration begins tomorrow, Tuesday, with Career Day; Wednesday, Child's Extravaganza; Thursday, Softball game; Friday, Community Reunion; Saturday morning, a parade and festivities at Sylvan Beach Park all day; Sunday, Services at Jeanie Riley Civic Center. B. Mr. Rigby reported the Port of Houston Authority has invited the City of La Porte to be their guest at dinner aboard the PortIsinspection vessel, the M/V Sam Houston, on Thursday, June 23, 1994. Departure time 6:00 P.M. with an approximate return at 8:00 P.M. Councilperson Porter reported this conflicts with the Chamber of Commerce Hamburger Cook -Out. Mayor Pro Tem Gay asked Council to let the City Secretary know who intends to attend each activity. C. Mr. Rigby introduced the new Parks and Recreation Director Stephen Barr. Mr. Barr is attending his first City of La Porte Council meeting this evening. Council all welcomed Mr. Barr. 14. Councilpersons McLaughlin, Cooper, Sutherland, Porter, Maxwell and Mayor Pro Tem Gay all brought items to Council's attention. Councilperson Sutherland asked City Attorney Askins if anything could be done to bring the remaining Industrial District Contracts to Council for a vote. Mr. Askins stated, "We do have letters of intent, and the hold up on most of these has been because we put a more severe requirement on them this time for platting, as our plat files were not as good as we would have liked for them to have been. We have the metes and bounds descriptions, and we have actually sent some back or held some up from bringing them to you because they were not complete. We will have two for the next meeting. We are calling the others about once a week or ten days to get them in." Minutes Regular Meeting La Porte City Council June 13, 1994, Page 7 15. Council adjourned into executive session at 7:18 P.M. under V.A.T.S. Article 6252-17, Section 2(E) - (Legal), to receive a report from City Attorney regarding pending lawsuit(s). Council returned to the table at 8:02 P.M., with no action taken. 16. There being no further business to come before the Council, the meeting was duly adjourned at 8:02 P.M. Respectfully submitted, Sue Lenes, City Secretary Passed and Approved this the 27th ay of June, 1994 No an L. Malone, Mayor Office of the A?ayor fl ID1I ®Prptt� I The American Flag is a symbol of democracy and freedom; and WHEREAS, Flag time has come to honor this symbol of freedom by the observance of a special day, g Day, June 14th, and WHEREAS, June 14th is the 217th birthday of the Stars and Stripes and we should show respect on her day; and WHEREAS, each year on Flag Day special honor is paid to our nation's symbol "Old Glory",- and WHEREAS, our flag is the inspiration for all Americans and as long as she waves proudly, she will be the symbol , jbr Freedom and Justice fnr AIL NOW, THEREFORE, I, NORMAN L. MALONE, MAYOR of the City of La Pone, do hereby proclaim June 14t14 1994, as FLAG DAY in the City of La Porte, and urge all citizens to recognize the American Flag as the symbol of peace and freedom Jbr all mankind IN WITNESS WHEREOF, I have hereunto set my hand and caused the Seal of the City to be affued hereto, this the 13th day of June, 1994. CITY OF LA PORTE /" /-- A, ormah—L Malbae', Mayor P 6/o �� eo r �3w��� � � � y �•� �sy �� �: :„?ems ..:v �zw . ��n '�y�€ia��: ~ '•t• Lam' ' J J� f .w1� 4 r" A JI j� sI►.;: aC Jr � fpRt � -... 1 N �..� � i� �tr � i'�.. w4 � �t « r�,,,�(+�,r ,y� I► }Q '� '1 �+'^' l�FA'.xA�,.}�iK' �a:.FY""'�'e"�d"�� �� ��-�RL ��x'•tif •il 1 W �/�j�.� � � :, 1'3y�Ay� � Y 'S 15 i � n .. C.'15�N` :r 9h:� n7/A7w. ♦',�c,'.,,, �'� 'Y1H� • f s.. ': R.GI'a"�. -.� � '. q�r�`..:.. Qom, .'?Y�!d>, _,,.,. <, �,ka3+..i�. .. nl_b'r+Y�A��.. .st�'�'.��rifC.ar... ,. _is«�.a: _.. .„r .. _.. �'�� ••.6er�::. �"Q_�. .._.Bi:.. .. .a:.�r. ��ta. .., ..e.:'n�..:.t�. �� li Ci__ `.. -- � iTHp th �t S.A. 0 9 z OLOCAL AM RADIO STATIOV WED 343 The La Porte, Morgan's Point and Shoreacres LEPC has purchased and installed a licensed AM radio station for Information to the Public. Goal Emergency News Station 830 AM was established to inform the citizens of area emergencies and actions to take. In the event of a chemical or transportation emergency, the emergency sirens will be sounded. Citizens should go inside and tune their radio to 830 AM for information and instructions. Messages will be updated as accurate details become available. By using 830 AM as the means to inform the citizens, we will be able to reach more homes and businesses quicker and not tie up the municipal phone systems. Citizens should refrain from calling the City numbers or 911 for information. We will transmit the information as quickly as we know it. During non -emergency periods 830 AM will broadcast NOAA weather information. Also the cities will have the capability of broadcasting significant traffic information as needed. This will hopefully reduce the number of phone calls to the Dispatchers office during major traffic incidents. In addition the capability to broadcast public service announcements by the cities and the school district are available. Radio Information The radio broadcasts on 830 AM. The transmitter site is located at the Lubrizol plant on Bay Area Boulevard. This site was chosen due to its central location to the entire Bay Area and Lubrizol graciously volunteered to allow the radio to be placed there. Our thanks go out to Lubrizol for their total commitment and hospitality in allowing the transmitter and antenna to be located at their Bayport facility. Also deserving thanks to Lyondell Channelview Communications group for advise and assistance in planning and purchasing the equipment. Transmitter power is 10 watts. This radio is limited to the local area and is for the purpose of transmitting emergency or public information to the citizens and travelers in the area. The minimum range is 2.5 miles, but will transmit much further. The station can be heard in Texas City and well north of the Ship Channel. June 6, 1994 To The Honorable Mayor And Councilpersons City of La Porte, Texas Dear Norman, Enclosed You will find a petition encouraging retail markets to come to La Porte. I hope you and the Council will agree to support the petition. I would appreciate the opportunity to address Council at the June 13th meeting concerning this petition and how and why it has come about. Sincerely, vAn4; i ,a%- Petition In order to:develop local shopping facilities where the needs of our}city residents and visitors can be met without excessive travel, and In order to make a.wider selection of merchandise and items not now sold in the community available locally to the residents of LaPorte, and In order to increase the sales tax revenue of - the City of LaPorte, and In order to create an expanded tax base by constructing additional commercial proPerty within the City, and In order to increase the number of Jobs available for the citizens of LaPorte, therefore: We the undersigned citizens who live, work, and play in the City of LaPorte respectfully request the establishment of your business in our community. We have a need for your goods and services and feel that a local market exists which will make your operations profitable. We certify that the signatures attached to this.petition are homeowners and renters who.reside within the city as well as persons who do not reside here but work here and would like to shop in your. establishment. Our Mayor and City Councilpersons have read and given support to this petition prior to its circulation as noted below. , /I _ Mayor Norman Malone Councilperson Alton Porter Councilperson Bob McLaughlin Councilperson Guy Sutherland Councilperson Mike Cooper Councilperson Bob Thrower. Councilperson Deotis Gay Councilperson Jack Maxwell Councilperson Jerry Clarke • 0 2 gnature Address 3 0 Own en if W Work RESOLUTION NO. 94-04 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LA PORTE REQUESTING HAMS COUNTY COMMISSIONERS COURT TO COLLECT AN ADDITIONAL FEE ON EVERY ADMISSION TO THE SAN HOUSTON RACE TRACK; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. WHEREAS, the Texas Racing Act states that "if [a] racetrack is not located within an. incorporated town, the [county commissioners] court may collect an additional [admission] fee not to exceed fifteen cents ($0.15) if requested to do so by the governing bodies of a majority of the incorporated cities and towns in the county." Tex. Rev. Civ. Stat. Ann. art.- 179e S6.17 (Vernon 1993); and WHEREAS, such additional fee will be allocated based upon the population within the county of the cities or towns; and WHEREAS,,. the Sam Houston Race Track is a licensed racetrack that is located in Harris County, Texas and lies outside the incorporated limits of any city or town; and WHEREAS, the City of La Porte is located, in Harris County, Texas, and WHEREAS, the City Council of the City of La Porte desires to request the Harris County Commissioners Court to collect the additional fee as allowed by law on its behalf. NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LA PORTE, TEXAS; Section 1: That the City Council of City'of La Porte hereby requests the Commissioners - Court of Harris County, Texas, to collect an additional fee, not to exceed fifteen cents ($0.15) , for admission into the Sam Houston Race Track pursuant to the Section 6.17 of Texas Racing Act. Tex. Rev. Civ. Stat. Ann. art. 179e S6.17 (Vernon 1993). Section 2: This resolution shall take affect immediately from and after its passage by the City of La Porte. PASSED AND APPROVED this 13th day of June, 1994. CITY OF LA PORTE I�orsQarr-fir.--i�iaioae; -�or- ATTEST: Deotis Gay, Mayor Pro Tem Sue Lenes, City Secretary • E CITY OF BAYTOWN 0 2 1994 2401 MARKET P.O. BOX 424 BAYTOWN, TX 77522-0424 (713) 422-8281 FAX (713) 420-6586 June 1, 1994 Ms. Sue Lenes City Secretary P. O. Box 1115 La Porte, Tx. 77571 Dear Ms. Lenes: RE: HOUSTON RACEWAY TRACK COLLECTION FEE Attached is some information on a resolution recently passed by the City of Baytown. We are asking cities and towns in Harris County to adopt a similar resolution in order to request Harris County Commissions Court to collect the Houston Race Track fee consistent with Section 6.17 of the Texas Racing Act. A majority of the incorporated cities and towns in Harris County must request the collection fee before it becomes effective. Per Wayne Riddle, the Mayor and Council Association will vote on submitting a resolution to the County Commissioners at the "Boat" meetings on June 16 and 23. We realize there is not a lot of money involved (but every little helps) and when the City of Houston annexes the race track we will no longer be eligible for the revenue. We appreciate your support. Sincerely, C� Pete C. Alf ro Mayor cm/mayor/letters/HstRacewayTrack Attachments Section 6.17 of the Texas Racing Act provides, in part, that "if [a] racetrack is not located within an incorporated city or town, the [county commissioners] court may collect an additional [admission] fee not to exceed fifteen cents ($0.15) ... if requested to do so by the governing bodies of a majority of the incorporated cities and towns in the county." Tex. Rev. Civ. Stat. Ann. art. 179e §6.17 (Vernon 1993). The new Sam Houston Race Track is located in Harris County, but does not lie within the incorporated limits of any city or town at this time. Therefore, pursuant to the Texas Racing Act, the cities of Harris County may request the Harris County Commissioners Court to assess and collect this additional admission on their behalf. If a majority of the cities in Harris County request Commissioners Court to collect the fee, it will be distributed to each city. The amount each City receives depends on racetrack attendance and your population. There is not a lot of money involved and after the City of Houston annexes the racetrack we will no longer be eligible for the revenue. Please consider adopting a resolution and forwarding it to Commissioner's Court. cm/mayor/letters/Racetrack • • l0 • REQUEST FOR CrrY COUNCI&ENDA ITEM Agenda Date Requested: June 13. 1994 Requested By: Charles Harrington W Department: Planning Report Resolution XX Ordinance Exhibits: 2. Letter from Architect Ordinance �. Bid tabulations 5. Bid Schedule/Bidder's List !�. Letter with proposed split of project • , �� _ ,I7t�•I�a During the 1993-94 Budget Process, Council authorized the repair and improvement to the municipal jail facility. The architectural firm of Ray & Holiington prepared drawings that included the renovation of the facility for life safety concerns found during earlier reports on the facility. The architects's original estimate produced for the proposed renovation came in approximately 25% under the budgeted $ 100,000 for the project. With this encouraging news, several items were added to the project including a sallyport for the handling of arriving prisoners, relocation of emergency exit stairs and relocation of the generator room. With these additions, the project was bid on May 2, 1994. The City received 5 bids with a low bid of $167,000 from the firm of Commodore Construction Corporation. Staff feels that the bids are competitive. The bids are closely grouped as the spread between the low and high bid is 12%. Unfortunately, the low bid exceeds available funds by 67%. Staff then reviewed options that would allow the project to proceed. The option recommended by staff is to delete all exterior work from the contract which includes the sallyport, relocation of the exit stair, and the relocation of the generator. Accordingly, staff had the low bidder prepare such a deletion and then establish the cost to add these to the contract in the future. With this provision in place, the project's additional cost could be considered in the new budget year and the deleted work items added back to the contract prior to closeout. The attached letter from the architect reflects that proposal. The proposed price for the interior remodeling of the jail facility is $112,400. At a period in the future within a 120 day window, the City could request an addendum to the contract in the amount of $ 56,200 to add the deleted items to the contract. Recommendation The $ 100,000 originally budgeted has earned approximately $ 9,8W in interest which could be applied to this project. After architectural fees have been paid there will be approximately $ 101,800 available for construction. The staff recommends the approval of a contract to Commodore Construction Corporation in the amount $112,400 for the interior remodeling of the jail facility and the creation of a $ 5,000 contingency account. In addition, the staff recommends that the Council during the FY 1995 Budget process consider allocating an additional $ 56,200 for the exterior remodeling of the jail facility. Action Required by Council: Approve an ordinance authorizing the City Manager to enter into a contract with Commodore Construction Corporation and execute Change Order No. 1 establishing a contract price of $112,400 for the interior renovation of the municipal jail facility and further authorizing that a contingency in the amount of $ 5,000 be established. Change Order No. 1 is to establish the above prices for adding the exterior remodeling to the project. This ordinance would also authorize the appropriation of $ 17,400 from the Capital Improvement Fund Contingency for this project. Availability of Funds: _ General Fund _ Water/Wastewater xX Capital improvement _ General Revenue Sharing Other Account Number: 015-672-500-510 Funds Available: �C _YES NO City Manager 0 • ORDINANCE NO. 94-1987 AN ORDINANCE APPROVING AND AUTHORISING A CONTRACT BETWEEN THE CITY OF LA PORTE AND COMMODORE CONSTRUCTION CORPORATION, FOR INTERIOR REMODELING OF THE JAIL FACILITY; APPROPRIATING $112,400.00, PLUS A CONTINGENCY OF $5,000.00 TO FOR SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO TIE SUBJECT; FINDING COMPLIANCE WITH TIE OPEN MEETINGS LAW; 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 $100,000.00 from the Capital Improvement Account No. 015-672-500-510 to fund said contract, and the transfer of an additional $17,400.00 from the Capital Improvement Contingency Fund. 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 P • ORDINANCE NO. 94- 1987 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 13h day of June, 1994. ATTEST: Sue Lenes, City Secretary CITY OF LA FORTE By: Mayor Deotis Gay, Mayor Pro Tem ro hitects 4 May 1994 Mr. Charles Harrington Planning Director, City of La Porte 604 Fairmont Parkway La Porte, Texas 77571 Dear Chuck: Attached you will find a tabulation of the bids received Monday, 2 May 1994 for the renovation of the City of La Porte jail Facility. Bids were received from five of the seven general contractors who attended the prebid conference. With the exception of the Cim-Tex bid which was not submitted in triplicate as required, the bids appear to be in order. Commodore Construction who submitted the low bid of $167,000 / 120 days has previously worked with the city. They recently completed the Municipal Court project with us and performed admirably. Unless the time 30 day time differential between the low and second bidder (Mesa Southwest, $173,813 / 90 days) is critical, I recommend the city proceed with Commodore Construction. Sincerely, Richard P. Hollington III, AIA Ray & Hollington Architects, Inc. • 2365 Rue Boulerani Suite 202 . Houston. Texas 77005 • 713 521-a13t CITY OF LA PORTE TAIL RENOVATION Bid Tabulation 2 May 1994 RHA Project # 9358 Contractor Addenda 1-3 Base Bid Days Extra Work Sub List Complete Bid Bond Attached CIM Tex Construction 177,311 120 15 GC / 10 SC Commodore Construction 167,000 120 20 GC / 10 SC Firemen Construction 187,000 180 15 GC / 10 SC Mesa Southwest Construction Corp. 173,813 90 15 GC / 10 SC Pelletier Construction of Texas 184,900 120 15 GC / 10 SC RTG Building Co. _ NO BID_ Average Bid: 178,004 • " hitects 31 May 1994 Mr. Charles Harrington Planning Director, City of La Porte 604 Fairmont Parkway La Porte, Texas 77571 Re: La Porte Jail Renovation Dear Chuck: Attached is a copy of a letter from Mr. John Benes of Commodore Construction Corp. regarding the division of the jail renovation work into two phases. He has separated the interior and exterior work into packages. Deleting the exterior work (sallyport, relocation of generator, stair renovations, etc.) deducts $54,600 leaving $112,400 ($167,000 - $54,600) for the phase one interior work. The remobilization cost of $1,600 seems very reasonable. If this is a workable situation I would propose writing an addendum to create an alternative for the exterior work with a deadline for owner initiation of the alternate work. Let me know your thoughts on this issue and we will proceed accordingly. Sincerely, i� Richard P. Hollington II AIA RH/rlh Enclosure Ray & Hollington Architects. Inc. - 2365 Rice Boulevard State 202 - Houston. Tern; 77005 - 71:3/524-6131 FAX 713 694 071.1 COMMODORE CONST, POI • •- COMMODORE CONSTRUCTION CORP. 55 Lyerly, Suite 100 Houston, TX 77022 Phone 004-9071 May 25, 1994 Fax 694-0714 Mr. Rick Hollington Ray & Hollington Architects 2365 Rice Blvd. ;uito 202 Houston, Texas 77005 RE: City of LaPorte Jail Renovation Dear Rick: As per your request to delete the exterior portion of the above referenced Vruject which includes tho sally Port, existing Generator Shed, stairway and new Generator room please deduct a total of $54,600.00. . In order to remobilize and bring in additional materials we need to add *L,600.00. Please feel free to call if you should have any questions. Olin Benes resident 0 . LA PORTE POLICE STATION/JAIL RENOVATIONS Bid Schedule * 1st Advertisement April 10, 1994 * 2nd Advertisement April 17, 1994 Pre -Bid Conference April 19, 1994 10:00 A.M. Open Bids May 2, 1994 4:00 P.M. Present to Council May 9, 1994 Notice to Bidders faxed to the following: Commodore Construction Marcus Thomas and Company Frost Constructors Moore & Moore General Contractors Force Corporation Derk Harmsen Construction Company Follis Construction, Inc. * Houston Chronicle * Bayshore Sun Dodge Reports Associated General Contractors Construction Directory, Inc. 0 • II R'EQMST FOR CITY COUNCIL A END TEM 1W 10 Agenda Date Requested: June 13. 1994 Requested By: S. Gillett Department: Public Works XXXX Report Resolution Ordinance Exhibits: Contract for Sewer Repairs Proposal Tabulation SUMMARY & RECOMMENDATION On April 29, 1994, the Public Works Department discovered a collapsed sewer on Farrington Blvd. at Rustic Rock. Subsequent investigation revealed an additional cross connection between the sanitary and storm sewers on Farrington at Shell Rock. Because of the possibility of collapse of both sewers, the City Council was informed that quotes would be solicited from contractors for the emergency repairs. The repair of the collapsed sewer on Rustic Rock was not deemed economical. An alternative was developed to replace the collapsed line at a shallower depth, which reduced costs and the potential for service disruptions. Additional work, if required, will remove a larger area of pavement on Farrington, if the street is determined to be undermined by the collapse. The cross connection on Shell Rock will be routed to avoid the large storm sewer serving this area. Quotes were solicited from five (5) tabulation of the quotes received. Services, Inc., for a total cost of executed by the contractor and the beginning May 31, 1994. The work j (2) weeks. area contractors. Attached is a bid Low quote was submitted by Furlow $32,500. A contract was prepared and city on May 24, 1994, with work s anticipated to take approximately two Action Required by Council: Declare an emergency and authorize the repairs to sanitary sewer lines on Farrington Blvd., as outlined in the contract dated May 24, 1994, by Furlow Services, Inc., and appropriate $32,500 from available utility funds for the repairs. Availability of Funds: General Fund Capital Improvement XXXX Other Account Number: CitKi ManagAr Water/Wastewater General Revenue Sharing Funds Available: X_YES NO ? - elfl'q el - a DATE CITY OF LA PORTE BID TABULATION EMERGENCY SANITARY SEWER REPAIR FAIRMONT PARK — HCFCD LINE REPLACEMENT & FARRINGTON POINT REPAIR C NTRACTOR BASE BID A BASE BID B 11 TOTAL BASE BID ALTERNATE TOTAL BID FURLOW S VIC INC. .00 � I S31jQQ. oll $1 .00 32 500. H2O SERVICES INC. $27,625.W 9 000.00 $36,625.00 2 324.00 38 949.00 [PAS —K CONSTRUCTION INC IR L UTILITIES INC. 11 FORCE CORPORATION $47. 400.00 M.672.001 9.382.9011 1 $22-000.00 16 961.00 64 871.31 11 74 400.00FINCLUDgQ 48 633.00 INCLUDED $6,259.0011 64 871.31 $74 400.00 $54,892.00 # DISCOUNTED TOTAL IF BOTH REPAIRS ARE MADE BID A — REPLACEMENT OF 680 FT 6` SANITARY SEWER • BID B — POINT REPAIR OF 8" SANITARY SEWER ALTERNATE — ADDITIONAL CONCRETE STREET REPLACEMENT — BID A THE STATE OF TEXAS COUNTY OF HARRIS THIS AGREZIENT is dated as of the 94( Ik day of May, 1994 by and between the City of La Porte, a Municipal Corporation of Harris County, Texas (hereinafter called OWNER) and Furlow Services, Inc., a Texas Corporation (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants herein set forth, agree as follows: Article 1. WORK. 1.1 CONTRACTOR shall complete all work as specified in the Contract Documents, which include: a. this Agreement, (attached hereto as Exhibit "A"); b. the plans (two (2) plan sheets and CLP Standard Sanitary Sewer Details, all of which are attached hereto as Exhibit "B"); C. CLP Construction Specifications (attached hereto as Exhibit "C"); and d. the Contractor's Proposal dated May 16, 1994, together with amendments thereto (attached hereto as Exhibit "D"). 1.2 The Work (sometimes hereinafter referred to as the "Project") is generally described as follows, to -wit: a. Replacement of approximately 680 feet of six-inch (6") sanitary sewer, along HCFCD Unit B106-02-00, including concrete removal and replacement on Farrington Blvd. b. Repair and replacement of approximately 25 feet of eight -inch (811) sanitary sewer line on Farrington Blvd. at the conflict with the existing storm sewer system, including any required concrete removal and replacement on Farrington Blvd. C. Removal and replacement of concrete pavement to construction joints, according to City of La Porte specifications, if ordered by OWNER. 1.3 No changes or additions to the Project shall be made without OWNER first authorizing same in writing. CONTRACTOR shall not be entitled to an increase in the Contract Price unless an appropriate change order is 1 first signed by OWNER authorizing said increase in the Contract Price. Article 2. TIME IB OF THE ESSENCE. 2.1 CONTRACTOR understands that the Project is work of an emergency nature,.and CONTRACTOR further agrees that it will faithfully prosecute the Work diligently to completion. Time is of the essence in the completion of the Project, and, as an inducement to OWNER, CONTRACTOR represents and warrants that it is able to marshal all manpower and assets necessary to commence work at the site immediately upon approval of this Agreement. Further, CONTRACTOR agrees to restore any concrete pavement removed as a part of the Work, as soon as practical, but in no event later than ten (10) days after completion of the Work under the paved portions of Farrington Blvd. Article 3. CONTRACT PRICE. 3.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the amounts determined pursuant to paragraphs 3.1 and 3.2 below: a. for all Work described in Article 1.1, a lump sum of: TWENTY-SEVEN THOUSAND AND N01100 DOLLARS $27,000.00 b. for all Work described in Article 1.2, a lump sum of: FOUR THOUSAND FIVE HUNDRED AND N0/100 DOLLARS S 4,500.00 C. Total of 3.1 and 3.2: THIRTY-ONE THOUSAND FIVE HUNDRED AND N01100 DOLLARS d. for all Work described in Article 1.3, a lump sum of: ONE THOUSAND AND N01100 DOLLARS e. TOTAL BID: (3.3 and 3.4): THIRTY TWO THOUSAND FIVE HUNDRED AND N0/100 DOLLARS Article 4. PAYNENT PROCEDURES. 2 $32,500.00 • • 4.1 Upon final completion and acceptance of the Work, and upon CONTRACTOR submitting to OWNER evidence in the form of an affidavit, that all bills owed by CONTRACTOR for labor, materials, and equipment associated with the PROJECT have been paid, OWNER shall then undertake to pay the amount provided in Article 3.3 or 3.5. No partial payments are contemplated in this agreement. 4.2 The making and acceptance of final payment will constitute a waiver of all claims by CONTRACTOR against OWNER. Article S. CONTRACTOR'S REPRESENTATIONS. 5.1 The CONTRACTOR makes the following representations to the OWNER: a. CONTRACTOR has examined and carefully studied the Contract Documents, given the OWNER notice of all conflicts, errors, ambiguities, or discrepancies discovered by CONTRACTOR, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 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, performance, or furnishing 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, performance, or furnishing of the Work. d. CONTRACTOR is a corporation duly organized and existing under the laws of the State of Texas. Joe M. Furlow, Vice President, has full corporate authority to enter into this Agreement and to obligate CONTRACTOR to the terms and conditions stated herein. CONTRACTOR is not in bankruptcy, or any other reorganization, either voluntary or involuntary, that affects its ability to perform the services contemplated in the Agreement. Article 6. INSURANCE. 6.1 The CONTRACTOR shall furnish proof of insurance in the following minimum amounts: 3 • • General Liability: Commercial General Liability General Aggregate Personal Injury Each Occurrence Automobile Liability: Combined Single Limit Excess Liability: Umbrella Each Occurrence Each Aggregate Workers Compensation: Article 7. MISCELLANEOUS. $1,000,000.00 $1,000,000.00 $1,000,000.00 $ 500,000.00 $1,000,000.00 $1,000,000.00 Statutory 7.1 In the event that any portion of the Contract Documents ,are found invalid or unenforceable, the invalid or unenforceable portion shall not affect the validity or enforceability of any other portion of the Contract Documents. 7.2 This Agreement has been negotiated between the two parties, with both having benefit of legal counsel, and this Agreement is not to be construed against either party due to draftsmanship of Agreement. 7.3 The headings herein set forth are for convenience only, and shall have no significance in the interpretation hereof. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in multiple counterparts, each of which shall be deemed an original, this theme day of May, 1994. THE CITY OF LA PORTE By: 76?4u ►� T • WLv.&� Robert T. Herrera, City Manager (SEAL) ATTEST: Sue Lenes, City Secretary 4 FURLOW SERVICES, INC. By: aL.0 " ablb. Furlow, Vice President 5 ISSUE AMINO.AMINO.DATE MMIDO/YY ) CERTIFICA OF INSURANCL 01. / O 1 / 199 4 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Calvin . Kin-, Insitrance Services POLICIES BELOW. 100 E. 1 i t h Street. Suite 204 COMPANIES AFFORDING COVERAGE iFort Worth, Texas 76102 COMPANY A LETTER CREDIT GENERAL INS. CO. OF TEXAS COMPANY i f INSURED LETTER Odyssey Services. Inc. COMPANY C LETTER 310 S. Industrial Blvd. COMPANY D Euless. TX 76040 LETTER Re:Furlow Services, Inc. COMPANY E. LETTER COVERAGES, THIS IS TO CERTIFY THAT THE POLICIESOFINSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MM/DDIYY) DATE (MM/DDIYY) GENERAL LIABILITY GENERAL AGGREGATE S COMMERCIAL GENERAL LIABILITY PRODUCTS•COMPIOP AGG. $ CLAIMS MADE OCCUR. PERSONAL 3 ADV. INJURY S OWNER'S d CONTRACTOR'S PROT. EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED. EXPENSE (Any one person) $ j AUTOMOBILE LIABILITY COMBINED SINGLE $ ANY AUTO LIMIT I ALL OWNED AUTOS BODILY INJURY $ j SCHEDULED AUTOS (Per person) i HIRED AUTOS BODILY INJURY S NON -OWNED AUTOS (Per accident) i GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ i UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM ! STATUTORY LIMITS I WORKER'S COMPENSATION EACH ACCIDENT $1 , 0 0 0, 0 0 0 A AND TW C 2 0 0- 0 0 9- 01 ' 1/ 1/ 9 4 1/ 1/ 9 5 DISEASE —POLICY LIMIT $1 , 0 0 0, 0 0 0 EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE $1. 0 0 0, 0 0 0 OTHER i 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS j CERTIFICATE:: HOLDER CANCELLATIOW I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Attn: Don Pennell MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE I C ) ' �' c `l P o r + e LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY,DF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. D.O. Box P, i :.. k 7^ 7 7 1 t L<. � • T_ 5 -1. AUTHOR RE RESE14TATIVE vin N. King i i ACORD 254 (7/90)- .: VACORD�CORPORATION 19901 ISSUE DATE (MM/DD/YY) a/:111:11. CERTIFICA ; OF` INSURANCE 01 / 01 / 19 9 4 PRODUCER CERTIFICATE IS ISSUED A A MA OF INFORMATION ONLY AND S NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE EDOESOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Calvin N. King Insurance Services S BELOW. 100 E . 15 t h Street, Suite 204 COMPANIES AFFORDING COVERAGE Fort Worth, Texas 76102 COMPANY A LETTER CREDIT GENERAL INS. CO. OF TEXAS COMPANY B INSURED LETTER Odyssey Services, Inc. COETTERYC 310 S. Industrial Blvd. COMPANYD Euless, TX 76040 LETTER Re:Furlow Services, Inc. COMPANYE I LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, i EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. i LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ CLAIMS MADE OCCUR. PERSONAL & ADV. INJURY $ OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE S FIRE DAMAGE (Any one fire) $ MED. EXPENSE (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE $ LIMIT ANY AUTO i ALL OWNED AUTOS BODILY INJURY $ 1 SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY 3 NON -OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ j EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT S 1, 000, 000 A AND TW C 2 0 0- 0 0 9- 01 1/ 1/ 9 4 1/ 1/ 9 5 DISEASE —POLICY LIMIT $1 , 0 0 0, 0 0 0 EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE $1 , 0 0 0, 0 0 0 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS CERTIFICATE" HOLDER U U, Z I U 6 CANCELLATION; SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Attn: Don Pennell EXPIRAT16N DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1 " DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City Of La Porte LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. P.O. Box 1115 La Porte, TX 7 7 5 7 2- 1 1 1 5 AUTHORIZE EP SENTATIVE V 1 n N. King w. ACORD 25-S (7/90) CACORD''CORPORATION 1990 I CERTtF1CA' Q I ISU � / ../94 L`SR MD:: ISSUE DATE (MMIDO/YYI tl!tTh�.t� 4. 0 5 18 PRODUCER I flla i.cn r mein r c to Iaaucv ma h mm r r cn ur nerunmm I wre vnL i Pareu CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Hotchkiss Insurance Agency, Inc DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 2550 N. Loop West Ste. 850 POLICIES BELOW. Houston TX 77092 COMPANIES AFFORDING COVERAGE ............... ............. .... .... ............... ............. ........................................................ ........... ................................... . 713-956-9800 COMPANY A Alpine Insurance Company LETTER P mP Y ........................... ...... ... ...... ............................................ .......... ...................................................... ................. CLOD Y B Gainsco County Mutual Ins Co INSURED :................................ ......................................... ............................................................................................. . COMPANY C LETTER ........................................................................................................................................................ I ............. COMPANY D Furlow Services, Inc. LETTER P.O. Box 853............. ................................ ..._............................................... .................................................................. La Porte TX 77572 cR Y E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ..................... .... .......... ... ........................................... ........................ .................................. ............. .......... ............... ...................... ........... .............................................................................. ........ CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR: DATE(MMIDDIYY) DATE (MMIDD/YYl GENERAL LIABILITY GENERAL AGGREGATE i 10 0 0 0 0 0 ........................ I............................................................... A XCOMMERCIAL GENERAL LIABILITY ACO2568 11/24/93 11/24/94 PRODucrs.CDMP/OPAGO. 1000000 ...... .................. .......... ........... ...:....................................... """'''`'' CLAIMS MADE: X OCCUR.: PERSONAL & ADV. INJURY $1000000 ;:: . ::........;................................................................................ OWNER'S &CONTRACTOR'S PROT. EACH OCCURRENCE : 4 1000000 ....................... . ............. I ........... ........... . ........... FIRE DAMAGE (Arty one fire) 050000 ......................................... _......................... . ......... ................................................ . MED. EXPENSE (Any one Dereoni a 5 0 0 0 AUTOMOBILE LIABILITY COMBINED SINGLE B...... GBA002529 12/13/93 12/13/94 1 ANY AUTO LIMIT : ! 000000 .................................................. ........ ... . ALL OWNED AUTOS BODILY INJURY g SCHEDULED AUTOS (Per person) ............................................................... . X HIRED AUTOS - BODILY INJURY (Par accident) 0 X NON -OWNED AUTOS GARAGE LIABILITY PROPERTY DAMAGE 0 OTHER I DESCRIPTION OF OP9RATIONSILOCATIONMEHICLES/SPECIAL ITEMS City of LaPorte ATTN: Don Pennell P O Box ills La Porte TX 77572-1115 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAI URE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF IWY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 0 IOMF REOMMST FOR CITY COUNCIL AGEND TEM Agenda Date Requested: June 13. 1994 Requested By• S. Gille t Department: Public Works XXXX Report Resolution Ordinance Exhibits: Recommendation from Purchasing SUMMARY & RECOMMENDATION The City of La Porte has converted it's mosquito control program from the use of malathion to Scourge. Malathion is toxic to fish, wildlife and bees, and is extremely corrosive. The City Council approvedthe use of Scourge on August 27, 1990. Scourge is a sole source item, manufactured by Roussel Uclaf Corporation, and is available only through B&G Chemicals Co., Inc, the sole distributor in the state of Texas. Over the past four (4) years, Scourge has proven to be a more effective chemical for mosquito control. It is odorless, non -corrosive and non -toxic to fish, wildlife and bees. It has a quicker effect on its target, and degrades in sunlight in four hours. Finally, based on dilution ratios, it is more cost-effective than malathion. Using estimated quantities, the total annual cost to the City is $13,281, using 45 gallons of Scourge and 600 gallons of solvent. This represents a 4% increase over last year's pricing. A total of $16,469 is available in the Street Division's operational budget. Action Required by Council: Declare B&G Chemicals & Equipment Co., Inc. the sole source for Scourge and Orchex Oil, and authorize the purchase of the items for the unit prices quoted, at an annual cost not to exceed $13,218.00. Availability of Funds: XXXX General Fund Water/Wastewater Capital Improvement General Revenue Sharing Other Account Number: 001-700-701-207 Funds Available: X�_YES NO • • CATTY OF LA PORTE INTER -OFFICE MEMORAP MAY 25, 1994 TO: STE'VE GILLETT, PUBLIC WORKS DIRECTOR FROM: SUSAN KELLEY, PURCHASING AGENT,4t 3UBJ: SCOURGE - B & G CHEMICAL Per your request, I contacted B & G Chemical to negotiate the price of Scourge and carrying oil. Their salesman, Rick, quoted the following prices: DESCRIPTION Scourge Carrying Oil UNIT EXTENDED QTY PRICE PRICE 45 gal $250.40 $11,268.00 600 gal $ 3.25 $ 1,950.00 This is a total cost of $13,218.00 for the above quantities. This is a 4% increase over last year's price. If you need more information, please contact me. REOMST FOR CITY COUNCIL AGENDhNITEM Agenda Date Requested: June 13. 1994 Requested By: S. Gi lett Department: Public Works XXXX Report Resolution Ordinance Exhibits: Purchasing Recommendation and Bid Tabulation SUMMARY & RECOMMENDATION Sealed Bid #0593 for the semi-annual purchase of 132,000 lbs of plastic garbage bags were opened on May 23, 1994. This contract is for the bag handout scheduled for July 25th through August 12th, which requires a delivery date by July 20th. Bid requests were sent to six (6) vendors, with three (3) returning bids. Low bid was submitted by Arrow Industries in the amount of $0.36 per lb. for a total bid of $47,520.00. The bidder indicated that the July 20th delivery date would be no problem. This pricing is the same as the November 1993 contract price. H-GAC has a contract for plastic garbage bags with Bemis Company in the amount of $0.352 per lb. Including H-GAC's administrative fee, the cost for purchasing through H-GAC would be $47,378.64. This would represent a saving of $141.36. However, due to the demand, Bemis' delivery schedule is 5 to 8 weeks, and is not considered firm. This shipping schedule would not meet the required delivery date for the July handout. For this reason, awarding the contract through H-GAC is not recommended. A total of $53,898 is available in the Residential Solid Waste operating budget for this purchase. Action Required by Council: Award the semi-annual contract for plastic garbage bags to Arrow Industries at a price of $0.36 per lb. for a total cost of $47,520. Availability of Funds: XXXX General Fund Capital Improvement Other Water/Wastewater General Revenue Sharing Account Number: 001-700-702-215 Funds Available: XX YES NO • • CITY OF LA PORTE INTER -OFFICE MEMORANDUM MAY 24, 1994 TO: STEVE GILLETT, PUBLIC WORKS DIRECTTOR FROM: SUSAN KELLEY, PURCHASING AGENT A SUBJ: SEALED BID #0593 - PLASTIC GARBAGE BAGS Advertised, sealed bids #0593 - plastic garbage bags were opened and read on May 23, 1994. Bid requests were mailed to six (6) vendors with three (3) returning bids and two (2) no bids. Low bid was submitted by Arrow Industries. The cost for 132,000 lbs. of bags would be $47,520.00. Arrow's representative has assured me they would meet the required delivery date of July 20, 1994. This is the same price as purchased in November, 1993. HGAC currently has a contract with Bemis Company for a price of $.352 per pound based on quantity over 80,000 lbs. Including the administrative fee, the cost would be $47,378.64. However, HGAC has informed me the delivery schedule for Bemis is 5 - 8 weeks from receipt of order due to heavy demand. This delay in shipping would not meet our required delivery date. 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. Attachment: Bid Tabulation Bidder's List • BID TABULATION - GARBAGE BAGS REQUEST FOR CITY COUNCIL AGENDA IPEM Agenda Date Requested: June 13, 1994 Requested By: Susan Kelley Department: Purchasing_ Report Resolution Ordinance Exhibits: Bid Tabulation Bidder's List SUMMARY & RECOMMENDATION Advertised, sealed bids #0592 for water and sewer supplies were opened and read on April 26, 1993. Bid requests were mailed to six (6) vendors with four (4) returning bids. These items are purchased throughout the year for warehouse inventory to be used by various departments. Southwestern Underground's fire hydrant did not meet specifications on Item #5; and Industrial International's meter did not meet specifications on Item #7. Low bid meeting specifications, by item, are as follows: Southwestern Underground Item #1 - Service material, brass, $11,489.63 and service saddles Item #6 - Ductile iron & cast iron $ 4,494.89 fittings TOTAL Golden Triangle Pipe & Suppl Item #2 - Redi clamps, full circle clamps, and dressers Item #3 - Rubber adaptors, water fittings, and plastic tubing and meter boxes TOTAL Industrial International Inc. Item #4 - PVC pipe Item #5 - Gate valves & fire hydrants TOTAL Sensus Technologies Item #7 - Water Meters $15,984.52 $ 8,719.05 $ 9,168.65 $17,887.70 $ 9,027.30 $ 3,677.00 $12,704.30 $11,537.50 Using estimated yearly quantities, the total cost would be $58,114.02. This is a 4% increase over last year's bid. Funds have been budgeted by various accounts to purchase these items. Action Required by Council: Approve awarding Bid #0592 - Water and Sewer Supply Contract to low bidders meeting specifications as described above. Availability of Funds: General Fund Water/Wastewater Capital Improvement General Revenue Sharing Other Account Number: Funds Available: YES No ApprovgLd,ofox—r,ity Council Agenda t RO T.W Date ty Man ger BID TABULATION -WATER & SEWER SUPPLIES SOUTHVXs i IN GOLDG1 SENSUS Unit Unit Unit Unit DESCRIPTI Price Price Price Price ITEM #1A - SERVICE MATERIAL 1. 3/4" x 1/8" Fiber Meter Gasket 1500 $0.10 $0.11 $0.18 NO BID i 2. 1 " x 1 /8" Fiber Meter Gasket 100 $0.08 $0.25 $0.26 NO BID 3. 3/4" Meter Coupling wlgasket 350 $1.36 $1.45 $1.80 NO BID 4. 1" Meter Coupling w/gasket 10 $1.99 $2.19 S2.75 NO BID ! 5. 3/4" Curb Stop compliron 100 $8.90 ` $9.10 ( $7.98 NO BID 6. 1" Curb Stop comp/iron 40 $15.59 I $16.23 I $17.30 NO BID 2" Curb Stop comp/iron I 10 $63.32 $52.50 $51.90 NO BID 17. , 8. 3/4" Curb Stop iron/iron i 25 $7.44 ; $7.70 ; $7.15 I NO BID , 9. 1" Curb Stop iron/iron ! 5 ( S17.69 $13.50 ( $16.10 NO BID I 10. 314" Corporation cc/comp ! 50 $6.66 $7.64 ; $6.60 NO BID 11. 1 " Corporation cc/comp i 75 $10.73 I $11.66 j $10.26 NO BID ! 12. 2" Corporation cc/comp i 10 $60.43 $49.00 i $44.75 NO BID 13. 3/4" x 1 " Tapping Bushing 12 $2.90 $2.88 $4.20 NO BID 14. 3/4" x 3 Part Union a/c 70 $3.84 $4.13 $2.85 NO BID 15. 1" 3 Part Union c/c 16. 314" x 1" 3 Part Union c/c I 50 ! 15 $4.39 $4.45 $4.73 ! $4.78 $3.40 I $3.45 NO BID I NO BID 17. 2" 3 Part Union c/c i 5 , $18.09 I $19.40 I $16.15 , NO BID 18. 3/4" Male Adaptor ch ! 40 i $3.15 I $3.39 ( $2.65 I NO BID ! j 19. 1 " Male Adaptor ch 20 $3.72 ( $4.00 S3.20 NO BID 20. 2" Male Adaptor c/i 1 I I $13.58 ! $14.60 $12.65 I NO BID ! 21. 3/4" Female Adaptor ch 20 ! $3.31 , $3.56 I ! $2.80 NO BID ! 22. 1 " Female Adaptor ch 10 I $4.50 $4.83 ( $4.00 NO BID 23. 2" Female Adaptor ch ' 10 j $14.21 I $15.30 , $13.25 NO BID j 24. 314" Brass Gate Valve I 10 $1,99 I $2,36 $2:60 NO BID 25. 1" Brass Gate Valve 2 ( $2.72 If $3.22 $3.50 NO BID 26. 2" Brass Gate Valve 5 I $7.52 S8.58 $9.70 NO BID 27. 7" x 3/4" Meter Riser 35 $19.01 I $20.47 $19.90 NO BID 28. 9" x 3/4" Meter Riser 25 $19.64 I S20.73 $20.55 NO BID 29. 3/4" x 1 " U-branch !!I I 70 $26.18 i $28.33 I $34.70 i I NO BID 6-1/2" centers I I ! I I i SUB -TOTAL ITEM #1A. 1 $8,912 97 $9,324.05 $9,449.30 ! NO BID ! BID TABULATION - WATER & SEWER SUPPLIES --~---•- �i;.J'ri-iii+lES'T 111 �bLl�l �` NSUS Unit Unit Unit Unit DESCRIPTION I Ckty Price Price Price Price ITEM #1 B. - BRASS FITTINGS 1. 314" Brass Couplings 20 $0.83 $0.76 $1.02 NO BID 2. 3/4" Brass 90 Degree Ell I 10 $1.01 $0.95 $1.25 NO BID 3. 2 Brass 90 Degree Ell 2 $5.00 $4.72 $6.05 NO BID 4. 3/4" x 3/4" Brass Tee i/i 5 i $1.24 I $1.16 $1.52 NO BID 5. 3/4" X 1" Brass Bushing I 15 I $0.83 $0.76 I $1.02 NO BID 6. 1" x 2" Brass Bush g 10 $2.63 1 S2.471 $3.85 NO BID 1 7. 1-1/2" x 2" Brass Bushing I 5 $2.63 ! $2.47 $3.20 NO BID �� 8. 3/4 x Close All Thread 20 $0.51 $0.48 I $0.64 NO BID 1 9. 3/4" x 2" Brass Nipple I 10 $0.66 $0.61 $0.78 I NO BID 10.3/4„ x6„ Brass Nipple 15 I $1.63I $1.55 $1.92 NO BID 11. 3/4" x4" Brass Nipple I 10 $1.12 1 $1.06 $1.31 I NO BID I 112. 1 x 21Brass Nipple 1 5 0.92 1 0.88 $1.10 NO BID 13. 1" x4" Brass Nipple 5 1.58 I 1.51 I $1.85 NO BID 14. 1" X 6" Brass Nipple 10 I 2.31 2.22 I S2.70 NO BID 15. 1-1/2" x 6" Brass Nipple I 10 4.03 3.85 $4.66 NO BID { 16. 2" x 4" Brass Nipple I 10, 3.51 I 3.36 , $4.09 I NO BID I 17. 2" x 6" Brass Nipple 25 , 5.16 { 4.96 , 56.00 ; NO BID , SUB -TOTAL (TEM #1 B. i $387.15 sm.19 $464.15 1 NO BID ITEM #1 C. - SERVICE SADDLES I NO BID { 1. 2" x 1 " TS PVC 315 10 $12.91 $10.83 $13.40 I I I „ ,, 13.15 S11.56 $13.90 NO BID 12. 3 x 3/4 T$ PVC 315 { 5 I $ I i 13. TS PVC 315 i 5 I $16.12 1 $16.62 I $15.70 I NO BID 6" x 1" 315 j 5 $12.91 I $10.83 $13.40 i NO BID 4. 2" x 3/4" TS AC 5. 2" x 1" TS AC 315 I 5 $12.91 $10.83 ` $13.50 I NO BID I 6. 3" x 1 " TS AC 315 5 ( $13.26 $12.29 I $13.90 NO BID 7. 4" x 3/4" TS AC 315 i 10 $13.56 I $12.73 I $13.50 I NO BID 1 8. 4" x 1 " TS AC 315 I 5 i $13.56 1 $12.73 I $13.50 NO BID 9. 6" x 3/4" TS AC 315 I 12 $16.38 S15.62 1 $15.70 NO BID 10. 6" x I" TS AC 315 ( 40 I $16.38 $15.82 ( $15.70 NO BID 11. 8" x 1 " TS AC 315 ; 20 ` $18.73 S17.91 { $18.60 i NO BID , i 12. 3" x 2" TS AC 315 5 $16.38 i $21.14 $27.00 NO BID ( $31.45 NO BID I 13. 6" x 2" TS AC 315 I 5 $19.19 $17.70 14. 8" x 2" TS AC 315 5 $22.27 $20.83 $35.85 NO BID SUB -TOTAL ITEM #1C. $2,073.89 $2,U8.40 NO BID r# -;MD:°. BID TABULATION - WATER & SEWER SUPPLIES �- �itTt-ii�6'T iii �oi�A1 sENSUs Unit Unit Unit Unit DESCRIPTION ay Price Price Price Price ITEM #ZA. - MEN CLAMPS (SMITH BLAIR 245 OR APPR EQUAL 1. 3/4" x 3" Redi Clamp 15 $2.91 S2.29 $8.30 ( 2. 3/4" x 6" Redl Clamp 10 $6.20 $4.32 $8.55 NO BID 1 3. 1" x 3" Redi Clamp 20 S3.16 $2.44 $2.60 NO BID 4. 1" x 6" Redi Clamp 10 $5.40 $4.58 $4.75 NO BID 5. 2" x 3" Redi Clamp I 5 $4.091 $2.96 $3.10 ( NO BID SUB -TOTAL (TEM 2A. $233.30 $186.95 $325.00 NO BID rrEM #2B. - FULL CIRCLE CLAMPS SMITH BLAIR 226 OR APPR EQUAL ( 1. 2.36 - 2.63 x 7.5" 60 $20.83 $18.70 $17.70 j NO BID 3 � $30.50 ! $29.80 I NO BID ( 3. 3.46 - 3.70 x 10" 1 .16 $34.98 $29.00 NO BID 4. 3.73 - 4.00 x 12" ( 1 $42.17 $35.80 $35.00 ( NO BID f 5. 3.96 - 4.25 X 7.5" I 40 $26.20 $23.71 $21.70 I NO BID 1 " 6.3.96-4.25x 2 10 $43.93 $36.46 i $37.00 I i NO BID ( 7. 4.45 - 4.73 x 12" i 1 i $42.93 $35.83 $38.00 I NO BID 8. 4.74 - 5.14 x 7.5" I 5 I $26.55 $24.47 $23.30 l NO BID 4.74 - 5.14 x 12" I 2 ( $42.93 $38.75 $38.20 NO BID 1 19. ( 10. 4.96 - 5.35 x 7.5" ( 15 $26.55 $24.32 $23.56 ( NO BID I 11. 6.56 - 6.96 x 7.5" I 5 $29.63 $28.43 $26.90 NO BID ( 12. 6.56 - 9.96 x 12" ( 2 $47.38 ( $45.00 S43.35 ( NO BID i 13. 6.84 - 7.24 x 7.5" ( 5 $29.63 $29.00 $27.45 I NO B1D 14. 6.86 - 7.24 x 12" ( 3 $47.38 $46.00 $44.90 ( NO BID 15. 7.06 - 7.45 x 7.5" ( 25 $29.63 $29.00 S27:90 NO BID 16. 7.05 - 7.46 x 12" I 5 47.38 46.9 S44.70 ( NO BID f 17. 7.45 - 7.86 x 7.5" I 1 $29.63 $30.00 $28.60 ` NO BID 18. 8.54 - 8.94 x 10 i 1 $47.36 $53.00 $42.90 NO BID 19. 8.99 - 9.39 x 7.5" 5 I S33.27 ( S34.00 $32.90 I i NO BID 20. 8.99 - 9.39 x 12" 3 $53.28 I $54.50 ( $52.70 I NO BID 21. 9.27 - 9.67 x 7.5" I 15 $33.27 I $34.60 $33.60 NO BID 22. 9.27 - 9.67 x 10" 5 $47.36 $55.46 $45.25 NO BID ( 23. 9.27 - 9.67 x 12" 5 ( $63.28 $56.46 $63.90 NO BID 24. 11.04 - 11.44 x 12" I 1 $61.76 $69.30 $62.25 NO BID 26. 11.76 - 12.16 x 7.5" ( 2 $41.75 $46.60 $40.90 NO BID 26. 11.76 - 12.16 x 12" 1 $61.76 ( $74.00 $66.00 NO BID 27. 13.10 - 13.50 x 16" ( 1 i $85.20 I $91.00 $90.40 i NO BID 12.90 13.55 - 14.46 X 16" 2 ( $11 $154.63 $130.45 ( NO BID (29. 30. 14.00 - 14.40 x 12" 1 i $75.40 I $84.74 $75.90 ( NO BID) 31. 17.15 - 17.90 x 10" i I 1 $121.88 $150.00 $134.35 ' NO BID I 132. 18.46 - 19.21 x 15" 1 I $175.18 { $247.00 $200.90 NO BID { SUB -TOTAL rrEM #m. I 1 $8,415.48 { $8,183.96 I $7,714.35 I NO BID BID TABULATION - WATER & SEINER SUPPLIES 1wUTwv4m] fill GOLOM S6j49Lj9 I Unit Unit Unit Unit DESCRIPTION c1tv Price Price Price Price ITEM M. - DRESSIER COUPLINGS SMITH BLAIR 411 OR APPR EQUAL 1. 3/41, Dresser Coupling 15 $9.93 $12.40 S8.30 NO BID 2. 1" Dresser Coupling 15 $10.29 $12.63 $8.55 NO BID 3. 1-1/4" Dresser Coupling 1 I $10.74 I $13.37 S8.96 NO BID 4. 1-1/211 Dresser Coupling 5 $11.48 S15.88 I $10.70 NO BID 5.2" Dresser Coupling 30 S16.47 $17.28 $12.15 NO BID SUB -TOTAL ITEM #2C. $865.541 $986.62 $879.70 NO BID FA mr-Emin.7 1!7� -719:0 .0 ITEM #3A. - RUBBER ADAPTORS FERNICO OR APPROVED EQUAL I I 1. 4" PVC x 4" PVC 66 $1.90 I $1.97 I $2.30 NO BID 2. 4" PVC x 4" Clay 20 $1.90 $1.97 $2.30 NO BID 3. 4" PVC x 411 Concrete 20 $1.90 $1.97 $2.30 NO BID 4. 611 PVC x 4" Concrete 2 S4.41 $4.60 S5.30 NO BID 5. 6" PVC x 6" PVC i 15 $4.06 II $4.20 S4.85 I NO BID 8. 6" PVC x 6" Clay 3 f $4.06 I S4.20 S4.85 NO BID 7. 6"PVC x 6" Concrete 8" PVC x 8" PVC 25 5 i $4.16 1 ;8 25 1 - I S4.20 $6.50 I S4.861 $7.451 NO BID I NO BID8. I 9. 8" PVC x 8" Clay 30 I $6.25 I $6.50 I S7.45 I NO BID 10. 8" PVC x 8" Concrete I 5 $6.26 $6.50 I $7.45 NO BID 11. 10" PVC x 10" PVC: 2 $8.471 $8.81 $10.25 I NO BID 12. 101, PVC x 1011 Clay 2 I $8.47 i $8.81 $10.25 NO BID I 13. 10" PVC x 10" Concrete I 2 $8.471 $8.81 $10.25 NO BID SUB -TOTAL ITEM #3A. $686.271 $709.61 $820.161 NO BID ITEM #313. - SOR 35 FrMNGS I Ij 1. 4" Coupling 35 $0.152 $0.56 S0.65 NO BID 2. 611 x 411 Reducer I 20 $2.87 $3.08 S2.70 NO BID 3. 6" 46 Degree Ell 4. 811 90 Degree Ell i 5 I 6 $3.30 $9.72 $3.56 I $4.49 S2.96 $4.0.5 NO BID f NO BID S. 6" Cleanout w/plug 10 $4 , 70 $8.89 $7.50 I NO BID 6. 611 x 41' Saddle Tee 12 $5.45 $1.5.40 $14.00 I NO 131D 7. 8" x 4- Saddle Tee I 60 6.84 17.25 $15.00 NO BID 8. 10" x 4" Saddle Tee i 10 $12.08 $20.27 $18.50 NO BID 9. 1011 x 6" Saddle Tee I 5 $14.41 $24.56 $22.00 NO BID 10. 12- x 4- Saddle Tee I 51 $14.97 $21.43 $21.00 NO BID] I SUB -TOTAL ITEM #31B. i$931.201 $1,862.45 1 $1,654.751 NO BID__,1 BID TABULATION - WATER & SEWER SUPPLIES WUTHiMV!§T ill GOLOM SENSLIS Unit Unit Unit Unit DESCRIPTION Price Price Price Price ITEM #3C. - SCH 40 & LUBES 1. 4" Coupling 125 $3.97 $2.20 I $1.85 I NO BID 2. 4" 16 Degree Ell 40 $1.71 $2.15 $1.80 I NO BID 3. 4" 45 Degree Ell 10 $5.18 $6.25 $1.15 NO BID 4. 4" 90 Degree Ell 20 S3.97 S4.80 $1.40 NO BID 5. 4" Slip Cap 180 $2.49 I $3.00 $2.50 NO BID I1 6. 2" x 2" x 1" Tee I 1 S0.81 I $0.96 $1.00 NO BID I 7. 2" x 2" x 2" Tee I 20 $0.76 I S0.91 $1.00 I NO BID M � 8. 4x 4X " " 4" Tee 100 I $5.90 $7.12 I $6.00 I NO BID 9. 41I Cleanout wlplug I 20 $1.83 I $2.60 $2.25 I NO BID 10.4" Plug only 5 $0.67 $4.07 I $1.00 NO BID 11. PVC Glue (qt. can) i 48 $2.46 $2.43 $4.00 NO BID 12. PVC Primer t. can) I (q I 36 $2.46 $2.43 $3.00 NO BID 13. PVC Lubricant (qt. can) 12 $1.37 $2.25 $3.50 NO BID j 14. Talcoat (5 al. cars) 20 $21.06 $16.50 S17.25 NO BID SUB• -TOTAL ITEM #36. $2,369.59 $2,334.13 $2,075.75 NO BID ITEM #313. - POLYETHtLENE �! 1. 314" CTS Sery Tubing 200 PSI i 1500 I $0.20 0.18 $0.21 i NO BID 2. 1" CTS Sery Tubing 200 PSI 3000 $0.30 0.29 I $0.31 ; NO BID 3. 2" CTS Sery Tubing 200 PSI i 400 $1.07 1.05 $1.02 i NO BID 4. Single Plastic Meter Box I 325 S9.32 I 6.91 , $7.40 I NO BID 5. Single Plastic Lids only I 60 S4.99 I 2.64 I $3.15 ; NO BID 6. Commercial Meter Box w/lid 20 $17.69 16.59 $18.56 j NO BID SUB -TO AL rMW #3D. $69310.20 1 $4,276.96 $4,618.0011 NO BID 261 7i ITEM #4. - PVC PIPE j 1. 2" SDR 21 20 $0.28 $0.39 $0.60 NO BID 2. 4" SCH 40 2000 $0.99 $0.97 $1.15 I NO BID 3. 4" C900 1200 $1.27 $1.24 $1.45 I NO BID I 4. 6" SDR 35 2000 $1.12 $1.08 S1.22 I NO BID 5. 6" C900 1000 S2.55 S2.49 $2.70 NO BID I S. 8" SDR 35 100 $1.97 $1.91 $2.10 NO BID 7. 8" C900 100 S4.36 $4.27 $4.60 NO BID 8. 15" SDR 35 I 50 $6.72 S6.47 $7.10 NO BID aw 'mt'i`;d1r7 • 0 0 BID TABULATION - WATER & SEWER SUPPLIES j SOUTHWEST Ili GOLDEN SENSUS ( I Unit I Unit Unit Unit DESCRIPTION Qty Price Price Price Price ITEM #5A. - GATE VALVES WIACC 1. 2" CI Screw Type 6 $96.63 $69.00 $78.50 I NO BID 2. 4" MJ I 2 $123.53 $125.00 $143.00 NO BID 3. 6" MJ i 1 $159.91 $165.00 $181 NO BID 4. 8„ MJ 1 $248.77 $256.00 $285.00 I NO BID I SUB -TOTAL ITEM #5A. ; $1,2W.52 j $1,085.00 $1,222.00 ; NO BID ITEM #513. - FIRE HYDRANTS W/ACC 1. 3' Bury I 1 $442.84 S490.00 I $525.00 NO BID 2. 4' Bury I 2 I $463.87 1 $514.00 $545.00 I NO BID 1 3. 5' Bury 2 S484.90 $537.00 $575.00 I NO BID SUB -TOTAL REM #613. UO38 5W_00 $Z766.00 NO BID ITEM #6A. - DUCTILE W/ACC j ISHALL BE MECHANICAL JOINT I I i 1. 4" 45 Degree Ell 1 $25.20 $27.14 S30.00 I NO BID 2. 4" 90 Degree Ell I 1 I $26.00 I $28.63 $32.50 i NO BID 3. 6" 45 Degree Ell 1 $36.40 $37.76 $47.00 I NO BID 4. 6" 90 Degree Ell I 1 I $40.80 I S41.98 ; S52.00 NO BID 5. 6" Tee i 2 $57.60 ( $59.46 1 $74.00 ( NO BID j 6. 6" Plug ( 1 I $12.00 I $12.41 S15.00 I NO BID 7. 6„x 7" Solid Sleeve I 1 I $31.20 $32.61 I $39.00 NO BID x 12 Solid Sleeve ! 8. 6 I 4 1 $38.40 I $39.39 $52.00 I NO BID 9. 8" x 7" Solid Sleeve 1 i S40.80 $43.97 $50.00 NO BID 10. 8" x 12" Solid Sleeve 1 1 $51.60 $53.38 $64.00 NO BID SUB -TOTAL ITEM #6A. $632-80 $664.361 $686.50 j NO BID ITEM #61B. - CAST IRON W/ACC 1. 4" Cleanout Shoe I 3 $30.53 I $28.13 $40.00 i NO BID I 2.181, x 24" Valve Box w/IId ( 50 $13.69 $14.58 $31.00 NO BID 3. 24" x 36" Valve Box w/lid 10 $20.00 I S18.75 i $34.00 i NO BID 4. Valve Box Lid only i 5 I $5.48 $4.89 I $8.25 I NO BID 5. 23-1/2" Manhole R&C 25 I $75.79 $72.00 I $110.00 I NO BID r SUB -TOTAL ITEM #6B. I $2,898.24 $2,824.34 $4,791.25 NO BID j ITEM #6C. - CONCRETE MISC 1 1. 3" Concrete Manhole Riser 15 I $10.53 $9.75 I $9.00 I NO BID 2. Concrete Dbl Meter Box Lid I 26 $13.89 $13.W $9.5o NO BID SUB -TOTAL ITEM #6C. $W6.20 $493.76 $372.50 NO BID (T I=m #613. - MISCELLANEOUS 1 1. Hydralock for 5-1/4" i 10 I $42.11 I $105.26 I NO BID i NO BID 2. 3t4" X 4-112" T-bolt l 15 $0.67 I $1.50 I NO BID ( NO BID { 3. 3/4" x4-1/2" Eye -bolts 4. 5/8" All Thread hods (10') i 50 I 150 { $1.20 I $0.41 $1.00 I $0.65 I NO BID I NO BID i NO BID { NO BID 1 5. 518" Nuts I 60 I $0.10 ! $0.12 I NO BID ; NO BID 1 SUB -TOTAL ITEM #6D. 1 I $568-65 1 $1,229.80 1 NO BID I NO BID BID TABULATION ULATION - WATER & SEWER SUPPLIES j SOtJ'fH\NcS�` III �OL19M I$EN$1J$ I Unit I Unit' Unit Unit DESCRIPTION Price Price Price Price ITEM #7 - WATER METERS SENSUS SRII OR APPROVED EQUAL 1. 314" x 5/8" Meter I 355 NO BID $29.00 $38.00 $32.50 _. €X '11.1T Nt # : I ........ N4 Bt .... 4> 29� �. 51 ,4GO.;, I I I �..::2 } 2'.:;.::. .� . �... � � ..:.' i'.'v.:2 ,�,�.. , ,. ,.1, ,,T,% .. A.. h'.�...'. ... .�f �nR-4/nrR ..... ���.R:� ..H�..` u.:..�.•. ��: 0 BIDDER'S LIST SEALED BID #0592 = WATER & SEWER SUPPLIES GOLDEN TRIANGLE PIPE P.O. BOX 20137 BEAUMONT, TX 77720 ROHAN P. 0. Box 34493 HOUSTON, TX 77234 SOUTHWESTERN UNDERGROUND P.O. BOX 24570 HOUSTON, TX 77229-4570 CHAMBER OF COMMERCE 100 N. MAIN LA PORTE, TX 77571 0 & R UTILITIES P.O. BOX 15419 HOUSTON, TX 77220 INDUSTRIAL INTERNATIONAL INC. P.O. BOX 1761 HOUSTON, TX 77546 SENSUS TECHNOLOGIES, INC. P.O. BOX 487 UNIONTOWN, PA 15401 BAYSHORE SUN = PUBLISH DATES MAY 1, 1994 MAY 8, 1994