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