Loading...
HomeMy WebLinkAboutPACKET JUN 05 2001 City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JUNE 5, 2001 1:30 P.M. AGENDA OPENING • Invocation Pledge Roll Call • Presentations and Recognition • Public Comment: Persons may speak on scheduled agenda item • Consent Agenda GENERAL BUSINESS 1. Consider a resolution authorizing the award of a contract for the Concord Road Pavement Widening Project, Phase II in the amount of$4,026,428.90 to Excavators & Constructors, Inc. 2. Consider endorsing the Lamar University's Texas Department of Transportation - Statewide Transportation Enhancement Program application for the MLK Parkway(Spur 380) Landscape and Beautification Project. 3. Consider an ordinance amending Chapter 28, Article III by adding Section 28- 107, requiring all food preparation/food service establishments to properly maintain their grease traps and separators, and all commercial/industrial establishments to properly maintain their grit traps and interceptors. 4. Consider amending Ordinance No. 01-040 relating to the structure located at 1507 Laurel. 5. Consider a resolution authorizing the City of Beaumont to intervene before the Public Utility Commission in various fuel cases presently pending and to be filed in the future. COMMENTS • Councilmembers comment on various matters • City Manager Report - FY2002 Budget Preparation; SETRPC Relocation; Coastal Impact and Assistance Program (C.I.A.P.); Fire Museum Summer Educational Program; Finance Officer Leaves the City; Development Services Reorganization; 2001 Annual TxSWANA Road E-O; Clean Air Plan for the Beaumont/Port Arthur(B.P.A.) Area; 32nd Annual Fire Training School; Youth Academy Law Enforcement; Summer Reading Club; Summer Work Program Updates; Current & Future Projects; Meetings • Public Comment (Persons are limited to 3 minutes) EXECUTIVE SESSION * Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: Leah Marie Scott v. The City of Beaumont, et al Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Kyle Hayes at 880-3716 a day prior to the meeting. 1 June 5, 2001 Consider a resolution authorizing the award of a contract for the Concord Road Pavement Widening Project, Phase II in the amount of$4,026,428.90 to Excavators & Constructors, Inc. City of Beaumont �• Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Joris P. Colbert, City Engineer MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 30, 2001 REQUESTED ACTION: Council consider a resolution authorizing the award of a contract for the Concord Road Pavement Widening Project, Phase II in the amount of$ 4,026,428.90 to Excavators & Constructors, Inc. RECOMMENDATION Administration recommends approval and execution of a contract with Excavators & Constructors, Inc. in the amount of$4,026,428.90 for the construction of Concord Road Pavement Widening Project, Phase II. The MBE goal will be met through subcontracts with the certified MBE firms of Crabtree Barricade, LD Construction, MIRE Trucking & Bernard Trucking for a total of $403,716. This amount represents 10% of the total bid. Administration recommends authorization to award this contract. BACKGROUND On May 7, 2001, the City of Beaumont received five (5) bids for the Concord Pavement Widening Project, Phase II. The lowest bid was submitted by Excavators & Constructors, Inc. in the amount of $4,026,428.90. The engineer's estimated cost of the project prior to receipt of the bid was $4,300,000. The list below identifies the total bid received from each contractor: Contractor Bid Excavators & Constructors, Inc. $ 4,026,428.90 Brystar Contracting, Inc. 4,190,408.10 LD Construction 4,659,779.96 Norman Highway Constructors, Inc. 4,830,105.84 Allco, Inc. 4,199,597.00 A bid tabulation sheet is atttached for additional information. BUDGETARY IMPACT None. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director, and City Engineer. RECOMMENDED MOTION Approve/Deny authorizing the award of a contract for construction of the Concord Road Pavement Widening Project, Phase II int he amount of$4,026,428.90 to Excavators & Constructors, Inc. proconph2 I CITY OF BEAUMONT I BID TAB 4 CONCORD ROAD PAVEMENT WIDENING PROJECT,PHASE II PAGE 1 OF 6 EXCAVATORS& BRYSTAR LD CONSTRUCTION CONSTRUCTORS,INC. CONTRACTING,INC. Item Item I Unit Estimated f Unit Total Unit I Total Unit Total No. I Code Aft I Description (Measure; quantity Price Price Price 100 001 - PREP ROW STA - 7900 S420.00 $33.180.00 $840.00 $66.360.00 $2.151.90 S170.00000 104 001 REMOVE EXISTING CONCRETE(STREET) SY 18,707 00 $3 10 $57,991.70 $4.00 $74,828.00 $400 $74.82800 104 002 REMOVE EXISTING CONC(DRIVEWAYS.SLABS,ETC) SY 15,950 00 $2.45 $39.077.50 5180 $60.61000 $400 $63,80000 110 001 EXCAVATION(ROADWAY) CY 35.050.00 $5.35 $187,517.50- $3.00 $105.150.00 54.75 S166.48750 162 001 BLOCK SODDING SY 24,961 00 5110 $77,379.101 $250 $62.40250 $2.60; $6.4.89860 247 001 FLEX BASE(TY A)(GR 1)(DC)(CL II) TNS 2.860.00 $25.55 $73.073.00' $20.00 $57,20000 522.00' $62.920.00 262 001 LIME SLURRY(7%By DRY WEIGHT)(TY B)(DC)(6") TNS 1.20000 $98.00: $117,600.00' $100 DO $120.00000 5100.00• $120.000.00 262 002 SUBGRADE LIME TREATMENT SY 45.120.00: $1.80' S81.216.00� $1.50- $67.68000 $1.30 $58.65600 276 001 CEM TREATED BASE(STR L)(CL 5)(6')(DC) SY - 43,904.001 $8.20' $360.012.80 58.30 $364,403.20 $8.00 $351.232.00 310 001 PRIME COAT GAL 1,700.00; $1.55 $2.63500: $200. $140- $2.38000 340 - 001 ASPHALT CONCRETE(TY D)(2') - SY 5,635.00 $6.851 $38.59975 $8.00' $45.080.00' $6.00 $33.810.00 360 001 CONCRETE PAVEMENT(CPJR)(10IN.)(CLP) SY 38.699.001 $26.351 $1,019.71865 $24.601 $951.995.40' $24.50 $948.125.50 360 002 CONCRETE PAVEMENT(CPJR)(81N)(CLP) SY 3.955 001 $22.80: $90.174.00 $22.001 $87,010.00 524 40 $96.502.00 360 003 6'CONCRETE CURB(TYPE A)(6 IN.) LF 15,943 001 $1.75: $27,900.25 51201 $19.131.60- $1.50 $23.914.50; 400 001 STRUCTURAL EXCAVATION(TRENCH) CY 19,685.001 $3.10 $61.023.50 54.00 $78.74000 $0.10 $1.968.50 400 002 CEMENT STABILIZED SAND(1 1/2 SACK/C .) CY 12.095.001 $19.65- $237.666.75 $2000 $241,900.001 $22.00 5266.090.00 402 001 TRENCH EXCAVATION PROTECTION - LF 12.915.00 $0.70- $9.040.50 $030 $3.874.50' $1.00 $12.915.00 462 001 CONCRETE BOX SEWER(7'x5') LF 3700 $210.45 57,786.65 $230.00 $8.510.00 $400.00 $14,800.00 462 002 - CONCRETE BOX SEWER(7'x3') LF 66.00 $181.65 $11,988.90: $200.00 $13.200.00 $32500, 521,45000 464 001 REINFORCED CONCRETE PIPE SEWER(66-)(CL 111) LF 422.00 5129.70- 554.733401 513000' $54.860.00 516800 $70.896.00 464 002 'REINFORCED CONCRETE PIPE SEWER(60')(CL 111) LF 411 00 $97.30 539.990 30' $110.00• S45.21000 $13400 555.074.00 464 003 :REINFORCED CONCRETE PIPE SEWER(54')(CL 111) LF 1 1.585 DO: 582.851 $131,317.251 $90.001 5142.65(100 $118.00 $187,03000 464 - 004 REINFORCED CONCRETE PIPE SEWER(48')(CL III) LF 1.47200 $64.55! $95.017.60 $7000 $103,040.00 $84.00 $123.648.00- 464 005 REINFORCED CONCRETE PIPE SEWER(42")(CL III) _ LF 686.00; $55 151 $37.832.90 $6000 $41,160.00! $62.00 $42,532.00 464 006 REINFORCED CONCRETE PIPE SEWER(36')(CL III) LF 35&00; S41 90' $15,00020 $50.00 $17.900.00 $52.00 $18.616.00 464 007 .REINFORCED CONCRETE PIPE SEWER(30')(CL III) LF 97700' $3305 $32.289.85 $3300 $32.241 00 $34.00' $33.21800 464 006 REINFORCED CONCRETE PIPE SEWER(24')(CL III) LF 1,684.001 530.65 $51.614.60 527.00 $45.46800 $25.D01 $42.100.00 464 0D6 REINFORCED CONCRETE PIPE SEWER(18')(CL III) LF 2345.00 $31.65 $74,219.25 520.00 $46.900.00 $18.501 $43.382.50 465 _ 001 CURB INLET(TYPE C) _ EA 25.00 $1.24500 $31.12500 $1.200.00 $30.00000 $1.50000' $37,500.00 465 002 JUNCTION BOX W/TVPE C INLET EA 1800 $2.005.00 $36.090.00: $3.800.00 $68.40000 $5.50000 $99.00000 465 003 JUNCTION BOX(LARGE)(UNDER PAVEMENT) EA 10.00 S4.55000 $45,500.001 $7.30000 $73.00000 $12.000.00 $120.000.00 465 004 .JUNCTION BOX(SMALL)(OUTSIDE PAVEMENT) EA 15.00 $1,800.00 $27.000.00 $3.200001 $48.000.001 $4.200.00 $63.00000 465 005 GRATE INLET I EA 7.00 $955.00 S6.68500 51,20000 58,400.001 51400.00 $9.800.00 465 006 INLET EXTENSION I EA 16.00 $40000 $6.400.00 $550.00 $8.800.001 $600.00 $9.600.001 467 001 SAFETY END TREATMENT - EA 2.00 $482.001 $964.00 $700.00 $1,400.00, $700.00; $1.400001 s CITY OF BEAUMONT BID TAB CONCORD ROAD PAVEMENT WIDENING PROJECT,PHASE II PAGE 2 OF 6 1 EXCAVATORS& BRYSTAR LD CONSTRUCTION CONSTRUCTORS,INC. CONTRACTING,INC. item Item Unit Estimated Unit ! Total Unit ' Total Unit Total No i Cods I Description IMessurel QuanU I . Price i Price 1, _ . . Price I 476 001 ADJUSTING MANHOLES AND INLETS EA 9.00 $269.00 $2.421,00 $800.00 $7,200.00 $500.00' $4.50000 496 001 REMOVING OLD STRUCTURES EA 145.00. $9490 $13.76050 $500.00 $72.500.00 $200.00 529,000.00 500 001 MOBILIZATION LS 1.00. $138.70000 5138.700.00 $300.000.00 $300.000.00 $400.000.00: $400.00000 502 001 BARRICADES.SIGNS.S TRAFFIC HANDLING MO 21 00; S3.56500 $74,865.00 $4,200.00 $88.20000 $3.300.001 $69.30000 530 001 DRIVEWAYS(CONCRETE)(6-) SY 1 7.46800: $1915 5143.012.20 $18.00 5134424.00; $21.90 $163.549.20 530 002 DRIVEWAYS(CONCRETE)(4-) S, 1,540.001 $1755 $27,027.00 $1500 $23.100.00' $20.00 530.80000 531 001 4'CONCRETE SIDEWALKS LF 3,410.00- $1045 535.634.50 $11 00 $37,510.001 520.00 $68.200.00 618 001 :CONDUITS(3-) LF 920.00 $7.401 $6.80800, $6.00 $5.520.00' $3.00 $2.760.00 624 001 GROUND BOXES EA 1400 $103.00 $1,442.00: $85.00 $1.190.00. $200.00 $2.800.00 666 001 THERMO PAV.MARK 4-WHITE(BROKEN) LF 3.26000 $1.30 $4.238.00 $1.20 $3.912.00 $1.55 $5.053.00 666 002 THERMO PAV.MARK a'YELLOW(SOLID) LF 1,327.00! S1.30 $1.725.101 $1.40, $1,857.80 S1_83 $2,428.41 666 003 THERMO PAV.MARK 4"YELLOW(SOLID)(DOUBLE) LF 6.900.00 $2.60 $17,940.00; $2.40; 576,560.00 $3.40 $23,460.00 666 004 - THERMO PAV.MARK 8'WHITE(SOLID) LF 795.00 $2.60 $2.067.00 $2.40' $1,908.00 $3.15: $2.504.25 666 005 THERMO PAV.MARK 12-WHITE(SOLID) LF 520.00 $3.85 $2.002.00' $3.20 $1,664.00 $4.20! 52.184.00 666 006 THERMO PAV.MARK 24-WHITE(SOLID) LF 1 696.DO: $7,80 $5.42880 $4.801 $3.340.80 $6.501 $4.524.DO 666 007 THERMO PAV.MARK 24-YELLOW(SOLID) LF i 351.00; $7.80 $2,737.80: $52 57,82510 $6.50; $2.281.50 666 008 THERMO PAV.MARK ARROW(WHITE) EA 18.00: $104.00 $1,872.00 $125 001 $2.250.00 $100.00' $1,800.00 666 009 -THERMO PAV.MARK WORD(WHITE) EA 20 00 $10400 $2.08000 $175.00' $3,500.00 5150.00! $3.000.00 666 010 THERMO PAV.MARK RAILROAD'X' EA 2.00 $31200 $624.00 $350.00, S700.00 $350.00, $700.00 672 001 RAISED PAVEMENT MARKER(TYPE I-C) EA 432 001 $520 $2.246 40' $440; $1.900.80 $5.50 $2,376.00 672 002 BRAISED PAVEMENT MARKER(TYPE II-AA) EA 631.00' $5.20 $3.281.20 $4.80 $3.028.80 $6.00 $3,786.00 5007 001 !BALED HAY FOR EROS &SED.CNTRL(INSTALLED) EA 50.00 $6.75 $337.50 $0.01 $0.50 $6.00 5300.00 5007 002 ;BALED HAY FOR EROS.&SED(REMOVE&REPLACE) EA 50.00' $7 45 $372.50' $001' $0.50 54.00 $200.00 5007 003 BALED HAY FOR EROS.&SED.CNTRL.(REMOVE) EA 50 00' 57.00 $50.00 50.01 I $0.50 $3.00 $15000. 5009 001 1TEMPORARY SED CNTRL(FENCE)(INSTALLED) LF 8.000.DOi $1.15 $9.200 00: 50 o1:' $8000 $2.25 $18.000 00! 5009 002 TEMP.SED.CNTRL.(FENCE)(REMOVE&REPLACE) LF 8.00000 $1.451 $11,600 00 $0.011 $80.00 $1.75 $14,000 00 5009 003 TEMPORARY SED CNTRL(FENCE)(REMOVE) LF 8,000 00 $0301 $2.40000 $0 01' $8000 50.50 $4.000 00 5010 001 CONSTRUCTION EXITS(INSTALLED)(TY 1 OR TY 2) SY 3,200 00 $1 35; $4,320 00 $00 1 $32 00 $1.DDi $3.200.00. 5010 002 j CONSTRUCTION EXITS(REMV.&REPL)(TY 1 OR TY 2) SY 3.200.00 $2.35; $7.520.00 $0.011 $32.00 57.00 $3.20000 5010 003 - CONSTRUCTION EXITS(REMOVE)(TY 1 OR TY 2) SY 3.200.00 $1.00' $3.20000 $0.07 l $32.00. $1.00 $3.200 00 5613 001 12-PVC WATER MAIN(C-900)(DR-18)(CL-150) LF 590.00 $21.75 $12.832.50 $17.00: $10,030.00! $18.001 $10.62000 5613 002 •8'PVC WATER MAIN(C-900)(DR.18)(CL-150) LF 6.27000 $12.40 $77,748.00 $12.00' $75.240.00 $12.00: $75.24000 5613 003 6-PVC WATER MAIN(C-900)(DR-18)(CL-150) LF 360.00 $15.75 55.670.00 $10.00' $3.600.00: $11.00 $3,960.00 5613 OD4 2-PVC WATER MAIN(SDR PR-26)(CL-160) LF - 617.00 $8.40. $5.182.80 $6.00: $6 00i $3.702.00 I i CITY OF BEAUMONT BID TAB CONCORD ROAD PAVEMENT WIDENING PROJECT,PHASE II PAGE 3 OF 6 EXCAVATORS& BRYSTAR LD CONSTRUCTION CONSTRUCTORS,INC. CONTRACTING,INC. Item I Item Unit I Estimated Unit Total I Uolt Total Unit Total No. I Code j .__. ..__. . _.Wserl�tlon _.._. _..._ .MN+)tun[,_ Uuantlt�! .._ ... _Price I - ---... _ PAce .._ Price I 5613 005 2'STEEL CASING FOR WATER SERV.UNDER PVMT. LF 2,000.00 $3.35' $6.70000 $4.00 $8.000.00 $8.50 $77,000.00' 5615 001 18'SDR-35 PVC SANITARY SEWER(8.10'CUT) LF 378.00 $34.15 $12.908.70 $25.00 $9.45000 $37.00 $13.98600 5615 002 12'SDR-35 PVC SANITARY SEWER LF 127.00! $51.35, $6.521 A5- $25.00! $3.175.00 $25.00 $3.175.00 5615 003 :10'SDR-35 PVC SANITARY SEWER LF 1.540.001 $11.85 $18.249.00 $18.001 $27.72000 $1500 $23.10000 5615 004 8'SDR-35 PVC SANITARY SEWER LF 1,746 00 $11.40 $19.90440 516.00' $27.93600 $12.00 520.952.00 5615 005 6'SDR-35 PVC SANITARY SEWER LF 1.023.00 $77.15 517,544.45 $14.00 $14.322.00 $11.50 $11,764 50 5615 006 4'SDR-35 PVC SANITARY SEWER LF 3,600.00. $11.65; $41,94000 $5.00 $18.00000 $700 S25.200.00 5615 007 iSERV LINE CONN.(SERV.-T',CLN.OUT,ADAPTERS) _ EA 90.001 $128001 $11,520.00 $250.001 $22.500.00 $175.00 $15.750.00 5617 Opt SANITARY SEWER MANHOLE EA 1500' $998.00 $14,970.00 $1.500.00: $22.500.00 51.40000 $21,00000 5617 002 SANITARY SEWER CLEANOUT EA 3�00� $141.401 $424.20 $250.00 $750.00 $30000 $900.00 5618 001 12'AWWA GATE VALVE EA 2.00 5985.00 $1,970.00 $1.200.00 52,400.00 $7,200.00 $2400.00 5618 002 8'AWWA GATE VALVE EA 14.00 $529.00: $7.406 DO $650.00 $9.100.00 $675.00 $9.45000 5618 003 6'AWWA GATE VALVE EA 3.00 $343.00 $1,029.00 $450.00 $1.350.00 $500.00 $1,500.00 5616 004 2'CORPORATION STOP EA 600 519300' $1,156.00 525000 $7,500.00 $275.00 51,65000, 5618 005 .12'x 6'CROSS EA 1.00 $237.00 $237 00 $600.00, 5600.00 $40000. 5400 00 5619 001 FIRE HYDRANT ASSEMBLIES EA 8.00 $1,780.00. $14,240.00 $2.150.00: 317,200.00: 51,900.00 $15.20000 TOTALCOST $4,026,428.90 34,190,408101 $4,659,779.98 CITY OF BEAUMONT BID TAB CONCORD ROAD PAVEMENT WIDENING PROJECT,PHASE II PAGE 4 OF 6 NORMAN HIGHWAY ALLCO,INC. CONSTRUCTORS,INC. - Rem Unit I Estimated Unit Total Unit Total No. : Code Alt i Description ;M"surel Quantity Price Price 100 001 PREP ROW STA 7900 $3.000 00 5237,000 001 $80000. $63.200 00' 104 001 REMOVE EXISTING CONCRETE(STREET) SY ! 18.70700 $4.20 $78.56940' $525 $98,21175 104 002 REMOVE EXISTING GONG(DRIVEWAYS.SLABS.ETC) SY 15.950.00 $4.30 $68.58500 $400 S63,800 001 110 001 EXCAVATION(ROADWAY) - CY 35.050.00 5582' $203.99100 $800 $280400.00: 162 001 BLOCK SODDING SY 24,961 00 $2 70i $67,394 70 $325 $81,123.25' 247 001 FLEX BASE(TV A)(GR t)(DC)(CL II) TNS 2.860.00, $20 00: $57.20000 $18.00 $51.48000 262 001 LIME SLURRY(7%BY DRY WEIGHT)(TY 8)(DC)(6') TNS 1.200.00- $50.00 $60.000.00 $95.00 $114.000.00 262 002 SUBGRADE LIME TREATMENT SY 45.120.00 S1.53' 569,03160 51.75 $78.960.00 276 001 GEM.TREATED BASE(STR L)(CL 5)(6')(DC) SY 43.904.00; 58.50 $373.184.00 $9.00 $395.136.00 310 001 PRIME COAT GAL 1,700.00' $2.99 $5,083.00 52.00 $3,400.00 340 001 ASPHALT CONCRETE(TY D)(2') SY - 5.635.00 $4.00; $22,540.00 $5.25• $29,583.75 360 001 CONCRETE PAVEMENT(CPJR)(10 IN)(CLP) SY 38,699 00 526.001 $1.006,174 00 $2650 $1,025,523.50 360 002 CONCRETE PAVEMENT(CPJR)(8 IN.)(CLP) SY 3,955.00 $23.001 $90.965.00 $26.00 $102.830.00 360 003 6-CONCRETE CURB(TYPE A)(61N.) LF - 15.943.00 $2.00 $31,886.00 S2.00 $31,886.00 400 001 STRUCTURAL EXCAVATION(TRENCH) CY 19,685.00 $2.00. $39,370.00 $0.011 $196.85 400 002 CEMENT STABILIZED SAND(1 112 SACK I C.Y.) CY 12.095.00 527.00. $326.565.00 $31.00 $374.945.00- 402 001 TRENCH EXCAVATION PROTECTION LF 12.915.001 $1 00 $12.915.00; 50.101 51,291.50: 462 001 CONCRETE BOX SEWER(7'x5') LF 37.00: $28000 $10.360.00 $231.00, 462 002 CONCRETE BOX SEWER(7'x3') LF 66.00 $230.00 $15,180.00 $202.001 513.332.00! 464 001 REINFORCED CONCRETE PIPE SEWER(66')(CL III) LF 422.001 5170.00 $71,740.00 $173.00' S73,006.00! 464 - 002 REINFORCED CONCRETE PIPE SEWER(60')(CL III) LF 411.00! $130.00 $53,430.00 $137.00 $56.307.00 464 003 REINFORCED CONCRETE PIPE SEWER(54')(CL nl) LF 1,585.00 $10000 $158.50000 $124.00 $196,540.00 464 004 REINFORCED CONCRETE PIPE SEWER(48')(CL III) LF i 1.472.00 $78.00: $114,816.00 $108.00 5158.976.00 464 005 .REINFORCED CONCRETE PIPE SEWER(42')(CL III) LF i 686.00 564.00; 543,904.00 $96.00 $65.856.00 464 006 'REINFORCED CONCRETE PIPE SEWER(36')(CL III) LF 358.00 547.00 $16.826.00 $85.00 $30.430.00 464 007 REINFORCED CONCRETE PIPE SEWER(30')(CL III) _ LF 977.00 $37.00! $36.149.00 $75.00 $73,275.00 464 006 REINFORCED CONCRETE PIPE SEWER(24')(CL III) LF 1,684.00 $30 00: $50.52000 $70 00; $117.880 001 464 006 .REINFORCED CONCRETE PIPE SEWER(18')(CL III) LF 2345.00 $30.001 $70.350.00 $65.00, $152,425.00' 465 001 CURB INLET(TYPE C) EA ! 25.00 52.000.00 $50,000.00 $2.100.00 $52,500.00' 465 002 iJUNCTION BOX W/TYPE C INLET EA 18.00 $3.500.00 $63.00000 $3.000001 $54.00000 465 003 JUNCTION BOX(LARGE)(UNDER PAVEMENT) EA 10.00 56.500.00 565,000.00 517,500.00; 5715.000.00. 465 004 ;JUNCTION BOX(SMALL)(OUTSIDE PAVEMENT) EA 15.00. $2.00000 $30.000.00 $1,70000! $25.500.00 465 005 i GRATE INLET EA 7.00 $1 400.00 $9,800.00 $1.600.00 $11.20000 465 006 INLET EXTENSION _ _ EA 16.00 $700.00 $11,200.00 $600.00 $9.600.00 467 001 SAFETY END TREATMENT EA 2.00. $550.00 $1,100.00, $400.00 $800.00 ■ CITY OF BEAUMONT BID TAB CONCORD ROAD PAVEMENT WIDENING PROJECT,PHASE 11 PAGE 5 OF 6 I NORMAN HIGHWAY ALLCO,INC. CONSTRUCTORS,INC. I Item i Item Unit Estimated Unit Total Unit Total No. Code Description jMeasurej Quantity Price I Price / 476 001 ADJUSTING MANHOLES AND INLETS EA 9001 $30000 $2.70000 520000 51.800001 496 001 REMOVING OLD STRUCTURES _ EA 145.00: $80.00- $11,600.00 $150.00; $21,750.00• 500 001 MOBILIZATION LS 100 $395.000.00 $500,000.00] 5500.00000 502 001 BARRICADES.SIGNS,&TRAFFIC HANDLING MO 21 00 $3.60000 $75.600 00 $3.454 00 $72.53400 530 001 DRIVEWAYS(CONCRETE)(6-) SY 7,468.00 $2500. $186.700.00 $1900 $141.892.00 530 002 DRIVEWAYS(CONCRETE)(4-) SY - 1.540.00. $22.00' $33,88000 $18.50: $28,490.00' 531 001 4'CONCRETE SIDEWALKS LF 3,410.001 $18.00 $61.38000 $13.00, $44,330.00' 618 001 CONDUITS(3-) LF 920.00 $300 $2,760.00 $5.00 $4.600.00 624 001 GROUND BOXES EA 14.00 $27500 $3.850 00' $7500 $1,050.00 666 001 THERMO PAV.MARK 4'WHITE(BROKEN) LF 3,260.00 $1.32- $4.303 20 57.20 53,912.00 666 002 THERMO PAV.MARK 4"YELLOW(SOLID) I LF 1,327.00 $1.541 52.043.58! $taO� 51,85Z8U. 666 003 THERMO PAV.MARK a'YELLOW(SOLID)(DOUBLE) LF 6.900.00 52.64' $18.216.00 $2.401 $16.560.001 666 004 THERMO PAV.MARK 8'WHITE(SOLID) LF - 795.00' $2.64 $2.098.80 $2.40' $1,908.001 666 005 THERMO PAV.MARK 12-WHITE(SOLID) LF 520.001 $3.52 $1,830.40 $320 $1.664.00 666 006 THERMO PAV.MARK 24-WHITE(SOLID) LF 696.00 $5.28 53.674.88: $C80 53.340.80 666 007 �THERMO PAV.MARK 24-YELLOW(SOLID) LF 351.00 $5 721 $2.007.72 55.20! $1,825.20' 666 008 THERMO PAV.MARK ARROW(WHITE) EA 18.00; 5137.50 $2,475.00 $125.00 $2.250.001 666 009 THERMO PAV.MARK WORD(WHITE) FA 20.00' $192.50 53.850.00 $175.00 $3.500.00 666 010 THERMO PAV MARK RAILROAD'X' EA 2.00 S38500 $77000, $35000 $700.00 672 001 RAISED PAVEMENT MARKER(TYPE I-C) EA I 432.00 $4.84' $2.090 88: $4401 $1,900.801 672 002 RAISED PAVEMENT MARKER(TYPE a-AA) EA 631.00 $528 $3.331.68 $4.80 53.028.80 5007 001 BALED HAY FOR EROS &SED CNTRL(INSTALLED) EA 50.00 $3.00 $150.00 $10.00 $50000 5007 002 BALED HAY FOR EROS.&SED(REMOVE&REPLACE) EA 50.00 $4.00 $200.00 $12.00 $600.00 5007 003 BALED HAY FOR EROS.&SF.D.CNTRL.(REMOVE) EA 5000 $1 00' 550.00 $5 00 5250.00: 5009 001 _ TEMPORARY SED. CNTRL(FENCE)(INSTALLED) LF 8.000.00 $1 00; $8.000.00 $1.00i $8.000.00. 5009 002 TEMP SED.CNTRL (FENCE)(REMOVE&REPLACE) LF 8.000 00 $1 50 $12,00000 $1 25 $10,000.00 5009 003 TEMPORARY SED CNTRL(FENCE)(REMOVE) LF 8,000.00,1 30.50 $4,000.00 $0.25 $2,000.00 5010 001 CONSTRUCTION EXITS(INSTALLED)(TY 1 OR TY 2) SY 3.20000 $300 $9.600.00 $5.50 $17.600.00 5010 002 CONSTRUCTION EXITS(REMV.&REPL)(TY 1 OR TY 2) SY 3.200.00 $3 50: $11.200 00 j $6 00' $19,200.001 5010 003 CONSTRUCTION EXITS(REMOVE)(TY 1 OR TY 2) SY 3,200.00 $0 501 51.600 00. $1 00,1 $3.200 00' 5613 001 12-PVC WATER MAIN(C-900)(DR-18)(CL-150) LF I 590.00' $31.00 $18.290.00 $16.00 $9.440.00 5613 002 8-PVC WATER MAIN(C-900)(DR-18)(CL-150) LF 6.270 00! $15.00 $94.050.00 $11.00 $68,970.00 5613 003 6-PVC WATER MAIN(C-900)(OR 18)(CL-150) LF 360.00 S22 00 $7,920.001 $9.00; $3.240.001 5613 004 ,2'PVC WATER MAIN(SDR PR-28)(CL 160) LF 617.00 59 00' $5.5.5300. $3.501 $2.159.50- s I CITY OF BEAUMONT k BID TAB CONCORD ROAD PAVEMENT WIDENING PROJECT,PHASE II i PAGE 6 OF 6 NORMAN HIGHWAY - ALLCO,INC. CONSTRUCTORS,INC. Ram I Ham ' 1' Unit j Eitlmatad Unil Total_ Unit Total I No._ 1 Coda I ._I _._ -_....Dascriptbn ..... ......... _ ..IMaiii, Pd." _-I.- -,---_ Trice .. . 5613 005 2'STEEL CASING FOR WATER SERV.UNDER PVMT. LF 2.OD0.00 $4.00 58.000.00 $500 570,00000: 5615 001 18'SDR-35 PVC SANITARY SEWER(8'-10'CUT) LF 378.001 $50 DO $18.900.00 $29.00 $10.96200, 5615 002 12'SDR-35 PVC SANITARY SEWER LF 127.DO; $50.001 $6.350.00' $1800 $2.2860 .0 5615 003 10'SDR-35 PVC SANITARY SEWER LF 1,540.00: $17.00 526,180.001 $15.00 $23,100.00 5615 004 8'SDR 35 PVC SANITARY SEWER LF 1.746.00' $16001 $27,936.00. $14.00 $24.44400 5615 005 .6'SDR-35 PVC SANITARY SEWER LF 1,023.00 $1800. 518.414.00 513.50 513.810.50 5615 006 14'SDR-35 PVC SANITARY SEWER LF 3.600.00 59.001 $32.40000 $7.00 $25.20000 5615 007 �SERV.LINE CONN.(SERV.'T-,CLN.OUT,ADAPTERS) EA 90.00 $23000; $20,700.00• $200.00 $18.00000 5617 001 1 SANITARY SEWER MANHOLE EA 1 1500 $1.60000' $24,000.00 $1.375.00 520.625.00 5617 002 SANITARY SEWER CLEANOUT EA 3.00 $350.00 $1,050.00 $200.00 $600.00 5618 001 - 12'AWWA GATE VALVE EA 2.00 $1.20000 $2,400.00 $1.550.00 $3.100.00 5618 002 8'AWWA GATE VALVE EA 14.00 $650.00 $9,100.00 5900.00' $12.600.00 5618 003 6'AWWA GATE VALVE EA 3.00 $45000 $1,350.00 $650.00: $1.950.00 5618 004 2'CORPORATIONSTOP EA 6 00 $30000 $1,80000 $300.00 $1,80000 5618 005 12'x 8'CROSS EA 1 00- $420.00 $420.00 $325,00! $325.00 5619 001 FIRE HYDRANT ASSEMBLIES EA B.00i $2.00000 _ _ _ 516.000.00 $1,950.00 _ $15.600.00 TOTAL COST_ 1.. S4 830,105.84 ' _ � _ i f5,199,597.00j CITY OF BEAUMONT SCHEDULE OF VIBE PARTICIPATION (SCHEDULE C) Date of Report Department _ Project No. Location Percent Complete Excavators & Construc-t.nrs , Inc. Total Contract Amount S 4 , 026 ,428 .90 ante t,tPrinte ContractodProposcr r ca PE OF-WORK ELECTkIC�L,PAYING,ETC.) PR04E. CTED, r�r 1 TY . OF K ` 3 ANO CONTRACT ITEMS URPARTSTIIEREOF CONIMENCERIENT ac AGREED y'�LpF h11NQit1'f �s w AbDRESS! TO BE PERFORI►IED COMPLETION RATI; PRICE CONTRACTOR. PO BOX 20195 Crabtree Barricade B Barricades & Markings L14,975.00 148 S. DOWLEN #694 LD CONSTRUCTION BEAUMONT TX 77707 Prime & Asphalt 39741.00 PO BOX 9585 MIRE TRUCKING Hauling 3840 WACO BERNARD TRUCKING BEAUMONT TX 77705 Hauling 124 500.00 The undersigned will enter into a formal agreement with MBE Contractors for work listed in this schedule conditioned upon execution of a contract with the Cit of Beaumont. NOTE: 1. Any business listed above must have Schedule A on file with the City. 2. Schedule C is to be included with bid,and resubmitted at 50%and 100%of project completion. i ti ` Sig ure B � esident Title _ 30 P W/E Form SchedC.0203-95 r.v ��r v 2 June 5, 2001 Consider endorsing the Lamar University's Texas Department of Transportation - Statewide Transportation Enhancement Program application for the MLK Parkway (Spur 380) Landscape and Beautification Project City of Beaumont Council Agenda Item TO: City Council FROM: Stephen J.Bonczek, City Manager PREPARED BY: Tom Warner, Public Works Director MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 22, 2001 REQUESTED ACTION: Council endorse the Lamar University's Texas Department of Transportation - Statewide Transportation Enhancement Program application for the MLK Parkway (Spur 380) Landscape and Beautification Project. RECOMMENDATION Administration recommends approval of a resolution endorsing Lamar University's application for Statewide Transportation Enhancement program funds. BACKGROUND Lamar University is requesting funds to improve the landscape and appearance of MLK Parkway between the East Lavaca northbound and southbound entrance and exit ramps. The major components of the project include replacing the existing pampass grass with Asian Jasmine and Oleander shrubs, replacing the metal guardrail with a concrete barrier wall, install stone pavers, replace creosote utility poles with fiberglass poles,replacing the fencing on the pedestrian overpass with a lexan covering and the cleaning, and painting of the overpass. BUDGETARY IMPACT The City will guarantee the 20% match requested by the Department of Transportation. The estimated total project cost is $2,380,000 with a 20% match of$476,000. There are no City funds required because Lamar will provide the necessary match from funds currently available. PREVIOUS ACTION None SUBSEQUENT ACTION Lamar University and the City will enter into an agreement regarding the matching funds and contract for construction responsibilities when the funding is approved by the Texas Department of Transportation. RECOMMENDED BY City Manager and Public Works Director RECOMMENDED MOTION Approve/Deny a resolution endorsing Lamar University's application for Statewide Transportation Enhancement program funds. AgenLamarLandsk.wpd 05/22/2001 3 June 5, 2001 Consider an ordinance amending Chapter 28, Article III by adding Section 28-107, requiring all food preparation/food service establishments to properly maintain their grease traps and separators, and all commercial/industrial establishments to properly maintain their grit traps and interceptors E,, ow- f l T!RJ City of Beaumont : Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Joseph G. Majdalani, Water Utilities Manager MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 30, 2001 REQUESTED ACTION: Consider an ordinance amending Chapter 28, Article III by adding Section 28-107, requiring all food preparation/food service establishments to properly maintain their grease traps and separators, and all commercial/industrial establishments to properly maintain their grit traps and interceptors. RECOMMENDATION Administration recommends Council consider an ordinance adding Section 28-107 to Chapter 28, Article III of the Code of Ordinances requiring proper maintenance of grease traps, grit traps, interceptors and separators at establishments that could potentially have a negative impact on the City's sanitary sewer system. BACKGROUND The City of Beaumont has experienced an increase in the number of service calls related to grease in the sanitary sewer system. The stoppages due to grease total more than 50 percent of the total stoppages in the system. Federal and state regulators require the City to protect the wastewater treatment plant and the sanitary sewer system. The regulations also require that the City prevent overflows from the sanitary sewer manholes. Failure to comply with the regulations will result in the City being fined for noncompliance. Enforcing the proposed ordinance will help protect the health of the public and minimize interruption to our customers. BUDGETARYIMPACT None PREVIOUS ACTION None SUBSEQUENT ACTION None RECOMMENDED BY City Manager, Public Works Director, and Water Utilities Manager. RECOMMENDED MOTION Approve/Deny amending Chapter 28, Article III of the Code of Ordinances by adding Section 28-107, requiring all commercial food preparation/food service establishments to properly maintain grease traps and separators, and all commercial/industrial establishments to properly maintain grit traps and interceptors to prevent a negative impact on the City's sanitary sewer system. Grease-grit-ord01 sk.wpd May30,2001 ARTICLE III SECTION 28-107 GREASE AND GRIT TRAPS Section 28-107.1. Purpose The purpose of this ordinance is: A) To prevent the introduction of wastewaters containing oil and grease and/or solids in amounts which may cause stoppages or obstruction of flow, or in any other way prevent or inhibit operation of the Publicly Owned Treatment Works (POTW), including the sanitary sewer collection system and the treatment plant. B) To protect the environment, and the health, safety, and welfare of the public and the POTW workers. C) Set forth uniform requirements for the maintenance of grease traps, grit traps, interceptors, and separators. Section 28-107.2. Definitions Biochemical Oxygen Demand (BOD) - The quantity of oxygen utilized in the biochemical oxidation of organic matter under standard laboratory procedure in five (5) days at twenty (20) degrees Celsius. Bioremediation Media - Bacterial cultures, enzymes, or other media which are designed to eliminate or reduce the need for the mechanical cleaning of grease traps. City or The City - the City of Beaumont, Texas or its authorized representative, which, for the purposes of implementation and enforcement of the grease and grit trap program, shall normally mean representatives of Water Utilities. 1 Commercial Grease Generator - All commercial food preparation and food service establishments that may discharge grease including, but not limited to bakeries, caterers, butcher shops, cafes, clubhouses, delicatessens, hospitals, hotels, restaurants, schools, institutions, or similar places where meat, poultry, seafood, dairy products, fried foods or other foods are prepared or served, but shall not apply to any residence not used for the commercial preparation and sale of food items or to an exempt establishment. Commercial/Industrial Grit Generator - All commercial or industrial generators of liquid waste containing petroleum based oil and grease wastes, and inorganic solids including, but not limited to automotive or heavy machinery repair and/or washing facilities. The exceptions shall be those facilities monitored under the City of Beaumont's federally and state approved Pretreatment Program. Exempt Establishment - A commercial establishment that: 1) Operates for a maximum duration of ten (10) days in connection with an annual event such as a fair, carnival, circus, public exhibition, or other public gathering; 2) Sells or serves prepackaged or precooked foods that would require warming only or served without additional processing, no cooking; 3) Serves only snow cones, drinks, or ice cream products; 4) Bars and clubs serving drinks only and where no food is prepared; S) Produce Markets without food grinders; 6) Grocery or convenience stores without food preparation, meat cutting, or packaging, delicatessens, or bakeries; 2 7) Day care centers who primarily serve microwave dishes, using single service items. Food - Any substance, whether solid or liquid, and whether animal, vegetable, or fruit origin, intended to be used or commonly used as a food for human consumption. Food Establishment - Any place where food is manufactured, packaged, produced, processed, prepared, or served for commercial, public, or facility resident consumption. The term includes any such place regardless of whether there is a charge for the food. The term does not include private homes where food is prepared for individual family consumption. Generator - A person who causes creates, generates, stores, or otherwise produces liquid waste or owns property upon which liquid waste is caused, created, generated, stored, or produced, including but not limited to grease trap waste, grit trap waste, and food waste as a by-product of a domestic or nondomestic activity other than merely as a result of mere residence at a nonbusiness location. Grease Trap - A receptacle utilized by commercial or industrial generators of liquid waste to intercept, collect, and restrict the passage or organic, inorganic, greasy or fatty liquid, semi-liquid, and/or solid wastes into both public and private sanitary sewers to which the receptacle is directly or indirectly connected. Grease Trap Waste - Any organic, inorganic, greasy or fatty liquid, semi-liquid, and/or solid wastes collected by and ultimately removed from a grease trap for proper disposal. Grit Trap - A receptacle utilized by commercial or industrial generators of liquid waste to intercept, collect, and restrict the passage of petroleum based oil and grease wastes and inorganic or other solids into private and public sanitary sewers to which the receptacle is 3 directly or indirectly connected. Grit Trap Waste - Oil and grease wastes and inorganic solids generated by commercial, industrial, automotive or heavy machinery repair and/or washing facilities that are collected by and ultimately removed from a grit trap for disposal. Manager - The person in charge of Water Utilities for the City of Beaumont, or his/her authorized representative which includes any person appointed by the Manager from any City department. Manifest - The written, multi-part documentation detailing the generator of the grease trap waste, who the transporter is, and the disposal facility for the waste. POTW - Publicly Owned Treatment Works as defined in 40 CFR Section 403.3, including any amendments thereto; the municipal wastewater treatment system including the sanitary sewer system. Sampling Port or Sample Well - An approved device or manhole installed in the facility sewer specifically designed to facilitate sampling of the wastewater discharge. Sani Sewer - System of pipes, conduit, and treatment facilities owned or operated by the City which collect, transport, and treat sanitary sewage, and to which storm, surface, and ground waters are not intentionally or normally admitted. Separator Truck - A truck equipped with a tank or other liquid holding container designed to separate the grease portion from the waste removed from a grease trap and to return the other liquid portion to the trap. Total Suspended Solids - The total suspended matter that floats on the surface of or is suspended in water, wastewater, or other liquid, and which is removed by laboratory filtering. 4 Water Quality Administrator - The person in charge of the City of Beaumont's approved Pretreatment Program. Section 28-107.3. Prohibitions A) It shall be unlawful for a generator to introduce, or cause to be introduced, into a grease or grit trap or public sanitary sewer the following: 1) A generator shall not allow any frying vats to discharge into a grease trap, grit trap, or sanitary sewer or allow waste oil or grease to discharge to any drain or grease trap, grit trap, separator, interceptor, or sanitary sewer. Such waste shall be placed in a container specifically designed to hold such waste and either utilized by industry or disposed of at a suitable location; 2) A generator shall not discharge or cause to be discharged plastics, paper, nonbiodegradable oils or other nonbiodegradable materials; 3) Any wastewaters with an oil and grease level in excess of 200 mg/1 or ppm. B) It shall be unlawful for a generator to divert wastewater around a collection point into the sanitary sewer or to a storm drainage system. Q The use of separator trucks to pump grease traps and return the liquid portion to the grease trap is prohibited. Section 28-107.4. Responsibilities of Generator A) A generator shall provide grease traps or grit traps when, in the opinion of the City, they are necessary for the proper handling of wastewater. B) Grease and grit traps shall be constructed to prevent fats, oils, or greases from 5 entering the sanitary sewer in concentrations greater than 200 mg/I and shall be located so that they are easily accessible for cleaning, maintenance, and inspection. The installation of grease traps or grit traps shall comply with the requirements of the City's plumbing code. C) A generator shall properly install a sample port or sample well for ease in sampling the wastewater discharge from the grease or grit trap. Sample ports shall meet the following criteria: 1) The sample port shall be installed and maintained at the generator's expense; 2) The sample port shall be installed as close as possible to the connection to the City sanitary sewer main within the bounds of the facility property; 3) The port shall be installed according to the specifications obtained from City of Beaumont Water Utilities. It shall be installed perpendicular to the effluent flow to allow visual observation and sampling; 4) The port shall be accessible for monitoring authorities; S) New facilities being constructed shall have the sample port installed before opening for business. Established businesses must install a sample port within six (6) months of approval of this ordinance; 6) Exempt establishments may be required to install a sample port for inspection purposes. D) A generator of grease trap or grit trap waste shall have the trap serviced as frequently as necessary to prevent bypass or overflow, and to insure proper operation of the trap. Such generators, at a minimum, shall have the grease or grit trap cleaned once every three (3) months. 6 E) If the City determines that quarterly cleaning of a grease or grit trap is not sufficient to prevent the discharge of oil and grease in quantities less than 200 mg/l the City will require more frequent cleaning of the grease trap. F) A manifest shall be generated every time the grease or grit trap is pumped or cleaned. The generator shall sign a copy of the manifest as well as the driver. It shall be the responsibility of the generator to insure they receive a copy of the manifest from the hauler after the grease or grit trap has been cleaned and that they receive a final copy of the manifest after the waste has been disposed of at the final disposal site and the disposal facility has signed the manifest. A copy of the completed manifest shall be sent to City of Beaumont Water Utilities every time the facility's grease or grit trap is serviced. The manifest must be submitted within twenty-one (21) days of the servicing of the trap. G) The generator shall keep copies of the completed grease or grit trap waste manifests for three (3) years. H) A generator shall have his trap serviced by a transporter having a valid registration with the State of Texas. f) Grease and grit traps shall be inspected for seepage into the surrounding media whenever the trap has been pumped. The generator shall repair, replace, or install apparatus and equipment as necessary to ensure the proper operation and function of the trap. J) A generator shall supervise the servicing of their grease or grit traps and shall ensure they are completely emptied by the transporter during such servicing. The transporter shall not return any material to the grease or grit trap once the trap has been cleaned. K) A generator shall clean up or cause to be cleaned up all spills of liquid or solid 7 waste and shall have the waste properly disposed of by the transporter. L) A generator that is located in a multi-user building may be required to separate sanitary sewer flows from adjacent sites and install a water submeter to measure individual water consumption or utilize some other method approved by the Water Quality Administrator or his designee. M) The cost of complying with all sections of this Ordinance shall be the responsibility of the property owner and their lessees. These costs include any maintenance, analysis, grease or grit trap cleaning, repair, replacement, or modification, and installation of sample wells or ports. Section. 28-107.5. Bioremediation A) It shall be unlawful for any grease generator to introduce, cause, or permit the introduction of any bioremediation media into a grease trap except as authorized by the Water Quality Administrator. B) Bioremediation media may be used with the Water Quality Administrator's approval if a generator proves to the Water Quality Administrator's satisfaction that: 1) The media will be a pure, live, bacterial product and will not contain any surfactants, emulsifiers, or substances which act as a solvent for fats, oils, or greases; 2) The amount of oil and grease discharged to the sanitary sewer after the use of the media will not exceed the discharge limits for oil and grease of 200 mg/1; 3) The pH of the discharge will not be less than 6.0 or greater than 11.0; 4) The use of the media will not reduce the buoyancy of the grease layer in the grease trap and will not increase the potential of oil and grease to be discharged to the 8 sanitary sewer; 5) The media will not be destroyed by the use of domestic or commercial disinfectants and detergents or hot water; 6) Any waste pumped from the grease or grit trap after use of the media must be acceptable at disposal sites for the waste; 7) The use of the bioremediation media will not cause foaming in the sanitary sewer. Section 28-107.6. Request for Exemption from the Regulations in Section 28-107 A) If an establishment feels that quarterly pumping of their grease trap is not justified he/she may request an exemption to the requirement. To qualify for the exemption the establishment must: 1) Have an independent laboratory sample and analyze a monthly grab wastewater discharge sample for oil and grease; 2) The samples shall be collected from the sample port or well; 3) When analyzed the oil and grease must be less than 200 mg/l. B) If an establishment feels that they do not need a grease or grit trap and do not fall into any of the exempted categories they must submit to the Water Quality Administrator the following information to prove their exemption: 1) The name, address, and telephone number of the business; 2) The name of the manager or other contact at the business; 3) A description of the business; 4) The type, size, and maintenance schedules of any wastewater pretreatment 9 devices; S) The names of all haulers of any waste and recycled products who have hauled from the business in the previous year; 6) A statement of whether or not employees are trained in waste disposal practices, 7) A plan showing the locations of all water and sewer connections, fixtures, sample ports, backflow prevention devices, and any other treatment devices; 8) A copy of all printed menus if it is an eating establishment; 9) A description of any changes planned to the structure; 10) Any planned significant changes to the user's operation or system which might alter the nature, quality, or volume of its wastewater; 11) A statement as to why the facility believes it qualifies for an exemption; 12) Any other information as may deemed necessary by the Water Quality Administrator to evaluate the wastewater discharge. C) The Water Quality Administrator shall make the final decision in regard to all requests. Section 28-107.7. Monitoring and Surcharges for BODlTSS Concentrations A) Grease generators shall, once a year, submit to the Water Utilities Division, an analytical report documenting the BOD and TSS concentration discharged to the sanitary sewer. Samples will not be taken within one week of having the grease or grit trap cleaned, exceptions shall be granted if the trap is being pumped out on a weekly basis. B) The sampling and analysis shall be performed by an independent laboratory 10 according to the requirements of 40 CFR Part 136. C) All wastewater samples must be representative of the generator's discharge. D) If the generator's discharge shows either or both of the following characteristics, then the generator shall be subject to a surcharge as implemented by the City: 1) A BOD concentration greater than 250 mg/l; 2) A TSS concentration greater than 300 mg/1. E) Representatives of Water Utilities may also sample a grease or grit generator's facility at any reasonable time. Section 28-107.8. Right of Entry, Inspection, and Sampling A) It shall be unlawful for a generator to refuse to allow the Water Quality Administrator or her/his authorized representative to enter their premises during business hours to determine whether the generator is complying with all the requirements of this Ordinance. A generator shall allow the Water Quality Administrator or her/his authorized representative access to all parts of the premises for the purposes of inspection, sampling, records examination, copying, and the performance of all other duties. B) If the Water Quality Administrator or her/his authorized representative has been refused access to a building, structure, or property, or any part thereof, and is able to demonstrate probable cause to believe there may be a violation of this Ordinance, or that there is a need to inspect and/or sample as part of a routine inspection and sampling program of the City designed to verify compliance with this Ordinance, to protect the overall public health, safety, and welfare of the community, or to protect the wastewater collection system or POTW, then the Water Quality Administrator may seek issuance of a search warrant from any 11 court of competent jurisdiction. Section 28-107.9. Penalties A) If the City determines that a grease generator is responsible for a blockage of a collection system line the generator shall be issued a penalty of$500.00 for the first violation, $1000.00 for the second violation, and $1500.00 for the third violation within a two year period. Continuous violations shall result in an increase in penalty by $500.00 and may also result in termination of services. The determination shall be made by inspecting the grease traps in the area, noting their condition, and taking wastewater discharge samples from the sample ports. Those facilities which have discharges with an oil and grease above 300 mg/L, or have not had their grease traps pumped out quarterly, (or the documentation to prove the pumping of the grease trap was not necessary,) shall be considered responsible for the blockage. B) Any person violating any of the provisions of this Ordinance shall be subject to a written warning for the first violation, a $500.00 penalty for the second violation, a $1000.00 penalty for the third violation, and a $1500.00 penalty for the fourth violation wihin a two year period. Consistent violations will result in a $500.00 increase in penalty and may result in termination of services. C) The Water Quality Administrator may suspend water service and/or wastewater service to a commercial grease or grit generator to stop an actual or threatened discharge which presents or may present an imminent or substantial endangerment to the health or welfare of persons, to the environment, or causes interference to the POTW and/or the sanitary sewer system. Service may also be suspended if the generator refuses to pay any 12 penalty issued. D) If a Generator is penalized he/she may file an appeal to the Water Utilities Manager. The appeal must include evidence proving that the Generator did not violate the ordinance and the appeal must be filed within five (5) City working days of the Generator receiving the penalty. The decision of the Manager shall be final. 13 4 June 5, 2001 Consider amending Ordinance No. 01-040 relating to the structure located at 1507 Laurel ..... C* ty of Beaumont Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: John Labrie, Clean Community Department Director MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 30, 2001 REQUESTED ACTION: Consider an ordinance amending Ordinance No. 01-040 relating to the structure located at 1507 Laurel. RECOMMENDATION At the request of Councilperson Becky Ames, 1507 Laurel is being brought back before City Council for reconsideration for structure to be allowed to be rehabilitated. BACKGROUND This structure was brought before City Council on May 22, 2001 with staff's recommendation of a raze order. The owner, Abe Holmes, came to the Council meeting but did not realize that he needed to request in person more time for repairs to be made. BUDGETARY IMPACT City may incur the cost of demolition. PREVIOUS ACTION The Administration recommended and Council approved a raze order for this structure on May 22, 2001. SUBSEQUENT ACTION If Council grants an extension to the property owner for ninety (90) days, staff'will enroll the owner in a work program and monitor the progress of work. If the structure is not brought up to code or substantial progress is not made within the specified time period, the structure will be demolished without any further notification to property owner of Council action. RECOMMENDED BY City Manager and Clean Community Department Director. RECOMMENDED MOTION Approve/Deny the amendment of Ordinance 01-040 to allow the property owner to enter a work program to rehabilitate 1507 Laurel within 90 days. ORDINANCE NO. ENTITLED AN ORDINANCE AMENDING ORDINANCE NO. 01-040 TO REMOVE THE STRUCTURE LOCATED AT 1507 LAUREL FROM SECTION 1 AND SECTION 2 AND ORDER THAT THE STRUCTURE AT 1507 LAUREL EITHER BE DEMOLISHED OR REPAIRED WITHIN 90 DAYS OF THE EFFECTIVE DATE OF THIS ORDINANCE; PROVIDING FOR SEVERABILITY, AND PROVIDING FOR A PENALTY. BE IT ORDAINED BY THE CITY OF BEAUMONT: Section 1. That Ordinance 01-040 be and the same is hereby amended to amend Sections 1 and 2 to remove item number 16, 1507 Laurel. Section 2. In accordance with Article XVII, Section 2, of the Charter of the City of Beaumont, Section 10-2 and 14-52 of the Code of Ordinances of Beaumont, Texas and Section 103.4 of the Standard Building Code, it is hereby ordered that the owner or owners of the building located at 1507 Laurel immediately enter into a work program and either demolish or repair such structure within 90 days of the effective date of this ordinance. If the owners fail or refuse to repair or demolish the structure within the time limit set herein, the City is authorized to demolish the structure without further Council action. Section 3. That if any section, subsection, sentence, clause or phrase of this ordinance, or the application of same to a particular set of persons or circumstances should for any reason be held to be invalid, such invalidity shall not affect the remaining portions of this G ACG\ORDINANC\AMEND\01-040.wpd ordinance, and to such end the various portions and provisions of this ordinance are declared to be severable. Section 4. That any person who violated any provision of this ordinance shall, upon conviction, be punished as provided in Section 1-8 of the Code of Ordinances of Beaumont, Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of June, 2001. - Mayor- G:\CG\0RDINANCVIMEND\01-040.wpd 5 June 5, 2001 Consider a resolution authorizing the City of Beaumont to intervene before the Public Utility Commission in various fuel cases presently pending and to be filed in the future t:V~1 City of Beaumont R Council Agenda Item .a K g TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Lane Nichols, City Attorney MEETING DATE: June 5, 2001 AGENDA MEMO DATE: June 1, 2001 REQUESTED ACTION: Adopt a resolution authorizing the City of Beaumont to intervene before the Public Utility Commission in various fuel cases presently pending and to be filed in the future. RECOMMENDATION: The City Attorney recommends that the City Council adopt a resolution authorizing the City of Beaumont to intervene before the Public Utility Commission in the fuel case presently pending before the commission and fuel cases to be filed in the future. BACKGROUND: The City of Beaumont has been participating, as authorized by council, in the "undbundling" case filed by Entergy Gulf States (EGS) as required by Senate Bill 7 which provides a method for competition in the provision of electric energy commencing January 1, 2002. As part of that process EGS has filed and will file in the near future various fuel related cases. The decisions made in these cases will effect what customers of EGS pay for electricity in the future. The first case, a fuel reconciliation case covers the period March 1, 1999-August 2000(including the July 23, 1999 blackout). EGS has included recovery of some extraordinarily high cost purchased power during that period which should be examined. Also, EGS has asked the PUC to excuse it from complying with the affiliate transaction statute. Other issues in the case need to be examined to assure that EGS is only allowed to collect actual allowable fuel costs for the reconciliation period. EGS has requested to surcharge an additional $138 million to Texas customers for the period March 1999 - August 2000. This is in addition to the surcharges already on customers' bills and the pending request to surcharge $86 million. EGS may file an additional surcharge case in September 2001. The PUC has denied other utilities additional surcharges and ordered other utilities to defer any such recovery or consideration thereof to the statutory fuel reconciliation in 2004. The City needs to be in the case to assure that Beaumont receives the same treatment, i.e., no additional surcharges. In July 2001 EGS will file a case for a new fuel factor which will be in effect January 1, 2002 at the commencement of competition. This case will be important in trying to preserve the statutory intent of price caps on residential and small commercial customers' rates. An increased fuel factor could operate to wipe out the price protection intended under the statute. BUDGETARY IMPACT: No direct effect because the costs and expenses related to the case are required by law to be reimbursed to the City of EGS; however, the City's budget is significantly effected by the cost of electric energy. PREVIOUS ACTION: By resolution the City Council authorized the City to intervene in the "unbundling" case. SUBSEQUENT ACTION: None required unless settlement of these cases is proposed and the City Council desires to authorize such settlement RECOMMENDED BY: The City Attorney RECOMMENDED MOTION: Approve/Deny the resolution approving intervention in various fuel cases filed and to be filed by EGS with the Public Utility Commission. tkid w7ow-fj C City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JUNE 5, 2001 1:30 P.M. CONSENT AGENDA * Approval of minutes * Confirmation of committee appointments A) Approve a resolution authorizing the settlement of the claim of Kelly Dugas/Christy Fredrickson B) Approve a contract to repair and paint the 1,000,000 gallon elevated water storage tank located at Liberty Avenue and 13`h Street C) Approve a one (1) year contract for asphaltic concrete pavement placement D) Approve a contract for Summer Food Service Program E) Approve a bid for the purchase of one (1) hydraulic fusion machine F) Approve the purchase of nineteen (19) Opticom priority control systems G) Approve a bid for the purchase of one pneumatic pipe bursting unit CONSENT AGENDA JUNE 59 2001 * Committee Appointments A) Approve a resolution authorizing the settlement of the claim of Kelly Dugas/Christy Fredrickson Council authorized the settlement of this claim in executive session on May 22, 2001. There are sufficient funds in the Liability Trust Fund to pay the settlement amount of$72,000 payable to Kelly Dugas, Alton Dugas and Terry Doyle, Attorney. A copy of the staff memorandum is available for your review. B) Approve a contract to repair and paint the 1,000,000 gallon elevated water storage tank located at Liberty Avenue and 13`h Street The Administration recommends approval of a contract with Gulf States Protective Coatings, Inc. LaPorte, "Texas in the amount of$318,400 to repair and paint the 1,000,000 gallon elevated water storage tank located at Liberty Avenue and 13`h Street. The existing tank was built in 1950. The exterior was last painted in 1993. The life expectancy of the proposed improvement and exterior paint is 7-10 years. Funds are available in the Water Utilities Division Operating Fund for this project. A copy of the staff memorandum is available for your review. C) Approve a one(1) year contract for asphaltic concrete pavement placement. The Administration recommends award of a one (1) year contract to CMM Construction Co., Inc. for asphaltic concrete pavement placement. Asphaltic concrete pavement is utilized by the Public Works Department, Streets and Drainage Division to create new road surfaces on reconstructed streets or to overlay existing concrete streets. The process consists of the contractor pouring and spreading a hot asphaltic mixture of specified depth onto prepared surfaces, then performing the compaction and finishing methods essential to producing a surface meeting industry standards. The contract is necessary as the City does not own sufficiently sized machinery to perform this construction process. Prices were obtained for both new 1-1/2 inch asphalt surfaces and asphalt surface overlays. Funds are available for this expenditure in the Streets and Drainage Division's operating budget. A copy of the staff memorandum is available for your review. D) Approve a contract for the Summer Food Service The Administration recommends a contract to Moncla's, Inc. for furnishing approximately 565 lunches per day for the Summer Food Service Program (SFSP) sponsored by the Recreation Division. The program, which is funded by the U.S. Department of Agriculture and administered by the Texas Department of Human Services,provides free nutritious and well balanced meals to any child up to eighteen (18) years of age. This is the tenth year the Recreation Division has participated in this program. The Recreation Division will provide lunches at the following locations: Sprott Park, Roberts Park, Alice Keith Park, Magnolia Park and the Elmo Willard Library. The program will begin June 4, 2001 and continue through August 3, 2001. Lunch will be served Monday through Friday excluding July 4`h. The number of lunches to be served at each location will be determined by the enrollment in summer activities, although participation is not a requirement to receive a lunch. The cost of each lunch served will be reimbursed to the City from the Texas Department of Human Services. The cost based on an estimated quantity of 565 per day for 44 days is $45,369.50. A copy of the staff memorandum is available for your review. E) Approve a bid for the purchase of one (1) hydraulic fusion machine The Administration recommends award of a bid for the purchase of one (1) hydraulic fusion machine to SECOR of Houston in the amount of$55,306. This machine would be used by the Public Works Department, Water Utilities Division in repairing water and sewer lines. The machine utilizes heat and pressure to join various sized individual lengths of polyethylene pipe into a continuous pipeline of up to 500 feet. The pipeline is subsequently inserted into damaged lines by the City's pipe bursting machinery. The fusion machine is portable and may be utilized on job sites as needed throughout the city. Funds for this expenditure are budgeted in the Water Utilities Fund. A copy of the staff memorandum is available for your review. F) Approve the purchase of nineteen (19) Opticom priority control systems Administration recommends the purchase of nineteen (19) Opticom priority control systems in the amount of$17,415 to Consolidated Traffic Controls, Inc. The system currently in place at major intersections throughout the City is a 3M Opticom priority control system. This acquisition is needed to expand the existing emergency system. The Opticom system reduces response time and risk of accidents for vehicles responding to emergency situations. The system identifies priority vehicles by means of optical communication. Communication from the vehicle by an optical detector causes the traffic signal controller to advance to and/or hold the desired traffic signal display. An emergency vehicle can be detected at or near the intersection up to a distance of 1,800 feet. Funds are available for this expenditure in the Capital Reserve Fund. A copy of the staff memorandum is available for your review. G) Approve a bid for the purchase of one pneumatic pipe bursting unit Administration recommends award of a bid for the purchase of one (1) pneumatic pipe bursting unit to T.T. Technologies, Inc. in the amount of$133,354. This unit will be used by the Public Works Department, Water Utilities Division in the rehabilitation of failing sewer lines. This unit will be used for pipe of 16 inches through 24 inches in diameter. The unit will complement a bursting machine purchased in March, 2000 for pipe sizes up to 14 inches. The traditional repair method of sliplining requires a reduction in pipe diameter for the replacement pipe, thereby reducing flow capacity. The bursting unit specified in the bid allows for the insertion of pipe of equal size or larger than that being replaced while simultaneously bursting the failed pipe. The unit is warranted against defects in material and workmanship for 90 days or 500 service hours. The barrel and piston of the unit carry a one (1) year warranty with a 90 day warranty on all other parts. Funds for this expenditure are budgeted in the Water Utilities Fund. A copy of the staff memorandum is available for your review. A City of Beaumont Z -une Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Matt Martin, Liability Administrator MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 30, 2001 REQUESTED ACTION: Consider a resolution authorizing the settlement of the claim of Kelly Dugas/Christy Fredrickson RECOMMENDATION Council approval of a resolution authorizing the settlement of the claim of Kelly Dugas/Christy Fredrickson. BACKGROUND Council authorized the settlement of this claim in executive session May 22, 2001. BUDGETARY IMPACT There are sufficient funds in the Liability Trust Fund to pay the settlement amount of$72,000 payable to Kelly Dugas, Alton Dugas and Terry Doyle, Attorney. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and City Attorney. RECOMMENDED MOTION Approve/Deny a resolution authorizing the settlement of the claim of Margaret Jones. GA AGENDAWONES12.00 RESOLUTION NO. WHEREAS, the claim of Kelly Dugas/Christy Fredrickson has been discussed in an Executive Session properly called and held Tuesday, May 22, 2001; and, WHEREAS, the Council desires to authorize the settlement of the claim; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Attorney be and he is hereby authorized to settle the claim of Kelly Dugas/Christy Fredrickson in the amount of Seventy-Two Thousand ($72,000) Dollars. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of June, 2001. - Mayor - SAAGENDAZunent Agendel6-O5­01 B C145mi City of Beaumont c Council Agenda Item TO: Stephen J. Bonczek, City Manager FROM: Tom Warner, Public Works Director PREPARED BY: Joseph G. Majdalani, Water Utilities Manager MEETING DATE: June 5, 2001 AGENDA MEMO DATE: March 24, 2001 REQUESTED ACTION: Consider a contract to repair and paint the 1,000,000 gallon elevated water storage tank located at Liberty Avenue and 13`h Street. RECOMMENDATION Administration recommends approval of a contract with Gulf States Protective Coatings, Inc., LaPorte, Texas, in the amount of$318,400 to repair and paint the 1,000,000 gallon elevated water storage tank located at Liberty Avenue and 13`h Street. BACKGROUND The existing tank was built in 1950;the exterior, last painted in 1993,needs to be painted due to its poor condition. The life expectancy of the proposed improvement and exterior paint is 7-10 years. BUDGETARY IMPACT Funds are available in the Water Utilities Division Operating Fund for this project. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY: City Manager,Public Works Director, and Water Utilities Manager. RECOMMENDED MOTION: Approve/Deny the repair and painting of the exterior of the 1,000,000 gallon elevated water storage tank located at Liberty Avenue and 13`h Street. Bid Tabulation CITY OF BEAUMONT SURFACE REHABILITATION OF THE 1,000,000 GALLON ELEVATED STORAGE WEST TANK Bid Date: Monday, May 21, 2001 at 2:00 p.m. BIDDERS Gulf tates rotectiv ontr. nc. rolan n Coatings Ange os Painting, Coatings, P.O.Box 1075 Utility Service 23027 Whittaker Inc. DMS Painting,Inc. N.G.Painting,Inc. P.O.Box 1608 Channelview,TX P.O.Box 41304 Way 8830 Amada LN P.O.Box 934 313 Mill Run LaPorte,TX 77571 77530 Houston,TX 77241 Spring,Texas 77373 1 Manvel,TX 77578 Deer Park,TX 77536 Kerrville,TX 78028 Itemi Description t.1 Units BASE BID 1. Mobilization Costs 1 LS $15,720.00 $31,500.00 $68,000.00 $16,500.00 $47,000.00 $25,000.00 $20,000.00 2. Furnish and install all labor, 1 LS $298,680.00 $294,671.00 $272,320.00 $328,000.00 $310,000.00 $337,200.00 $496,000.00 materials, and equipment to repair, rehabilitate, abrasive blast, shrouding, repaint and disinfect the existing 1,000,000 gallon elevated water storage tank 'rx ' TOTAL BASE BID ITEMS $314 400.00 $326171.00 $340,320.0101 $344,500.001 $357,000.00 $362,200.00 $516,000.00 ALTERNATE BID ITEM(S) 3. Pressure wash interior of tank 1 LS per SSPC-SP-1 to remove the salt or reduce the salt content levels below 100 ppm $4,000.00 $4,100.00 $17,000.00 $2,500.00 $26,000.00 $12,000.00 $15,000.00 TOTAL ADDITIVE BID ITE1Vlt.,NO 1 $4,000.00 $4,100.00 $17,000.00 ' $2,500.00 $26,000.00 L $12,000.00y4. $15,000.00 Contract D mein s Acknowledge Addendum Nos.1 & 2 Yes Yes Yes No-Only Add. I Yes Yes Yes Bid Bond Yes Yes Yes Yes Yes Yes Yes Corporate Resolution Yes Yes Yes No Yes Yes Yes ualification Statement Yes Yes Yes Yes Yes Yes Yes The Bid Proposals submitted have been reviewed, and to the best of my knowledge this is an accurate tabulation of the Bids received. BY: P11- - .. e. �-: . DATE: c City of Beaumont Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 21, 2001 REQUESTED ACTION: Council approval of a one (1) year contract for asphaltic concrete pavement placement. RECOMMENDATION Administration recommends award of a one (1) year contract to CMM Construction Co., Inc. for asphaltic concrete pavement placement at the unit costs stated below. BACKGROUND Asphaltic concrete pavement is utilized by the Public Works Department, Streets and Drainage Division, to create new road surfaces on reconstructed streets or to overlay existing concrete streets. The process consists of the contractor pouring and spreading a hot asphaltic mixture of specified depth onto prepared surfaces, then performing the compaction and finishing methods essential to producing a surface meeting industry standards. The contract is necessary as the City does not own sufficiently sized machinery to perform this construction process. Two (2) vendors were notified with CMM Construction Co., Inc. responding with the only bid. Prices were obtained for both new 1-1/2 inch asphalt surfaces and asphalt surface overlays. The unit prices are as follow: Placement of 1-1/2" Asphalt Road Surface Area of New Surface Unit Price 0 - 1,200 square yards $1.50 /square yard 1,201 - 3,600 square yards $1.00 /square yard Annual Contract for Asphaltic Concrete Pavement Placement May 21, 2001 Page 2 Area of New Surface Unit Price over 3,601 square yards $.70 /square yard Placement of Surface Overlay Area of New Surface Unit Price 0 - 1,200 square yards $.70 /square yard 1,201 - 3,600 square yards $.70 /square yard over 3,601 square yards $.70 /square yard BUDGETARY IMPACT Funds are available for this expenditure in the Streets and Drainage Division's operating budget. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Central Services Director, and Public Works Director. RECOMMENDED MOTION Approve/Deny award of a one (1) year contract for asphaltic concrete pavement placement to CMM Construction Co., Inc. at the unit prices stated above. D City of Beaumont •� Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 29, 2001 REQUESTED ACTION: Council approval of a contract for the Summer Food Service Program. RECOMMENDATION Council consider awarding a contract to Moncla's,Inc. for furnishing approximately 565 lunches per day for the Summer Food Service Program(SFSP) sponsored by the Recreation Division. BACKGROUND The program,which is funded by the U.S. Department of Agriculture and administered by the Texas Department of Human Services, provides free nutritious and well balanced meals to any child up to eighteen (18) years of age. This is the tenth year the Recreation Division has participated in this program. The Recreation Division will provide lunches at the following locations: Sprott Park, Roberts Park, Alice Keith Park, Magnolia Park and the Elmo Willard Library. Eight (8) food service vendors were sent bid specifications with two (2) submitting bids. The bids received are as follow: TOTAL VENDORS PRICE PER ESTIMATED LUNCH COST Moncla's, Inc., Beaumont, TX $1.825 $ 45,369.50 Regal Food Service, Inc., Houston, TX $1.8695 $ 46,475.77 Summer Food Service Program May 29, 2001 Page 2 The program will begin June 4, 2001 and continue through August 3, 2001. Lunch will be served Monday through Friday excluding July 4th. The number of lunches to be served at each location will be determined by the enrollment in summer activities,although participation is not a requirement to receive a lunch. BUDGETARY IMPACT The cost of each lunch served will be reimbursed to the City from the Texas Department of Human Services. The cost based on an estimated quantity of 565 per day for 44 days is $45,369.50. Last year approximately 16,400 meals were served at a cost of$1.795 per lunch. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Central Services Director and Library Services Director. RECOMMENDED ACTION Approve/Deny a contract to Moncla's, Inc. for providing lunches for the Summer Food Service Program in the amount of$1.825 per lunch. E City of Beaumont Council Agenda Item � c g TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 25, 2001 REQUESTED ACTION: Council approval to award a bid for the purchase of one (1) hydraulic fusion machine. RECOMMENDATION Administration recommends award of a bid for the purchase of one (1) hydraulic fusion machine to SECOR of Houston in the amount of$55,306. BACKGROUND Bids were requested for one (1) hydraulic fusion machine for use by the Public Works Department, Water Utilities Division in repairing water and sewer lines. The machine utilizes heat and pressure to join various sized individual lengths of polyethylene pipe into a continuous pipeline of up to 500 feet. The pipeline is subsequently inserted into damaged lines by the City's pipe bursting machinery. The fusion machine is portable and may be utilized on job sites as needed throughout the city. Five (5) vendors were notified of the bid, with two (2) responding with bids. The bids received were as follow: Vendor Model Bid Delivery Bid Amount SECOR McElroy AT5000101 30 days $55,306 Houston,Texas Tracstar 500 Gajeske, Inc. McElroy AT5000101 49 days $85,010 Houston, Tx Tracstar 500 Purchase of One(1)Hydraulic Fusion Machine May 25, 2001 Page 2 The unit is warranted against defects in material and workmanship for three (3) years. BUDGETARY IMPACT Funds for this expenditure are budgeted in the Water Utilities Fund. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Central Services Director and Public Works Director. RECOMMENDED MOTION Approve/Deny accepting a bid from SECOR for the purchase of one (1) McElroy Tracstar 500 hydraulic fusion machine in the amount of$55,306. City of Beaumont - 'Z EL Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 29, 2001 REQUESTED ACTION: Council approval of the purchase of nineteen (19) Opticom priority control systems. RECOMMENDATION Administration recommends the purchase of nineteen (19) Opticom priority control systems to Consolidated Traffic Controls, Inc. BACKGROUND The Beaumont Fire Department has requested the purchase of additional emergency vehicle priority control components. The system, currently in place at major intersections throughout the City, is a 3M Opticom priority control system. This acquisition is needed to expand the existing emergency system. This purchase is exempt from bidding requirements under state law because the functional requirements of the existing emergency priority control system can be satisfied by only one source. Due to 3M's distributor territorial boundaries, Consolidated Traffic Controls, Inc., in Arlington, Texas, is the only distributor of the Opticom system that is able to submit pricing. The following quantities and components are necessary for installation of the Opticom system at nine (9) intersections: Purchase of Opticom Priority Control Systems May 29, 2001 Page 2 Quantity Description Unit Price Total Price 19 each Detectors, Model#721 $395 each $ 7,505 10 each Discriminator Modules, Model#252RF $730 each $ 7,300 6 each Card Racks, Model#360 $175 each $ 1,050 4,000 feet Cable, Model 4138 $.39/ foot $ 1,560 GRAND TOTAL $ 17,415 The Opticom system reduces response time and risk of accidents for vehicles responding to emergency situations. The system identifies priority vehicles by means of optical communication. Communication from the vehicle by an optical detector causes the traffic signal controller to advance to and/or hold the desired traffic signal display. An emergency vehicle can be detected at or near the intersection up to a distance of 1,800 feet. The designated intersections include: Washington& Irving-North Bound* M.L.King &Franklin-South Bound M.L.King & Laurel-North and South Bound M.L.King & Liberty-North and South Bound M.L.King & College-South Bound* Fannett & Walden-South and West Bound Folsom& Major-North, South and West Bound Folsom& Dowlen-North, South and West Bound M.L.King & Cardinal-East Bound* Intersections noted with an asterick are equipped with Opticom priority control systems in a minimum of one direction. The addition of detection equipment will increase accessibility from two to four directions at these intersections. Three(3)additional systems are requested as spares for emergency use. Since 1988, the Opticom priority control system receivers have been installed at 89 intersections. Installation of the receiver units is provided by the Transportation Division. Currently, thirty-four (34) Fire and EMS vehicles are equipped with the Opticom priority control system emitters. Purchase of Opticom Priority Control Systems May 29, 2001 Page 3 BUDGETARY IMPACT Funds are available for this expenditure in the Capital Reserve Fund. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Central Services Director, Public Works Director, and Fire Chief. RECOMMENDED ACTION Approve/Deny the purchase of nineteen (19) Opticom priority control systems from Consolidated Traffic Controls, Inc. in the amount of$17,415. G Cit y of Beaumont Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: June 5, 2001 AGENDA MEMO DATE: May 25, 2001 REQUESTED ACTION: Council approval to award a bid for the purchase of one (1) pneumatic pipe bursting unit. RECOMMENDATION Administration recommends award of a bid for the purchase of one (1) pneumatic pipe bursting unit to T.T. Technologies, Inc. in the amount of$133,354. BACKGROUND Bids were requested for one (1) pneumatic pipe bursting unit for use by the Public Works Department, Water Utilities Division in the rehabilitation of failing sewer lines. This unit will be used for pipe of 16 inches through 24 inches in diameter. The unit will complement a bursting machine purchased in March, 2000 for pipe sizes up to 14 inches. The traditional repair method of sliplining requires a reduction in pipe diameter for the replacement pipe, thereby reducing flow capacity. The bursting unit specified in the bid allows for the insertion of pipe of equal size or larger than that being replaced while simultaneously bursting the failed pipe. The bursting method is significantly faster than sliplining in replacing failed sewer lines, resulting in enhanced productivity and significant labor savings. Two vendors were notified of the bid, with both responding with bids. The bids received were as follow: Vendor Model Bid Delivery Bid Amount T.T. Technologies, Inc. Grundocrack Koloss 14 days $133,354 Aurora, I L Vermeer Equipment of Texas Vermeer 16" 30 days $141,000 Houston, Tx Purchase of Pneumatic Pipe Bursting Unit May 25, 2001 Page 2 The unit is warranted against defects in material and workmanship for 90 days or 500 service hours. The barrel and piston of the unit carry a one (1) year warranty, with a 90 day warranty on all other parts. BUDGETARY IMPACT Funds for this expenditure are budgeted in the Water Utilities Fund. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Central Services Director and Public Works Director. RECOMMENDED MOTION Approve/Deny accepting a bid from T.T.Technologies,Inc.for the purchase of one(1)Grundocrack Koloss pneumatic pipe bursting unit in the amount of$133,354.