Loading...
HomeMy WebLinkAbout2004-05-10 Regular Meeting and Workshop Meeting . '_.' . - I . A MINUTES OF +LAR MEETING, PUBLIC HEARIN.D WORKSHOP ,.. OF THE LA PORTE CITY COUNCIL May 10, 2004 1. CALL TO ORDER The meeting was called to order by Mayor Pro Tern Peter Griffiths at 6 p.m. Members of City Council Present: Councilmembers Chuck Engelken, Howard Ebow, Charlie Young, Bruce Meismer, Barry Beasley, Mike Mosteit and Mayor Pro Tern Peter Griffiths Members of Council Absent: None Members of City Executive Staff and City Emplovees Present: City Manager Debra Feazelle, Assistant City Manager John Joerns, Assistant City Manager Cynthia Alexander, Assistant City Attorney John Armstrong, Assistant Finance Director Michael Dolby, Interim Planning Director Nick Finan, Assistant City Secretary Sharon Harris, City Secretary Martha Gillett, Public Works Director Steve Gillett, Assistant Fire Chief John Dunham, Assistant to the City Manager Crystal Scott, EMS Chief Ray Nolen, Deputy ClerklRecords Technician Susan Felty, Secretary Susan Turner, Parks and Recreation Director Stephen Barr, Purchasing Manager Susan Kelley, Police Chief Richard Reffand Building Official Debbie Wilmore. Others Present: Chamber President Colleen Hicks, Dottie Kaminski, Bill Scott, Ana Griffiths, Nick Barrera, Carol Christian of the Houston Chronicle, Tommy Moser, Tim Bird Alton Porter, Carol Mosteit, Lawrence C. Mc Neal, Dave Turnquist, Pat Rothermel, Dale Paschal, Ricky Turner, Sib Carpenter, Keith Gray, Bill Scott, Reverend Oliver Stillwell, Katie Rutherford, Shemece Doughty, Michael Soileau, Jim Fincher, Adam Munoz, Roy Emery, Linda Duncan, Rick Keeton, Lloyd Duncan, Erika Montemayor, Amanda Disisto, Bruce Compton, Barry Kahn, Andrea Whittington, Christan Buentillo, Brandon Nolen, Tim Bird, Delia Claus, Joseph Hernandez, Lionel Garcia, Lester Quinn, Justin Landott, Jimmy Green and a number of other citizens and students. 2. Reverend Oliver Stillwell of the First Assembly of God delivered the invocation. 3. Mayor Pro Tern Griffiths led the Pledge of Allegiance. 4. PRESENTATIONSIPROCLAMATIONS A. Mayor Pro Tern Griffiths presented the Municipal Clerks Week Proclamation to the City of La Porte's City Secretary's Office in honor of their services for the community. B. Mayor Pro Tern Griffiths presented the Emergency Medical Services Week Proclamation to Ray Nolen, Joe Berry, Andrew Chalk, Anthony Scopel and David Locascio. 5. CONSENT AGENDA A. Council to consider approval of the City Council Regular Meeting, Workshop Meeting and Public Hearing Minutes held on April 26, 2004. B. Council to consider awarding a bid for annual medical supplies by line item as described above, in the amount of $44,669.86. C. Council to consider approval of an ordinance authorizing the City Manager to execute an agreement with the La Porte qirl' s Softball Association regarding the use of designated youth softball facilities. D. Council to consider awarding an annual contract for Fly Ash Stabilized Calcium Sulfate (GS-200) to Gulf States Materials at an annual estimated cost of$34,375.00. E. Council to consider approval of an ordinance to vacate, abandon, and close the alleys in Blocks 397 and 398, and the portion of the North 15t Street right-of-way between Blocks 397 and 398 Town of La Porte. City Council Regular Meeting, PUb.earing and Workshop Meeting - May 10, ~ - Page 2 F. Council to consider approval of an ordinance authorizing the City Manager to enter into an agreement with Air Liquide America Corporation to extend the terms of its current Water Services Agreement through December 31, 2007. G. Council to consider approval of an ordinance authorizing the City Manger to enter an agreement with DSI Transport, Incorporation to extend the terms of its current Water Service Agreement through December 31,2007. Motion was made by Councilmember Beasley to apDrove the Consent Agenda as Dresented. Second by Councilmember Engelken. Councilmember Bruce Meismer noted the April 26, 2004 City Council Minutes need to reflect on Item 10 of that Councilmember Mosteit did not second the motion. In addition, Mr. Meismer suggested that on this Consent Agenda, Item B; the wording on the agenda request reflect the change ofthe following sentence being removed: In the event that a vendor cannot supply that item when requested, then the next lowest bidder meeting the specifications would become the bidder of choice. Barry Beasley amended his motion to reflect the changes suggested by Councilmember Meismer. Second by Councilmember Chuck Engelken. The motion carried. Ayes: Engelken, Beasley, Griffiths, Mosteit, Young, Ebow and Meismer Nays: None Abstain: None 6. PETITIONS, REMONSTRANCES, COMMUNICATIONS, AND CITIZENS AND TAX PAYERS WISHING TO ADDRESS COUNCIL ON ANY ITEM POSTED ON THE AGENDA Bill Scott of 1802 .Lomax School Road, La Porte, Texas 77571, addressed the Mayor Pro Tern and Council with regards to a letter written to the Bayshore Sun Editor by a City employee. He alleged the letter was written about him with regards to his comments on the way the employee's department handled fill dirt matters. Mr. Scott advised Council he has concerns with the letter and felt the employee needs to be reprimanded. 7. Open Public Hearing - Mayor Pro Tern Griffiths opened the Public Hearing at 6:25 p.m. Council to consider passing ordinances for denial by P&Z for 4.00 acres ofJand located at 2619 Underwood Road. The applicants, Lloyd and Linda Duncan, seek SCUP for developing a mini-storage/warehousing in a General Commercial Zone. Planning Director Nick Finan presented summary and recommendation and answered Council's questions. Pubic Input: Rich Keaton with Avid Building System addressed Mayor Pro Tern and City Council. Mr. Keaton provided them with a binder and an overview of the project. In addition, he answered Council's questions. Barry Kahn of5325 Katy Freeway, Suite One, Houston, Texas 77007, passed on speaking. Interim Planning Director Nick Finan clarified the vote from Planning and Zoning was to deny as follows: 5 in favor, 1 against and 1 abstain City Council Regular Meeting, pUbeearing and Workshop Meeting - May 10, _ - Page 3 The Public Hearing was closed at 7:00 p.m. 8. Council to consider passing ordinances for denial by P&Z for 4.00 acres ofland located at 2619 Underwood Road. The applicants, Lloyd and Linda Duncan, seek SCUP for developing a mini-storage/warehousing in a General Commercial Zone. Planning Director Nick Finan presented summary and recommendation and answered Council's questions. Assistant City Attorney John Armstrong read: ORDINANCE 1501MMM - AN ORDINANCE AMENDING THE CODE OF ORDINANCES OF THE CITY OF LA PORTE, CHAPTER 106, MORE COMMONLY REFERRED TO AS THE ZONING ORDINANCE OF THE CITY OF LA PORTE, BY GRANTING A SPECIAL CONDITIONAL USE PERMIT FOR THAT AT 2619 UNDERWOOD ROAD, BEING LOT 10, BLOCK 2, OF THE W.J. PAYNE SUBDIVISION, LA PORTE, HARRIS COUNTY, TEXAS, FOR THE PURPOSE OF DEVELOPING A MINI STORAGE AND WAREHOUSING IN A GENERAL COMMERCIAL (GC) ZONE; MAKING CERTAIN FINDINGS OF FACT RELATED TO THE SUBJECT; FINDING COMLPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made bv Councilmember Beaslev to approve the recommendation of the Planninl! and Zoninl! to deny aporoval of Ordinance 1501-MMM as recommended bv the Planninl! and Zoning Commission. Second by Councilmember Meismer. The motion carried. Ayes: Engelken, Beasley, Griffiths, Mosteit, Young, Ebow and Meismer Nays: None Abstain: None 9. Open Public Hearing - Mayor Pro Tern Griffiths opened the Public Hearing at 7:05 p.m. Council to consider taking action on recommendation for approval by P&Z for 1.5 acres ofland located in the 1600 block of Underwood Road. The applicant, Four Bees Joint Venture, seeks to rezone the property from GC to R-I for single family development. Interim Planning Director Nick Finan presented summary and recommendation of the Planning and Zoning Commission and answered Council's questions. Public Input: There was no public input. The Public Hearing was closed at 7:10 p.m. 10. Council to consider taking action on recommendation for approval by P~Z for 1.5 acres ofland located in the 1600 block of Underwood Road. The applicant, Four Bees Joint Venture, seeks to rezone the property from GC to R-I for single family development. Interim Planning Director Nick Finan presented summary and recommendation of the Planning and Zoning Commission and answered Council's questions. Assistant City Attomey John Armstrong read: ORDINANCE 1501-NNN - AN ORDINANCE AMENDING THE CODE OF ORDINANCES OF THE CITY OF LA PORTE, CHAPTER 106, MORE COMMONLY REFERRED TO AS THE ZONING ORDINANCE OF THE CITY OF LA PORTE, BY CHANGING THE ZONING CLASSIFICATION FROM GENERAL COMMERCIAL TO LOW DENSITY RESIDENTIAL REQUESTED BY FOUR BEES JOINT VENTURE, THE OWNER OF THIS 1.5 ACRE TRACT LOCATED IN THE 1600 BLOCK OF UNDERWOOD ROAD AT NORTH "L"STREET HEREIN DESCRIBED; . City Council RegUlar, ~e~ting, PUb.earing and ~orkshoP Meeting - M.ay ~O, . - Page 4 e e. '. 12.' e. MAKING CERTAIN FINDINGS OF FACT RELATED TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINqS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made bv Councilmember EnlZelken to approve the recommendation of the Planning and Zoning' Commissio~ to aDprove the Ordinance as presented. Se~ond by Council~ernberEbow. The motion carried. .' Ayes: Mosteit, Engelken, Ebow, Meismer, Young, Beasley and Griffiths. Nays: None . . . . Abstain: None.. '. 11.. Council to consider approving a resolution authorizing the City of La Porte to participate with the City of. Houston and other municipaiities in the Coalition of Cities.' . Councilmember Chuck Engelke~, noted for the records, he was removing' himself from the table and would not be voting on this item due to a c~nflict of interest. . .... Purchasing Director Susan Kelley presented su~ary ~d recommendation and answered Council's questions. . Assistant City Attorney John Armstrong. read:' RESOLUTION 2004-10 - A .RESOUL TION AUTHORIZING . THE CITY OF LA PORTE, TEXAS, TO JOIN A COALITION AND .TO INTERVENE IN PROCEEDINGS . . RELATED TO T~ APPLICATION OF CENTERPOINT ENERGY HOUSTON ELECTRIC, LLC, : . .' RELIANT ENERGY RETAIL .SERVICES; LLC AND TEXAS GENCO, LP. TO .DETERMINE STRANDED COSTS AND OTHER TRUE-:UP B~ANCES PURSUANT TO PURA 39.262; AUTHORIZING THE CITY . ATTORNEY TO REPESENT THE CITY AND TO TAKE APPROPRIATE ACTIONS RELATING TO SUCH PRECEEDINGS; MAKING CERTAIN FINDINGS RELATED THERETO. . There was no motion on this item. Item failed due to lack of.niotion. . Council to consider approving aD' ordinance creatiIig the Build~ng Codes Appeals Board for. the City of La. . Porte. . -. . . ~nterim Director :Nick Finan presented summary ~d recommendation and answered C;:ouncil's questions; .. . . . Assistant City Attorney John Armstrong read: ORDINANCE 2004-2733 ..:. AN ORDINANCE AMENDING . . . CHAPTER 82 OF THE CODE OF ORDINANCES OF THE CITY OF LA PORTE BY AMENDING . CHAPTER 82, "BUILDNGS AND BUILDING REGULATIONS,'" ARTICLE I "IN GENERAL", BY ADDING SECTIONS 82-10, ET SEQ, "CITY Of LA PORTE BUILDING CODES APPEAL BOARD", . PROVIDING A REPEALING CLAUSE; CONTAINING A SAVINGS CLAUSE; FINDING COMPLIANCE WITH THE OPEN MEEITNGS LAW; PROVIDING THAT ANY PERSON VIOLATING THE TERMS OF TIllS ORDINANCE SHALL BY DEEMED GUILTY OF A MISDEAMOR AND UPON CONVICTION" . SHALL BE FINED A SUM NOT TO EXCEED TWO THOUSAND. DOLLARS; AND PROVIDING AN EFFEC~ DATE THEREOF. . '. ..:.... f J.brrIkJ;p.<." '5~~ il\ ~~,#('. Motion was made b Councilmember Meismer to' a rove the rec~~~:'i~ri ~f the Plannin . . CommiggiOlkv1ieuy the rc"lucst. Second by Councilmember Mosteit. The motion carried.. . ..' '... ..... -.'. . . .. .' . Ayes: Meismer, Young, Beasley, Griffiths,. Mosteit, Engelken and Ebow .' Nays: None '" .... . Abstain: None. . . . . 13. . CoUncil' to consider approval o~ ~ther action.ora Code Amendment Or~inaD.ce. '. Interim PlannIng Director Nick Finan present~d suminary .atidrec<?mInend~tion .and ~swered' Council's : questions. . , . t.. City Council Regular Meeting, pUb.earing and Workshop Meeting - May 10, tit - Page 5 Assistant City Attorney John Armstrong read: ORDINANCE 96-2079-E - AN ORDINANCE AMENDING CHAPTER 82 OF THE CODE OF ORDINANCES OF THE CITY OF LA PORTE; BY AMENDING CHAPTER 82, "BUILDINGS AND BUILDING REGULATIONS," ARTICLE II "BUILDING CODES" SECTIONS 82-32 AND 82-33 "AMENDMENTS"; CHAPTER 82 "BUILDINGS AND BUILDING REGULATIONS," ARTICLE III "PLUMBING COpE" SECTION 82-67 "AMENDMENTS" CHAPTER 82 "BUILDINGS AND BUILDING REGULATIONS," ARTICLE IV "ELECTRICAL CODE" SECTION 82- 101 "DEFENITIONS"; SECTION 82-103 "ELECTRICAL MAINTENANCE WORK"; DIVISION 2, "LICENSES AND CERTIFICATES"; SECTION 82-282 "APPLICATION AND ISSUANCE"; SECTION 82-283 "DISPLAY"; SECTION 82-284 "INSURANCE REQUIREMENTS"; SECTION 82-307 "ENTRY UPON PRIVATE PROPERTY"; SECTION 82-308 "INSTALLATION TO BE HIDDEN FROM VIEW" SECTION 82-312 "FAILURE TO PAY INSPECTION FEES"; SECTION 82-342 "WIRING WITHIN BUILDINGS"; SECTION 82-345 "FEEDERS"; SECTION 82-349 "SUSPENSION OF APPROVAL OF MATERIAL"; CHAPTER 82 "BUILDINGS AND BUILDING REGULATIONS," ARTICLE V "FUEL GAS CODE" SECTION 82-382 "AMENDMENTS" CHAPTER 82 "BUILDING AND BUILDING REGULATIONS," ARTICLE VI "ENERGY CONSERVATION CODE" SECTION 82-413 "AMENDMENTS"; CHAPTER 82 "BUILDINGS AND BUILDING CODE REGULATIONS," ARTICLE VII "MECHANICAL CODE" SECTION 82-442 "AMENDMENTS"; PROVIDING A REPEALING CLAUSE CONTAINING A SAVINGS CLAUSE; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; PROVIDING A SEVERABILITY CLAUSE; PROVIDING THAT ANY PERSON VIOLATING THE TERMS OF THIS ORDINANCE SHALL BE DEEMED GUILTY OF A MISDEMEANOR AND UPON CONVICTION SHALL BE FINED IN A SUM NOT TO EXCEED TWO THOUSAND DOLLARS; AND PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made bv Councilmember Meismer to aoorove Ordinance 96-2079-E as oresented bv Mr. Finan. Second by Councilmember Engelken. The motion carried. ' Ayes: Mosteit, Ebow, Beasley, Griffiths, Engelken, Young and Meismer Nays: None Abstain: None 14. Council to consider approving Ordinance Chapter 70, Traffic and Vehicles, to provide proper guidance for the parking of specific vehicles. Police Chief Richard E. Reffpresented summary and recommendation and answered Council's questions. Assistant City Attorney John Armstrong read: ORDINANCE 97-2172-A - AN ORDINANCE AMENDING CHAPTER 70, ''TRAFFIC AND VEHICLES", OF THE CODE OF ORDINANCES OF THE CITY OF LA PORTE; PROVIDING THAT ANY PERSON VIOLATING THE TERMS OF THIS ORDINANCE SHALL BE DEEMED GUILTY OF A MISDEMEANOR AND UPON CONVICTION SHALL BE FINED IN A SUM NOT TO EXCEED FIVE HUNDRED DOLLARS ($500.00); PROVIDING FOR PUBLICATION OF THE CAPTION HEREOF; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made bv Councilmember Engelken to aporove Ordinance 97-2172-A. Second by Councilmember Ebow. The motion carried. Ayes: Mosteit, Ebow, Beasley, Griffiths, Engelken, Young and Meismer Nays: None Abstain: None 15. Council to consider approving amendment to Ordinance Chapter 70, Traffic and Vehicles, to eliminate a conflict in speed limits on L Street. Police Chief Richard E. Reffpresented summary and recommendation and answered Council's questions. City Council Regular Meeting, PUbeearing and Workshop Meeting - May 10, _ - Page 6 - - Assistant City Attorney John Armstrong read: ORDINANCE 95-1466-H - AN ORDINANCE AMENDING CHAPTER 70, ''TRAFFIC AND VEHICLES", OF THE CODE OF ORDINANCES OF THE CITY OF LA PORTE; PROVIDING THAT ANY PERSON VIOLATING THE TERMS OF THIS ORDINANCE SHALL BE DEEMED GUlL TV OF A MISDEMEANOR AND UPON CONVICTION SHALL BE FINED IN A SUM NOT TO EXCEED FIVE HUNDRED DOLLARS ($500.00); PROVIDING FOR PUBLICATION OF THE CAPTION HEREOF; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made by Councilmember Ebow to approve Ordinance 95-1466-H. Second by Councilmember Meismer. The motion carried. Ayes: Mosteit, Ebow, Beasley, Griffiths, Engelken, Young and Meismer Nays: None Abstain: None 16. Council to consider approving the proposed amendment to Chapter 34, Article III, Noise Pollution Ordinance. Chief Richard E. Reff presented summary and recommendation and answered Council's questions. Assistant City Attorney John Armstrong read: ORDINANCE 2002-2572-A - AN ORDINANCE AMENDING CHAPTER 34, ARTICLE 34, ARTICLE III, "NOISE POLLUTION", OF THE CODE OF ORDINANCES OF THE CITY OF LA PORTE; PROVIDING THAT ANY PERSON VIOLATING THE TERMS OF THIS ORDINANCE SHALL BE DEEMED GUILTY OF A MISDEAMOR AND UPON CONVICTION SHALL BE FINED IN A SUM NOT TO EXCEED FIVE HUNDRED DOLLARS ($500.00); PROVIDING FOR PUBLICATION OF THE CAPTION HEREOF; FINDING COMPLIANCE WITH THE OPEN MEEITING LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF Motion was made bv Councilmember Beaslev to approve Ordinance 2002-2572-A. Second by Councilmember Engelken. The motion carried. Ayes: Mosteit, Ebow, Beasley, Griffiths, Engelken, Young and Meismer Nays: None Abstain: None 17. Council to authorize staff to proceed with the purchase of 9.14 acres for the proposed Police Department Facility. Assistant City Manager John Joerns presented summary and recommendation and answered Council's questions. Assistant City Attorney John Armstrong read: 2004-2734 - AN ORDINANCE APPROVING THE PURCHASE OF APPROXIMATELY 9.14 ACRES OF LAND AT THE NORTHEAST CORNER OF THE INTERSECTION OF SPENCER HIGHWAY AND 23RD STREET FROM DAVID ANGEL, FOR A POLICE STATION SITE; ~PROPRIATING $660,000.00 FOR SAID PURCHASE; MAKING VARIOUS FINDINGS AND PROVISONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made bv Councilmember Meismer to aDDrove Ordinance 2004-2734. Second by Councilmember Engelken. The motion carried. Ayes: Mosteit, Ebow, Beasley, Griffiths, Engelken, Young and Meismer Nays: None Abstain: None City Council Regular Meeting, PUbeearing and Workshop Meeting - May 10, . - Page 7 18. Council to consider approval of authorizing a budget amendment to the General CIP Fund 015 for the acquisition of land for the police site and to complete environmental remediation of the firing range facility and appropriate funding from the Transportation and Other Infrastructure Fund 005. Assistant City Manager John Joerns presented summary and recommendation and answered Council's questions. Assistant City Manager Cynthia Alexander presented summary and recommendation and answered Council's questions. Motion was made by Councilmember Young to apnrove budget amendment as requested. Second by Councilmember Engelken. The motion carried. Ayes: Mosteit, Ebow, Beasley, Griffiths, Engelken, Young and Meismer Nays: None Abstain: None 19. Council to consider approval ofan ordinance calling a special election of the City of La Porte to fill the un- expired term of Mayor. Assistant City Attorney John Armstrong read: 2004-2735 - AN ORDINANCE CALLING A SPECIAL ELECTION OF THE CITY OF LA PORTE TO FILL THE UNEXPIRED TERM OF MAYOR; CALLING A RUN-OFF ELECTION, IF NECESSARY, DESIGNATING ELECTION PRECINCTS AND POLLING PLACES; PROVIDING FOR THE USE OF ELECTRONIC VOTING MACHINES; APPOINTING ELECTION OFFICIALS; PROVIDING FOR METHODS AND DATES OF EARLY VOTING; PROVIDING FOR AN EARLY VOTING BALLOT BOARD; PROVIDING FOR RETURN AND CANVASS OF VOTES OF SAID ELECTION; PROVIDING FOR NOTICE; PROVIDING FOR FILING DEADLINE AND FILING FEES FOR CANDIDATES; PROVIDING A SAVINGS CLAUSE; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made bv Councilmember Beasley to approve Ordinance 2004-2735. Second by Councilmember Ebow. The motion carried. Ayes: Mosteit, Ebow, Beasley, Griffiths, Engelken, Young and Meismer Nays: None Abstain: None 20. Council to consider support of various proposed housing tax credit projects in La Porte. Assistant City Manager John Joerns presented summary and recommendation and answered Council's questions. TIRZ Chairman Alton Porter provided Council with a letter outlining the position of the TIRZ Board. Mayor and Council directed staff they had no direction at this time and would review each case on an individual basis, as they arise. 21. Council to consider approval ofan ordinance electing to have the provisions of Chapter 252, "Purchasing and Contracting Authority of Municipalities" of the Texas Local Government Code. Staff informed Council they recommend adopting an ordinance increasing the City's competitive sealed bid and proposal limit from $15,000.00 to $25,000 as authorized by charter election. Motion was made by Councilmember Ebow to approve the ordinance as presented. Second by Councilmember Engelken. The motion carried. City Council Regular Meeting, pUbeearing and Workshop Meeting - May 10, . - Page 8 Ayes: Mosteit, Engelken, Ebow, Beasley, Meismer, Young and Mayor Pro Tern Griffiths Nays: None Abstain: None 22. The Regular Meeting closed and the Workshop Meeting opened at 8:45 p.m. A. Discuss Mayor Pro Tem and Boards and Commissions - Mayor Pro Tern Griffiths Council suggested we bring Boards and Commissions back to the last meeting in June or the first meeting in July. Mayor Pro Tern will be placed on a future meeting for discussion after the election on May 15,2004. B. Discuss Chamber and Marketing - Crystal Scott Council had several suggestions for the Marketing Committee as follows: The word La Porte needs to be bolder. The public serVice announcement needs to read a portion is paid by for by Clear Channel Outdoor advertising. It was noted that sailboats might give false advertisement that La Porte has a marina. It was suggested that directions to La Porte be considered. It was suggested that we have a shorter web site address. It was suggested the committee consider replacing the sailboat picture with a picture of the Fred Hartman Bridge. The Workshop Meeting closed and the Regular Meeting reconvened at 9:15 p.m. 23. ADMINISTRATIVE REPORTS City Manager Feazelle reminded Council and Staff of the Special Olympics Banquet on Thursday, May 13, 2004, at 6:30 p.m. at the Special Programs Center; Early Voting will be held through May 11, 2004, at City Hall Council Chambers and Election Day is Saturday, May 15,2004; the Plant Managers' Breakfast on Tuesday, May 18,2004, at 7:30 a.m. at Sylvan Beach Pavilion; the Employee Appreciation Picnic on Saturday, May 22, 2004, at the Wave Pool from 2 p.m. until p.m.; and the Home Grant closing on Friday, May 28, 2004 at 330 N. 5th Street. In addition, Ms. Feazelle introduced Tarnmi Saddler from the City of League City. She is part of the mentoring and exchange program for up and coming City Managers. 24. COUNCIL COMMENTS Councilmembers Engelken, Griffiths, Beasley, Ebow, Meismer, Young and Mosteit had comments. 25. EXECUTIVE SESSION - PURSUANT TO PROVISION OF THE OPEN MEETINGS LAW, CHAPTER 551.071 THROUGH 551.076, 551.086, TEXAS GOVERNMENT CODE, (CONSULTATION WITH ATTORNEY, DELIBERATION REGARDING REAL PROPERTY, DELIBERATION REGARDING PROSPECTIVE GIFT OR DONATION, PERSONNEL MATTERS, DELIBERATION REGARDING SECURITY DEVICES, OR EXCLUDING A WITNESS DURING City Council Regular Meeting, PUb.earing and Workshop Meeting - May 10, . - Page 9 EXAMINATION OF ANOTHER WITNESS IN AN INVESTIGATION, DELIBERATION REGARDING ECONOMIC DEVELOPMENT NEGOTIATIONS. 551.071 - (Pending Litigation) - Meeting with City Manager and City Attorney to discuss pending litigation. Council retired to Executive Session at 9:30 p.m. and the Regular Meeting reconvened at 10:11 p.m. There was no action taken during Executive Session. 26. CONSIDERATIONS AND POSSIBLE ACTION ON ITEMS CONSIDERED IN EXECUTIVE SESSION . 27. Council to consider approving an ordinance declaring an emergency for the purpose of waiving the bid process for demolition of structures located at 200 Garfield. Interim Planning Director Nick Finan presented summary and recommendation and answered Council's questions. Assistant City Attorney John Armstrong read: 2004-2737 - AN ORDINANCE DECLARING AN EMERGENCY FOR PURPOSE OF W AWING THE COMPETITIVE BIDDING PROCESS AND FOR PURPOSE OF DEMOLISHING THE STRUCTURES AT 200 GARFIELD, LOCATED ON LOTS I THRU 6 AND 11 THRU 16 AND THE ADJACENT 16' ALLEY, BLOCK 18, SYLVAN BEACH ADDITION, HARRIS, COUNTY, TEXAS; MAKING FINDINGS OF FACT AND CONCLUSIONS OF LAW REGARDING SAME; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made by Councilmember Meismer to aoprove Ordinance 2004-2737. Second by Councilmember Young. The motion carried. Ayes: Mosteit, Ebow, Beasley, Griffiths, Engelken, Young and Meismer Nays: None Abstain: None 28. There being no further business to come before Council, the Regular Meeting was duly adjourned at 10:13 p.m. Respectfully submitted, ~1#JIL~ City Secretary th day of May 2004. Peter E. Griffiths, Mayor Pro Tern . B .. 7 . . . REQUEST FOR CITY COUNCIL AGENDA ITEM Requested By: Aoorooriation - - . . . Source of Il'undll: Department: Acc't Number: 015-9892~92-1100 EXhitiits: 8ealetfBid'#04027 . Amount Budgeted: Amount RequeSted: - 530,800 527,560 Report: ~Resolution: _Ordinance:_ Exhibits: Notice to Bidders ~Bud eted Item: ....,; YES' x....,; ',' :NO Exhibits: SUMMARY & RECOMMENDATION Council approved funding for a concrete connector pathway from the new pedestrian bridge over Little Cedar Bayou to the Recreation & Fitness Center during the FY 2003-2004 Capital Improvement budget process. Sealed Bid #04027 for the Concrete Connector Pathway was sent to nine vendors. Bids were opened on May 10, 2004 with five vendors responding. Staff recommends acceptance of the bid from Brooks Concrete, Ine. as low bidder meeting specifications, in the amount of $27,560 to install the concrete connector pathway between the new pedestrian bridge over Little Cedar Bayou and the Recreation & Fitness Center. Action Reauired bv Council: Consider award of bid to Brooks Concrete, Inc. as low bidder meeting specifications, to provide a concrete connector pathway between the pedestrian bridge over Little Cedar Bayou and the Recreation & Fitness ~r, as provided in the bid documents. s-12-0V Date .... '1 . . To: From: Stephen Barr, Director of Parks & Recreation ~obert Cummings, Supervis'ing Engineer Susan Kelley, pU~haSing Manager .J ~ . Sealed Bid #04027 - LCB Conn~ctor Concrete Pathway Subject: Date: May 10,2004 Advertised, Sealed Bids #04027 - Little Cedar Bayou Connector Concrete Pathway were opened and read on May 10, 2004. Bid requests were mailed to nine (9) vendors with five (5) returned bids. Copies of the bids are attached for your review and evalu~tion. If requested, Purchasing will be happy to assist in the evaluation process. This bid may be placed on the agenda for the City Council meeting on May 24, 2004. Please remember to submit your agend.8 request form to the City Secretary, Finance, and Purchasing Manager by May 17th. The following items should be included: > Explan~tion of recommendation, if other than apparent low bid' > Bid tabulation > Bidder's List > City Council Meeting Request/Checklist Attachment:. Bid Copies Bid Tabulation Bidder's List BID TABULATION BID #04027 -LITTLE CEDAR BAYOU CONNECTOR CONCRETE PATHWAY BROOKS CHEROKEE L&M MULLEN IDEAL FENCE & ASPHAL T ~ CONSTRUCTION DESCRIPTION QTY CONCRETE CONCRETE CONTRACTORS PAVING SERVICES 1) 10' width ~ 4" depth concrete 1040 $26.50 $40.00 $45.60 $47.00 $64.00 e pathway per linear foot . TOTAL $27,560.00 $41,600.00 $47,424.00 $48,880.00 $66,560.00 Bid Bond/Cashier's Check Submitted Yes. Yes Yes Yes Yes Information reflects pricing only and other factors may be considered during the evaluation process e " -.; . . /1 BIDDER'S LIST #04027 - LITTLE CEDAR BAYOU CONCRETE PATHWAY BROOKS CONCRETE, INC. 4018 ALLEN-GENOA PASADENA, TX 77504 CHEROKEE CONCRETE CO. 1514 W. MAIN ST. LA PORTE, TX 77571 FOLLIS CONSTRUCTION 111 N BROADWAY ST. LA PORTE, TX 77571 . FORCE CORP. P. O. BOX 1079 . LA PORTE, TX 77572 . IDEAL CONSTRUCTION P.O. BOX 2915 SUGARLAND, TX 77487 MOORE & MOORE CONTRACTORS P.O. BOX 1517 LA PORTE, TX 77572-1517 MULLEN ASPHALT PAVING P.O. BOX 339 BACLlFF, TX 77518 SUNLAND GROUP 1 0497 Town & Country Suite 550 HOUSTON, TX 77024 T AND T CONSTRUCTION 204 PRESTON ROAD PASADEMA, TX 77503 CHAMBER OF COMMERCE PO BOX 996 LA PORTE, TX 77572-0996 BA YSHORE SUN PUBLISH DATES: APRIL 25, 2004 MAY02,2004. '"' , . . . CITY OF LA PORTE CERTIFICATION BY BIDDER . The undersigned bidder hereby certifies it has.been furnished a copy of City of La Porte Ordinance #98-2217 prohibiting any expe!1diture for goods or services by the City of La Porte from any person, firm, or corporation owing any delinquent indebtedness to the City. Th~ undersigned bidder further certifies that it is in compliance with the requirements of s~id ordinance. If undersigned bidder is not in compliance with Ordinance 98-2217, it hereby assigns to the City of La Porte, the amount of its delinquent indebtedness to the City of La Porte, to be deducted by the City of La Porte fram the amaunts due the undersigned. Failure to remit this certification with the bid, or nan-campliance with said ordinance shall be just cause far rejectian or disqualification af bid. VThe undersigned hereby certifies that it is in campliance with Ordinance 98-2217. ar _ The undersigned assigns to the City af La Parte, the amaunt of its delinquent indebtedness, to. be deducted by the City af La Parte from the amounts due the undersigned. (Initial one of the above) Printed Name: Business Name: Address: Autharized Signature: Page 10 of 36 t. . e BASE BID PROPOSAL LITTLE CEDAR BAYOU CONNECTOR CONCRETE PATHWAY dollars ($ ").. ?15bo ., o.~ ). (Amount shall be shown In both words and figures. In case of discrepancy, the amount shown in words will govern.) Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. . The bidder agrees that this bid shall be good 'and may" not be' withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidders will execute the formal contract attached within ten (10) days. BY: . eel: .. . . Au. (Title) J:1o l~ MleN l:c-t->~~ (Business Address) ji""':fie II soY- (City) (State) (?ip Code) ~Ie~on~~abe~ Lf-~ (SEAL) Page 11 of 36 t . . STATEMENT OF MATERIALS AND OTHER CHARGES MATERIALS INCORPORATED INTO THE PROJECT: ALL OTHER CHARGES: TOTAL: e $ $ $ I SJ' 'i-o . ot) (~/.J-7....0. t>D ~ 1)'5 <'::'0 ,DO , , .' J./ . ) This total must agree with the total ''Total Amount Bid" figure shown on the bid sheet. . I . . , I . I For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in exces~ .of the estirhat~ quantity provided for herein will be no less than the invoice price for such material to the Contractor. Page 12 of 36 I . $u~l ( \' ., \ . .1 . , ""l ~ .I !l ,;i ;i r. ii H n f/ 11 II i\ 1\ fi H , " " ... ~. , e - BID SCHEDULE SEALED BID #04027 ClP Project No. 99-4501 LITTLE CEDAR BAYOU CONNECTOR CONCRETE PATHWAY Item Description Unit .Estimated Unit Total No. . . Quantities Price 1.0 10' width X 4" depth concrete pathway Complete in place @ ~.Io.So per L f- \ \ 0 &{ 0 LF 1,040 ~'Sn d.l)SkD.OZi Base Bid ($~~S(.,o'. 00 ) Page 13 of 36 ""i - e. e STANDARD FORM OF AGREEMENT THIS AGREEMENT, made this ~ day of rv\'f\.. '! ' .2004, by and between the CITY OF LA PORTE, hereinafter called "Owner", acting herein through its CITY MANAGER and . ~R.Q(J k-~ LoI'lLRE -te :ThlG · (Name of Contracting Firm) Stri~ out inapplicable terms: (" cmporati~(8 ,~ or ~R iRdMd~AI d,,;..g OYE1n88& as:) 1{Ol(j: M/t'h.-- (1.~ &l. of County of ~, and State of Texas, hereinafter called "Contracto('. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OW~ER to commence and complete the construction described as follows: LITTLE CEDAR -BAYOU CONNECTOR CONCRETE PATHWAY hereinafter called the Proj~i for the T etal Po.;e of d I. ~(..O :~ ~~ ~~~u~n~~hw_ *"<;:,,,--- Dollars ($~~b ~ ) and all extra work in connection therewith, under the terms as stated in the General and Supplementary Conditions of the Contract; .and Further, that the CONTRACTOR agrees, at his (its or their) own proper cost and expense, to furnish all the materials, supplies, machinery, equipment, t<?ols, superintendence, labor, insurance, and other accessories an~ services necessary to complete the said project in accordance with: A. The terms and conditions stated in the Proposal and in the General Conditions, and Supplementary Conditions of this Contract; Scope of Work B. The plans, which include a~1 maps, plats, blue prints, and other drawings and printed or written explanatory matter thereof; and C. The Specifications and other contract documents therefore, as prepared by the City of L~ Porte, all of which are made a part hereof and collectively evidence and constitute the contract. Page 14 of 36 . . .e The CONTRACTOR hereby agrees to commence work under this contract on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 45 . calendar days thereafter. The CONTRACTOR further agrees to pay, as liquidated damages, the sum of ~ 100 for each consecutive calendar day thereafter as hereinafter provided in .Pa~agraph SC-6 of the Supplementary Conditions. IN WITNESS WHEREOF, the parties to these present have executed this contract, each of which shall be deemed an original, in the year and day first .above mentioned. . City of La Porte Name of Owner SEAL Attest: By: By: Debra B. Feazelle Martha Gillett City Secretary Title city Manager Title ~b C~~. Name Contracting Firm. SEAL By. - - " - \, ." Title of Authorized Person ~l~ f\ \ ( ~ crc--r.J0 r+ 9M 1)( Address and Zip Code --"1 '1 ~~ Witness Page 15 of 36 PE.DESTRIA,N BRI.DGE I I w. "N" St. Wnve Pool Cedar Bayou . Park WALKI:LN.G PATH TO . LITTLE CEDAR BAYOU PEDESTRIAN BRIDGE ~ ;:- . o <( '0. ~ co J: ~ ::> o en : .-.e ./ .e SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SEALED BID # 04027 LITTLE CEDAR SA YOU CONNECTOR CONCRETE PATHWAY COLP CAPITAL IMPROVEMENT PROJECT FY2003-04 .Project Number GEN 890 CITY OF LA PORTE, TEXAS ~v~ Robert Cummings Supervi~ing Engineer Step, n L. Barr Direct r of Parks & Recreation Page 1 of 36 It e CITY OF LA PORTE LITTLE CEDAR BAYOU CONNECTOR CONCRETE PATHWAY TABLE OF CONTENTS SECTION PAGE NUMBER SCOPE OF WORK...................................................................................................3 OF 36 NOTICE TO BIDDERS... ............................... .......... ............... ....... .................... ....... 4 OF 36 INSTRUCTIONS TO BIDDERS ............................................................................... 5 OF 36 BID PROPOSAL.......... .................. ............................ ......................... ..... ......... ...... 11 OF 36 . AGREEMENT............................ ........................................ ...... ............................... 14 OF 36 PAYMENT BOND FORM ....................................................................................... 16 OF 36 SUPPLEMENTARY CONDITIONS.. ..................................................................... 18 OF 36 TECHNICAL SPECIFICATIONS .... .......... ........ ................. ....................... .............. 28 OF 36 SITE DRAWiNG......................... /.............. ...... .... ....................... ......... ................ .... ......... 0-1 DETAil' DRAWING......................................... ..................................................................0-2 Page 2 of 36 -e .. SCOPE OF WORK Contractor shall provide equipment, materials, and workmanship to remove existing vegetati.on, 'prepare a solid sand base. and shall construct. a new ten fo~t (10') w!de concrete' pathway app"roximately 1,040 linear feet on the "M" Street right" of way' from the rear of the La Porte Recreation & Fitness Center westward to. the "3rd" Street right of way, then southward to the Pede~trian bridge over Little Cedar Bayou, aGcording to the' attached specifications. SpeCifiC siting of the project will be staked by. Owner, prior to commencement of wor~. All existing materials (grass, humus, asphalt, 'crushed granite or other material) that the contractor will remove to cons~ruct concrete. pathway will become the property of the contractor and disposal of the materials will be p~rt of the submitted bid .for' contract. Contractor will have (45) forty- five days to complete proje~t after the bid is awarded. . . Concrete Pathway: Contractor shall remove existing asphalt and crushed granite pathways and construct.approximately 1,040 linear feet of concrete pathway. The pathway will be 10' width X 4" depth. Pathway will be constructed in place according to area site plan and according to bid specifications. Cleanup: Contractor shall remove all debris, excess and leftover materials, equipment, .waste concrete, forms, from the site and shall leave it in good condition as determined by Owner representative. . Payment:. With the absence of.a Performance Bond, City will make o~ly one (1) payment to the Contractor upon the full.and fi~~1 completion of all work items. Page 3 of 36 :'. e NOTICE TO BIDDERS . # 04027 1. Sealed bids, in duplicate, on the original f9rms, signed by an officer of the Company, and ~ddressed to Martha Gillett, City Secretary, City of La Porte, 604 W. Fairmont Parkway, La Porte, Texas 77571 will be received until 2:00 PM, Monday, May 10, 2004 for the construction of: . CITY OF LA PORTE LITTLE CEDAR BAYOU CONNECTOR CONCRETE PATHWAY COLP CAPITAL IMPROVEMENT PROJECT FY2003-04 . Project Number GEN 890 2. Interested contractors may obtain plans, specifications and necessary bidding information at" no cost from: CITY OF LA PORTE PLANNING DEPARTMENT 604 W. FAIRMONT PARKWAY LA PORTE, TEXAS 77571 (281) 471-5020 . 3. Each PROPOSAL shall be accompanied by a cashier's check, certified check, or bid bond from a surety company licensed in the State of Texas in an amount not less than five percent (5%) of the total amount bid, as a guarantee that the successful bidder will enter into a Contract and execute the Sondes) if required, within ten (10) days after the receipt of the Contract Documents. 5. The . City of La Porte hereby notifies all bidde~ that in regard to any Agreement entered into purSuant to this advertisement, minority business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, age, religion or national origin in consideration for an award. 6. The Owners reserve the right to reject any and all bids and to waive informalities in bidding. .In case of ambiguity or lack of clearness In stating the prices in the bid, the Owner reserves the right to consider the most advantageous construction thereof or to reject the bid. 'CITY OF LA PORTE Martha Gillett City Secretary Page 4 of 36 e e INSTRUCTIONS TO BIDDERS RECEIPT AND OPENING OF BIDS The City of La Porte (herein called "Owner"), invites bids on the fonn attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at the office of the City Secretary, until the time and date indicated within the NOTICE TO BIDDERS, and then at said office publicly opened and read aloud. The envelopes containing the bids must be sealed, clearly marked: "CITY OF LA PORTE LITTLE CEDAR BAYOU CONNECTOR CONCRETE PATHWAY" and addressed to Martha Gillett, City Secretary at 604 W. Fainnont Parkway, La Porte, Texas 77571. The Owner may consider infonnal any bid not prepared and submitted in accordance with the provisions hereof and may waive any infonnalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within sixty (60) days after the actual date of the opening thereof. PREPARATION OF BID Each bid must be submitted on the prescribed fonn. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and must be fully completed and executed when submitted. Each bid must be submitted, IN DUPLICATE, in a sealed ORANGE envelope bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope, address as specified in the bid fonn. SUBCONTRACTS The bidder is specifically advised that any person, finn, or other party to whom it is proposed to award a subcontract under this contract must be acceptabl~ to the Owner. Bidders may not subcontract more than fifty percent (50%) of the w~\rk. Page 5 of 36 . . TELEGRAPHIC MODIFICATION Any bidder may modify .his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the Owner prior to the closing time and, provided further, the Owner is satisfied that a written confirmation of the telegraphic modification of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. If written confirmation is not received within two (2) days from the closing time, no. consideration will be given to the telegraphic modification. QUALIFICATIONS OF BIDDER The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. BID SECURITY Each bid must be accompanied by a cashier's check, a certified check of the bidder, or a bid bond prepared, duly executed on the form enclosed herein by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of five percent (5%) of the bid. Such checks or bid bonds will be returned to all except the three (3) lowest bidders within three (3) days after the opening of bids, and the remaining checks or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or, if no award has been made within thirty (30) days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within ten (10) days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the bid security submitted with his bid as described above in BID SECURITY. . Page 6 of 36 . e TIME OF COMPLETION AND LIQUIDATED DAMAGES Time is of the essence in this project and the contractor must diligently pursue the construction of the work so as to offer it for final acceptance by the Owner within the time limit specified in the proposal. Liquidated damages 9f $10.0.00 per day shall be chargeable for each day the work remains incomplete past the stated time limit. CONDITIONS OF WORK Each bidder must inform himself fully of the conditions relating to the construction of the project and t~e employment of labor thereon. Failure to do so WiII.not relieve a successful bidder of his obligation to furnish all material and labor ne.cessary to carry out the provisions of his contract. Insofar as possible the contractor, in carrying out his work, must employ such methoqs or means as Will .not cause any interruption of or interference with the work of any other contractor. . ADDENDA AND INTERPRETATIONS No interpretation of the meaning of the plans, ~pecifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to "City of La Porte, Attn: Planning Department, 604 W. Fairmont Parkway, La Po~, Texas 77571" and to be given consideration must be received at least five (5)' days prior to the date fixed from the opening of bids. Any and all such interpretations or any supplemental instructions will be in the form of written addenda to the spec,ifications which, if issued, .will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for ~uch purposes), not later than three (3) days prior to the.date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted.' All addenda so issued shall become part of the' contract documents. . CONTRACT SECURITY The Contractor shall be required to fumish a payment bond, executed on the form enclosed herein, in an amol!nt at least equal to one hundred percent (100%) of the total contract price, as security for the payment of all persons performing labor or furnishing materials and equipment on the project. NOTICE OF SUPPLEMENTAL GENERAL CONDITIONS AND SPECIAL CONDITIONS Attention is particularly called to those parts of the contract qocuments and specifications which deal with the following: a. Survey, Permits and. Regulations Page 7 of 36 e . b, Protection of Work and Property c. Time of Completion and Liquidated Damages d. Subsurface Conditions Found Different e. Insurance f. Separate Contract g. Subcontracting h. Photo~raphs of the Project LAWS AND REGULATIONS Th~ bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout; and they will be . deemed to be included in the contract the same as though herein written out in full. . . METHOD OF AWARD - LOWEST QUALIFIED BIDDERS If at the time this contract is to be awarded, the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the Owner as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the Owner may reject all bids. The Owner further reserves the right to award the contract based on an adjusted base bid, which shall- consist of any combination of altemate bid items and bid items inc;;luded in the base bid. OBLIGATION OF BIDDER At tt~e time of the opening.of bi9s eac;:h bidder will be presumed to have inspected the site and to have read and to be thoroughly f~miliar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect to his ~id. SAFETY STANDARDS AND ACCIDENT PREVENTION With respect to all work performed under this contract, the Contractor shall: (1 ) Comply with the safety standards provisions of applicable laws, puilding and construction codes and the "Manual of Accident Prevention in Construction" published by the Associated. General ContractorS of America, and the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596). - Page 8 o.f 36 . e (2) . Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. (3) Maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make sta'nding arrangements for the immediate removal to a hospital or a doctor's care of . persons (including employees), who may be injured on the job site. In no case shall employees be permitted'to work at a job site before the. employer has JTJade a standing arrangement for removal of injured persons to a hospital or ~ doctor's care. Pa~e 9 of 36 .. . CITY OF LA PORTE CERTIFICATION BY BIDDER The undersigned bidder hereby certifies it has been furnished a copy of City of La Porte . . Ordinance #98-2217 prohibiting any expenditure for goods or services by the City of La Porte from any person, firm, or corporation owing any delinquent indebtedne~s to. the City.. The undersigned bidder further certifies that it is in compliance with the requirements of said ordinance. If undersigned bidder is not in compliance with Ordinance 98-2217, it hereby assigns to the City of La Porte, the amoun~ of its delinquent indebtedness to the City of La Porte, to be deducted by the City of La Porte from the amounts due the 'undersigned. . . Failure to remit this certification with th~ bid; or non-compliance with said ordinance' shall be just cause for rejection or disqualification of bid. '/The undersigned hereby certifies that it is in compliance with Ordinance 98-2217. or _ The undersigned' assigns to tlie City of La Porte, the amount of its'delinquent . indebtedness, to be deducte~ by the City of La. Porte from the amounts due the . undersigned. (Initial cine of the ~bove) Printed Nam~: to \ ~t3 Business Name: Address: Authorized Signature: Page 10 of 36 " e e BASE BID PROPOSAL LITTLE CEDAR BAYOU CONNECTOR CONCRETE PATHWAY . . dollars ($ ).? I sbo ,0-1) . . ). '(Am~unt shall be shown In both words and figures. In case of discrepancy, the amount shown in words will govern.) Bidder understands that the Owner reserves the right to reject any or all bids and . to waive any informalities in the bidding. The bidder' agrees that this bid shall be. good and may not be withdra~n for a . . . period of sixty (60) calendar days after the scheduled closing time for receiving bids. . Upon receipt of'written notice of th.e acceptance of this bid; bidders 'will execute... the formal contract attached within ten (10) days. BY: sub . ed: (SEAL) . Au. (Title) . 110 l to M l e",.. (l)~~l!l.... (Busin~ss Address) . . ?A-'::t Tr .'f. SoV (City) (State) {Zip Code)-l . . . ~ ~ 9~ Vf-<fa .( e1epnone Number) . Page 11 of 36 e STATEMENT OF MATERIALS AND OTHER CHARGES MATERIALS INCORPORATED INTO THE PROJECT: ALL OTHER CHARGES: $ $ '$ TOTAL: . l SJIL/-O'. ($j 1~,H-Lo.oD , ~ISGoo ,DO ) . This total must agree with the total liT otal Amount Bid" figure. shown on the bid sheet. . . . For purposes of complying with the Texas Tax Code, the Contractor agrees.that the charges . for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. ! ; i t . ! I . i .\ i l l I ~ . ~ . .\ i $ U..(t\ 11 \1 . I' t'. \. '! "J. . J t: ii ;! ~ n \1 lj H "II II i\ , . 1\ ., !! :.! ..: ~ t ~ i ~ ! Page 12 of 36 , . e- . BID SCH~DULE SEALED BID #04027 CLP Project No. 99-4501 LITTLE CEDAR BAYOU CONNECTOR CONCRETE PATHWAY Item Description - Unit Estimated Unit Total No. Quantities.' Price 1.0 10' width X 4" depth concrete pathway Complete in place @ '. ~~IrSO per L f-. \ \ "&f 0 LF 1,040 ~,s'O Oll/;kD.Ci5 Base Bid ($~7,5100 ~ 00 ) Page 13 of 36 . . ~ e. . STANDARD' FORM OF AGREEMENT THIS AGREEMENT, made this ~ day of _M f\. 'I ' 2004, by and . between the CITY OF LA PORTE, .hereinafter called "Owner", acting herein through its CITY MA~AGER and : B-Roc \L~ Gcl-l LRE te. Th1G · . . (Name of Contracting Firm) Strike ~ut inappiicable !Brms: (" c:orporati~ (8 ~;, or {all iAdMd~..1 du;, ,Ii business as:) 1bffl M/f'A,:....ftbA^" of _ --,---- County of ~ . and State of Texas, hereinafter called "Con~ractor". . . WITNESSETH: That for and, in consideration of the. payments and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and complete the construction described as follows: . LITTLE CEDAR BAYOU CONNECTOR CONCRETE PATHWAY h~nafler called the proje~ for the T alai :-~ m:, (l ~ ~(.,Q ,.D6 ~~ e,.,.A~ ~1 'io"+'D ~~ .~ <;:\'rry -. Dollars (t.aJ.~{~b 'fIJ- ) and all ~xtra work. in connection therewith, under the terms as stated in the General and Supplementary Conditions of the Contract; and Further, that the CONTRACTOR agrees, at his (its or their) own proper cost and expense, to furnish a~1 the mat~rials,. supplies, machinery, equipment, tools, . . superintendence, labor, inslJran~, a~d other ~ccessories and services ne~essary to complete the said project in accordance with:. A. The terms and 'conditions stated in the Proposal and in the General Conditi(:ms, and Supplementary Conditions of this Contract; Scope of Work . B. The plans, which'include all maps, pla~, blue prints', and other'drawings . . and printed or written explanatory matter thereof; arid '. C. . . The SpeCifications and other contract documents. therefore, as prepared 'by- the. City of l.a' Porte! all of which. are made a part. hereof and collectively evidence and constitute the contract. . j j Page 14 of 36. . e -e The CONTRACTOR hereby agrees to commence work under this contract on or before . a date to be specified - in. a written "Notice to Proceed" of the Owner and to - fully complete the project within 45 . . calendar days thereafter. The CONTRACTOR further agrees to pay, as liquidated damages, the sum of . . $100 for' each consecutive ~~lIendar day thereafter as hereinafter provided - in Paragraph SC-6 of the Supplementary Conditions. IN WITNESS WHEREOF, the parties to these present have executed this . . contract, each of which shall be deemed an original, in' the year and day first above mentioned. . ~ity of I a Porte Name of Owner' SEAL ~~1L Attest: By: ~I/J~ 0 If LtJl/ . _ Martha GIllett By': city Secretary Title . City Manager Title ~b CJJMUA;4.c-. Contracting Firm SEAL - .. ~ ~ By. . . "." . -. - ~ ..... .. . Title of Authorized Person f:JDL~ ~ l ( ~ crc1\l(b r+ .P~. 1)( Address .and Zip Code ..., 1 ~o.-f: Witness . Page 15 of 36 e ,.e PAYMENT BOND STATE OF TEXAS 8 COUNTY OF HARRIS 8 - KNOW ALL MEN BY THESE PRESENTS: That of the City of County of , and State of . 'as. principal, and authorized undedhe laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto The City of La Porte (Owner), in the pen~1 sum of dollars {$ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally. by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of . 2004, to which contract is hereby referred to and made apart hereof as fully and to the sam~ extent as if copied at length herein. . NOW. THEREFORE, THE CONDITION OF THIS OBLlG~ TION IS SUCH, that if . the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effe'ct; IIPROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Vernon's Texas Codes Annotated. Texas Government Code. Chaoter 2253', as amended and all liabilities on this bond shall be determined in accord.ance with the provisipns of said Article to the same extent as if it were c~pied at length herein. II Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work performed thereunder, or the plans, speqifications, or drawings accompanying the same, shall in such change extensio"n of time, .alteration or addition to the terms of the contract, or to the work to be performed thereunder. Page 16 of 36 e e IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of I 2004. Principal By: . By: Title: . Title: Address: Address: The name and address of the Resident Agent of Surety is: Page 17 of 36 Surety ,e e SUPPLEMENTARY CONDITIONS OF THE AGREEMENT SC-1 PRECEDE'NCE: These supplementary conditions of the Agreement are. a supplement and where in conflict, they take precedence over the General Conditions of the Agreement of this Spe~ification. SC-2 OWNER/ENGINEER: The word "OWNER". in these Specifications shall be understood .as referring to the City of La Porte, Texas. The word "ENGINEER" in these . Specifications shall be understood as referring to the City Engineer for the City of La Porte, Texas. . SC-3 SCOPE OF WORK: The work to be performed under this contract consists of furnishing' all materials, labor, supervision, tools.. and equipment necessary to complete the . work. SC-4 SEQUENCE OF WORK: All work covered by this Contract Shall be .completed within the number of calendar days designated by the Contractor in the Bid Proposal. SC-5 TIME OF COMPLETION: The CONTRACrOR shall complete the work as provided in the Contr~ct Documents and within the time limitations described in .paragraph SC4, Sequence of Work, unless otherwise stipulated to proceed. Calendar days shall be computed beginning and inclusive of the first day of the Notice to Proceed. CONTRACTORS shall .notify OWNER in writing 48 hours prior to start of .construction. The time of completion shall include delivery time of all equipment and materials required to complete the work in conformance with the Drawings and Specif!cations. SC-6 LIQUIDATED DAMAGES FOR DELAY: It is understood and agreed between the parties hereto that time is of the essence of this Contract, . and that for each calendar day of delay beyond the completion date (after due allowance for such extension of time as provided herein) the CONTRACTOR shall pay the OWNE~ as liquidated damages the. sum of one hundred dollars ($100.00), it being understood between the parties hereto that su~h sum shall be treated not as a penalty, but a~ liquidated damages for lo'ss of revenue to the OWNER. . SC-7 GUARANTEE: The CONTRACTOR shall furnish the OWNER with a written guarantee 'on all workmanship and materials provided by hi':Tl for the project. The written guarantee shall be made out to the OWNER and in a form satisfactory to the OWNER, guaranteeing all of the work under the -Contract to be free from faulty materials in every particular, and free from faulty workmanship, and ag~inst injury from proper and usual wear; and agreeing to replace or to re-execute without cost to the OWNER such work as . may be .found to be imperfect or improper, and to make good all damage caused to other required replacement or re-execution. Thegl,1arantee shall be made to cover a period of one.year from the date of completion of all work under this Contract. This guarantee must be furnished to the OWNER for approval, prior to acceptance and final. payment. Neither the final certificate nor payment nor any provision in the Contract Documents shall relieve the CONTRACTOR of the responsibility for neglect or faulty materials or workmanship during' the period covered by the gu'arantee. Page 18 of 36 . e SC-8 MATERIALS AND WORKMANSHIP: No material which has been used by the CONTRACTOR for any temporary purpose whatever is to be incorporated in the permanent structure without written consen~ by the OWNER SC-9 SANITARY FACILITIES: The CONTRACTOR shall maintain sanitary facilities at a location' satisfactory to the OWNER, for use by the employees of the CONTRACTORS. They' shall be well ventilated, but provide proper concealment, and shall be kept scrupulously clean at all times by the CONTRACTOR. The faC?i1ities shall be removed. and the site restored to its original condition upon the completion of the work. All such facilities shall conform to the requirements of the state and local ~ealth authorities, ordinance and law. SC-10 INCONVENIENCES TO THE PUBLIC: It is. declared and acknQwledged intent of these speCifications that all work such as backfilling of excavations, removing forms, repairs to roads and "drives, and clean-up or other such operations shall follow as closely as practical t.o the laying or installing operations, in such a manner that the public is not unnecessarily inconvenienced nor a hazard to public safety created. Any specific limitation in the technical specifications referring to the control of the "follow-up" operations, such as the minimum distance of unfilled trench allowed behind the excavating operations, shall be strictly enforced. The OWNER or OWNER'S representative will notify the CONTRACTOR if his forces and/or equipment are insufficient to such a degree that the public is unnecessarily inconvenienced and/or a hazard to the public safety is created. The CONTRACTOR, upon notification by the OWNER or OWNER'S representative shall make necessary changes to his forces and/or equipment. SC-11 PERMITS: Permits and licenses of .a temporary nature necessary for .the prosecution of the' work shall be secured and paid for by the CONTRACT.OR Easement, right-of-way and instruments of a permanent nature shall be secured and paid for by ~he OWNER CONTRACTOR shall obtain' all required permits from the City of La Porte and any other affected agency. SC-12 CLEAN-UP: The CONTRACTOR shall at all times keep the site and structures or facilities thereon free from accumulations of 'waste material, debris or rubbish caused by his employees or work; at the completion of the work he shall remove from the site ail his tools, surplus materials, debris, and shall. leave the site aAd his work "broom clean" or the equivalent, unless otherwise noted on the drawings or specified by the OWNER SC-13 OPERATIONS AND BUSINESS OF THE OWNER: It is of great importance that the OWNER'S operations meet with a minimum of interference resulting from the work requiring .by these Contract Documents. The CONTRACTOR shall, therefore, conduct his work in such a manner as to permit these continued operations and so as not to interfere with the business of the OWNER The CONTRACTOR shall use the route of entry designated by the ENGINEER at the pre-construction meeting and restrict all his vehicle and personnel to this route and to the site. The blocking or hindering of traffic will not be permitted. Page 19 of 36 e . SC-14 SEPARATE CONTRACTS: The OWNER reserves the right to let other contracts in connection with this work. The CONTRACTOR shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution' of their work and where required, shall properly connect and coordinate his work with theirs. SC-15 RIGHTS OF VARIOUS INTERESTS: Wherever work being done by the. OWNER'S forces or by other contractors 'contiguous t9 work covered by this contractor, the respective rights or the various interests involved shall be established by the OWNER o"r his resident inspector, to secure the completion of the various portions of the work in general harmony. CONTRACTOR shall issue work schedules in conflicting areas as requested by the OWNER or-his"resident inspector. . SC-16 STORAGE OF MATERIALS AND EQUIPMENT: Any material which has deteriorated, become damaged or otherwise unfit for use, shall not be used in the work. Any material or equipment must be stored at a location directed by the ENGINEER at the pre-construction meeting. Upon completion of all work, or when directed by the OWNER, the CONTRACTOR shall' remove such storage facilities or equipment form the site. I SC-17 PUBLIC UTILITY OBSTRUCTIONS: Pipe lines and other existing underground structures in the vicinity of the work are shown on the drawings according to the best information available to the OWNER. The OWNER does not guar.antee the accuracy of this information. The CONTRACTOR shall make every effort to locate all underground utilities by prospecting hi advance of trench excavation. . The cost of repair of existing. utilities damaged by the CONTRACTOR shall be borne by the CONTRACTOR, and shall be scheduled so as to cause the least possible inconvenience to the public. Any delay or extra cost to the CONTRACTOR caused by pipe lines or other underground structures or obstructions not shown on the plans or found in different locations than those indicated, shall not constitute a claim for extra work, additional payments, or damages. . SC-18 SUBLETTING THE WORK: The CONTRACTOR shall perform with his own organization and with. ~he assistance of workmen unde~ his immediate supervision, work riot less than fifty pe'rcent (50%) of the value of all work embraced in the Contract exclusive of items not commonly found in contracts .for simil~r work or which requires highly specialized knowledg.e, craftsmanship and/o~ equipment not ordinarily ?vailable in the organizations of the contractor's performing work of the character embraced in the Contract. No portion of the work covered. by these specifications and materials, shall be sublet without written permission from the OWNER. If the CONTRACTOR sublets any part of the work to be done under this Contract, he will not und~r any circumstances be relieved of his responsibility and obligatioris. All transactions of the OWNER will be with the CONTRACTOR. Subcontractors will be ~nsidered only in the capacity of employees and/or workmen and shall be subject to the same requirements as to character, competency, wages and hours.' The OWNER will not recognize any subcontractor on the work. The CONTRACTOR shall at all times, when the work is in operation, be represented either in person or by a qualified superintendent or other designated representative. A complete list of subcontractors must b~ submitted within ten (10) days after start-up. Page 20 of 36 e e SC-19 PROTECTION OF EXISTING FACILITIES: The CONTRACTOR shall use construction equipment, labor, or techniques to insure that existing facilities such as but not limited to, existing utilities are not damaged. A careful pre-construction inspection of existing facilities will be made with the OWNER and the CONTRACTOR. SC-20 PROTECTION OF TREES AND SHRUBS: Any trees, shrubs, plants, or ornamental growth within the right-of-way, not dJrectly interfering with the construction of the road bed, pathways, driveways or sewer shall be protected from damage by the CONTRACTOR. Any tree, shrub, plant or ornamental growth that .interferes with the construction of the roadway, sewers, pathways or driveways shall be relocated to a location satisfactory to the adjoining property owner outside of the street right-of-way. Large trees not cenduC?ive to moving shall be removed and disposed. SC-21 PROJECT SCHEDULING: CONTRACTOR shall coordinate all work with OWNER. SC-22 WATER FOR CONSTRUCTION AND TESTING: CONTRACTOR may obtain water for cc;mstruction and testing from the' City. of La Porte at his cost. A construction meter will be provided at no cost to the CONTRACTOR for the d'uration of construction. SC-23 OPERATION OF EXISTING FACILITIES: The City of La Porte shall operate all existing facilities (Le., lift stations, valves, fire hydrants) during construction. SC-24 DELETION OF ARTICLES IN GENERAL CONDITIONS: Articles of the General Conditions covering OWNER'S liability insurance, Sections 5.5 through 5.10, are hereby deleted are not part of this Contract and is not required by the OWNER. SC-25 REQUIRED CONTRACTOR INSURANCE: CONTRACTOR shall obtain insurance as detailed. Each policy obtained by the. CONTRACTOR for work with this contract, with exception of the Worker's Compensation policy, shall name the OWNER and the ENGINEER as an additional insured. The coverage and amounts designated are minimum requirements and do not establish limits of the contractor's liability. Additional . coverage may be provided at the CONT~CTOR'S option and expense. Insurance must include: General Liability:. Commercial General Liability General Aggregate Personal Injury Each Occurrence $1,000',000.00 $1,000,000.00 $1,000,000.00 Automobile Liability: Combined Single Lim.it Excess Liability: Umbrella $1,000,000.00 Each Occurrence Each Aggregate $1,000,000.00 $1,000,000.00 Page 21 of 36 ..e e Worker's Compensation: A. Definitions: Certificate of coverage ("certificate'} A copy of a certificate of insuranGe, a certificate of authority to self-insure issued by the commission, or a coverage agreement (1WCC-81, lWCC-82, lWCC-83 or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services' on a project, for the duration of the project. Duration o.f the project - includes the time from the beginning of the work on the project until the contractor's work on the project has been completed and accepted by the OWNER. Persons providing services on the project - includes all persons or entities performing all or part of the services the contractor has 'undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling; or delivering equipment or materials, or providing labor, transportation, or other services related to the project. "Services" does not include activities unrelated to the project, such as foodlbeverage vendors, office supply deliveries, and delivery of portable toilets. B. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirem~nts of rexas . Labor Code, Section' 401.011 (44) for all employees of the contractor . provi.djng services on the proje~, for the duration of the project. C. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract.. . D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the. contractor must, prior to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. E. The CONTRACTOR shall obtain' from each person providing services . on the project, and provide the OWNER: Page 22 of 36 e e (1) a certificate of coverage, prior to that person beginning work on the project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project; and .. (2) no later than seven (7) days after receipt by the contractor, a new certificate of coverage showing extension of coverage. if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. _ The CONTRACTOR shall retain all required certificates of coverage for the duration of the Project and for one (1) year thereafter. G. The CONTRACTOR shall nqtify the OWNER in writing by certified mail or personal delivery, within ten '(10) days after the contractC?r knew or should -have known, of any change that materially affects the provisions of cQverage of any persons providing services on the project. H. The CONTRAGTOR shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify' coverage and report lack of .coverage. I. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on the Project, to: (1) provide coverage, based on proper reporting of classification codes and . . payroll amount and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the Project, for the duration of the Project; (2) provide to the CONTRACTOR, prior to that person beginning work on the Project, a certificate of coverage showing that coverage is being' provided for all employees of the person providing services on the Project, for the duration of the Project;. (3) provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate ends during the duration of the Project; . (4) obtain from each other person with whom it contracts, and provide the CONTRACTOR: (a) a certificate of coverage, prior to the other person beginning work on the project; and Page 23 of 36 e e (b) a new Gertificate of coverage showing extension of coverage, prior to the end of the 'coverage period, if the coverage period shown on the current certificate ends during the duration of the Project. (5) retain all required certificates of coverage on file for the duration of the Project and for one (1) year thereafter; (6) notify the OWNER in writing by certified mail or personal delivery, within ten (1'.0) days after the person knew or should have known, of any change that materially affects the provisions of coverage of any person providing services on the'Project; and . (7) c~;>ntractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certific~tes of coverage to be provided to the person for whom they are providing service. J. By signing this contract, the CONTRACTOR is representing to the OWNER that all employees of the CONTRACTOR who will provide services on the Project will be covered by workers' compensation coverage for the . duration of the Project, that the coverage will be based on proper reporting of clas~ification codes and payroll amounts, and .that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Commission's Division of Self-Insurance Regulations. Providing false or misleading information may subject the CONTRACTOR to administrative penalties, criminal penalties, or other civil action. ' K. The CONTRACTOR'S failure to comply with any of these provisions is a breach of contract by the CONTRACTOR which entitles the OWNER to declare the Contract void if the CONTRACTOR does not remedy the breach within ten (10) days after receipt of notice of breach from the City. The CONTRACTOR shall be responsible for insurance to cover equipment, tools, materials, supplies, etc. used in the performance of work, owned or rented, the capital value of which is not included in the cost of this Contract. Insurance policies are to be written by companies authorized to do business under the laws of the State of Texas and on forms approved by the Insurance, Commission of the State of Texas. The CONTRACTOR shall provide the OWNER a copy of all insurance polici~s. . All of the insurance required t9 be carried by the CONTRACTOR. shall be by policies which shall require on their face, or by endorsement, ten (10) days written notice to the OWNER before' they may be cancelled and within which -ten day period the CONTRACTOR covenants that it will provide other suitable policies in lieu of those about to be cancelled so as to maintain in effect the coverage required under the provisions hereof. Failure or refusal of the CONTRACTOR to obtain and keep in force the above Page 24 of 36 It .- required insurance coverage shall authorize the OWNER, at its option, to terminate this contract at once. The CONTRACTOR ~hall indemnify and save harmless the OWNER, its officers, employees, and agents from all claims and. liability due to the activities of itself, its agents, or employees performed .under this contract ~nd which result from an error, omission, or negligent act of the CONTRACTOR or of any person employed by the CONTRACTOR. The CONTRACTOR shall indemnify and save harmless the OWNER from any and all expenses, including attorney fees, which might be incurred by the OWNER in litigation or . otherwise resisting said claims' or liabilities which might be imposed on the OWNER as a result of such activities by the CONTRACTOR, his agents, or employees. . . SC-26 QUALIFICATIONS FOR SURETIES ISSUING BONDS: As required by City of La Porte Ordinance No. 1773, approved July 22,1991, co"rporate sureties issuing payment and performance bonds payable to the City of La Porte on pUblic works projects shall meet all of the following criteria: '. a. The surety company must be authorized to do business in the State of Texas, which authorization must be recorded in the files' of the Texas State Board of Insurance; b. The surety company must be an approved surety company listed in the current United States DepC?trtment of Treasury list 'of approved corporate sureties for . payment and performance bonds for federal jobs; inclu~ing specifically the rules to underwriting limitation; - c. The surety company must be authorized to issue payment and performance bonds in the amount required for the Contract, which authorization 'must be recorded' in the files of the Texas State Board of Insurance; . . d. The person executing the Payment and Performance Bonds must be a licensed Texas local recording agent and such licensing must be recorded in the files of the . Texas State Board of Insurance; and e. The person executing the Payment and Performance Bonds must be authorized by the surety company to execute performance and payment bonds on behalf of the company in the amount required for the Contract and such authorization must be recorded in the files of the State Board of Insurance. f. Failure to meet the criteria for acce'ptability of surety company issuing Payment and Performance Bonds will result in the disqualification of the bid. g. The Payment and Performance Bonds shall remain in effect at least one year beyond final acceptance .of work under the CO!1tract by the Owner. . SC-27 RETAINAGE: If the total Contract price is greater than $400,000.00, five percent (5%) of the total contract price will be retained until final payment as described below. If the total Contract price is less than $400,000.00, ten percent (10%) of the total contract Page 25 of 36 . e price will be retained until final payment as described below. On or before the tenth (10th) day of the month, the CONTRACTOR shall prepare and submit to the ENGINEER for approval or modification a statement showing as completely as pradicable the total value of the work done by the CONTRACTOR up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on the site of the work that are to be fabricated into the work. For total Contrad prices (Base Bid) greater than $400,000.00, the OWNER shall then pay the CONTRACTOR on or before the fifteenth (15th) day of the following month of the following month the amount of the approved statement, less five percent (5%) of the amount thereof, which shall be retained until final payment, and further less all previous payments and all further sums that be retained by the OWNER under the terms of the Agreement. For total Contrad prices (Base Bid) less than $400,000.00, the OWNER shall then pay the CONTRACTOR on or before the fifteenth (15th) day of the following month of the following month the amount of the approved statement, less ten percent (10%) of the amount thereof, which shall be retained until final payment, and further less all previous payments and all further sums that be retained by the OWNER under the terms of the Agreement. . It is understood, however, that in case the whole work be near to completion and some unexpeded and unusual delay occurs due to no fault of the CONTRACTOR, the OWNER mav, upon written recommendation of the ENGINEER, pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER'S option, may be relieved of the obligation to fully complete the work and, thereupon, the CONTRACTOR shall receive payment of the balance due him under the Contrad subjed to those conditions under the General Conditions, Article 14, Payments to CONTRACTOR and completion. SC-28 PREVAILING WAGES: The CONTRACTOR and his subcontradors shall expressly comply with Article 5159A, Revised Civil Statutes of Texas, 1925, commonly known as, ''The Prevailing Wage Ad' including the latest provisions. Not less than the minimum prevailing wage for the Harris County area as attached at the end of these supplementary conditions shall be paid for labor which is employed by the CONTRACTOR and his subcontradors for execution of this contrad. The CONTRACTOR and his subcontradors shall keep accurate records of the names, wage classifications, and hourly wages paid to each worker employed on this projed. These records shall be open to inspedion by the OWNER. See the prevailing wage rate attached. Page 26 of 36 "!~ " . ~., n .! . :, ..~ !!" . , ...~ i; ..~ 'r ~ .j ~ . j. ; i . , , I I " ..... .... 1111''''' .&,AIUNBWAGE RATE! DETERulTlOti BUILDING CONSTRUCTION TRADES COUNTY NAME.: :HARRlS CD Prf~ I Ap~ 11, 1887 CI ASSIFlCAnON . Rate HeaRh Pension . VaoaUon . Total Wage . ASBESTOS WORKER S9~ 10.00 , $O.DC '$Q.oo $8.00 CARPENTER . '18.23 12.15 . 11.17 .10.00 $19.5& CARPET'LAYERlFLOORlNG INSTAl.I.ER $8.00 $0.00 .00 10.00 9Q.IAI CONCRETE FINISHER S1 0.00 '. '80~ SO.25 " $Q.04 . , f1 D.34 DATA COMMUNICATIONlTEl:ECOM INSTALLER $11.99 $0.18 $0.00 $O.OS . 812.23 DRYWALL INSTALI.ERICWNG INSTALLER . . $11.00 . $0.00 $0.00 '. . $O.DC . "1.0Cl ELECTRJCIAN , $13.27 $0.79 $0.27 $0.41 "'4.75 ElEVATOR MECHANIC. . . . $18.02 $3.85 ' S2.19 S1.5Cl ' $25.55 FIRE PROOFING INSTALLER 111.00 $0.00 $0.00 eo.DO 111.00 GLAZIER . . . . 112.53 $0.79 SO.OO SO.n $14.04 HEAVY ~UIPMENTOPERATOR . "3.~ . fO.1~ 1'.~16 $O.D:i! . $13.79 . INSUlATOR . 115.78 S3.08 d. ".84 $1-001 . 121.48 IRON WOFU<ER . . '. .13.37 . .$0.00 . .$O.oD ~.oo $13.37 'IABOREAlHELPER . . $8. 12 :.~ '$0007 $0.0& a.a lUll LA~ - 115.10 11.00 so.oo . '118.22 UGHT EQUIPMENT OPERATOR . . . - $1.1..46 SD.3OI IO~ . 10.02 . $12.13 MASON .11~ '. $D.48 ~.24 . fU.DO flszr . METAl BUILDING ASSEMBLER $1 O.DO $0.00 10.00 . so.OOI 110.00 MILLWRIGHT .,5.91 ".&3 ".00 . $O.DO $18.54 PAINT~ALL COVERINQ INSTAUS 111.83 M .... ~.43 ea.16 113.10 . -,.. PIP&llIeR . . 118;3S' 13.251 . 12.06 SO.OOI 123. PLUMBER .. $11.33 12.4Ci . 11.45 .~ en' " ROOFER . $1 0.00 Ia.DC 10.001 _~oo . . "0.00 SHeer METAL WORKER . .. 114.56 . . '1.1~ SO.52 ~f" -Vl8.52/I' . . SPRlNKl..Efi RTTER "8.25 '-'401 12.24 10.00 . TERRAZZO WORKER $0.00 . so.oc $0.00 . 10.00 . SCUXl TIlE SeTTER "0.00 $Q.oc . $0.00 $0.00 ..,0.00 WATEAPROO~ . . 1111.521. . .~,cq. $0.00. .10.00 f11~ .. .... .. · sO.OO In the ratS ftBId ~ .numcterit data was ~ to determine. pmalllng wag& _ ror . this c:IascIfIcaUon. Govemmn CachI Tille 10, SedIon ~ ~ C Itates: .A contrIetar or 1Ubc000actar does not vlalld81hfs sec:don ,. pubic bac:fy awarding I. coi1tract does not determine lhe pl1Mllllng wag~ ~ ~ speCify the rates In lie conlr8ct as provided In Sectfon 2258.022. ~. " !'iaPerIJ ar General servi'o. CGll'UnllllDn 8aied Oft 'HI SUIWJ A..,Is. . _ . . -..- W&Wu:.aa...&. .,a;.a...~ If.IUUZ e e General Services Commission 1711 SaaladlllO - P.o. Bax 1~7 AasIia. Teas 18711-3047. , Web Sire: www.pc.swc.DC.US (512) 463-3035 .pertinent Information to All Public E.ntItles UsIng Pr~~tllng Wage Rate DetemiinaUona I ~ Produced by the General ServIces Cammlssro-:, . . 1. The c;JI1tractlng entfty awardlng atr'/ cOntract for non-federaUy funded, public wolfcs'consbudlan pmleCt.s (ragardless of size or dollar value) shalf il1Cfude In bid specification docume"ts and contract documents it pl'8Vailing wage rate detennfna&on of per diem wages for the Ioc:aIIty in which .the work Is ID be perlonned,' · for each craft or type of workman or mechanic needed to exeCute the contrace. ,lbe Prevailing Wage Rate DeterminaUon Is defined as (1) the Prevailing Wage Rate Determination Informa~on sheet (document , numbarWR1001), (2J the PrevaJDng Wage Rate Determination for BuDdIng Corrstruction Trades. and (3) the Department of labor (DOL) Heavy Highway Determination. The DOL Heavy Highway rates arB fa be p@id to werleers ~ged In de work determined to be five (5) 'eet beyond the bw1ding, ex1endJng to the property boundcuy. . 2. It 8haJJ be the responsIbmty of the con.; enffly to ensure that the Gen~raJ Contractor posts !hi applicable Prevaf'lng W~B 'Rata" DelenrilnaOan In a D~inent. auJJx 8eeA~~re prace.8.t 'the work sHe. . . 3. Il shaD be the f'!ISPOl1SibOify of the contracting entity to ensure that nolless than the posted, spe.ciBed rates ars paid to aI classltlcaUons of W?rianen, mechanics and labarens employed by the General Oon~or andfor SubcontractolSi.ln the execution of their contract with the contracllng entl~, and to ensure that aD worken; ftt Into one of the listed worker clusiflcallons ror work of a slmUar charaGter. For example, . welders are to be paid the rate 01 pay lor the trade they are working for. . . . '-. It shaD be die responsIbmw of the confractfng entity to tak. eognlzance of Wage rate dlsputesancVor c:ampl;dnts of aD violations of the provfslons of Chapter.22S8 Texas Government Code Till. 10. ;. It shalf be dJa responslbmly of the contracting entltf to address the rssu. Or fringe benefits In the bid . specUlcatfon documents and contract documents. The PrevaJUng Wage.Rate Qelermfnatlons produced ~y the General Servfces Comri1lss1on Inch,lda (mge beneRm In the total wages. The bId specffication docinnents and contract documents need to specify whether !:he contracting enfIty Is requfrfng that fringe benents be paid. . · It shaD be rh~ ~mLy of the contracting entity to. address the Issue of the use of apPrer:at'ces ~ U:1e1r payment rate In the bId specification documents and contract documents. lbe ~es speclfed1I1 the PrevaJRng Wage Rate DetermrnaBon produced by !he General Services CommIsSIon are Journeyman rates. HlsbrtcaUy, the appren6ce rate Is CQmmensurate wfth the experience and ski of lI\e woJkor'. For example. on GSC proJects, apprenDces are paid at II rata of not mora than SO% of the Journeyman" wage. Also on GSC p~Iects, at no time shaD Ii ~eyinan.supervls. mot- thari an~ (1lapprentfce. '. Note: The tenns Journeyman and apprandce .apply to bpth unton ~d Independent WOlters. and are not Intended 10 Imply that these positions are .unlbn 'ROrke.. only. . . . . , Some Prevailing Wage Aale DelermlnaUons for BuDding Consfructlon Trades may 1ncIJeale$O.OO In the . 70tal Wag.- column. rather than a dalfar amo\.U1t. In sud1 casas, lbe General Services Commission did not receive sufficient survey data to tabulate a prevailing wage for this wiarker classification. In the specified area. and can not pravlde a PravaJ1lng WZi8 rats far this dasslfication. Where this occurs, General Contractors and Subcontraclona GhaR not ba bound to a prevailtng wag~ rate for the Qas:dflcatJon In ques6on. . . . WlIU ....... . ......... . ..-..-..~ I i I I i I I I i . I ! I! I I f ! f I ( I ' .I ~ Ii' '. I i ,= 1..1 I . ~ 'U i ~ ; i I I- '_I : .~ I ;' , .e. .. . . Gcllcnl Se",lc~' Commission' 1711 S... Jldaca - P.o. Sax 1~041 Ausda. Tws 71711-3047 .. \ Web SIIe: www;V 6e'I.IX.1is . . (.S 12) 40-]O;J' ": . . I .. . PreVailing Wa~e Rate Determlnatlort"!nfonnatlon . .( . . . oThe faIowInQ /n1ollllalliln from chapc., 22581' exu Govemmenl Coda TillIl10 should belncluclod In YOUr * specificallon documents and contract doCuments:.. . '. .' . . . ", 22s8~OZ1 ~ Duty. c.f Governmentaf .Entlty to ~ay PrevaIling Wags'Rates 1 . ..r (a) The stale or any poDtqf subdMsion of ~e ~l' shan pay a WOrker employe~ by It or on behalf of"t . (1) not.ess than the g.neral prevailing rate of per dlem wages for ~rfc of a sfmOat character In the'. . . locality In whfch Ihe work Is performed; and.. ..... ," . . .. . .. ': . . . (2)nst 'ess than the general PnwaDlng rale of per diem wages for legal hollday and overtfme work. (bJ Subsectlon (a) do~ not apply fa maintenance Wolf(. . . : . . _ . . . . _ . (c) A \\'Or1cer Is emproyed on a pubIc WOrk for Ute purposes or this .secrlan r Ibe worker Is empIoy8d by a . contractor or subcontractor In the executfonof a contract (or Ibe pubDc work with the state. a POlitical . subcfrvfsfon of Che ~te, or any offfcer. or pubDc. body of the s~te or a poD.DeaI subdMsion of the state. . 2258.023. Prevailing Wage Rates to be Paid by Contractor and SUbconmactor; Penalty. . . . .' . . .'. .' . . >" . . (a' The! contractor wfio Is 2warded a conlracl by a public body or a subcontractor of the cOntiactor shall pay not ress rhan the rates detennfned Under SecUon 2258.022 to a WOr1cat employed'by it in the . . extcution of Ibe contraer. . ." . . . . . '. . (bl A contractor or SUbcontra.ctorwho ~Ia.tes this sectfoh shari pay. to u'e state or a poli6cal subdMslon of the stale on whose behalf Ill. canlrael Is made, $60 for 8ach worker emproyed for each calendar day or part or the "day that the wOrker Is.pald less than Ihe wage ~tes stipulated h the contract.. A public body awardlng a'contract shallsped(y this penaltY In the conlract.. '. ". . . Nole: ThIs perialty appRes even If Ibe contractor or subcontractor and the worker coine 10 an agreement on. the underpaid ~ges C~ Attomey General Opinion DM-489J.' . .... . . (cJ A <:anlr.iclor or ~ does ~vIaIaie thIs....n Ita jlIbJcoixxly~.';"";"" -1191 . . . detennlne fie prevaMng wase rates and specify the rates In the conbact as pRMd~ bySectfon '. . 2258'022. . . . . . " . . . (d) "'e pUblic body shalf use any ~ey cOn~cttpd under IhIs secrlon to offset !hi cOsts incurred in the .. administratlon of this chapter. . . .... . . .' .' .. . '.. .' (-, A munlcfpdty Is entmed 10 cOllect a pen8lly under' rt:ais sdon anIy if 1118. munlclpaBly haS a popuIdon . ofmorethan10000oi . .' ...... ......"... .... ..' . '.. . ,'. .' .. . . . . ..11 ..Bi . . J .a . . 1 I , . . . . ". ~. . . . 2258.051. D~ of PUbllo'~ody to Hear'Complalnts:"and.Wlthhc;Jld Pa~ent .' ..... . . . . .. . "ca, A p~~~ .body awarding a ~nlraCt. ~ an agent or officer oi the public bOdy, shall: .. .... . (1) lalce ~lzance of CQmplalnls of aD vIoIatlotls of this chapteF'comrniled In.Cha 8X8QUffon of the . contraCt; and . ." '.:" . . ". . .... '. . . : . ... .' (2) wllhhoId money forfelted'or reqund to be Wllhheld under IhIs Chapter from the paymenll to Ihe contractor ~.r the contract, excepUhat ~.. pubDc. body,may not wffhhoId money from orblr rhan lite tlnar payment without determinaCIOn by the pubIc body thai there Is good C&USCI to bolleva that Uui contractor has vr~.~this ~ter.. . . . ... .......... - ~ ---'-~' .." , . . , ~ . . . .' .._-~,.....,. -~. I. =-= _a. . WOIker at e ---'11 I 11 1 I_I e Worker ClassIfication Definition Sheet Worker who remavu aItd cfisposc3 of asbat03 mat'lriala. Worker who IxriIds wood sWdur'es. or sfnIctura of any material Which ,.. repJacr.d wood. Includes rough and. rrnish C&lpentty, hardwana and rrim. WOlker..mo fns~ catpet anCuor Mar covarings . vinyf tiJ-.. Worfr:et who fIoaIs, Irowals, and finfshcs concrete. 1" I Worbr who instaIfa dafaAelephone and tileYisian cable and associated I ~ Bnd accessories.. .. . I Wodcar who Instals meCaI ~ramed wds and ceDlngs, dI)viaII CDVIrings, C8iUng -;-' I gdds and ceilings. . . .' . SJdUed craftsman who Installs or repal~ Brec:lrfc:al wfIfng and devfc:es. Indud~ . IJr. alarm syst.ms, and HV AC al8Cftfcal contloJa. 'II Cnlftsman sldlrec:f In !he InstaDaGoti aM maintenance of elevatolZ, WOtbr who spra)'ll or apples rite J)n)OIing materials. Worfcer who InstaJIs gfau, grazing and gCus framlng. II Incfuclec but not.limited to aU Cat Itaccora. aD derdck~ all power operated I cranes, bade hoe. back flier, power operated shove~ wfnch lrvct, aI trenc:hlng 1.1' machines. . W0dc8r who applies. sprays. or installs JnsuJarfon. Skilecf craftsman who erects stnIduraI Steer framing and installs strvetural 'I ,. concrate Rebar. .. I ..1 Wodcerq_ed for only unskIed orseml-sJdDecf work. UftInQ, ~g matedaf3 and \ooJ$, hauling, dilillillng, clean-up. ; I' Wadcet who InctaIIs metal framing and lath. Worker Who apples plaster to IaIhing I,!, ' III1d Nt....,. &FSOc:iaIecf acc:essorles. . Includes but not DmiceclIO air compresso.... INck ciane driver, flsx plan.. bulldin, ele~. farm grader, concrete mbr. (less- hul14 d). conwyar. II Craftsman who WDtb WiIh masonry procf~ Blons. bdclc;, block. Or MY ma~ \.1 substituting lor Chas. malerials and I~ . ' WodaIrwho assembles pre.macfe metal buildings. -' Mec:banJc ~dzlng In thelnstaiation of heavy machfneIy, ~ . . Wl'8nche:1, dock levelera, h)'drauDc llb and algn pumps. WocfcerWho prepares waD surfaces and apples paint atD'orwall coverings,. and becfcrtng. . Tndnechwdcer who InstaJI8 ptpfng aysIems. chIIed Wider pfpfng and hot water (balle" pl'pfng. pneumdc tubing canwfs. chillers, .bola. ancr assocfaled mec:hzm1cal equtpmenL . Skilled c::rabnan who Installs domesrIc hot and cold W8ler pJpIng, waste pJplng, slotm syslam plpfng. wal8r cIose&l, cInb, udnaIs IU1d 0"" worfc. . Wor1cer Who ...... rooftng materials, BIIumen (asphalt and cold 184, lelts, ~, aU typu roof"mg membraMI and associated ptDduds., Worbr who Instds sheet metal prod'lClL "oof metal, ftashlngs, and curbs,' ductwgrk, mechanical equfpment, and .ncx:iated metals. Worbrwho Installs fn sprlnlde,...". iInd nIB pro~n ~ Craftsman who pracu and finishes TIft'IZZO. WDrbr who pt8parU wall anciIor Roor suriaces and appn. ceramtc m.. to IhfISCI surfaces. 0 .... . Worker who applla water prooRng ma1eIi8IlObuDdIngs. PlOducts IndUbd'shlKf MallnI, CilulJc, sheet mambrane. &quid membranes, 1Prayed. rolled. or ru on. Carpel LaycdF100ring Inscaner ta Rriisher Da!a CommunlcafJonfref8COn1 fnsfder DfYWaIlnstaJletlCelJing Instarrer E1ec:Cdc:lan . Elevator Mec:hanJc fire Praoling Installer . Glazier Hea.Yy EquJpmenc Operator . Insulator rron Warfcer Lsbol8ltHerper larherIPfasCerei . lJshi- Equfpment OpereiDr' ~on M8fal8Uilding' Assembrer MiIlwrfghl . ~ IPUUdWd Covering insider ".,.liUer 1- .- -. r Roofer hi Metar Worker Sprfnfder Flaw TWrazzo Wodcat Ti8 SeaII' WaterprooferlC&uJkar . I ' . 1.1. II 11 I I : \ ; i, I: I ~ i, \ . I' '." Ii J . .. SC-29 CONTRACT INTERPRETATION AND WORK ACCEPTABILITY: The ~ngineer will be the final interpreter of the requirements of the contract documents and sole judge of the acceptability of work thereunder. SC-30. DISPUTE RESOLUTION The parties will attempt in good faith to resolve any controversy .or claim (other than matters described in the immediately preceding paragraph) arising out of or relating to this agreement promptly by negotiation between senior executives of the parties who have authority to settle the controversy. . . - The disputing party shall give the oth~r party written notice of the dispute. Within ten days after receipt of said notice, the receiving party shall submit to the other a written response. The notice and response shall include (a) a statement of each party's. position and a s'ummary of the evidence and. arguments sl!Pporting its position, and (b) the na'me and title of the executive 'who will represent that party. The executive shall meet at a mutually acceptable time and place within twenty days of the date of the disputing party's notice and thereafter as often as they reasonably deem necessary to exchange relevant information and to attempt to resolve the dispute. If the controversy or claim has not been resolved within thirty days of the meeting of the senior executives, the parties shall endeavor to settle the dispute by mediation under the Construction Industry Mediation Rules of the American Arbitration Association. If the matter has not been resolved pursuant to th~ aforesaid mediation procedure within ninety days 'of the commencement of such procedure, (which period may be extended by mutual agreement), o~ if either party will not participate in such procedure, the controversy shall be settled by arbitration in accordance 'with "American Arbitration Association Construction Industry Arbitration Rules" by a sole arbitrator. The arbitration shall be governed by the'United States Arbitration Act, 9 U.S.C & 1-16, and. judgement upon the award rendered by the Arbitrator may be entered by any court having jurisdiction thereof. The place of arbitration shall be Harris COUr:1ty. The arbitrator is not empowered to award damages in excess of actual damages, including punitive damages. Page 27 of 36 e e TECHNICAL SPECIFICATIONS SEALED BID #04027 ITEM I CONCRETE PATHWAY 1. OESCRI PTION . . 1.1 This section covers tbe furnishing of all equipment, superintendence, labor, and materials necessary in construction of concrete pathway. 2. MATERIALS 2.1 Concrete. shall conform with requirements specified in Technical Specification "Concrete for Structures". 2.2.1 An approved type of commercial pre-molded expansion joint (3/4" thick) or redwood (1" thick), or pressure-treated pine (1" thick). 2.3 Contractor shall install scored control joints at 5' intervals between expansion joints. 2.4 Reinforcing steel shall be #3 bars at 18" ole each way, or #4 @ 24" O.C. E.W. 2.5 Cushion' sand shall be clean and well graded and free 'of clay and humus material. 3. CONSTRUCTION METHODS 3.1 Stripping: All grass and humus material, asphalt, and crushed granite shall be .stripped and removed from the area of the sidewalk and pads. 3.2 Grading: After stripping and removing of grass, humus material, asphalt, crushed granite and tree roots, any soft or otherwise unsuitable material within the pathway area . and pads shall be removed and replaced with approved fill materials and compacted. The grade shall then be brought up to the bottom of the proposed level of the sidewalk with a maximum of four inches (4") of bank sand fill. . 3.3 Forms: The pathway and pads shall be forl'Ded and braced with forms of wood or metal, straight, free from warp and of a nominal depth of four inches (4") prior to pouring of concrete. The forms shall be braced so that no horizontal or vertical displacement occurs during the concrete pour or during the period for curing. 3.4 Expansion joints shall have a maximum spacing 9f twenty feet (20') between joints or as shown on the plans and according to this specifications' or as directed by the Owner's Representative. Expansion joints shall be required where all pathways intersect with existing driveways, existing roadway pavement, and at all saw cuts locations unless otherwise directed by the Engineer. In locations where the new concrete is to tie to Page 28 of 36 .. \e existing concrete, the old expansion joint material shall be removed and replaced with new expansion joints. . 3.5 During the placing of the concrete, the reinforcement shall be held in a position parallel with the surface plane of the pathway as shown on the plans or as called for in the specifications by the use of plastic chairs or other methods approved by the engineer. 3.6 The concrete surface shall have a rough, non-skid type finish. The concrete surface shall be free of any graffiti or writings. It shall be the. contractor's responsibility to protect the freshly poured concrete and finish on the surface a sufficient length of time to allow the concrete to set up. Any c;:oncrete with graffiti and/or writing shall not b~ accepted and shall be removed and replaced by the contractor at no cost to the owner. 3.7 The dummy groove joint shalf be edged in the surface of the concrete at every five foot (5') interval. . . 3.8 The outer edge and joints shall be troweled to give a smooth surface and rounded to a 1/4 inch radii. 4. CURING 4.1 After the concrete has obtained a final set, the concrete surface shall be sprayed with membrane curing compound to protect it against loss of moisture for a period of not less than 72 hours from the beginning of curing operations. . 4.2 Failure. to providE? the proper curing or other failures' to comply with curing requirements shall be cause for immediate suspension of concreting operations. 5. CYLINDER OR BEAM TESTS 5.1 During work progress, the Owner, at his discretion, shall provide all cylinders or beam tests as specified herein. The laboratory testing and services shall be provided by the Owner. The Owner does hereby reserve the right to collect all cylinder samples himself, if desired, and deliver same to the testing laboratory approved to perform the .tests prior to the placement of concrete. The tests will be performed to maintain a check on the compressive or flexural strength of the concrete that is actually placed.' The test' shall be defined as the average of the breaking of three cylinders or two beams as the case may be. Test beam or cylinder specimens shall be required for each 167.5 cubic yards, or a portion thereof, placed each day. For smaller concrete placements, the Owner's Representative may vary the test specimens to 25 cubic yard placements, over a several day period. Cylind.ers or beam specimens shall be placed, covered and stored in curing water tanks at temperatures between 70 degrees F. and 90 degrees F., until transported to the testing laboratory. The test specimens shall be cured in accordance with THD Bulletin C-11. . Page 29 of 36 . e 6. PROTECTION OF PATHWAY AND PADS 6.1 The contrador shall ered and maintain the barricades required by the plans and/or the specifications, or such other standard barricades and approved devices as will exclude public traffic and traffic of ,his employee~ and agents from the newly placed pathway. All barricades shall remain in place until such time as the concrete has cured sufficiently to a point where it is'safe to be used by the public and not be damaged by that use. Barricades shall not be removed until all form materials, surplus wood and steel or any other surplus materials have been removed from the site to provide for the safety of the public. All areas adjacent to pathways where forms were removed shall be backfilled and graded prior to removal of the barricades. 7. CLEAN-UP 7.1 The contrador shall remove all rubbish and waste materials from the site. The clean-up operation shall be kept up behind the construdion at all times. 8. PAYMENT 8.1 The payment for the concrete pathway will be made in a single payment after the final acceptance of the work, concrete pads and all associated materials necessary to complete the projed. Payment will constitute full compensation for cost of furnishing all plant equipment, superintendence, labor, and materials and performing all operations required for a completed installation including stripping, sodding, grading, fill materials, furnishing and placing concrete and reinforcing, clean-up, and all incidental operations required for a complete foundation. Page 30 of 36 '. e TECHNICAL SPECIFICATIONS SEALED BID #04027 ITEM III CONCRETE FOR STRUCTURES 1. DESCRIPTION 1.1 This seCtion shall govern the materials and methods used for the proportioning . a~d mixing of co I') crete , for pavement, driveways, pre-stressed concrete, and other concrete incidentals required to complete. the cons.truction of the project. The concrete shan be cpmposed of Portland cement, mineral finer, and natural aggregates, proportioned and mixed as provioed in this specification. '. 2. MATERIALS 2.1 Cement: The cement shan be Type I, Type II, or Type III of a standard brand of Portland Cement conform!ng to ASTM Designation C-150. Only one brand of cement will be permitted'in anyone structure. 2.2 Mixing Water: The water used with the cement shall be clean and suitable for drinking or for ordinary household l!se. 2.3 Course Aggregate: The course aggregate shall consist of gravel, crushed stone, . or a combination of these two. 2.3.1 Gravel shall consist of durable particles of crushed or uncrushed gravel of uniform .quality throughout. It shall have a Wear of not more than 40 percent when tested according to AASHO Method T -96. . 2.3.2 Crushed stone shan consist of durable. particles of stone of uniform quality and having the same wear as that required for gravel. 2.3.3 The course aggregate shall be free from an excess of salt, alkali, roots, and other objectionable matter. The maximum size aggregate shall be governed by the type of structure in which the concrete. is used and as shown in Table I. 2.3.4 The grading requirements of the course aggregate shall conform to the following: Page 31 of 36 -e .- TABLE I Percentage Retained No. Maximum 211 111 " NO.4 size 1 . 2 1/2" 0 0-5 0-20 15-50 60-80 95-100 2 1 1/211 0 0 0-5 20-70 95-100 3 111 0 0-5 15-45 50-70 95-100 . 2.4 Fine Aggregate: Fine aggregate shall consist of natural sand 'an.d be free from frozen material, foreign material, excess salt, alkali, or vegetable matter. It shall contain riot more than 0.5 percent by weight of clay lump~. 2.4.1 The grade ~equi.rements of the fine aggregate shall conform to the following: Sieve Percent Retained . I 3/8" 0% No.4 0-5% No.8 0-20% No. 16 15-50% No. 30 40-75% No. 50 70-90% No: 100 90-100% 2.4.2 . The fineness modulus of the fine aggregate shall be between 2.40 and 2.90. When this fineness moduius varies. more than .20 than that b~ing used in the current design, then the batch will be redesigned in accordance with standard Highway Department methods. . 2.5" Admixtures: An air-entrained concrete will be used for all bridge superstructures. Air entrainment will also be required during hot weather placement when, in the opinion of the Owner's Representative, the admixture is needed. 2.5.1 The air entrainment agent shall be of a standard commercial type conforming to the requirements of ASTM Designation C-260. . . 3. .PROPORTIONING AND CLASSIFICATION 3.1 Concrete shall be proportioned as determined by the Owner's Representative and using the method as outlined in the Texas Highway Department Bulletin C-11. The concrete' shall be uniform and workable. The minimum cement content, maximum Page 32 of 36 . e allowable water content, and maximum slump of the various classes shall conform to the following: Type of Construction Min. Min. Compo Max. Water Slump Coarse Coarse SKlCY Strength 28 Cement Inches Aggregate Aggregate Dav PSI Ratio Class No. Foundations 5 3000 7.0 2-3 1-2 A General Concrete 5 3000 7.0 3-4 2-3 A Drilled Shafts All Superstructure 5 3000 6.5 2-3 2-3 A Concrete Riprap & Pathways 4.5 2500 7.0 3-4 1-2 B Pre-stressed 6-7 6000 5.75 2-3 3 C Concrete Seal Concrete 6 3000 7.0 5-6 1-2 D 3.2 The dry loose volume of course aggregate shall not be more than .82 cubic foot of the finished concrete. 3.3 The net amount of water will be the amount added at the mixer, plus the free water in the aggregate, and minus the absorption of the aggregate based on a 30 minute absorption test as defined in THO Bulletin C-11. 3.4 Where flexural test beams are used the 7 -day flexural strength shall be equal to or greater than one-sixth of the 28 day compression test. 3'.5 Where the difference between the actual amount of concrete placed and the calculated theoretical amount required is more than 3%, the Owner's Representative shall require the re-design of the batch. 4. CONSISTENCY 4.1 Concrete shall be of such consistency as to insure the required workability and result in compact masses having dense, uniform surfaces. The quantities of the mix design shall not be varied unless authorized by the Owner's Representative. In cases where the characteristics of the aggregates are such that, with the maximum allowable amount of water the consistency requirements cannot be satisfied, the contractor may furnish additional aggregates, mineral filler, or aggregates of a different character which will produce the desired results. If the contractor does not provide these materials, the Owner's Representative will modify the mix design with additional cement to produce proper workability. The addition of water to the approved batch design to provide workability will not be permitted. 4.2 In general, the consistency of concrete mixtures shall be such that: Page 33 of 36 e e 4.2.1 The aggregates will not segregate and mortar will cling to the coarse aggregate. 4.2.2 The concrete when dropped from the discharge chute will flatten qut at the center of the pile, but the edges will not flow. 4.2.3 The concrete will not show free water. 4.2.4 The concrete will slide and not flow .into place when discharged from the' metal chute at an angle of 30 degrees with the horizontal. . . 4.2.5 The surface of the finished concrete will be free of laitance. 4.3 . Any concrete mix failing to meet the above consistency requirements will be considered unsatisfactory although the concrete meets the required slump test. In cases where the characteristics of the aggregate furnished are such that, with the maximum allowable' amount of water, the specified slumps and consistency requirements are not met,. the contractor may provide 'agg'regates of ~n improved grading, or the Owner!s Representative will modify the mix design to meet the slump. and consistency requirements by adding cement. 4.4 The slump tests will be provided by the approved Testing Lab according to the standard ASTM testing procedures. 5. TESTING OF CONCRETE 5.1 During the progress of the work, the Laboratory will cast test cylinders for testing in order to maintain a check on the compressive strength of the concrete actually placed. 5.2 A test shall be defined as the average of the breaking strength of three cylinders. 5.3 Test cylinders for job site control will be tested according to ASTM Designation: C- 39 "Method of Test for Compressive Strength of Molded Concrete Cylinders". Test cylinders shall be made in accordance with Test Method Tex-704-1. 5.4 All test specimens, beams, or cylinders representing tests for removal ~f forms or falsework for pre-stressed or post-tensioned beams shall be cured under the same conditions, subjected to the same curing materials, and to the same weather conditions as the concrete represented. 5.5 Other cylinders will be cured in accordance with THD Bulletin C-11. .6. CONDITIONS 6.1 The concrete shall be mixed in quantities required for immediate use and in concrete not in place within the following : . Page 34 of 36 e Air Temp. or Concrete Temp. Hi hest Value 40 degrees F. to 74 degrees F. 75 degrees F. to 89 degrees F. 91 degrees F. and above 'e Maximum Time in Mixer 90 minutes 60 minutes 45 minutes 6.2 In threatening weather, which may result in conditions that will affect the quality of the concrete, the Owner's Representative may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the contractor shall furnish adequate shelter to protect the concrete against from rainfall or freezing temperatures. 6.3 Concreting will not be permitted when the temperature is 40 degrees Fahrenheit and falling. . 7. MEASUREMENT 7.1 Unless provided for in the proposal, the quantities of concrete of various classifications will not be measured directly but shall be included in the itemized bid structures. 8. PAYMENT .8.1 Payment will not be made but shall be incidental to the item for which it pertains. Page 35 of 36 e 'e TECHNICAL SPECIFICATIONS ITEM III BANK SAND 1. DESCRIPTION 1.1 The work covered by this section consists of furnishing all plant equipment, labor, materials, and performance of all operations for placement of sand used as a cushion for pathways, driveways and wheelchair ramps, as well 'as extra sand ordered by the' Enginee'r. 2. MATERIALS 2.1 Sand: The sand shall be a river sarid free from roots and other objectionable matter. 3. CONSTRUCTION METHODS 3.1 Sand shall be placed, as directed by the Owner, in not more than four (4) inch layers, loose measured and com'pacted with mechanical tamps or other approved equipment. 4. MEASUREMENT 4.1 Sand ordered by the Engineer will be measured by the cubic yard based' on delivery haul tickets which shall be provided to the Owner's representative on the day of the delivery. The sand tickets shall be subject to inspection and verification by determining the load capacity of the delivery vehicle(s). Sand used as a cushion for " pathways, driveways and wheelchair ramps is considered incidental to the work, and will not be measured separately. 5. PAYMENT 5.1 Sand ordered by the Engineer as well as sand used as a cushion for pathways, driveways and wheelchair ramps is considered incidental to the work, and payment is included in the unit cost for each of these items. * END * Page 36 of 36 PE.DESTRIA.N SRIOGE I I ~I .1'- I I w. 'l'~ St. . .a.J CJ.) -0 L;. (\") ..T . ~ C/) tf) -0 ~ c Ul .N T'"'I . . c.i> (J') . . (I). . lJ. JI . W. .'M.- ST. Wnve Pool ". " -' W. N St. Cedar Bayou F>-ark 1'- N,T.S. Special p.rograms Center Rec. . Center ~ s.. t:) <( '0- ~ co :c ~ :::> " (J) WALKI.LN.G PATH TO LITTLE CEDAR BAYOU PEDESTRIAN BRIDGE 10' e CONSTRUCTION JOINT OR DEFORMED METAL # 3BARS @ 18" C-C E. W. OR #4 BARS @ 24" C-C E.W. MAX < . ~~(~;'2.:>::}+:';S:~~:\:. BANK SAND BED LONGITUDINAL SLOPE: 5% '. ., . ..~~ ~ :.:.:" ....... "'::~ :".'" . ."0 . 'lo 0" o ... ......" ...... ..."'....00 ... o. 0:'": ....... ... ....... '. ..... :=. .~::.., ..; ":;: 0:. ." .". "0 "y ..0. . 0.. .:>:v ':~ <"'~ .::: .~:.: ;:.'::. ..:'0. ..: ":"': .:": 0:_:_ :"":.0 . e DWG NO: CI1Y OF LA PORTE 604 W. Faftmont Patkway Planing Dept./Engfneetlng Dlv. La Patte. Texas 77571 281-471-5020 PAVEMENT DETA APPROVED BY: RAe 1YPICAL SECTION JR DATE: . . c . . REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: Mav 24. 2004 Requested By: Susan Kellev .~ ~ 1 Appropriation Source of Funds: General Fund Department: Administrative Services Account Number: 001-7072-532-2015 Report: 1 Resolution: _ Ordinance: Amount Budgeted: $71,613 Exhibits: Bid Tabulation Amount Requested: $64,400 Budgeted Item:~ NO Exhibits: Bidder's List Exhibits: SUMMARY & RECOMMENDATION Advertised, sealed bids #04026 - plastic garbage bags were opened and read on May 3, 2004. Bid requests were mailed to eleven (II) vendors with seven (7) returned bids. . Low bid meeting specifications was submitted by Jadcore, Inc. Using estimated quantities, the total cost would be a four percent (4%) increase over the last purchase price. This order is for the August bag distribution. Staff Recommendation: Award plastic garbage bags to low bidder meeting specifications in the amount $64,400. Action Required bv Council: Award Bid #04026 - Plastic Garbage Bags in the amount of $64,400 for August bag distribution. s~(2()1 Date BID TABULATION GARBAGE BAGS BID #004026 (e KENT ALL JADCORE, INC. ALPHA BAGS LANDSBERG RESOURCEFUL DYNA PAK AMERICAN EIPINC. I APOLLO BAG & TAG DESCRIPTION QTY PAPER POLY 1) Garbage Bags 140,000 $0.460 $0.5000 $0.500 $0.505 $0.508 $0.619 $0.6455 TOTAL $64,400.00 $70;000.00 $70,000.00 $70,700.00 $71,120.00 $86,660.00 I $90,370.00 ~- Information reflects pricing only and other factors may be considered during the evaluation process . . BIDDER'S LIST . SEALED BID #04026 - PLASTIC GARBAGE BAGS ALL AMERICAN POLY 40 TURNER PLACE. PISCATAWAY, NJ 08854 ALPHA BAGS & SUPPLIES CO 42-38 11TH STREET. LONG ISLAND CITY, NY 11101 KENTH LANDSBURG 10000 W. SAM HOUSTON PKWY N. HOUSTON, TX 77064 ARROW INDUSTRIES PO BOX 810489 DALLAS TX 75381 BEMIS COMPANY 1350 N FRUITRIDGE AVE TERRE HAUTE IN 47804 DYNA-PAK CORPORATION 112 HELTON DR. LAWRENCEBURG TN 38464 JADCORE, INC 300 N. FRUITRIDGE AVE TERRE HAUTE,IN 47803 LONE STAR PLASTICS 12023 BROWNING LANE DALLAS, TX 75230 NOW PACKAGING COMPANY . 5602 COUNCIL GROVE COURT HOUSTON, TX 77088 RESOURCEFUL BAG & TAG '6420 WEST 12'7TH STREET, SUITE 212 PALOS HEIG~TS, IL 60463 EIP INC. 1321 WHITEHERON LANE VERO BEACH, FL 32963 CHAMBER OF COMMERCE P.O. BOX 996 LA PORTE TX 77572-0996 BA YSHORE PUBLISH DATES: APRIL 18, 2004 APRIL 25, 2004 . D e . . REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: Mav 24. 2004 Requested By: . Susan Kellev . ~~ Department: Administrative Services Appropriation Source of Funds: Inventory Acct Account Number: 001-0000-120-0000 Report: ~ Resolution: Ordinance: Amount Budgeted: $140,000.00 Exhibits: Bid Tabulation Amount Requested: $137,446.09 Exhibits: Bidders List Budgeted Item: NO suMMARy & RECOMMENDATION Advertised sealed bids # 04025 for water and sewer supplies were opened and read on May 3,2004. Bid requests were mailed to eight (8) area suppliers with four (4) returned bids. Low bids meeting specifications were submitted as follows: Hughes Supply Item # 1 Service Material & Brass Item # 3 Adapters & PVC Fittings Item # 5 Ductile & C.!. Fittings, & Concrete $ 27,332.66 $ 15,714.30 $ 14.786.25 $ 57,833.21 Total Golden Triangle Pipe Item # 2 Clamps & Couplings Item # 4 Gate Valves Item # 7 Fire Hydrants Item # 9 PVC Pipe $ 5,482.73 $ 4,507.38 $ 10,330.90 $ 30.460.60 $ 50,781.61 Total National Waterworks Item # 6 Water Meters Total $ 27,253.75 Powerseal Item # 8 Trimsition Couplings Total Grand Total $ 1.577.52 $137,446.09 The City decided years ago to standardize to Sensus meters only. National Waterworks is the regional ~istributor for Sensus. Using estim..ated quantities, the total cost would be a seven percent (7%) increase ov~ last year's pricing. Staff Recommendation: . . Staffrecomrnends award of water and sewer supplies to low bidders meeting specifications in the amount of $137,446.09. The items purchased for warehouse inventory throughout the year, and distributed as needed. Funds have been budgeted by the water and sewer divisions. Action Required bv Council: Award bid # 04025 - Water and Sewer Supplies in the amount ~f$ 137,446.09. S -Lg-o { Date '. e . BID TABULATION BID # 04025 WATER & SEWER SUPPLIES ~ Golden Hughes QTY National DESCRIPTION Triangle Pipe Supply Power Seal Waterworks ITEM # 1A - SERVICE MATERIAL 1. 3/4" x 1/8" Meter Gasket 900 $0.08 $0.08 2.1" x 1/8" Meter Gasket 100 $0.12 $0.11 3. 3/4" Meter Coupling w/gasket 480 $3.46 $2.85 4. 1 "Meter Coupling w/gasket 10 $5.28 $4.37 5. 3/4" Curb Stop comp/iron w/lockwing 132 $13.67 $11.56 6. 1" Curb Stop comp/iron w/lockwing 280 $27.88 $20.59 7.2" Curb Stop comp/iron w/lockwing 13 $77.18 $67.06 8. 3/4" Curb Stop iron/iron w/lockwing 5 $11.70 $9.76 9. 1" Curb Stop iron/iron w/lockwing 6 $24.97 $17 .23 10. 3/4" Corporation cc1compres~ion '- 10 $10.45 $9.70 11. 1" Corporation cclcompression 280 $15.82 . $14.66 12. 2" Corporation ccl~,pressoin 11. $67.31 $62.39 13.3/4" x 1" Tapping Bushing cc thread 10 $4.45 $3.84 14. 3/4" - 3 ~art Union comp/comp 95 $5.70 $5.29 15. 1" - 3 Part Union comp/comp 84 $6.52 $6.05 16. 1" x 3/4" - 3 Part Union comp/comp 22 $6.62 $6.14 17. 2" - 3 Part Union comp/comp 5 $26.93 $24.96 . 18. 3/4" Male Adaptor comp/iron 18 $4.67 $4.34 19. 1" Male Adaptor comp/iron 24 $5.54 $5.14 20. 2" Male Adaptor comp/iron 24 $20.22 $18.75 21. 3/4" Female Adaptor comp/iron 16 $4.99 $4.56 22. 1" Female Adaptor comp/iron 9 $6.75 $6.19 23. 2" F~male Adaptor comp/iron 9 $21.20 $19.60 24. 3/4" Brass Gate Valve 4 $2.95 $6.18 25. 1" Brass Gate Valve 2 $3.84 . $8.36 26.1-1/2" Brass Gate Valve 2 $7.30 $13.78 27. .2" Brass Gate Valve 2 $10.05 $19.19 28. 7" x 3/4" Meter Riser w/lockwing 11 $30.30 $25.97 29. 9" x 3/4" Meter Riser w/lockwing 6 $30.62 $26.30 30.3/4" x 1" U-Branch w/lockwing 66 $38.54 $36.17 6-112" center SUB - TOTAL ITEM #1A $23,457.11 $19,901.52 No Bid No Bid ITEM # 1 B- BRASS FITTINGS & COUPLINGS 1. 3/4" Brass Coupling 5 $0.99 $2.24 2. 3/4" Brass 90 Degree Ell 4 $1.15 $2.55 3. 2" Brass 90 Degree Ell 10 $23.70 $13.37 4.3/4" x 3/4" Bra~s Tee iron/iron 2 $1.45 $3.18 5. 3/4" x 1" Brass Bushing 265 $0.99 $2.24 6.3/4" x 1-1/4" Brass Bushing 50 $1.69 $5.42 7. 1" x 2" Brass Bushing 16 $3.91. $6.69 8.1-1/2" x 2" Brass Bushing 13 $3.25 $6.69 9. 3/4" x Close All Th~ead Nipple 2 $3.48 .. $0.69 10. 3/4" x 2" Brass Nipple 2' $0.89 $0.87 11. 3/4" x 4" Brass Nipple 2 '$1.55 $.1.51 12. 3/4" x 6" Brass Nipple 2 $2.25 $2.21 13. 1" x Close All Thread Nipple 7 $1.00 $1.02 . 14. 1" x 2" Brass Nipple 4 $6.30 $1.25 e e QTY Golden Hughes National DESCRIPTION Triangle Pipe Supply Power Seal Waterworks ITEM # 1B- BRASS FITTINGS & COUPLINGS (Continued) 15. 1" x 4" Brass Nipple '2 $2.24 $2.19 16. 1" x 6" Brass Nipple 11 $3.25 $3.22 17.1-1/2" x 4" Brass Nipple .2 $3.90 $3.84 18.1-1/2" x 6" Brass Nipple 2 $5.80 $5.67 19. 2" x 2" Brass Nipple 2 $3.10 $3.03 20. 2" x 4" Brass Nipple 8 $5.00 $4.93 21. 2" x 6" Brass Nipple 38 $7.45 $7.28 22. 2" x 3/4" Reducer 10 $6.85 $6.69 23: 1" Brass Plug 19 $0.90 $3.82 24. 3/4" Brass Plug 10 $0.70 $2.24 SUB - TOTAL ITEM #1 B $1,231.18 $1,785.61 No Bid No Bid ITEM #1 C - SERVICE SADDLES 1. 2" x 1" Tapping Saddle PVC 315 12 $15.40 $14.72 2. 3"x 1" Tapping Saddle AC 315 6 $15.15 $15.09 3. 4" x 1" Tapping Saddle AC 315 200 $15.50 $15.96 4.4" x 2" Tapping Saddle AC 315 2 $19.40 $20.00 4. 6" x 1" Tapping Saddle AC 315 62 $18.00 $18.49 5. 8" x 1" Tapping Saddle AC 315 20 $21.45 $21.93 6.12" x1" Tapping Saddle AC 315 4 $27.10 $28.18 7. 6"x2" Tapping Saddle AC 315 4 $21 .15 $21.72 8. 8" x2" Tapping Saddle AC 315 5 $25.50 $26.20 9.12" x 2" Tapping Saddle AC 315 3 $34.15 $34.59 10.16" x 2" Tapping Saddle AC 315 2 $17.70 $63.60 SUB-TOTAL ITEM #1 C $5,417.85 $5,645.73 No Bid No Bid ITEM # 1 TOTAL $30,106.14 $27,332.86 No Bid No Bid ITEM # 2 A REDI CLAMPS ** SMITH BLAIR 244 - 1. 3/4" x 3" Redi Clamp 14 $10.42 $6.64 2. 3/4" x 6" Redi Clamp 6 $22.03 $14.05 3. 1" x 3" Redi Clamp 12 $11.02 $6.64 4. 1" x 6" Redi Clamp 10 $22.19 $14.05 5.1-1/4" x 3" Redi Clamp 2 $11.30 $7.25 6.1-1/4" x 6" Redi Clamp 2 $22.90 . $14.46 1. 1-1/2" x 3" Redi Clamp 2 $11.61 $7.40 8.1"-1/2" x 6" Redi Clamp 4 $22.90 $14.58 SMITH BLAIR 245 1. 2" x 3" Redi Clamp 2 $3.96 $8.06 2. 2" x 6" Redi Clamp . 2 $7.16 $14.96 .SUB- TOTAL ITEM # 2 A $837.66 $560.02 No Bid . NoBid ** Does not meet specifications e e QTY Golden Hughes National DESCRIPTION Triangle Pipe Supply Power Seal Waterworks ITEM #2B - FULL CIRCLE CLAMPS ** SMITH BLAIR 226 1.2.35 - 2.63 x 7.5" 22 $22.90 $24.18 ~ 2. 2.35 - 2.63 x 12" 7 $40.64 $32.89 3. 3.46 - 3.70 x1 0" 2 $45.13 $38.16 4.3.73 - 4.00 x 12" 1 $46.00 $38.16 5. 3.96 - 4.25 x 7.5" 7 $28.87 $24.89 6. 3.96 -4.25 x 12 5 $49.04 $36.09 7.4.45 - 4.73 x 7.5" 2 $29.88 $24.89 8.4.74 -5.14 x 7.5" 2 $30.93 $28.48 9.4.74 - 5.14 x 12" ~ 2 $50.68 $37.58 10.4.95 - 5.35 x 7.5" 6 $31.26 $28.48 11. 4.95 - 5.35 x 12" 2 $53.35 $37.58 12. 6.56 - 6.96 x 7.5" 2 $35.71 $28.50 13.6.56 - 6.96 x 12" 2 $57.54 $43.07 14.6.84 - 7.24 x 7.5" 2 $36.50 $34.27 15.6.84 - 7.24 x 12 3 $38.38 $46.60 16. 7.05 - 7.45 x 7.5 12 $37.05 $34.27 17.7.05 - 7.45 x12" 4 $59.34 $46.60 18.7.45 - 7.85 x 7.5 1 $38.00 $34.27 19.8.54 - 8.94 x 10" 1 $56.99 $39.93 20.8.99 - 9.39 x 7.5" 1 $43.66 $33.16 21.8.99 - 9.39 x 12" 1 $69.93 $46.68 22. 9.27 - 9.67 x 7.5" 6 $44.63 $32.89 23. 9.27 - 9.67 x 10" 2 $60.03 $38.70 24. 9.27 - 9.67 x 12" 1 $71.46 $46.13 25. 11.75 - 12.15 x 12" 2 $54.28 $42.07 25.13.40 -13.80 x 15" 1 $121.58 $74.91 26.14.38 -15.13 x 15" 1 $199.00 $123.69 SUB-TOTAL ITEM #2 B $4,042.69 $3,366.06 No Bid No Bid ITEM # 2C - DRESSER COUPLINGS ** SMITH BLAIR 411 1. 3/4" Dresser Coupling 2 $12.03 $15.90 2. 1" Dresser Coupling 14 $12.45 $17.33 3. 1- .114" Dresser Coupling 10 $13.01 $17.43 4. 1- 1/2 " Dresser coupling 4 $15.56 $20.20 5. 2" Dresser Coupling 12 $17.64 $26.24 SUB-TOTAL ITEM #2 C $602.38 $844.40 No'Bid No Bid ITEM #2 TOTAL $5,482.73 $4,770.48 No Bid No Bid ** Does not meet specifications . e QTY 'Golden Hughes National DESCRIPTION Triangle Pipe Supply Power Seal Waterworks ITEM # 3A - RUBBER ADAPTORS FERN CO OR APPROVED EQUAL 1. 4"PVC x 4" PVC 70 $2.18 $2.20 2. 4" PVC X 4" Clay 24 $2.18 $2.20 3. 4" PVC X 4" Concrete 20 $2.18 $2.20 4. 6" PVC X 6" PVC 10 $4.66 $4.70 5. 6" PVC X 6" Clay .- 12 $4.66 $4.70 6. 6" PVC X 6" Concrete 14 $4.78 $4.81 7.8" PVC X 8" PVC 5 $7.17 $7.23 8. 8" PVC X 8" Clay 29 $7.17 $7.23 9. 8" PVC x 8"Concrete 5 $7.17 $7.23 10.10" PVC X 10" PVC 2 $9.98 $10.05 11.10" VPC x 10" Clay 2 $9.98. $10.05 12. 10" PVC x 10" Concrete 2 $9.98 $10.05 13.12" PVC x 12" Clay 2 $11.64 $11.73 14. 12" PVC x 12" Concrete 2 $11.64 $11.73 15.15" PVC x 15" Clay 2 $19.97 $20.11 16. 6" Clay x 4" PVC 4 $5.07 $5.11 17.6" Concrete x 4" PVC 4 $5.07 $5.11 18.6" Clay x 6" C.!. Eccentric 4 $10.14 $25.32 19 6" Concrete x 6" C.!. Eccentric 4 $10.14 $25.32 20.8" Clay x 8" C.!. Eccentric 4 $14.35 $39.04 21.8" Concrete x 8" C.I Eccentric 4 $14.35 $39.04 SUB - TOTAL ITEM # 3 A $1,080.45 $1,406.71 No Bid No Bid ITEM #3B. - SEWER FITTINGS & SADDLES 1. 4" Coupling 80 $0.80 $0.76 2. 6" Coupling 8 $2.90 $2.78 3. 8" Coupling 5 $9.04 $8.65 4. 6" x 4" Reducer 18 $3.85 $3.69 5. 8" x 6" Reducer 3 $16.31 $15.61 6. 6" 45 Degree Ell 4 $4.73 $4.52 7. 6" 90 Degree Ell 4 $4.39 $4.20 8. 8" 45 Degree Ell 2 $12.89 $12.34 9. 8" 90 Degree Ell 2 $18.58 $17.43 10.6" Cleanout w/plug 10 $37.20 $12.02 11. 6" x 4" Gsktd Saddle Tee w/ss bands 36 $11.63 $10.01 - 12.8" x 4" Gskd Saddle Tee w/ss bands 50 $14.61 $12.58 13.8" x'6" Gsktd Saddle Tee w/ss bands 2 $16.73 $14.41 14.10" x 4" Gsktd Saddle Tee w/ss bands 8 $25.83 $19.63 15:10" x 6" Gsktd Saddle Tee w/ss bands 2 _ $30.83 $22,41 16.12" x 4" Gsktd Saddle Tee w/ss bands 2 $32.03 $20.17 17.12" x 6" Gsktd Saddle Tee w/ss bands 2 $36.01 $23.17 18.15" x 6" Gsktd Saddle Tee w/ss bands 2 $36.31 $24.03 19. Universal Saddle 90 $24.68 $18.93 20. 6" x 4" Double "Y" 3 $12.76 $1~.21 21 . 8" x 4" Double "Y" 2 $31.73 $30.36 SUB - TOTAL # 3 B $4,704.63 $3,609.99 No Bid No Bid e e Golden Hughes National DESCRIPTION QTY Triangle PipE Suppl~ Power Seal Waterworks ITEM #3C.- DWV FITTINGS & LUBES 1. 4" Coupling 145 $1.42 $1.59 2. 4" 16 Degree Ell 87 $2.87 $3.09 3.4" 45 Degree Ell 83 $2.66 $2.87 4. 4" 90 Degree Ell 125 $2.89 $3.25 5. 4" Slip Cap 113 $3.34 $3.40 6. 4" x 4" x 4" Tee 145 $3.93 $4.24 7.4" Cleanout wi plug 145 $3.12 $4.94 8. 4" Plug only 20 $0.91 $1.19 9. 4" x 4" Double "Y" 3 $13.88 $14.96 10. PVC Glue (qt can) 72 $5.51 $3.39 11. PVC Primer (qt can) 72 $4.64 $3.34 12. PVC Lubricant (qt can) 12 $2.18 .. $1.50 13. Talcote (5 callon can) 34 $18.91 $27.70 SUB- TOTAL ITEM # 3 C $3,897.03 . $4,372.18 No Bid No Bid ITEM #3D.- POL YETHELENElPLASTIC MBX 1. 3/4" CTS Service Tubing 200 PSI 600 $0.13 0.12 2. 1" CTS Service Tubing 200 PSI 7200 $0.22 0.18 3. 2" CTS Service Tubing 200 PSI 200 $0.65 0.59 4. Single Plastic Meter Box wi lid 400 $7.95 7.74 5. Dual Plastic Meter Box wi lid 49 $7.95 7.74 6. Single Plastic Lids only 154 $3.45 3.69 7. Commercial Jumbo Meter Box wi lid 42 $17.65 18.95 SUB- TOTAL ITEM # 3 D $6,634.15 6,325.42 No Bid No Bid ITEM # 3 TOTAL . $16,316.26 15,714.30 No Bid No Bid ITEM #4.- GATE VALVES 1 . 2" CI Screw type .4 $132.69 $132.70 2.4"MJ 4 $217.45 $249.04 3.6"MJ 8 $277 .89 $315.79 4.8"MJ 2 $441.85 $496.59 . . ITEM #4 TOTAL $4,507.38 $5,046.46 No Bid No Bid ITEM # 5A. - DUCTILE FITTINGS W/ACC 1. 4" 45 Degree Ell 2 $67.84 $57.61 2. 6" 45 Degree Ell 2 $91.20 $76.93 3. 8" 45 Degree Ell 2 $131.35 $112.66 4. 4" 90 Degree Ell . . 2 $69.85 $59.67 5. 6" 90 Degree Ell 2 $95.07 . $81.86 6. 8" 90 Degree Ell 2 $139.15 $120.46 7.4" x 7.5" Soid Sleeve 2 $63.69 $53.51 8. 4" x 12" Solid Sleeve 2 $70.67 $60.49 9.6" x 7.5" Solid Sleeve 3 $83.40 $69.13 10.6" x 12" Soli.d Sleeve 1 $93.18 $79.80 11. 8" x 7.5" Solid Sleeve 2 $113.69 '$95.00 12. 8" x 12" Solid Sleeve 3 $127.24 $108.55 13.12" x 7.5" Solid Sleeve 2 $198.68 $171.15 14.12" x 12" Solid Sleeve 2 $221.67 $194.14 15. 4" Plug 2 $32.87 $9.74 e e Golden Hughes National DESCRIPTION QTY Triangle Pipe Supply Power Seal Waterworks ITEM # 5A. - DUCTILE FITTINGS W/ACC (Continued) 16. 4" Plug w/2" tap 2 $40.26 $17.66 17.6" Plug 2 $45.19 $16.84 18. 6" Plug w/2" tap 2 $54.22 $25.87 19.8" Plug 2 $63.62 $24.64 20. 8" Plug w/2" tap 2 $71.42 $32.44 21.4" x 4" Tee 2 $104.78 . $89.50 22. 6" x 4" Tee 2 $128.59 $109.23 23. 6" x 6" Tee 2 $138.44 $117.00 24. 8" x 4" Tee 2 $170.38 $146.59 25.8" x 6" Tee 2 $182.28 $156.46 26.8" x 8" Tee 2 $200.54 $164.88 27.12" x 6" Tee 2 $296.01 $267.09 28.12" x 8" Tee 2 $318.04 $281.26 29. 4" x 3" MJSEB X PE Reducer 2 $43.14 $36.36 30. 6" x 3" MJSEB X PE Reducer 2 $53.40 $40.88 31. 6" x 4" MJSEB X PE Reducer 2 $55.85 $45.03 32. 8" x 4" MJSEB X PE Reducer 2 $77.99 $56.52 33. 8" x 6" MJSEB X PE Reducer 2 $81.27 $63.51 34. 4" x 3" MJLEB X PE Reducer 2 $44.3.5 $37.59 35. 6" x 3" MJLEB X PE Reducer 2 $55.85 $48.73 36. 6" x 4" MJLEB X PE Reducer 2 $57.10 $49.96 37. 8" x 4" MJLEB X PE Reducer 2 $77 .15 $67.83 38. 8" x 6" MJLEB X PE Reducer 2 $81.65 $72.34 SUB- TOTAL#5A $8,199.60 $6,735.70 No Bid No Bid ITEM #5B CAST IRON FITINGS W/ACC 1. 4" Cleanout Shoe 10 $39.95 $37.23 2. 18" x 24 " Valve Box 33 $20.00 $17.90 3. 24" x 36" Valve Box 10 $30.50 $27.37 4. Valve Box Lid only 24 $7.05 $5.27 5. 23-1/2" Manhole Ring & Cover w/City Log 20 $152.95 $131.58 6. 4" Push - on plug 2 $13.30 $11.91 7. 4" Push - on plug w/2" tap 2 $23.85 $21.35 8. 6" Push - on plug 2 $24.30 $21.76 9. 6" Push - on plug w/2" tap 2 $33.50 $29.97 1 O. 8" Push - on plug 2 $35.75 $32.03 11 . 8" Push - on plug w/2" tap 2 $44.95 $40.24 SUB -TOTAL # 5 B $4,944.00 $4,309.30 No Bid No Bid ITEM # 5C.- CONCRETE MISCELLAENOUS 1 . 3" Concrete Riser 45 $13.50 $18.19 2. Concrete Double Meter Box Lid only 10. $14.00 $16.70 SUB -TOTAL # 5 C . $747..50 $985.55 No Bid No Bid e e Golden Hughes National DESCRIPTION QTY Triangle Pipe Suppl~ Power Seal Waterworks ITEM # 50. - MISCELLAENOUS 1. Hydralock 13 $229.50 $105.80 2.3/4" x 4" - 1/2" T Bolt w/nuts (Corten) 20 $0.60 $0.61 3.3/4" x 4" - 1/2" EYE -Bolts w/nuts 20 $0.95 $1.15 4.5/8" ALL Thread Rods (10' ) 60 $6.95 $0.90 5. 5/8" nuts 30 $0.30 $0.19 SUB - TOTAL # 5 0 $3,440.50 $1,470.30 No Bid No Bid ITEM # 5E - EBBA 2000 MJ RESTRAINTS 1.4" 20 $22.60 $16.05 2.6" 20 $28.35 $19.46 3.8" 20 $38.95 $28.76 SUB-TOTAL #5E $1,798.00 $1,285.40 No Bid No Bid ITEM #5 TOTAL $19,129.60 $14,786.25 No Bid No Bid ITEM #6A - WATER METERS 1. 5/8" x 3/4" SENSUS SR II 96 $38.70 2. 1" SR Meter 6 $102.05 3.1-1/2" SR Meter 3 $375.95 4. 2" Turbine Meter 1 $483.35 5. 2" CoUmDound Meter 4 $1,163.15 SUB-TOTAL ITEM #6A No Bid No Bid No Bid $10,591.30 ITEM # 6 B- WATER METERS SENSUS SR II (TRlPL) 1. 5/8" x 3/4" 96 $100.60 2. 1" SR Meter 2 $167.85 3. 1-1/2" SR Meter 2 $442.45 4. 2" Turbo Meter 1 $605.25 5. 2" Coumpound Meter 4 $1,294.75 SUB-TOTAL ITEM #6B $16,662.45 ITEM #6 TOTAL No Bid No Bid No Bid $27,253.75 ITEM # 7 FIRE HYDRANTS CENTURION 250 1. 4' Fire Hydrant 4 $995.00 2. 5' Fire Hydrant 4 $1,050.00 3. 6' Fire Hydrant 2 $1,075.45 TOTAL ITEM #7 . $10,330.90 No Bid No Bid No Bid e e . Golden Hughes National . DESCRIPTION QTY Triangle Pipe Supply Power Seal Waterworks ITEM # 8 TRANSITION COUPLINGS ** POWERMAX 1. 3" PVC - 3" AC 4 $36.35 $55.50 2. 4" C900 - 3" AC 4 $53.50 $66.60 3. 4" C900 - 4" AC . 4 $44.05 $66.60 4. 6" C900 : 6" AC 4 $62.00 $93.90 5. 8" C900 - 8" AC 4 $73.00 $111.78 TOTAL ITEM # 8 $1,075.60 No Bid $1,577.52 No Bid ITEM # 9 PVC PIPE ** ITEM # 9 A C900 WATER PIPE 1. 4" C900 PIPE 10,940 $1.99 1.62 2. 6" C900 PIPE .. 900 $3.95 3.43 SUB -TOTAL ITEM # 9A $25,325.60 $20,809.80 No Bid No Bid ITEM # 9B SDR 35 PIPE ** 1. 4" SDR 35 PIPE 300 1.75 1.65 2. 6" SDR 35 PIPE 300 2.95 2.74 SUB TOTAL ITEM # 9 B $1,410.00 $1,317.00 No Bid No Bid ITEM # 9C SCHEDULE 40 PIPE ** 1. 4" SCH 40 PIPE 2500 1.49 1.16 . SUB - TOTAL ITEM # 9C $3,725.00 $2,900.00 No Bid No Bid TOTAL ITEM # 9 $30,460.60 $25,026.80 No Bid No Bid GRAND TOTAL $117,409.21 $92,677 .15 $1,577.52 $27,253.75 ** Does not meet specifications . Information reflects pricing only and other factors may be considered during the evaluation process e e BIDDER"S LIST SEALED BID # 04025- WATER & SEWER SUPPLIES ACT PIPE & SUPPLY, INC. 8921 FREY ROAD HOUSTON, TX 77034 GC;>LDEN TRIANGLE PIPE P.O. BOX 20137 . BEAUMONT, TX 77720 HUGHES SUPPLY, INC. 7022 EAST HAVEN BLVD HOUSTON, TX 77017 MDN ENTERPRISES P.O. BOX 1148 NEWCANEY, TX 77357 - MUNICIPAL PIPE 6825 WALLlSVILLE HOUSTON, TX 77020 NATIONAL WATERWORKS INC. 4053 HOMESTEAD ROAD HOUSTON TX, 77028 DFW PLASTICS.lNC P.O. BOX 648 BEDFORD, TX 761095 POWERSEAL P.O. BOX 2014 WICHITA FALLS, TX 76307 CHAMBER OF COMMERCE P.O.BOX 996 LA PORTE TX, 77571. BA YSHORE'SUN - PUBLISH DATES APRIL 18, 2004 APRIL 25, 2004 , . e e E . e REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: Mav 24. 2004 Appropriation Requested By: Susan Kellev Source of Funds: General Fund Department: Ad ministrationlPurchasing Account Number: 001-6146-515-8002 Report: XX Resolution: Ordinance: Amount Budgeted: $18,000 Exhibits: Memo from Police Dept Amount Requested: $17,155.94 Exhibits: Budgeted Item: YES NO Exhibits: SUMMARY & RECOMMENDATION For the protection of the employees, as well as citizens conducting business at City Hall, the Police Deparbnent provided suggestions to increase security. Purchasing obtained several quotes from various vendors requesting pricing on these security items. Low bid meeting specifications were submitted as follows: Glass Partition for Cashiers Panic Device for Various Stations (7) Security Camera wlAccessories (2) Interior Door Access (5) ID Badges to work wldoor access (100) Install door by Switchboard Lohman Glass Company A-I Fire Equipment Company ADT Security Best Access Systems Best Access Systems L&M Contractors $ 911.94 $2,065.00 $2,896.00 $5,810.00 $1,050.00 $4,423.00 The combined total ofall quotes is $17,155.94. Funds are available in the non-deparbnental building improvement account. Staff Recommendation: Approve procurement of the security items for City Hall. Action Reauired bv Council: Award security items as described above in the amount of$17,155.94. -s-!9 -oI- l Date . e Page 1 of2 Scott, Crystal From: Ayers, Richard Sent: Tuesday, November 04, 2003 11:06 AM To: Daeumer, Matt Cc: Parker, Ron; Corrales, Aaron; Reff, Richard; Scott, Crystal; Dolby, Michael; Alexander, Cynthia Subject: City Hall Security Sgt. Daeumer, During the meeting with the staff in Finance this morning, I was asked to send some suggestions for security in city hall. If you can take a look at the e-mail I sent to Mr. Michael Dolby last Dec. during construction, you will find we have made some progress. Specifically, we have a more secure area for counting money, and the drive thru now drops into a safe. We are also assigning a detective to escort bank deposits, but we are making the drops at the same time every day. These changes are a great start, but we still have toom to improve. 1. The windows into the finance area can not be closed, or locked. In a burglary or Robbery, there is no physical barrier to prevent or dissuade a person from jumping through these windows. No City Employee should do a drawer count in view of the public. This puts the employee at risk and creates a tempting situation for the normally honest citizen or fellow employee. City Hall needs to have only one cashier window to minimize the number of locations that we have money. Improve the security of that one location. The window at Human Resources would do the job well. We would have to keep the Drive thru window and then consolidate Tax, Inspections, and Water collections. Each department would have to do their own accounting and issue instructions on what should be paid, but only one window would accept payments. This would increase the safety of employees and reduce the threat of robbery. This would also reduce the number of people who handle city money. Armored car pick-up of deposits would also reduce risk to city employees and property. The addition of visible security cameras to the new cashier area and public areas would also reduce the chances of a robbery. 2. Door Locks. During my walk around on 10-30-03, I observed many doo'rs that were left unlocked and the only reason for this I heard was that they were unlocked for convenience. Any access door from a public area to an office area needs to be locked. . Lock the doors on East and West ends of Finance. Lock doors into Inspections and the North Hallway. The use of the Key fob type electronic locks should be considered for these high traffic areas. This would minimize the inconvenience and enforce compliance. Need a lock installed in the mayor's office door. - ?, . 3. Doors. The doors between City council and the main office area should be closed and locked after 5:00pm. Citizens should not be able to enter city offices unescorted. With the new key fob system, locks should be able to secure entry doors at 5:00pm. InstaIHng a door between the Finance staff and Finance administration would also increase the level of robbery deterrence by adding an additional physical barrier. A Door placed beside the switchboard counter would increase the security of the central hallway and eliminate public access. 4. Beacon System. Several of the ladies stated that many evenings, there are citizens using the Beacon Network Computers after clOSing time. These citizens need to be asked to leave after closing hours. 5. Ughting. The lights in the east central hallway have been out since the remodel. These need to be repaired or replaced for safety. 11/10/2003 . e Page 2 of2 6. Safe. The inner door to the safe should be locked. If the items are important enough to be kept in a safe, they should not be accessible by any city employee who just knows where the safe is. In the safe, the lockable boxes for money drawers need to be mounted to the floor and wall to efiminate the hazard of these falling or being moved. Better locks should be installed on "es, boxes. The combination locks that are tt!ere now are cheap and easily defeated. - bDOr'" J O(..U!..d ? Z---EmergencyJights,.buzzers..oLaIaMlS.-OtheLthan.the-phone..systern..tbere-is-nO-public.address-oLwarninQ- system in place. These could be installed to alert others in city hall that an employee was being Robbed, medical emergency, etc. 8. Visible Identification. Each employee should be issued a photo identification card to be worn on a neck lanyard or lapel clip. This would allow quick identification by staff and the public on a daily basis and in an emergency situation. Visitors should be required to check-in at the information I switchboard counter to gain escorted access to any office area. A visible "Visitor" badge or sticker should be issued, worn, and then returned at check-in point. Anyone without an 10 badge in a controlled access area should be challenged and identified. Visitors using the Beacon Network, or conduCting business in the common "Public Area" (Cashier Window) WOU~ n<<be~Ui~&;I~ &~ 11/10/2003 . City of La Porte Established 1892 May 18, 2004 City of La Porte Mayor Pro Tem and City Council: Effective Monday, May 17,2004, it is with great pride that I am officially announcing my candidacy for Mayor of our great city, La Porte. In accordance with the City's Charter, I am officially tendering my resignation from my current position as La Porte City Council District 6 office effective immediately. I have discussed with the City Attorney the effect of announcing my resignation early. It was determined that a District 6 election could run concurrent with the Mayoral election if proper notice were given tQ Council. This should avoid a separate special election and the possibility of a vacant seat on ~ouncil. I plan to work with each of you again as we continually chart the path to progress. - e------- Bruce Meismer BM/skt 604 W. Fairmont Pkwy. · La Porte, Texas 77571 · (281) 471-5020 . . e . .. e. Back-up not required for this item e e