Loading...
HomeMy WebLinkAboutPACKET FEB 05 2002 �r M ° EL City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS FEBRUARY 5, 2002 1:30 P.M. AGENDA OPENING • Invocation Pledge Roll Call • Presentations and Recognition. • Public Comment: Persons may speak on scheduled agenda items • Consent Agenda GENERAL BUSINESS 1. Consider a request to abandon portions of the Alabama, Cunningham and Cheek Street right-of-way 2. Consider approving a three- year contract for concession management services for the Convention Facilities Division 3. Consider approving a contract with the Beaumont Community Housing Development Organization, Inc. for pre-development activities required for new housing construction 4. Consider the appointment of an Interim City Clerk COMMENTS • Councilmembers comment on various matters • City Manager's Report - 2001 Crime Report; Police Communications System Update; Swimming Pool Fees; Tyrrell Park Recreation Building • 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: Harold Davis v City of Beaumont Christine Jordan et. al. vs The City of Beaumont, et. al. Doris Marie Martin v City of Beaumont 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 Council consider approving a request to abandon portions of the Alabama, Cunningham and Cheek Street right-of-way City of Beaumont •�• Council Agenda Item • EL TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Stephen C. Richardson,Planning Manager MEETING DATE: February 5, 2002 AGENDA MEMO DATE: January 31, 2002 REQUESTED ACTION: Council consider a request to abandon portions of Alabama, Cunningham and Cheek Street right-of-way. RECOMMENDATION The Administration recommends approval of the request to abandon portions of Alabama, Cunningham and Cheek Street right-of-way,subject to the following conditions: 1)the retainment of the necessary utility and drainage easements,and 2)that Lamar University has agreed to construct a pedestrian sidewalk from the drive created by the abandonment of Cunningham Street westward to the center point of the eastern most building associated with the second phase of the Cardinal Village complex. This sidewalk must be a minimum of 20' wide, be capable of supporting fire apparatus weighing 57,000 pounds,and must be maintained by Lamar University in an unimpeded state for Fire Department access. BACKGROUND Lamar University is presently in the process of constructing a second 526-unit student housing complex on the south side of Alabama. To provide access to these accommodations, Lamar University is proposing to construct an access entrance to the complex in the present Cheek Street right-of-way. This access entrance would join the two complexes. Lamar University owns all the property on both sides of the road right-of-way for each portion that is to be abandoned. Cheek and Cunningham Streets,from Alabama north and Alabama Avenue from Cunningham Street east have previously been abandoned. Lamar University understands and agrees to the City of Beaumont retaining the subject rights-of-way as utility and drainage easements. BUDGETARY IMPACT None. PREVIOUS ACTION At a Regular Meeting held January 23, 2002, the Planning Commission voted 5-0 to approve the request to abandon portions of Alabama,Cunningham and Cheek Street right-of-way,subject to the moving of all utilities at Lamar University's expense or the retainment of the necessary utility and drainage easements and getting final approval from the Fire Department. (The Fire Department has since met with Lamar and has come to an agreement addressing the Fire Department's concerns.) SUBSEQUENT ACTION None. RECOMMENDED BY Planning Commission,City Manager,Executive Assistant to City Manager/Economic Development Director and the Planning Manager. RECOMMENDED MOTION Approve/Deny a request to abandon portions of Alabama, Cunningham and Cheek Street right-of- way, subject to the following conditions: 1) the retainment of the necessary utility and drainage easements,and 2)that Lamar University has agreed to construct a pedestrian sidewalk from the drive created by the abandonment of Cunningham Street westward to the center point of the eastern most building associated with the second phase of the Cardinal Village complex. This sidewalk must be a minimum of 20'wide,be capable of supporting fire apparatus weighing 57,000 pounds,and must be maintained by Lamar University in an unimpeded state for Fire Department access. ORDINANCE NO. ENTITLED AN ORDINANCE ABANDONING PORTIONS OF ALABAMA, CUNNINGHAM AND CHEEK STREETS RIGHT- OF-WAYS IN THE CITY OF BEAUMONT, JEFFERSON COUNTY, TEXAS; PROVIDING FOR ACCESS TO A 525- UNIT STUDENT HOUSING COMPLEX ON THE SOUTH SIDE OF ALABAMA SUBJECT TO THE RETENTION OF UTILITY AND DRAINAGE EASEMENTS AND CONSTRUCTION OF A SIDEWALK.. BE IT ORDAINED BY THE CITY OF BEAUMONT: THAT portions of Alabama, Cunningham and Cheek Streets right-of-ways as shown on Exhibit "A" attached hereto, and described as follows: 1. Being a 60'x 1,193.1' portion of Alabama Avenue, beginning at the east right-of- way line of Cunningham Street and extending west a distance of 1,193.1 feet to the southeast corner of Lot 21, Block 15 and the northeast corner of Lot 1, Block 18, Lamar Addition. 2. Being a 60' x 260' portion of Cheek Street, beginning at the north right-of-way line of Georgia Street and extending north a distance of 260 feet to the south right-of-way line of Alabama Avenue. 3. Being a 60'x 260' portion of Cunningham Street, beginning at the north right-of- way line of Georgia Street and extending north a distance of 260 feet to the south right-of- way line of Alabama Avenue. be and the same is hereby vacated and abandoned subject to the following conditions: 1. the retainment of the necessary utility and drainage easements, and 2. the construction by Lamar University of a pedestrian sidewalk from the drive created by the abandonment of Cunningham Street westward to the center point of the eastern most building associated with the second phase of the Cardinal Village complex. This sidewalk must be a minimum of 20' wide, be capable of supporting fire apparatus weighing 57,000 pounds, and must be maintained by Lamar University in an unimpeded state for Fire Department access. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of February, 2002. - Mayor - Request to abandon the 1)60' wide Alabama Ave. Street ILO-W- east NORTH FILE 619-OB: Req e r 50' east R.O.W. line of University Dr. to the east R.O.W. line of Cunningham St.,2) h R.O.W. line of Alabama to the north the 60' wide Cheek St. R-O.W- from the nort R.O.W. line of Georgia, and 3) the 60' wide Cunningham St.R.O.W. from the north SCALE ` 1"=200p R.O.W. lice of Alabama Ave. to the north R.O.W. line of Georgia Ave. Applicant: Mark Whitley & Associates for Lamar University - ` C.-fed Z-4-.%j Gto •Yi 73 9 i ClGJGd 1-;2 6d S closed 5-23-81 o(d no 81-47 11 Aa0 98-/° 7 r t` ' 1 r I ; r t ! ' • ! t s t ! • ,0 /r r t o • l t ! 7 t ! IO r a • f t re rr to A to IF w N w u t 'TO AV ti tt tt ro n AO N r) w rt •• to a u o So ACASAAIA - - - 3o ' - AYE s 73� c �\ ALABAMA AVE. ` ,�'� care) Q•a ss / t ! • I t • S uWec'p • t a ! • ! i 1 7 j • ! ! N a a , f l a • C • fa It ff !10 r► .t r) N is w U tt d � p rt a SO , N • •� , GEORGIA AVE. �.wsod rir-oe ono$J•. a • , t , . t o • a • t • r ; • , . n ; u •t �r ra t r Ise W Z W N • ' w a ,. ra a N U i. �r n ,t b •• u� t• to ft ' r/ to AYE so ssi zo - - i - 50 - IOWA AVE. ;>o + ? � ,, 1 1 t ?r t r ! • ! t l E t a '. • h i l t 7 i � 8 40 N . r a , • a cr � Q W I 2 1 ,t rr 10 a t� P rI rJ .tt �I � Ib f! � ! /7 N Jt JI y� `Jr to tt rI � rd t n� OREGON AVE. ��G • O. bs-'� C.1"*d 7464 CoLia~ • s a 7 ° • a ' e N NR ; r a • ! ,• r 151 ^ �' w 1 v rt • a t as ict• a . rr tr so a i �t » • �t w a v"� fir• at tt N ro �sa VERVQ AIDE. � so •o sa '•. y+ closed 12-27-79 Ord no 79-10.3 VERMONT AVE. Co , � ! 0 V t, a , EXHIBIT "All 1 2 Council consider approving a three-year contract for concession management services for the Convention Facilities Division .l It~ City of Beaumont Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kirby Richard, Central Services Director MEETING DATE: February 5, 2002 AGENDA MEMO DATE: January 30, 2002 REQUESTED ACTION: Council approval of a three (3) year contract for concession management services. RECOMMENDATION Administration recommends award of a three (3)year contract with an option to renew for two (2) additional years to the Swanson Corporation for concession management services. BACKGROUND Sealed proposals were requested for furnishing a three (3) year concession management service contract for the Convention Facilities Division. Concession management services include catering, concessions, vending, and event sales of beer, liquor and novelties. Facilities include the Civic Center, Julie Rogers Theatre, Fair Park Coliseum, Harvest Club and Riverfront Park. Bid notifications were provided to seven (7) vendors, with four (4) requesting bid packages, and one (1) responding with a proposal. The proposal received was from the Swanson Corporation. The proposal submitted by the Swanson Corporation included fixed percentages of revenues to be paid to the City as well as an additional investment of $10,000 for the following upgrades: improvement of concessions at the Julie Rogers Theatre to include soda dispensing, menu boards and upscale coffee program; drop-in food warmers for the main concession area at the Civic Center to accommodate speciality food programs; new hot dog grills to improve service; new centerpieces to add to existing selections for the catering operation; and new decor for buffet tables. The proposed percentages of gross sales to be paid to the City are as follow: Contract for Concession Management Services January 29, 2002 Page 2 Service Proposed Revenue to City Prior Contract Percentage Vending 50% of net income 50% Beer/Liquor 26.5% 25% Catering 14.1% 12% 3`d Party/Novelties 50% of net income 50% Concessions 26.5% 25% The Swanson Corporation has provided concession management services for the past eight (8) years. Revenues from the past three fiscal years are as follow: Fiscal Year Revenue 2001 $114,838.88 2000 $123,355.10 1999 $108,616.62 The decline in revenue from 2000 to 2001 is attributable to the cancellation of the Huntsman picnic at Fair Park Coliseum. Revenues are paid on a monthly basis and deposited to the General Fund. The concessionaire is responsible for maintaining all state and local licensing and insurance for the operation of a food and liquor service. The concessionaire is granted exclusive rights to sell and distribute food, alcoholic and non-alcoholic beverages, vending machine sales, catering rights and privileges, incidental sales, services, programs, periodicals and novelties. The concessionaire is not allowed to sell tobacco or tobacco products. BUDGETARY IMPACT Revenues will be deposited to General Fund. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECONIIdENDED BY City Manager, Central Services Director. Contract for Concession Management Services January 29, 2002 Page 3 RECOMMENDED MOTION Approve/Deny award of a three (3) year contract with an option to renew for two (2) years to the Swanson Corporation for providing concession management services with fixed percentages to be paid to the City as stated. 3 Council consider approving a contract with the Beaumont Community Housing Development Organization, Inc. for pre-development activities required for new housing construction V~IC51 Cat y of Beaumont Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Richard Chappell, Housing Coordinator MEETING DATE: February 5, 2002 AGENDA MEMO DATE: January 30, 2002 REQUESTED ACTION: Council approval of a contract between the City of Beaumont and the Beaumont Community Housing Development Organization, Inc. In the amount of$100,000 using funds from the 2001 CDBG Program Housing Site Development activity budget category to carry out the pre- development activities required for new housing construction. RECOMMENDATION The Administration recommends that Council authorize the City Manager to execute a contract with the Beaumont Community Development Housing Organization, Inc. (BCHDO) in the amount of $100,000 using 2001 CDBG funds from the Housing Site-Development activity budget category. BACKGROUND The Beaumont Community Housing Development Organization is a non-profit housing development organization which has successfully developed, constructed and sold eleven (11) new affordable homes to low income families as part of the City's Neighborhood Revitalization activities. Council has approved contracts with BCHDO which will result in the development, construction and sale of seventeen (17) new affordable homes to low income families in neighborhoods targeted for revitalization. The BCHDO is eligible to receive funds from the CDBG Program as a Community Based Development Organization (CBDO) to carry out activities in support of new housing construction. The contract in the amount of$100,000 would provide funds to carry out the pre-development activities required for new housing construction including but not limited to site clearance and preparation. It is anticipated that locations in the South Park, Pear Orchard and Avenues Neighborhoods could be prepared for new housing construction using these funds. The projected Council Agenda Item Page 2 January 29, 2002 completion date for this contract is December 31, 2002. BUDGETARY IMPACT These funds are available from the 2001 CDBG Program Housing Site Development budget. PREVIOUS ACTION Council has previously approved contracts with non profit housing development organizations acting as CBDO's to carry out pre-development activities necessary for new construction of affordable housing. SUBSEQUENT ACTION Following Council approval and execution by the City Manager the BCHDO with technical assistance from the Housing Division staff will work to successfully complete the contracts. RECOMMENDED BY City Manager, Executive Assistant to the City Manager/Economic Development Director, Planning Manager, Housing Coordinator and Grants Administrator. RECOMMENDED MOTION Approve/Deny authorization of the City Manager to execute the contract with the Beaumont Community Housing Development Organization, Inc. in the amount of$100,000 using funds from the 2001 CDBG Program Housing Site Development activity budget category. CONTRACT THE STATE OF TEXAS § COUNTY OF JEFFERSON § WHEREAS, the City of Beaumont has received a Community Development Block grant (CDBG) from the United States Department of Housing and Urban Development (CDBG Program No. B-01-MC-48-0003); WHEREAS, pursuant to the authority of Resolution Number , passed by the Beaumont City Council on , the Beaumont Community Housing Development Organization, Inc. (BCHDO) an authorized Community Based Development Organization (CBDO) will enter into a contract with the City for CDBG funds totaling ONE HUNDRED THOUSAND AND NO/100 ($100,000); WHEREAS, the CDBG allocation of ONE HUNDRED THOUSAND AND NO/100 ($100,000) will be used for the purpose of neighborhood revitalization and interim assistance for new housing construction, including site predevelopment preparation. Sites are to be used for the construction of new homes which will provide decent, safe and sanitary housing for low income families. Prior to to constructing the new houses, BCHDO will obtain an acceptable soil compaction test. Property titles may be transferred to other CBDO's, or to the City of Beaumont at no cost when it can result in the construction of affordable single family housing for low income families. City staff shall supply all technical assistance necessary to assist with the preparation of the sites. The BCHDO shall obtain an engineering cost estimate prior 1 to the start of site preparation for each lot. The cost of site preparation must be approved by the City of Beaumont's Economic Development Department. WHEREAS, the City of Beaumont and the BCHDO desire to enter into a contract and agreement whereby the City of Beaumont will furnish said federal CDBG grant funds to the BCHDO for the purpose of neighborhood revitalization and interim assistance for new construction of affordable housing in low income neighborhoods. NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS: That for and in consideration of the mutual covenant, promises, and agreements contained therein, the City of Beaumont, hereinafter referred to as "City", acting by and through Stephen J. Bonczek, its duly authorized City Manager, and the Beaumont Community Housing Development Organization, Inc., hereinafter referred to as "Grantee", acting by and through Antoinette Hardy, its duly authorized President, do hereby covenant and agree as follows: 1 . Grantee, located at 5220 Highland Avenue, shall use the Federal 2001 CDBG grant funds, herein provided, to prepare sites for the construction of single-family housing units for sale to low income families. Grantee covenants and agrees to expend federal grant funds in accordance with 24 CFR Part 92 (as now in effect and as may be amended from time to time), which is incorporated by reference and constitutes part of the agreement. It is expressly understood and agreed by Grantee that this contract and the procurement authorized and provided for hereunder have as their purpose or goal to provide decent, safe and sanitary housing units to low . 2 Grantee agrees to do all things necessary under this contract to complete the program set out in "Exhibit A" attached hereto. 2. It is understood and agreed that in no event shall the total distribution of federal grant funds made to or in behalf of the Grantee pursuant to this agreement exceed the total sum of $100,000. 3. Funds to be available through the City's draw process on or after the effective date of this contract. Grantee agrees and understands that this contract shall terminate on December 31, 2002. Payment shall be made by the U.S. Treasury, who will disburse 2001 CDBG funds (wire transfer) through Cash Management Information System (CM/1) directly to the City, who will make payments upon receipt of invoices from Grantee certifying that all requirements have been met. The Grantee understands that all grant monies awarded may be terminated for cause or convenience. Grantee further agrees that any grant funds remaining after this agreement expires will revert to the City of Beaumont. 3 4. Grantee understands and agrees that should Grantee become defunct or insolvent, any and all grant funds on hand and any accounts receivable attributable to the use of grant funds shall transfer to the City of Beaumont. Grantee further understands and agrees to and shall transfer to the City of Beaumont any program income, real properties, equipment, supplies and any assets acquired as a result of grant funds if Grantee becomes defunct or insolvent. 5. It is expressly understood and agreed by and between the City and Grantee that this agreement is wholly conditioned upon the actual availability of federal grant funds under the United States Department of Housing and Urban Development (CDBG Program No. B-01-MC-48-0003) and that all monies distributed to or in behalf of Grantee hereunder shall be exclusively from federal monies received under said CDBG Program, and not from any other monies of the City. 6. Grantee agrees to keep accurate records to document its adherence to applicable federal regulations and all "other federal requirements", along with documentation and records of all expenditures of said CDBG Program funds. Grantee further understands and agrees to comply with the applicable requirements and standards of OMB Circular A-110 (Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments), said provisions being incorporated herein by reference. The Grantee also understands and agrees to adhere 4 to the City's procurement process. The City shall reserve the right to investigate, examine and audit, at any time, any and all such records relating to the operations or expenditures of Grantee under this agreement. 7. Grantee covenants and agrees to fully cooperate with the City in monitoring the effectiveness of the expenditure of grant funds and the City shall have access at all reasonable times to the offices, premises and records of Grantee in regard to the administration of this contract. 8. Grantee shall operate hereunder as an independent contractor and not as an officer, agent, servant or employee of the City. Grantee shall have exclusive control of the program and all persons involved in same subject only to the terms of this agreement and shall be solely responsible for the acts and omissions of its officers, members, agents, servants, employees, subcontractors, program participants, licensees and invitees. It is expressly understood and agreed that, other than those people who receive wages on a regular basis from Grantor, that no officer, member, agent, servant, employee, subcontractor, licensee, invitee of Grantee nor any program participant hereunder is in the paid service of the City. It is also expressly understood and agreed that Grantor will provide technical assistance to Grantee in the furtherance of its program. 5 9. Grantee hereby covenants and agrees, in consideration for the funds herein provided to provide decent, safe and sanitary housing to low and moderate income families of the City of Beaumont, Jefferson County, Texas. 10. No officer, employee or member of Grantee or Grantee's subcontractors shall have a financial interest, direct or indirect, in this contract or the monies transferred hereunder, or be financially interested, directly or indirectly, in any contract relating to the operations conducted by it, nor in any contract for furnishing services or supplies to Grantee, with the exception of the service fee on a per unit basis from grant for the administration of this contract. Any willful violation of this paragraph with the knowledge, expressed or implied, of Grantee or its subcontractors, shall render this contract voidable by the City of Beaumont. 11 . No grants shall be made by Grantee to its directors or officers, either directly or indirectly, through family members, business partners or employees. Grantee agrees that no CDBG funds shall be used, either directly or indirectly, for religious purposes. Any willful or violation of this paragraph with the knowledge, expressed or implied, of Grantee shall render this contract voidable by the City of Beaumont. 12. Grantee covenants and agrees that its officers, members, agents, employees, program participants and subcontractors shall abide by and comply with all Federal, 6 State and local laws, including all ordinances, rules and regulations of the City of Beaumont, as amended. Grantee further covenants and agrees that it will fully comply with the terms and conditions of the CDBG Program under which these funds are granted. 13. The provisions of this agreement are severable and if for any reason a clause, sentence, paragraph, or other part of this agreement shall be determined to be invalid by a court or federal or state agency, board or commission having jurisdiction over the subject matter thereof, such invalidity shall not affect the other provisions which can be given effect with the invalid provision. 14. The failure of the City to insist upon the performance of any term or provision of this agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of the City's right to assert or rely upon any such term or right on any future occasion. 15. This written instrument and attachments constitute the entire agreement by the parties hereto concerning the matter performed hereunder and any prior or contemporaneous, oral or written agreement which purports to vary from the terms hereof shall be void. 7 16. Grantee covenants and agrees to hold harmless the City and its officers, agents, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death to any and all persons, or whatever kind of character whether real or asserted, arising out of or in connection with the execution, performance, attempted performance or non- performance of this contract and agreement and/or the operations, activities and services of the program described herein, whether or not caused, in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, or sub- contractors of the City. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in Beaumont, Jefferson County, Texas, this day of A.D., 2002. THE CITY OF BEAUMONT ATTEST: By: Stephen J. Bonczek Barbara Liming City Manager City Clerk BEAUMONT COMMUNITY HOUSING DEVELOPMENT ORGANIZATION, INC. ATTEST: By: Antoinette Hardy President 8 "EXHIBIT A" PROGRAM BUDGET I. Neighborhood Revitalization Activities and interim assistance required for new construction of single family housing to be sold to low income families. $100,000 TOTAL PROGRAM BUDGET $ 100,000 PROJECT SCHEDULE Site clearance and preparation cost estimate as follows: Seven (7) sites South Park Neighborhood $ 73,400.00 Five (5) sites Pear Orchard Neighborhood $ 19,750.00 One (1) site Avenues Neighborhood $ 6.850.00 $100,000.00 TOTAL 9 4 Council consider the appointment of an Interim City Clerk Cit y of Beaumont ... •�• Council Agenda Item A ° ML TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kyle Hayes, Executive Assistant to the City Manager MEETING DATE: February 5, 2002 AGENDA MEMO DATE: January 31, 2002 REQUESTED ACTION: Consider the appointment of an Interim City Clerk BACKGROUND Barbara Liming, City Clerk, is retiring January 31, 2002. The City Council would appoint an Interim City Clerk to perform the duties of the City Clerk until the new City Clerk is appointed and reports to work. The City Charter provides for the appointment of a City Clerk by the City Council. BUDGETARY IMPACT None. PREVIOUS ACTION None. SUBSEQUENT ACTION None. �� WPA City of Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS FEBRUARY 5, 2002 1:30 P.M. CONSENT AGENDA Approval of minutes Confirmation of committee appointments A) Authorize the pledge of securities as collateral for City accounts B) Approve a resolution accepting the Blossom, Mary and Hollywood Street Pavement Improvement Project, approve Change Order No. 1 and authorize a final payment C) Approve a one (1) year contract for the purchase of fittings, pipes and couplings. CONSENT AGENDA FEBRUARY 5, 2002 * Committee Appointments Mel Wright would be appointed as Chairman of the Convention and Tourism Advisory Committee. The term would commence February 5,2002 and expire February 4,2003. (Mayor David W.Moore) Leonard Clifton would be appointed as Vice-Chairman of the Convention and Tourism Advisory Committee. The term would commence February 5, 2002 and expire February 4, 2003. (Mayor David W. Moore) Barbara Gunner would be appointed to the Beaumont Advisory Commission for Prevention of Child Abuse and Neglect. The term would commence February 5, 2002 and expire February 4, 2004. (Mayor David W. Moore) Lanis McWilliams would be reappointed to the Beaumont Advisory Commission for Prevention of Child Abuse and Neglect. The current term will expire October 25, 2003. A) Authorize the pledge of securities as collateral for City accounts The Administration recommends approval of a resolution to pledge additional securities covering City deposits at Hibernia National Bank which have a current market value of$5,046,360. A copy of the staff memorandum is attached for your review. B) Approve a resolution accepting the Blossom,Mary and Hollywood Street Pavement Improvement Project, approve Change Order No. 1 and authorize a final payment Administration recommends acceptance of the project, approval of Change Order No. 1 in the amount of$19,308.60 to adjust quantities used during performance of the project, and a final payment in the amount of$118,329.76. A copy of the staff memorandum is attached for your review. C) Approve a one (1) year contract for the purchase of fittings, pipes and couplings Administration recommends a contract for purchasing fittings, pipes and couplings to various vendors at the unit costs reflected in the bid tabulation with an estimated total annual expenditure of $341,267. The materials are used in the repair of existing water lines, installation of new water service lines and in the maintenance of existing water mains and meters. The materials are utilized to maintain adequate water service throughout the City. A copy of the staff memorandum is attached for your review. A cejji - AIRRAWMEMMK C it Y of Beaumont Council Agenda Item TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Kandy Daniel, Treasurer MEETING DATE: February 5, 2002 AGENDA MEMO DATE: January 31, 2002 REQUESTED ACTION: Council consider a resolution to allow Hibernia National Bank to pledge the following security as collateral for City accounts which is held at the Federal Reserve Bank of Atlanta, effective January 29, 2002. Cusip No. Description Current Value Market Value 31364CA32 FNMA, 7.33%, Due 04/02/07 $5,000,000 $5,046,360 RECOMMENDATION The administration requests approval of a resolution to pledge additional securities covering City deposits at Hibernia National Bank which have a current market value of$5,046,360. BACKGROUND The City of Beaumont maintained uncollected ledger balances at Hibernia National Bank in the amount of$9,082,844.51 on January 29, 2002. After pledging the above security, the market value of pledged collateral totals $10,272,797.05 and along with FDIC coverage is sufficient to collateralize current deposits as well as any deposits anticipated in the near future. Deposits are higher than normal due to the fact that industrial district payments and property taxes are due by January 31, 2002. BUDGETARY IMPACT None. PREVIOUS ACTION Council approved a pledge of collateral by Hibernia National Bank in the amount of $1,008,437.50 on December 12, 2000. SUBSEQUENT ACTION Subsequent Council action will be requested to pledge or release additional collateral when appropriate. RECOMMENDED BY City Manager and Finance Officer. RECOMMENDED MOTION Approve/Deny resolution to allow Hibernia National Bank to pledge the following security as collateral for City accounts which is held at the Federal Reserve Bank of Atlanta, effective January 29, 2002. Cusip No. Description Current Value Market Value 31364CA32 FNMA, 7.33%, Due 04/02/07 $5,000,000 $5,046,360 B City of Beaumont •�• Council Agenda Item � c TO: City Council FROM: Stephen J. Bonczek, City Manager PREPARED BY: Joris P. Colbert, City Engineer MEETING DATE: February 5, 2002 AGENDA MEMO DATE: January 30, 2002 REQUESTED ACTION: Council consider a resolution to accept the Blossom, Mary and Hollywood Street Pavement Improvement Project, approve Change Order No.I and authorize final payment in the amount of$118,329.76. RECOMMENDATION At its meeting held March 20, 2001, City Council authorized the City Manager to enter into a contract with W.B. Construction, Inc. in the amount of$462,190.05 for the Blossom, Mary and Hollywood Street Pavement Improvement Project. Administration recommends approval of Change Order No. 1, final payment to W.B. Construction, Inc. and acceptance of the Blossom, Mary and Hollywood Street Pavement Improvement Project. BACKGROUND Due to an increase in construction item quantities, Change Order No. 1 in the amount of $19,308.60 is required to adjust the estimated quantities used during performance of the project, increasing the contract amount to $481,498.13. The MBE participation will not be required because the general contractor has been certified as a Minority Business Enterprise. The project has been inspected by the Engineering Division and found to be complete in accordance with the provisions and terms set out in the contract. BUDGETARY IMPACT None. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Public Works Director and City Engineer. RECOMMENDED MOTION Approve/Deny a resolution accepting the project, approving Change Order No. 1 and authorizing final payment in the amount of$118,329.76. chgeodrbl/jld CITY OF BEAUMONT DATE: 01!30/02 PROJECT: Blossom,Mary,8 Hollywood St.Pavement Improvement Project OWNER: City of Beaumont CONTRACTOR: W.B.Construction,Inc. CHANGE ORDER NO. t THE t=OLL041tIN(3 CHANGES IN THE PLANS A[t0109 SP�CiflGA7f0�!'$ARf Ht=it�61'iNADE Adjust the estimated quantities to reflect actual quantities used during performance of the project. ORIGINAL CONTRACT AMOUNT: $ 462,190.05 NET FROM PREVIOUS CHANGE ORDERS: $ 462,190.05 TOTAL AMOUNT OF THIS CHANGE ORDER: $ 19,308.60 PERCENT OF THIS CHANGE ORDER: 4% TOTAL PERCENT CHANGE TO DATE: 4% NEW CONTRACT AMOUNT: $ 481,498.65 ACCEPTED BY: CONTRACTOR APPROVED BY: JORIS P.COLBERT,CITY ENGINEER TOM WARNER,DIRECTOR OF PUBLIC WORKS STEPHEN J.BONCZEK,CITY MANAGER ATTESTED BY: BARBARA LIMING,CITY CLERK c 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: February 5, 2002 AGENDA MEMO DATE: January 29, 2002 REQUESTED ACTION: Council approval of a one (1) year contract for the purchase of fittings, pipes and couplings. RECOMMENDATION Administration recommends award of an annual contract for purchasing fittings, pipes and couplings to various vendors at the unit costs reflected in the attached bid tabulation, with an estimated total annual expenditure of$341,267. BACKGROUND Bids were requested for an annual contract for couplings, brass fittings, plastic tubing and other water-related materials for use by the Water Utilities Division. The materials are used in the repair of existing water lines, installation of new water service lines, and in the maintenance of existing water mains and meters. The materials are utilized to maintain adequate water service throughout the City. Forty-seven(47) vendors were notified, with three(3)responding with bids. Specifications stated that the contract would be awarded to the low bidder per section. The low bidder per section is shaded for identification in the attached bid tabulation. The estimated annual expenditure to each vendor under the contract is as follows: $179,080.25 to Coburn Supply of Beaumont, $159,969.10 to Golden Triangle Pipe of Beaumont, and $2,217.84 to Hughes Supply of Jasper. BUDGETARY IMPACT Funds are available for this expenditure in the Water Utilities Division's operating budget. Annual Contract for Fittings,Pipe and Couplings January 29, 2002 Page 2 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 purchasing fittings, pipes and couplings to the low bidder per section as reflected in the attached bid tabulation. BID TABULATION FOR FITTINGS,PIPES,AND COUPLINGS BID NUMBER:RFI 102-08 BID OPENING DATE:JANUARY 10,2002,2 PM [COBURN. SUPPLY GOLDEN TRIANGLE PIPE HUGHES SUPPLY .:10FA -MONT -JA PEKTX -UIJQNIJX-------- -..BEAU -TK--. ...5 Item# Descriptiow. .. Unit Total .____-_ Unit Total. -.-U.nit.--- Total Qty- ------ BENDS 1 30 6" bend MT 45 degree.111..%y/Accessn.pa k 535.60 51,068.00 $1,132.50 $36.00 $1.08000 2 15 6" bend_M_.J.90 degree Dj_..w/accessory pack-­­ S39.25 5588.75 $41.50 $622.50 $39 67 5595.05 -3- 10 8"bend M.J.4.5 degree D.I.w/accessory_pack 5514.20 $54.25 $54250 .552.00 $520.00 4 10 8"bend M.J.90 degree D.I.w/accessory pack t _S56.691 5566.90 $59.75 $597.50 $57,33 $573,30 5 40 6"x 6"tee M.J.x M.J.x swivel D.1.w/accessory pack $70.201 S2,808.00-_ 573.251 $2,930.00 $71.00 $2.840.00 6 6 6"x 2"tapped cap M.J.x 2"F.I.P.T.D-L_w/accessory pack 523.40; S24.501 $147,00 $2367 $14202 -MA N-UEA.CT.VRER B --=Tyler Tvler Tylvf. Total-Bends 55.686.25----_--- $5,972.00 $5,750,37 BOLTED COUPLINGS 7 300 3/4" qIted coup4inZ5LB.4 1 1-01 050 1-003 steel pi size S10.091 P,027.00 $10.75 $3,225.00 S10.96 $3,28800 8 100 V bolted coupling S.B.411-013201-003 steel pipe S10.301 S1.030-00 $11.10 -$1,110.00 $11,33 51,13300 9 30 1-1/4"bolted coupling S.B.411-016601-003 steel pipe size $10.92 -. S327.60 $11.95 $358.50 $11.84 $355.20 to 60 :1-1/2"bolted coppl igg_S.B.Al 1-01 900 1-003 steel pipe size 513.08 $784.80 $13.85 $831.001 514.16 $849.60 11 200 2"§qLted_qgupjiM.S.B.41 1-02380 1-003 steel pipe,size $12.361 S2,472.00• $15.70 $3140.00! $16.05: $3.210.00 12 300 -2"bolted coupling S.B.441-000263-900 C.I.pipe size____ 512.361 S3,708.00. $15.35 54,605:00,-_515.71. 713.00 13 20 2-I12"bolted oo WIlipj S.B.441-000288-900 C.I.pipe size S18.5411 S370.80 S19.85 $397.00 $20.30. W&OO 14 --.-200 6"bolted coupling S.B.441-000722-900 C.I.pipe size S39.14;. $7,828.00 540.50� 58,100,00 $41.36, -.$8,272.00, 15 50 8"Bolted coupling S.B.441-000945-900 C.I.pipe size $49,441 S2,472.00 551.20 $ $52.30, 5)615.00 - MANUFACTURER BID'. Smith Blair Smith Blair -T01z1-j3oIted.C-q 522.020.20 124 $.24,841.80 FULL CIRCLE CLAMPS 16 25 2-1/2"X 7-1/2"full circle clamp S.B.226-00027507- 522-30ii 5557.50 523.90 $597.50 $24.19 560475 000 for cast iron 17 10 4"x 7-1/2"full circle clamp S.B.226-00048007-000 529.951 $298.50 $29.75. $297.50 $30.09 $300.90 18 10 134"x 7-1/2"full circle clamp S.B.226-00037507-000 S28.801 5288.00 S26.801 $268.00 $27.11 S271.10 19 10 :34 x 7-1/2" full circle clamp S.B.226-00040007-000 S2t $27.75 $277.50 $28.08 $280.80 20 25 6"x 7-112"full circle clamp-S.B.226-071007 for&Cpipe S30.35 5758.75 $35.651 r- $89125 $35.94 -5898.50 21 300 2"x 7-112"full circle clamp S.B.226-023807 for C.I.pipe S25.90 $7,740.00 $22.00! $6600 $22,27 $6,681 00 -.00 22 65 .6"x 7-112"full circle clamp S.B.226-069007 for C.I.pipe S30.05 S1,953.25 535.001_ $2 275.00 535.50 S2 307.50 23 50 :6"x 12-1/2"full circle clamp S.B.226-069012 for C.I.pipe $40.46 1 S2,023.00 $56.20: $2M.00 $56.79 52,839.50 24 15 -6"x 15"full circle clamp S.B. 226-00��_Ql 5 for C.I.pipe S48.00 5720.00 $65.30 $979.50 $66.00 5990.00 t 25 30 6"x 20"full circle clamp S.B.226-069020 for C.I.pi pe $65.82 S12974.60! 594.65 $2,839.50 $95.62 52,868.60 26 25 8"x 7-1/2*full circle cIaTkS.B.226-090507 for C.I.pipe S30.90 S772.50 _�42 00 1 05C�W $42 48: $1,G62.00 T-- -- pipe $72.55 $870.60 $111.10 SI 331�01 27 12 8"x "full circle clamp S.B.226-0900520 for C.I.pi $1-12.291 5I,34748 - -- ----20 fu---circle 28 25 12"x 7-1/2"full circle clamp S.B.226-132007-000 for $41.40 $1,035.00:: $57.70 $1,442.50. $58.31! 51,457.75 Class 50 cast 29 I6 :12"x 12-112'full circle clamp S.B.226-132012 for C.I.pipe $66.80 51,068.80 S92.85:-- $1,485.60 $93.86 SI,501 76 MANUF A=RER BID: :Ford, tDkh Blair .. mith Blair -Full le-Clain S2 QJ23.70 23 -------- -147.05 $23,411,64 SERVICE SADDLES --------------- 30 _20 Z x 3/4"service saddle for PVC ip.e $6.76' 5135.20 S�.7 5134.00 $6.92 $138.40 31 50 2"x I"service saddle for SDR-26 PVC Qpe $6.76 $338.00' 56.701 $335.00! $6.92 5346.00 32 20 6"x 3/4"service saddle for C-900 pipe _ $15.67- S313.40 $15.501 $310.001 516.02, 5320.40 33 20 8"x 3/4"service saddle for C-900 pipe _S21.94 $43840: 521.701 $434.00 $22.43 $448.60 34 100 !6"x I"service saddle for C-900 PVC pipe__ $15.67: $1,567.W $15.501 51,550.00; $16.02 $1,602.00 35 _40 8.x I"service saddle for C-900 PVC pipe $21.941 $877.60' S21.701 5868.00. $22.43 $897.20 36 15 2"x 3/4* service saddle for cast iron pipe $12.091 $181.35: 511.95.F $179.2-5; --.N/B $0.00 COBURN SUPPLY GOLDEN TRIANGLE PIPE :HUGHES SUPPLY BEAiUM_QKl7.3X _BFA_UM_QNT_TX _1A _PE X ..IteFn- -Qty--- Ekscriptian .-Unit_ ___Tot2j -Unit Total , 37 24 2"x I"service saddle fo r C I pipe $1209 529016 511.95 5286.80 NB $000 38 20 6"x I"service saddle for single svp,910-967 $20 10 $402 001 S19.90, S398.00! _NB_ $000 39 100 6"x I service saddle D S.for cast iron S35 30 53,530 00 534.95 $3,495. S36 10 S3.61000 40 25_.6"x 1-1/2"service saddle D S.for-castiron S.4.036.. $1,00900- 539..95" .---S998.75 S41 26- -5I,03150 _41- 30.- 6"-.x..2'service saddle D__S_for cast iron- .$44 34 _$I 330 20 ___S43.90 $1,317.00- S45 34 S 1_360 20 - , -Y - - - 42 60 8*x I"service saddle D.S for cast iron S4368 S2 620 80! S43.25 52,595,00 S4462 $2.677 20 MANUFA_ TU L gLg BI James Jones Srpith Blai r Ford TQ!;kl Service-SACIOU SUA-00-MOL ._$12 431 50 COUPLINGS 43 50 3/4"female coupling bornze F.I.P.T. 54.54- $22700 $4.10 $205.00 $4 59 -5229 50 - 44 50___1"female couplirEbro-nze-F I-P.T S600 $30000 55.60 $280. _$6 06 $30300 45 20 1_I f2"female coupling bronze F I.P T S15 14 S30280. 514.91 5298.20! S1530 S30600 46 20 2"female coupling bronze F LP T. S1788 5357 60' S 17.75! $355.00. S18 07 $361 40 47 1000 3/4"male coupling .00 g_�roqwh I P.T S434 S4340001 909- 54 39 $4_390 00 _SL 48 400 V -ate coupling bronze M I P'T $509 _S 036 WS 4.651 i81W.90. S5 13 S2.05200 49 100 1-1/2"male coutil i ng bronze M 1,P T. 512.03 $1.20300• 511.65 S1,-16_5.00 -51215 $1.21500 50 200 2"male coupling bronze M I P T. S17 13. V 42kOO' $16.95 S3,390.001 346200 7 31 �S_ 51 100 -3-/4"meter coupling bronze 90 degree w/M-I.P T S359 5359 00; S3.95 5395.00! $163 -5.363 00 52 200 -I"meter coqRhbronze 90 degree wAVI.I.P. .T. $5 13_ Sj 026 0( 130.OQ- 19 __ $1 038.00. 53 25 -3/4" bronze straight meter coupling $2.45 $61 215 $2.70. $67.50 E62_00 coupling pL $2,48. ot 0 S 5 .iq 54 25 1"meter coupling bronze straight w/M.�P.T.. S176 S94 4� S 103.75! S381 S9.5.25 55 400 3/4"union coupling bronze 55.76 S2.304 31,900_00 S580 52.320 00 56 200 1"union coupling bronze _S6.49. 51,29800+-_ $5.45, 51,090.0 S6.56 $1 .312.00 57 50 -1-U2"-union coupling bronze__ -517.76 S888.00: S16.751,_.5837.50. S17.9.5- _$897 50. 58 80 2"union coupling bronze $23 38 S1,87040 S22.60 $1,808.00 $23,63 $1,89040. 59 400 .3/4"bronze cou I ing Sl 72 5688_00: $1.75, S700.00 $1 77� -_--p _F__ S708 00 60 300 1"coupling bronze S2.93 $879.00 S3.00 S900.00, $303 $90900 6-1- 100 l-l/2"_coupling bronze- S636 -5636.00!�_ S6.50.1 S650.00;. S657 S65700 62 _ 100 r couph bronze American made SM51 $1.051,00 75, 51,075.00; -510 87 St 08700 MAN_VEA_C1UR.ER_BLQ___. -- - - - --.- --Ford/lAerit Brass �am onrVMmit if _jq al--Cou 347.05! 95 23.658.05 --BUSHINGS 63 200 V X 3/4" bushing bronze V M I.P.T x 3/4*F.LP.T. $1.72 S344.00; $1.75 5350.00 $1 78 $356 O(Y 64.- 60. 1-1/2 x I bushing bronze_L_LQ"M.I.P T x F I.P.T. $4.16' $249.60 5415 S25500 S431 $258.60 65 _ 60 2-X 3/4"bushing .1 P.T.xl`.I PT. S5.131 5307.80' SS 25 $31500 S531 $31860 66 60__2"x I.'bushing bronze 2'M.I.P T.x I"F.I.P.T. 55.13 5307.80! -$5.25' $31500 $5.31 $31860 67 40 2"x 1-12"bushing bronze 2*M.I.P T.x 1-12" $5.131 S205.20: $5.25 $21000 $5 31 S21240 ;F.I P T MA FACT Z BJ.D -YordNeri Bra- NV -UREI- Total-_Bu.h 414 4QI = 4 4 JI A-5 QQ-. _Sj. 64 0 -7- ANGLE STOPS __ 68 _600 3/4"angle ball stop bronze S1735 $10,41OMi 12.1 O-$7,260.00 $17.53- $10 5_1 8 00 69 300 1" gle ball lock%ringsw an p_bronze. $2614 S7842001 527.251 SS,175.00: $2641 $792300 70 25 1-112"angle lock wing ball stokKIFT x Fig. S51.86 S1,296 50: S52.951 S1.261.25! S5141 $1,31023 71 _ 40 2"angle lock wing ball stop M.I.P.T x Flg S61 21 52.448.40 $62.501_ 52,381.201. $61.94 S2,47360 72 _ _500 3/4"cow ball stop bronze S1274 _$637000 1 $9.151 54_575.W 1_12M _56,440 00i 73.-- 400 1"core.41�stcip bronze S�V6 61 S6 64�O�� 313.901 S"20. $16 78 $6 712 00 74 .. 20-- 1-1/2"corp ball stop bronze_ $33.62 $672,401 533.45! S669.00 $33.97 -$679 40 75--. 50 ._i-M'curb ball stopi-head $37,63 S1.881 50 $38.40 S1,920.00' $38.13 Sl,"6.50 _T, - - - 76. _60_ 2"-T.ball stop bronze 555m04; S3,30240 SS&35. S3,321.00i $5361 S3,336.601 77 3/4"curb ball stop bronze t-head $12.941 S3.882.001 510.201 S3,060.001 $13.07, _$3 921.00, 78 200 V curb ball stop bronze t-_head.. $21.10; $4 220.00$ S20.95i 54190.00 $2031 __$4,062 00 79 _100 2"curb ball stop bron7z t-head $5504 55,504.001 $57.40111 55,740.00 $55611 $5 561.00 COBURN SUPPLY GOLDEN TRIANGLE PIPE HUGHES SUPPLY - ---- -- -- -------BF-A 1MQT TX------BEA QL�T TX_..-._ ►ASPERy 72C ---- Item 4-----Qty. :.. =DesStiption --- ---- - --G nit -_--=TQt2 1.-T.. SLOB l..=.' Tota ------ .. - ---T - 80 60 1--1/2" meter flange bronze w/F_I.P.T --_ 510.76 __ $645.60! $1035 $621.001 $10.94 $656.40 81 100 2"meter flange bronze with F.I.P.T. -_ -_$14.35 $1 4435.001 - $13.55 _Sl 55.00- $14.28 S1,42&00 82 300 3/4"ells bronze 90 degree - S1_96 _$588.001 $2.00 S600.00i $2.02 5606.00 83 -._ 300 .V ells bronze 90 degree _ -._ ---___ _ $3.18_-_S954.00�5 S975.00! $3_30 $990 00 - - 84 60 1-1/2"ells bronze 90 degree _ 56.36 $381.601_ 56.500 $390.00: $6.57 $394. 20 85 100 2"ells bronze 90 degree $10.26 ____SI 026.00 $10.50_1-S1,050.00i 510,62 51,062.00 86 300 3/4"street ells 90 degree bronze _ - S169 $807_00' $2.751 $825.00 52.78 5834.00 87 200 1 street ells 90 degree bronze --- -. _.. $4.40 -_ S880 00i _S4.501 $900.00 __ S456 - $912.00 88 60 1-1/2"street ells 90 degree bronze ._$8,80 - $528.00' $9.001 $9.11 $546.60 89 200 2"street ells 90 depree_bronze .. .- _-_ $14.90 $2,980.00' S15.251 S3,050.00' _ $15.43 -__S3,086.00 MANUFACTURER.BID: _..___...-hlerit/Ford Brass _LLeril Brad F.or/MrBrass Total-Angle_$tops _ _ .-._.. _-$64.698.40f _,_.. _. $58,378.451 - _-S65 35.8.55 NIPPLES 90 1500 3/4"x 2"bronze nipple_ - S0_67: SI,005.00! 50,85' $1,275.00 _ $0_78 $1,170.00• 91 600 3/4"x6"bronze nipple S1.70• S1,020.0W _S2.15 $1,290.00 _ $1.97_ 51,182.00 92 400 1"x 3"bronze nipple _-_$1.30' 5520.00!_ _ $1.65 _S_660.00 SL50_ $600.00 93 __. 1.00--.-1"x 6"bronze nipple -. S2.48 S248.00S3.10 $310.00_ $-2.88_ _ $288.00 94 50 1-1/2"x4"bronze nipple 52.96'_ $148.001 $3.70i - S18500- $3.43 $171.50: 95 100 2"x 4"bronze maple _._.._.-.- 53.801 S380.001 $4.80' 5480.00 54.41 $4.41.00 `96 100 2"x 6"bronze nippie-.._ _ 55,61: 5561.001 _-$7.10' $710.00 S6.52 MANUFACTURER BID: -- -hlsrit_Brass _..-_'Merit Brass----_-.._- .. M(�[SBrass $3,882.00! - $4.910_00 $4 50450 TUBINGS -- -------- - --- -T - 97 __5 000 3/4"X 500' PVC C,T_S..tubing_ $0.11 $550_001 S0.11; - 5550_00�_$0..13_._.-_- $670.00 98 20,400 1"x 300'PVC C.T.S.tubing 50.19. $3,876.001 50.17; 53,468.00; $0_19 $3,971.88 99 2,000 1-1/2"x l00'_PVC C.T_S_tubin __ $0,37 $740.00 50.351 S700.00 __$0.43 $851,20 100 2,000 2"x 100'PVC C.T.S.tubing-. _ -_. $0.61 ---- S( 00 $0.63 51,265.80 MANIIE-CMURRID.:--- _---- __....-- __..... ----Continental -.._... _ NuMe� -- Ouail --- -._ $6.38§.:OQ' $6358.88 FIRE 11YDRANT BURY lot _100 Fire Hydrant American Darting B-94-B 3'6"bury _ S741.93i 5 193;00; 5765.00;-$76,500.00 5775.00 $77,500.00 MANUFACTURER BID: .Kennedy Valve- American Flo Control--_American Darling.._ --------. S74,19100: - ---__S76 So0.00 _. _--$77-500 0_0_ VALVES AND VALVE TAPS 102 60. _-6"gate valve M.J.x M.J. -__-$266.00 515 960.00T 5250,00 S15 000.00:. $258,90 $15,534.00 10_3 30_-__8"gate valve M.J.x M.J. _$415.00 $12,450.001 S393.000SS11,790.00 __ S403.61____$12,10 :30 104 30 Darling 865 tapping valve(Kennedy,Mueller)American $355.50 $10,665.001 S337.25i $10,117.501 $345.01 S10,350.30 -- made 105__ 20 _8"tapping valve tap x M.J. _ _ $530.00 _S10 600.00 $502.60 S10,052_00! $512.43 S_1024 , 8.60 106 12 12"gate valve M.J.,ductile iron,NRS,resilient seat,wrench o $815.00 $9,780.00 5760.05 S9,120.601' $792.27 $9,507.24 _ -accessory pack,American flow Control 2512,American made 107 4 12"tapping gate valve M.J.,ductile iron,NRS,resilient seat, $1,206.00 $4,824.001 S1,145.45i S4,W.801 51,172.55 $4,690.20 wrench nut,acc. ck Amer.flow cunt.2512,American made 1 - ---�- MANUFACT-L R BID: ....._- Kenn_.._. _ ._.. A�Cjcan Flo Cp_gtr I�_..iAmericarLpariin _ __.._. . -_ Total-Valves&Valve Taps _- 279.00: S-60661.901' _162,438_64 METER BOXES 108 300 #37T cast iron(solid)lid for#37 marked water, S24-M S7,290.001 $22.70! $6,810.00 N/B $0.00 ' concrete meter box American made 109 80 __ #65 cast iron meter box lid 2 piece,marked water. 519.801 S1,584.00 $32.951 _52,636.00; NIB $0.00 110 200 Cast iron meter box,Ford YMBHC 141233 straight S83.12 $16,624.00 $90.00 $18,000.001 $82.28 $16,456.00 :locking ball inlet with compression nut 10"high dual check lid,for 5/8"-3/4"meters _--_- I I I 50 Cast iron meter box Ford YLl 11-444 straight ball _ S124.99 $6,249.50 5135.301 $6,765.00 $123.70 $6,185.00 ;'COBURN SUPPLY 'GOLDEN TRIANGLE PIPE HUGHES SUPPLY Qty _Total_.-_ inlet with compression nut 10"high,1"female I.P.T. .outlet non-locking lid,for 1"meter 112 25 -Cast iron grade adjuster Ford LYGA 1-1/4*-3" $28." SM.% $31.90 $797 50; 529.19 $72975 --complete for Ford cast iron box YL141233 113 24 2"Cast iron Ford 12-23/32"high protector meter box 5222.951 $5,350.90 $241.35 $5,792.40 $220.65 $5,295.60 :complete with 3 piece lid marked Water.FPMB-7 'Standard finish. 114 24 2"Ball inlet Ford BFP 83-777W M.I.P.T.x Fig for a S78.80' S1,891.201 $95.55 $2,293.20 $77.99 51,971.76 Ford cast iron meter box 115 24 2"Ball inlet Ford BFP 31-777 M.I.P.T.x Fig for a 553.55 SI,285.20: $59.50 $1,428.00 $53.00 51 272.00 Ford cast iron meter box 116 12 2" Ford protector cast iron meter box lid end pc S7.21 $86.52: $10.05 $120.60, $9.21 S11052 FPMBL-E7 117 12 2"Ford protector cast iron meter box lid center pc. i $22.47 5269.64: $24.30. $291.60 $22.25 5267.00 FPMBL-C7 118 12 1-1/2"Ford ball valve BFP83-676W F.I.P.T.x Fig for $52.311 $627.72 $63.40. $760.80 551.77 $621.24 installing 1-1/2"meter. 119 12 1-1/2"check valve bronze Ford HFS31-666.F.I.P.T.x S44.16 5529.92: $49.05 $588.60 $43.71 $524.52 .,MANLJFAC --Eqrd X46 Z8 37 Q33.3.39 VALVE BOXES 120 Valve box tot)C.I.5-1/4'x 10"American made 510.4881 1 $419.20: $11.20 $448.00 $10.70 $428.00 121 60 Valve-box lid C,1_for 5-1/4'box American made S&611 $396.601 $7.05 $423.00 $6.76 5405.60. 122 100 Valve box riser 5-1/4"x 2-1/4"C.I.American.--- $12681 51a68.001 S13.60 -31 3_60. $12.95 1 295.00 123 100 Valve box bottom 5-1/4"Tylere 562-S___ =$I 9.85 S1,985.K 520.65 V 065.00 $18.59 1 85.9.00 124 100 Valve box top 5-1/4"x 16"long shaft cast iron for Tyler S14.901 SI,490.00: $15.95 $1,595.00 $25.36 $2,536.00 562-S American made MANUFAC.T RUB.112. 'T Ic e LM Tyler-. .......... 55-8 -$6J23fiO FIRE HYDRANT EXTENSIONS 125 8 :12"fire hydrant extensions for B84 darling fire $161.36 $1,290.88! $149.50 $1,196.00: S146.42i $1,171.36 hydrant 126 4 18"fire hydrant extensions for B84 darling fire $184.21 $736.94: $170.65 $682.60, 5167-37. S669.48 hydrant 127 2 .24"fire hydrant extensions for B84 darling fire $207.06 i $414.12, 5192.45 5394.90 S188.50i 5377.00 h drapt MAM1J-FACJWRERBLQ-- ..-AHydrant ftair 44194 -------$2 261 50 CHECK VALVES 7 128__--25 -13/4"brass swing heck valve with teflon seat,F.I.P.T. $2 $25.60 5640.00__ N/B $0.00 129 50 1"brass check valve with teflon sea F.I.PT 529.80! $1490.001 $31.40 SI,570 S.000 130 10 1-1/2"brass check valve with teflon seat,F.I.P.T. S56.361. 5563.601 $59.90 $599.00 N/B SOM.- 131 10. 2"brass check valve with teflon seat,F.I.P.T. $82.987 5829.801 $87.60 $876.00 NIB $0.00 MAN FA TUBER BID: !Hammond Total-Qheck Valves_ $3A90,90; $3 685.00. _$0.00 MECHANICAL JOINT RESTRAINER 132 50 .6"mega lug mechanical joint restrainer series $26.901 $1,345.001 528 00 $1,400.001 $25.06. $1,253.00 2000PV for PVC C900 class 150 pipe bolts 133 40 18"mega lug mechanical joint restrainer series $36.95- $1,478.001 $ I-MUUI $34.46 $1,378,40 12000PV for PVC C900 class 150 pipe bolts 0011 M land gaskets package w/me a lug 134 20 12"mega lug mechanical joint restrainer series S68.81 S1,376--20 S71.251 S1,425.00i $63.68 $1,27360 '2000PV for PVC C900 class 150 pipe;bolts •COBURN SUPPLY GOLDEN TRIANGLE PIPE HUGHES SUPPLY BEAUMgNT TX ....-_- _BEAUMQNT TX_-_..-- JASPER TX Total ___. Unit Total _ .-_ Unit _ Total -._ and askets ckaged witnega fug -- - - - 135_ 200 '3/4"x 1"coupling union bronze --__- -_ $5.78- $1,156_00_- S5.75-_ S1,150_0qL _N/B $0.00 136_ 10_ 3"Mechanical Joint Accessory - __-_ -_ _ 55,56 _ $55.60 $4.80 S48.00_ $5.63 _$5630 137 10 4"Mechanical Joint Accessory Pack -_- $5.56 -555.60~ 54.80 $48.001 $563 $56.30 _ 138 50_- 6"Mechanical Joint AccessorLack _-_ .. $7.18_ _$359.00. 56.10! 5305.00 $7.13 $356.50 139 _50-.8"Mechanical Joint Accessory Pack - -- _-_ _ $8.69 -$434.50• $7.35 _ S367.50 _ $8.63 $431 50 140 50 12"Mechanical Joint Accessory Pack - -_ - - $12.47 _ S623.50`- $10.60_- $530.00 _ $1238 _ $61900 141 10 _I6"Mechanical Joint Accessor_Pack -__. _- _ $29,48 -$294.80__ 525.00- - $250.00 - $'_9.25 $292.50 142 10 _ 20"Mechanical Joint A_ccessSM Pack--- --.- _ $60.10 S601.00 - _ S51.10_. _ _$511.00. -$59,63.-. __$596.30: ANIU _.MFACffkER�ID_.__._ ------ --.-.-Eb�a.-- -. . Ebb... .-.---- -- -EbtZa. _._ Total Mecham 1_4int trainer.-__---. .----_17 779 20�.--------.--_S1 5 •501. --- --. .__ $6,313 40 TOTAL_BID AMOUNT.--.. _. .._ .. _ -. __ : _ --- -5361 045.25 -.- --.$361 967.35 $31(5A59.57 -- --_ _-- cQTCnd a= - --' - X179 080.25 59 969.10' .-.__. - -- -52,2.17_84 *Denotes bid not awarded due to vendor not bidding all iterns within the section.