Loading...
HomeMy WebLinkAboutPACKET APR 05 2011 RICH WITH OP''CORTVNITY OIL 11EA,UM0N*, REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 5, 2011 1:30 P.M. CONSENT AGENDA * Approval of minutes—March 29,2011 * Confirmation of committee appointments Jef Russell would be appointed to the Convention and Tourism Advisory Board. The term would commence April 5, 2011 and expire April 4,2013. (Mayor Pro Tem W. L. Pate, Jr.) Marty Craig would be reappointed to the Planning and Zoning Commission. The current term would expire December 13,2013. (Mayor Becky Ames) A) Approve a contract for the purchase of lubricants for various City departments B) Authorize the settlement of the worker's compensation claim of Tracy O'Quinn C) Authorize the City Manager to execute a water and wastewater service agreement with Cardinal Meadows Improvement District D) Authorize the City Manager to execute a water and wastewater service agreement with the Federal Correctional Complex,Beaumont, Texas RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the following appointment be made: Beginning Expiration Appointment Commission of Term of Term Jef Russell Convention and Tourism Advisory 04/05/11 04/04/13 Committee THAT the following reappointment be made: Beginning Expiration Reappointment Commission of Term of Term Marty Craig Planning &Zoning Committee 04/05/11 10/13/13 PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of April, 2011. - Mayor Becky Ames - A RICH WITH OPPORTUNITY r C ► T • E • x • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Laura Clark, Chief Financial Officer VO MEETING DATE: April 5, 2011 REQUESTED ACTION: Council consider the award of a contract for the purchase of lubricants. RECOMMENDATION The administration recommends the award of the contract to Tri-Con Inc., of Beaumont, in the estimated amount of$77,123. BACKGROUND Bids were solicited for a six (6) month contract to supply lubricants for various City departments. The contract specifies that the awarded bidder shall provide approximately 11,700 gallons of various lubricants at fixed costs for use by various City departments in maintaining vehicles and equipment. The products bid by Tri-Con Inc., have been reviewed by Fleet Personnel and meet specifications set forth in the bid. Specifications allow for a six (6) month contract extension upon the expiration of the initial six(6) month contract term at the same pricing as awarded herein. Bids were solicited from eight (8)vendors with three (3)responses. The apparent low bid did not meet specifications. Tri-Con Inc., was the low responsive bidder. Bid results were as follow: Six Month Contract for Lubricants April 5, 2011 Page 2 Tri-Con Inc. Sun Coast Universal Vendor Beaumont, TX Resources Lubricants Beaumont, TX Wichita, KS Engine Oils Approx. Unit Ext Price Unit Ext Price Unit Ext Price Qty Price Price Price 15W-40 Bulk 5,000 gal $7.14 $35,700 $9.78 $48,900 $6.99 $34,950 15W-40 1,000 gal $7.64 $7,640 $10.74 $10,740 $7.18 $7,180 55 gal drum SAE 40 500 gal $4.99 $2,495 $10.54 $5,270 $7.23 $3,615 55 gal drum Transmission Fluid Hydraulic Oil Dexron III 1,300 qt $1.95 $2,535 $2.43 $3,159 $1.84 $2,392 Quart Dexron III 600 gal $4.99 $2,994 $7.29 $4,374 $6.41 $3,846 Bulk Dexron III 100 gal $5.49 $549 $8.21 $821 $6.61 $661 55 gal drum Mercon 5 100 qt $3.30 $330 $3.51 $351 $3.82 $382 Quart Multipurpose 2,500 gal $8.21 $20,525 $8.42 $21,050 $6.62 $16,550 Oil Bulk Multipurpose 500 gal $8.71 $4,355 $9.34 $4,670 $6.82 $3,410 Oil 55 gal drum Total Bid $77,123 $99,335 * $72,986 * Bid did not meet specifications BUDGETARYIMPACT Funds are available for this expenditure in the user Departments' operating budgets. RESOLUTION NO. WHEREAS, bids were solicited for a six (6) month contract for the purchase of lubricants for use by various City departments in maintaining vehicles and equipment; and, WHEREAS, Tri-Con, Inc., of Beaumont, Texas, submitted a bid in the unit amounts shown below for an estimated total expenditure of$77,123: Vendor Tri-Con Inc. Beaumont TX Engine Approx. Unit Ext Oils Qty Price Price 1 5 W - 4 0 5,000 gal $7.14 $35,700 Bulk 15W-40 1,000 gal $7.64 $7,640 55 qaI drum SAE 40 500 gal $4.99 $2,495 55 gal drum Transmission Fluid H draulic Oil Dexron III 1,300 qt $1.95 $2,535 Quart Dexron III 600 gal $4.99 $2,994 Bulk Dexron III 100 gal $5.49 $549 55 gal drum Mercon 5 100 qt $3.30 $330 Quart Multipurpose 2,500 $8.21 $20,525 Oil Bulk gal Multipurpose 500 gal $8.71 $4,355 Oil 55 gal drum Total Bid $77,1231 and, WHEREAS, City Council is of the opinion that the bid submitted by Tri-Con, Inc., of Beaumont, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, That the bid submitted by Tri-Con, Inc., of Beaumont, Texas, for a six (6) month contract for the purchase of lubricants for use by various City departments in maintaining vehicles and equipment in the unit amounts as shown above for an estimated amount of $77,123 be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of April, 2011. - Mayor Becky Ames - B RICH WITH OPPORTUNITY 111CMAitil T • E • X • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: April 5, 2011 REQUESTED ACTION: Council consider a resolution authorizing the settlement of the worker's compensation claim of Tracy O'Quinn. RECOMMENDATION Council approval of a resolution authorizing the settlement of the worker's compensation claim of Tracy O'Quinn. BACKGROUND Council discussed the settlement of this claim in Executive Session on March 22, 2011. BUDGETARYIMPACT There are sufficient funds in the Liability Trust Fund to pay the sum of$20,000.00. RESOLUTION NO. WHEREAS, the worker's compensation claim of Tracy O'Quinn has been discussed in an Executive Session properly called and held Tuesday, March 22, 2011; 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 Tracy O'Quinn in the amount of Twenty Thousand and 00/100 Dollars ($20,000.00). PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of April, 2011. - Mayor Becky Ames - c RICH WITH OPPORTUNITY IIEAIIMON* T • E • X • A • s City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager L,� PREPARED BY: Dr. Hani J. Tohme, P.E., Water Utilities Director V(5 MEETING DATE: April 5, 2011 REQUESTED ACTION: Council consider authorizing the City Manager to execute a water and wastewater service agreement with Cardinal Meadows Improvement District. RECOMMENDATION The Administration recommends approval of executing a water and wastewater service agreement with Cardinal Meadows Improvement District. BACKGROUND The Water Utilities Department provides water and/or wastewater services to 16 industrial customers and 4,800 commercial customers. The Texas Commission on Environmental Quality, Chapter 290, Sub-Chapter D, Rules and Regulations for Public Water Systems, require municipalities to execute water and/or wastewater service agreements with wholesalers as well as non-transient non-communities which are not a community water system but regularly serve at least 25 of the same persons at least six months out of the year. Once service agreements are executed with such entities,they will be required by state law to monitor and report the water quality inside of their property on a monthly basis. This procedure will prevent any possible contamination of the City of Beaumont water system and protect public health. BUDGETARY IMPACT None - -" RICFI WI-1-1-1 QUALITY r in City of Beaumont T - E - x - A s SERVICE AGREEMENT CONTRACT STATE OF TEXAS § COUNTY OF JEFFERSON § CITY OF BEAUMONT § CONTRACT BETWEEN City of Beaumont ■ Cardinal Meadows Improvement District WHEREAS, Cardinal Meadows Improvement District, doing business in the State of Texas (herein "Owner"), and the City of Beaumont, a municipal corporation of the State of Texas (herein "City") entered into a Contract on March 22, 2011, for the City to provide potable drinking water services and provisions of sanitary sewer services to Owner. WHEREAS, the City and Owner desire to adopt a Service Agreement Contract for the provision of potable drinking water services and sanitary sewer services to Owner and agree as follows: WITNESSETH I Owner agrees to maintain, free of charge to the City,the water and sewer lines and all the appurtenances within its property. II The City shall have the right to enter on the Owner property or premises with 24 hour prior notice for any purposes reasonably incidental to or necessitated by the terms and provisions of this Contract. The City will abide by all Owner site safety rules and other site access rules while on Owner property. III Owner agrees to install and maintain a LTL approved RPZ (reduced pressure zone)backflow prevention device at the point of service(the meter). The City will give a variance of several feet so that City of Beaumont Page 1 of 6 1350 Langham Rd Water Utilities Department Beaumont,Texas 77707 the RPZ can be placed inside the fence for protection. The RPZ must be installed according to the requirements in City Ordinance 01-032, Section 28-57.12. The assembly must be tested upon installation and annually by a certified tester. V Owner agrees to comply with applicable City Code of Ordinances including the following restrictions and unacceptable practices prohibited by State regulations: 1. No direct connection between the public drinking water supply and a potential source of contamination is permitted. Potential sources of contamination shall be isolated from the public drinking water supply by an air-gap or a reduced pressure-zone bac flow prevention device. 2. No cross-connection between the public drinking water supply and a private water system is permitted. These potential threats to the public drinking water supply shall be eliminated at the service connection by the installation of an air-gap or an approved backflow prevention device. 3. No connection which allows water to be returned to the public drinking water supply is permitted. 4. No pipe or pipe fitting which contains more than 8.0% lead may be used for the installation or repair of plumbing at any connection which provides water for human use. 5. No solder or flux which contains more than 0.2% lead shall be used for installation or repair of any water supply which provides water for human use. VI The Water Utilities Department will maintain a copy of this Contract as long as the Owner and/or the premises are connected to the Water Utilities Department. Additional requirements are listed below: 1. Owner shall have their property inspected for possible cross-connections and other potential contamination hazards. These inspections shall be conducted by a qualified inspector acceptable to the Water Utilities Department annually, or when there is reason to believe the cross- City of Beaumont Page 2 of 6 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 connection or other potential contamination hazards exist due to changes to the private water distribution facilities. 2. Owner shall notify the Water Utilities Department in writing of any cross-connection or other potential contamination hazard which has been identified during the initial inspection or the annual reinspection. 3. Owner shall immediately remove or adequately isolate any potential cross-connections or other potential contamination hazards on their premises. 4. Owner shall, at their expense, properly install, test annually, and maintain any backflow prevention device required by the Water Utilities Department. Copies of all testing and maintenance records shall be provided to the Water Utilities Department by July 30 of each year or date of annual testing schedule. VII Owner will be responsible for all reporting requirements to the State as a Public Water Supply System. The City will provide annually the Conginner Confidence Report for its distribution. In the event of a change in treatment or distribution such as utilizing treated water other than City supply, Owner agrees to promptly report to the City. This is to include any violations of chlorine and/or coliform monitoring. VIII Owner is authorized to use a maximum of 145 gallons per minute on a daily average or 51,840 gallons per day. The rates applied by the City can be negotiated if the demand of Owner changes. IX Owner agrees to pay to the City all charges for water and sewer service within thirty(30)days from date of statement from the City. In the event of failure of Owner to so pay said charges,City shall have the right, upon thirty (30) days' written notice to Owner, to refuse to provide potable water service and sanitary sewer service to Owner. City of Beaumont Page 3 of 6 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 X Owner will pay the same rate for water and sewer services as established from time-to-time by the City Council for outside the City of Beaumont. The event said rates are altered or amended by City Ordinance; Owner agrees to pay said amended rates. XI Owner agrees to: 1. Adopt a resolution or take some other official action agreeing to the terms and conditions of this Contract, 2. Adopt a resolution or take some other official action ratifying, affirming and accepting the benefits and agreeing to the terms,conditions and requirements of this Contract;and 3. Enter into such other or additional contracts or agreements as may be reasonably required to carry out the purpose and intent of this Contract. XII This Contract shall be for a period of 12 months from and after the date of execution and shall continue there after year to year until either party gives 30 days written notice of intent to terminate this agreement. XIII Owner may, from time to time, convey or assign this Contract with respect to all or any part of the land contained within Owner's property boundaries, and the assignee or assignees shall be bound by this Contract. Upon prior approval by the City Council, of the assignee or assignees, and only upon the condition that the assignee or assignees assume the liabilities, responsibilities and obligations under this Contract with respect to the land involved in the assignment or assignments, or as may be otherwise approved by the City Council. In connection with this Contract, official addresses for notification shall be: A. Hani J.Tohme,Director City of Beaumont Water Utilities Department 1350 Langham Road Beaumont, Texas 77707 City of Beaumont Page 4 of 6 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 B. Beverly West Cardinal Meadows Improvement District 1597 Hillebrandt Rd Beaumont, Texas 77705 Any changes in said addresses may be made by notifying the other parties by certified mail of the new or changed contact person and/or address. XIV This Service Agreement represents the entire and integrated Contract between the City of Beaumont and Owner and supersedes all prior negotiation, representatives, or agreements, either oral or written. This Contract may be amended only by written instrument signed by both the City of Beaumont's City Manager and Owner. IN WITNESS WHEREOF, the City of Beaumont Water Utilities Department has lawfully caused these presents to be executed by the hand of the City Manager of said City, and the municipal corporate seal of said City to be hereunto affixed, and the said Owner, Owner, acting by hand of the President and/or Manager whereunto Authorized Representative, does now sign, execute and deliver this document. Executed in duplicate originals at Beaumont,Texas,on this L day of A.D., 2011. Owner r CITY OF BEAUMONT/CITY MANAGER By: C 1�� ee7 By (PRINT)Authorized Representative Date Kyle Hayes,City Manager Date By: ' Signature of Authorized Representative Date Attest: 1 Can� Attest: Date Date Y p TANN,A RAMOS t Nq�o- Notary Public,State Of Texast My Commission Expires t t 'FOFtE� 03-15-2014 t ----------- r-... ...,. City of Beaumont Page 5 of 6 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 STATE OF TEXAS § COUNTY OF JEFFERSON § CITY OF BEAUMONT § BEFORE ME, the undersigned, a Notary Public in and for the said county and state,on this day personally appeared Pca v l L?J e-t- known to me to be the person and officer whose name is subscribed to the foregoing instruction, and acknowledged to me that the same was the act of the said Owner, and that he executed the same as the act of such company for the purposes and consideration therein expressed,and in the capacity therein stated. +-A GIVEN UNDER MY HAND AND SEAL OF OFFICE,this d u — day of n1a &c A.D.2011. My Commission Expires: 3 Notary Public t ...a.,.,.,..r..,.r.r...,.a.. — t �pQY PUS TANNA RAMOS t 1 Z Notary Public,State Of Texas My Commission Expires t t fOFt 03-15-2014 t City of Beaumont Page 6 of 6 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute a water and wastewater service agreement with Cardinal Meadows Improvement District, located outside the City of Beaumont, as required by the Texas Commission on Environmental Quality, Chapter 290, Sub-Chapter D, Rules and Regulations for Public Water Systems. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of April, 2011. - Mayor Becky Ames. - D RICH WITH OPPORTUNITT BEAIIMON* T • E • x • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Hani J. Tohme, P.E., Water Utilities Director 970 MEETING DATE: April 5, 2011 REQUESTED ACTION: Council consider authorizing the City Manager to execute a water and wastewater service agreement with the Federal Correctional Complex, Beaumont, Texas. RECOMMENDATION The Administration recommends approval of executing a water and wastewater service agreement with the Federal Correctional Complex, Beaumont, Texas. BACKGROUND The Water Utilities Department provides water and/or wastewater services to 16 industrial customers and 4,800 commercial customers. The Texas Commission on Environmental Quality, Chapter 290, Sub-Chapter D, Rules and Regulations for Public Water Systems,require municipalities to execute water and/or wastewater service agreements with wholesalers as well as non-transient non-communities which are not a community water system but regularly serve at least 25 of the same persons at least six months out of the year. Once service agreements are executed with such entities,they will be required by state law to monitor and report the water quality inside of their property on a monthly basis. This procedure will prevent any possible contamination of the City of Beaumont water system and protect public health. BUDGETARY IMPACT None i RICH WITH QUALITY r City of Beaumont I SERVICE AGREEMENT CONTRACT STATE OF TEXAS § COUNTY OF JEFFERSON § CITY OF BEAUMONT § CONTRACT BETWEEN City of Beaumont ■ Federal Correctional Complex,Beaumont, Texas WHEREAS, Federal Correctional Complex, Beaumont, Texas, doing business in the State of Texas (herein "Owner"), and the City of Beaumont, a municipal corporation of the State of Texas (herein "City") entered into a Contract on March 22, 2011, for the City to provide potable drinking water services and sanitary sewer services to the Federal Correctional Complex,Beaumont,Texas. WHEREAS, the City and Federal Correctional Complex, Beaumont, Texas desire to adopt'a Service Agreement Contract for the provision of potable drinking water services and sanitary sewer services to the Federal Correctional Complex, Beaumont,Texas and agree as follows: WITNESSETH I Owner agrees to maintain, free of charge to the City, the water and sewer lines within its property. II The City shall have the right to enter on the Owner's property or premises with 24 hour prior notice, unless under an emergency situation, for any purposes reasonably incidental to or necessitated by City of Beaumont 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 Page 1 of 6 the terms and provisions of this Contract. The City will abide by all Owner's site safety rules and other site access rules while on Owner's property. III Owner agrees to install and maintain all appropriate required backflow and backsiphonage prevention assembly devices deemed necessary by the Texas Commission on Environmental Quality regulations to protect the internal customers. The intenal protection of the drinking water supplied to Owner's employees and/or customers is the responsibility of Owner. The City will provide guidance on proper cross connection prevention. IV Owner agrees to comply with applicable City Code of Ordinances including the following restrictions and unacceptable practices prohibited by State regulations: A. No direct connection between the public drinking water supply and a potential source of contamination is permitted. Potential sources of contamination shall be isolated from the public drinking water supply by an air-gap or a reduced pressure-zone backflow prevention device. B. No cross-connection between the public drinking water supply and a private water system is permitted. These potential threats to the public drinking water supply shall be eliminated at the service connection by the installation of an air-gap or an approved backflow prevention device. C. No connection which allows water to be returned to the public drinking water supply is permitted. D. No pipe or pipe fitting which contains more than 8.0% lead may be used for the installation or repair of plumbing at any connection which provides water for human use. E. No solder or flux which contains more than 0.2% lead shall be used for installation or repair of any water supply which provides water for human use. City of Beaumont 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 Page 2 of 6 V The Water Utilities Department will maintain a copy of this Contract as long as the Owner and/or the premises are connected to the Water Utilities Department. Additional requirements are listed below: A. Owner shall have their property inspected for possible cross-connections and other potential contamination hazards. These inspections shall be conducted by a qualified inspector acceptable to the Water Utilities Department annually, or when there is reason to believe the cross- connection or other potential contamination hazards exist due to changes to the private water distribution facilities. B. Owner shall notify the Water Utilities Department in writing of any cross-connection or other potential contamination hazard which has been identified during the initial inspection or the annual reinspection. C. Owner shall immediately remove or adequately isolate any potential cross-connections or other potential contamination hazards on their premises. D. Owner shall, at their expense, properly install, test annually, and maintain any backflow prevention device required by the Water Utilities Department. Copies of all testing and maintenance records shall be provided to the Water Utilities Department by July 30 of each year or date of annual testing schedule. VI Owner will be responsible for all reporting requirements to the State as a Public Water Supply System. The City will provide annually the Consumer Confidence Report for its distribution. In the event of a change in treatment or distribution such as utilizing treated water other than City supply, Owner agrees to promptly report to the City. This is to include any violations of chlorine and/or coliform monitoring. City of Beaumont 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 Page 3 of 6 VII Owner is authorized to use a maximum of 1,155 gallons per minute on a daily average or 950,000 gallons per day. The rates applied by the City can be negotiated if the demand of Owner changes. VIII Owner agrees to pay to the City all charges for water service within fifteen (15) days from date of statement from the City. In the event of failure of Owner to so pay said charges, City shall have the right, upon thirty(30) days' written notice to Owner,to refuse to provide potable water service to Owner. IX Owner will pay the same rate for water and sewer services as established from time-to-time by the City Council for inside the City of Beaumont. In the event said rates are altered or amended by City Ordinance, Owner agrees to pay said amended rates. X Owner agrees to: 1. Adopt a resolution or take some other official action agreeing to the terms and conditions of this Contract, 2. Adopt a resolution or take some other official action ratifying, affirming and accepting the benefits and agreeing to the terms, conditions and requirements of this Contract; and 3. Enter into such other or additional contracts or agreements as may be reasonably required to carry out the purpose and intent of this Contract. XI This Contract shall be for a period of 12 months from and after the date of execution and shall continue there after year to year until either party gives 30 days written notice of intent to terminate this agreement. XII Owner may, from time to time, convey or assign this Contract with respect to all or any part of the land contained within Owner's property boundaries, and the assignee or assignees shall be bound by City of Beaumont 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 Page 4 of 6 this Contract. Upon prior approval by the City Council, of the assignee or assignees, and only upon the condition that the assignee or assignees assume the liabilities, responsibilities and obligations under this Contract with respect to the land involved in the assignment or assignments, or as may be otherwise approved by the City Council. In connection with this Contract, official addresses for notification shall be: A. Dr. Hani J. Tohme,Director City of Beaumont Water Utilities Department 1350 Langham Road Beaumont, Texas 77707 B. Byron Richards,Facility Manager Federal Correctional Complex, Beaumont,Texas Post Office Box 26015 Beaumont, Texas 77720-6015 Any changes in said addresses may be made by notifying the other parties by certified mail of the new or changed contact person and/or address. XIII This Service Agreement represents the entire and integrated Contract between the City of Beaumont Water Utilities Department and Federal Correctional Complex, Beaumont; Texas and supersedes all prior negotiation, representatives, or agreements,either oral or written. This Contract may be amended only by written instrument signed by both the City of Beaurnont's City Manager and Federal Correctional Complex, Beaumont, Texas. IN WITNESS WHEREOF, the City of Beaumont Water Utilities Department has lawfully caused these presents to be executed by the hand of the City Manager of said City, and the municipal corporate seal of said City to be hereunto affixed, and the said Owner, Owner, acting by hand of the President and/or Manager hereunto Authorized Representative, does now sign, execute and deliver this document. City of Beaumont 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 Page 5 of 6 Executed in duplicate originals at Beaumont, Texas, on this A5 day of 4C A.D.,201L. FEDERAL CORRECTIONAL COMPLEX CITY OF BEAUMONT BEAUMONT, TEXAS By: 3y ,z�,., �c K 3 i� By (PRINT) Authorized Representative Date Kyle Hayes, City Manager Date By: x3 i r Signat e of Authorized Representati e bate Attest:. ll t Attest: Date Date STATE OF TEXAS § COUNTY OF JEFFERSON § CITY OF BEAUMONT § BEFORE ME,the undersigned, a Notary Public in and for the said county and state,on this day personally appeared known to me to be the person and officer whose name is subscribed to the foregoing instruction, and acknowledged to me that the same was the act of the said Owner, and that he executed the same as the act of such company for the purposes and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE,this day of ,A.D. 20 Notary Public My Commission Expires: City of Beaumont 1350 Langham Road Water Utilities Department Beaumont,Texas 77707 Page 6 of 6 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute a water and wastewater service agreement with Federal Correctional Complex, located outside the City of Beaumont, as required by the Texas Commission on Environmental Quality, Chapter 290, Sub-Chapter D, Rules and Regulations for Public Water Systems. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of April, 2011. - Mayor Becky Ames. - Rica WITS OFFORTUNITT BEAUIIMON* REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 5,2011 1:30 P.M. AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on scheduled agenda items 1-2/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider approving a one year contract with various vendors for the purchase of inventory materials for use in the Water Department 2. Consider approving a contract for the construction of a hangar at the Beaumont Municipal Airport HEARING Munro Uniform Services,LLC vs. CenterPoint Energy, Inc. and CenterPoint Energy Resources Corp. 3. Consider the utility service dispute of Munro Uniform Services, LLC against CenterPoint Energy, Inc. and CenterPoint Energy Resources Corp. PUBLIC HEARING * Receive comments on the Public Service and Public Facilities and Improvements line items of the Consolidated Grant Program's 2011 Annual Action Plan COMMENTS * Councilmembers/City Manager comment on various matters * 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: Starvin Marvins Bar and Grill LLC vs. City of Beaumont, et al, Cause No. E-0189628 Claim of McInnis Construction, Inc. SITE VISIT * City Council Tour of Event Center Project Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Mitchell Normand at 880-3777 three days prior to the meeting. 1 April 5,2011 Consider approving a one year contract with various vendors for the purchase of inventory materials for use in the Water Department RICH WITH OPPORTUNITY BEA,UMONW T • Z - $ • A • S City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Laura Clark, Chief Financial Officer K.", MEETING DATE: April 5, 2011 REQUESTED ACTION: Council consider authorizing the award of a one(1)year contract for Water Department inventory materials. RECOMMENDATION The Administration recommends the award of a contract to various vendors at the unit costs reflected in the attached bid tabulation. The estimated total annual expenditure is$1,376,550.35. BACKGROUND Bids were requested from ten(10)vendors for an annual contract for couplings, pipe fittings, valves, fire hydrants and other related materials for use by the Water Utilities Department. The materials are used in the repair and maintenance of existing water and sewer lines and installation of new service lines in order to maintain adequate water and sewer service throughout the City. Specifications required bidders to submit pricing for 184 line items, separated into fourteen(14) specific sections. Bids were evaluated upon the lowest total price per section, on an all or none basis. Only bidders submitting on every item within each section were considered. Pricing is to remain firm for the term of the contract. Specifications also required all bids involving brass materials to quote items that are certified to be NSF61 lead-free compliant and of domestic manufacture. Total value of this contract represents approximately a nineteen percent(190/0) increase over last year. Five(5)vendors responded to the solicitation. Those listed below, and recommended for award are the lowest responsible bidders meeting all city specifications. Contract for the purchase of Water Department Inventory Materials. April 5, 2011 Page 2 VENDOR SECTION BID HD Supply&Waterworks Valve&Meter Boxes $187,314.00 Beaumont, TX Fire Hydrants $291,462.70 Mechanical Joint Restrainers $40,446.00 Clamps $86,367.80 Iron Gate&Check Valves $230,969.10 Water Meters $22,580.60 CPR/MDN Supply Service Saddles $25,898.75 New Caney, Texas ACT Pipe& Supply Couplings $53,570.70 Beaumont, TX Mechanical Joint Fittings $17,100.60 Rural Pipe& Supply Poly Tubing $1,340.00 Jasper, TX Brass Valves $174,260.00 Coburn Supply Manholes $59,242.10 Beaumont, TX Tapping Sleeves $34,161.40 Brass Fittings $151,836.60 Total Estimated Annual Cost $1,376,550.35 BUDGETARY UWPACT Funds are available in the Water Utilities Department's operating budget. Attachments RESOLUTION NO. WHEREAS, bids, including unit costs, were received for a one (1)year contract for purchasing couplings, pipe fittings, valves,fire hydrants and other related materials for use by the Water Utilities Department; and, WHEREAS, various vendors submitted bids reflecting unit costs and estimated total costs in the amounts shown on Exhibit"A,"attached hereto and made a part hereof for all purposes; and, WHEREAS, City Council is of the opinion that the bids reflecting unit costs submitted by the above-listed vendors in the amounts shown for an estimated total contract expenditure of$1,376,550.35 should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, That the bids for a one (1) year contract for purchasing couplings, pipe fittings, valves, fire hydrants and other related materials for use by the Water Utilities Department submitted by the vendors listed on Exhibit"A, "attached hereto and made a part hereof for all purposes, for an estimated total contract expenditure of$1,376,550.35 be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of April, 2011. - Mayor Becky Ames - 4/1/2011 2:44 PM BF0211-23 PAGE 1 OF 14 RICK W ITK OFTO"OKCTT CITY OF BEAUMONT,BEAUMONT,TEXAS BEAUMON* PURCHASING DIVISION BID TABULATION T " ! " Z • A • III Bid Nan*: ANNUAL CONTRACT FOR WATER DEPT.MATERIALS INVENTORY SUPPLY Bid Number. SF0211-23 Bid Opening: Thursday,March 17,2011 Contact Person: Robert J.Hdlar,Buyer it rhdlar&d.beaumonttK.us Phone: 409-880-3758 S&-fXW--I VALVE&METER NaM COBURN SUPPLY CPR/MDN RURAL PIPE ACT PIPE Old Castle Only BEAUMONT NEW CANEY JASPER BEAUMONT ITEM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 1 100 METER BOX LID,Cl,MARKED 'SEWER" $21.66 $2,166.00 $21.86 $2186.00 $21.64 $2164.00 $21.39 $2,139.00 2 100 METER BOX LID,Cl,MARKED "WATER"FOR#36 BOX $20.49 $2,049.00 $20.74 $2,074.00 $20.52 $2 052.00 $20.29 S2,029.00 -. 3 100 METER BOX LID SET,Cl,2 PIECE, FOR 65T BOX $51.44 $5,144.00 $52.061 $5,206.00 $51.52 $5,152.00 SSO.94 55,094.00 4 1,000 METER BOX LID,Cl,MARKED I'WATER"FOR#37 BOX $21.60 $21,600.00 $21.86 $21,860.00 $21.64 S21,640.00 $21.39 $21,390.00 ;t S SOO 1312 COMP METER BOX W/FIBER $18.54 $9270.00 $18.77 $9385.00 $18.57 $9,285.00 $18.36 $9180.00 6 500 F12 FIBERELYTE METER 1"BOX& '»� FL12G COVER W READER LID $70.71 $35,355.00 $71.57 $35,785.00 $70.821 535,410.00 $70.021 $35.010.00 u Q 7 500 SYNERTECH 17X30X12 2"METER ; BOX&B36-G CONC LID W CI RD $152.56 576,280.00 $157.57 $78,785.00 $15S.93 $77,965.00 S1 S4.18 $77,090.00 �--- 8 200 VALVE BOX,TOP 10" S29.20 $5,840.00 $25.27 $5,054.00 $29.25 $51850.00 $29.92 $5,984.00 9 200 VALVE BOX,TOP,16" $36.69 $7,338.00 $34.88 $6,97600 $36.75 $7,350.00 $36.33 $7,266.00 X LU 10 200 VALVE BOX,BOTTOM $38.19 $7,638.00 $40.69 $8,138.00 $28.25 $5,650.00 $37.82 57,564.00 11 200 VALVE BOX,DROP LID(WATER) FOR#562-B BOX(5-1/4"CI $12.73 $2,546.00 $14.53 $2,906.00 $12.75 $2,550.00 $12.60 $2,520.00 12 S METER VAULT,4'x8'x4',SO,TIER 8.W TED 3 PC COVER, $3,036.00 S1S,180.00 $3,947.37 $19,736.85 53,479.42 $17,397.10 $3,200.00 $16,000.00 Mf r Bid Per Spec PER SPEC PER SPEC PER SPEC TOTAL-SECTION 1:1 $190,406.001 S198,091.851 $192,465.101 S191,266.00', AWARDED VENDOR-SECTION 1: HD SUPPLY 4/1/2011 2:44 PM BF0211-23 PAGE 2 OF 14 S&MON--2 Rre Hydrants 6 Components COBURN SUPPLY CPR/MDN RURAL PIPE ACT PIPE American Darling Only BEAUMONT NEW CANEY JASPER BEAUMONT REM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 13 170 FIRE HYDRANT,3'-6"BURY Bf 84-B $1,741.31 S296,022.70 NO BID $0.00 $1,955.00 $332,350.00 NO BID $0.00 14 10 6"FIRE HYDRANT EXTENSIONS ? =' r' FOR B-84-B f17S.S3 $1,755.30 NO BID $0.00 $155.20 $1,552.00 NO BID $0.00 12"FIRE HYDRANT EXTENSION '^ 15 10 KIT FOR B-84-B (204.48 (2,044.80 NO BID $0.00 $180.80 $1,808.00 NO BID $0.00 16 10 18"FIRE HYDRANT EXTENSION KIT FOR B-84-B (233.44 $2,334.40 NO BID $0.00 $206.40 $2,064.00 NO BID $0.00 5/8x4 BREAKAWAY BOLT B62-39 ' 17 100 7 (83.49 $8,349.00 NO BID $0.00 $5.51 SS51.00 NO BID $0.00 GRADLOK ADAPTER,6x12 18 10 ASSURED FLOW $252.931 $2,529.30 NO BID $0.001 5270.22 $2,702.20 NO BID $0.00 All MANUFACTURER BID: Per Spec I PER SPEC TOTAL-SECTION 2: $313,03S.50 $0.001 $341,027.20 $0.00 AWARDED VENDOR-SECTION 2:HD SUPPLY 4/1/2011 2:44 PM BF0211-23 PAGE 3 OF 14 SECTAON--3 MECHANICUJO/NTRES71MNER COBURN SUPPLY CPR/MDN RURAL PIPE ACT PIPE SMITH-BLAIR PREFERRED BEAUMONT NEW CANEY JASPER BEAUMONT ITEM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 4"MECHANICALJOINT P 19 200 RESTRAINER,CAM-LOCK,FOR PVC C900 CLASS 150 PIPE, V, ' W BOLTS AND GASKETS $28.85 $5,770.00 $25.07 $5,014.00 $30.60 $6,120.00 $24.53 $4,906.00 6"MECHANICALJOINT RESTRAINER,CAM-LOCK,FOR 20 500 PVC C900 CLASS 150 PIPE, W BOLTS AND GASKETS $36.36 $18,180.00 $31.60 $15,800.0 $38.581 519,290.00 $90.92 $45,460.00 ' 8"MECHANICALJOINT a`° 21 150 RESTRAINER,CAM-LOCK,FOR P PVC C900 CLASS 150 PIPE, W BOLTS AND GASKETS 150.29 $7,543.50 $43.69 56,553.50 152.16 $7,824.00 $42.75 $6,412.50 12"MECHANICALJOINT w 22 50 RESTRAINER,CAM-LOCK,FOR PVC C900 CLASS 150 PIPE, W BOLTS AND GASKETS $93.50 $4,675.00 $81.24 $4,062.00 $94.85 $4,742.50 $80.21 S4 010.50 16"MECHANICAL JOINT 23 50 RESTRAINER,CAM-LOCK,FOR PVC C900 CLASS 150 PIPE, ;- W BOLTSAND GASKETS S 147.061 17,353.00 $165.75 $8,287.50 $188.20 $9,410.00 5162.18 $8,109.00 +- 20"MECHANICAL JOINT 24 10 RESTRAINER,CAM-LOCK,FOR PVC C900 CLASS 150 PIPE, W BOLTS AND GASKETS $242.84 $2,428.40 $243.23 $2,432.30 $279.821 $2,798.20 $238.001 $2,380.00 x MANUFACTURER BID: S/B S/B EBAA S/B TOTAL-SECTION 3: $45,949.90 $42,149.30 $SO,184.701 $71,278.00 AWARDED VENDOR-SECTION 3:HD SUPPLY I 4/l/2011 2:44 PM RF0211-23 PAGE 4 OF 14 SK71ON-4 MANHOLES COMPb/VEl1IT5 CPR/MDN RURAL PIPE ACT PIPE HD SUPPLY NEW CANEY JASPER BEAUMONT BEAUMONT ITEM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 25 10 MANHOLE GRADE RING,35" ID 44.5"OD 3"HEIGHT- 520.26 1202.60 $20.05 $200.50 $19.82 $198.20 $20.16 5201.60 MANHOLE GRADE RING,FOR 24 26 10 TOP OPENING M H 23.5"ID $17.22 1172.20 $17.04 5170.40 516.85 S168.50 $16.69 5166.90 27 10 MANHOLE MUD RING,CI,FOR y, 32"MANHOLE TOP OPENING $173.68 S1,736.80 S 171.88 S1,718.80 S 169.95 S1,699.50 S 172.77 $1,727.70 28 10 MANHOLE MUD RING,CI,FOR 124"MANHOLE TOP OPENING = 5129.68 $1,296.8 $128.33 $1,283.30 5126.89 51,268.90 S12S.71 S1,257.10 MANHOLE RISER EXTENSION,2" 29 10 ICI.FOR 32"TOP OPENING M H x $186.94 $1,869.40 $184.99 S1,849. 0 S 182.91 $1.829.10 S 183.46 $1,834.60 30 10 EX MANHOLE RISER TENSION,2" CI FOR 24"TOP OPENING M H .. $59.05 $590.50 $58.44 S584.40 557.78 $577.80 557.24 5572.40 31 10 MANHOLE COVER,CI,BMT LOGO, FOR 32"MANHOLE T O S162.11 $1,621.10 $160.42 $1,604.20 S158.62 $1,586.20 $160.42 51,604.20 32 10 MANHOLE COVER,CI,BMT LOGO IFOR 24"TOP OPENING M H $97.26 $96.25 5962.50 $95.17 $951.70 $93.33 $933.30 MANHOLE-3 FT,FIBERGLASS,32 " .>.. 33 10 ITOP OPENING 48"OD $444.21 $4,442.10 $377.89 $3,778.90 $434.66 $4,346.60 $439.58 $4,395.80 MANHOLE-4 FT,FIBERGLASS,32 34 10 TOP OPENING 48"OD $506.32 $5,063.20 5431.58 $4,315.80 $495.43 $4,954.30 S501.041 55,010.40 35 10 MANHOLE-5 FT,FIBERGLASS,32 TOP OPENING 48"OD ,. . $572.63 $5,726.30 $489.47 $4,894.70 1560.32 $5,603.20 5566167 $5,666.70 36 10 MANHOLE-6 FT,FIBERGLASS,32- m- TOP OPENING 48"OD $635.79 $6,357.90 $542.11 $5,421.10 $622.12 $6,221.20 $627.86 $6,278.60 37 10 MANHOLE-10 FT,FIBERGLAS S, ° 32"TOP OPENING 48"OD $1,162.11 $11,621.10 $754.74 $7,547.40 $1,137.12 $11,371.20 $1,115.15 511,151.50 38 10 MANHOLE-14 FT,FIBERGLASS, ". 32"TOP OPENING 48"OD $1,522.11 $15,221.10 $1,295.79 $12,9S7.9 $1,489.38 $1489380 S1,460.611 $14,606.10 39 10 MANHOLE-16 FT,FIBERGLASS, 32"TOP OPENING,4 D $1,678.95 $16,789.50 $1,428.42 514,284.20 51,642.00 $16,420.00 $1,611.11 $16,111.10 MANUFACTURER BID. ?�= u, PER SPEC PER SPEC MH/H ARE L&F PER SPEC PER SPEC TOTAL-SECTION 4:LL $72,710.60 561,574.00 172,090.20 $71,518.00 AWARDED VENDOR-SECTION 4:COBURN SUPPLY 4/l/2011 2:44 PM BF0211-23 PAGE 5 OF 14 SEC710N-5SERWCESADDLES COBURN SUPPLY RURAL PIPE ACT PIPE HD SUPPLY FORDJJONES PREFERRED BEAUMONT " JASPER BEAUMONT BEAUMONT REM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT T T T COS TOTAL O COS UNIT COST TOTAL COST UNIT COS T TOTAL COST 40 5 2"X 3/4"SERVICE SADDLE FOR ; PVC PIPE CC THD W HINGE $13.81 $69.05 $12.80 564.00 $13.67 $68.35 $14.59 $72.95 41 100 2"X 1"SERVICE SADDLE FOR SDR 26 PVC PIPE CC D.W HINGE $13.81 $1,381.00 512.80 $1,280.00 $13.67 $1,367.00 $14.82 51,482.00 42 5 6"X 3/4"SERVICE SADDLE FOR C 1900 PIPE CC THD W HINGE $31.98 $159.90 $29.69 $148.45 131.67 $158.35 $33.80 5169.00 43 5 8"X 3/4"SERVICE SADDLE FOR C yx: 900 PIPE CC THD W HINGE $44.77 $223.85 $41.55 $207.75 $44.34 $221.70 547.30 5236.50 44 100 6"X 1"SERVICE SADDLE FOR C- 44 PIPE CC THD W HINGE $31.98 $3,198.00 v $29.69 $2,969.00 $31.67 $3,167.00 $34.32 $3,432.00 8"X I"SERVICE SADDLE FOR C- 45 2S 900 PIPE CC THD W HINGE $44.77 $1,119.25 ti', S41.551 $1,038.75 $44.34 $1,108.50 547.78 $1,194.50 46 5 2"X 3/4"SERVICE SADDLE,D.S. , x „ FOR Cl PIPE CC THD h:r $12.80 $64.00 $14.00 $70.00 $9.10 545.50 47 25 2"X 1"SERVICE SADDLE,D.S. FOR Cl PIPE CC THD $12.80 $320.00 514.00 $350.00 59.10 $227.50 48 30 6"X 1"SERVICE SADDLE D.S.FOR CI CC THD,RNG6.94-7.45 $72.04 $2,161.20 " $64.53 $1,935.90 $71.34 52,140.20 572.12 $2,163.60 6"X 1-1/2"SERVICE SADDLE D.S. 49 5 FOR Cl,CC THD $82.36 $411.80 $72.96 $364.80 $81.56 5407.80 581.21 $406.05 50 30 6"X 2"SERVICE SADDLE D.S.FOR Cl,CC THD $90.49 $2,714.70 $84.02 S2,S20.60 $89.62 $2,688.60 $90.67 $2,720.10 16x1.5 CC SERVICE SADDLE,DS, 51 5 CC THD RNG 17.32-19.19 $335.87 $1,679.35 $311.75 $1,558.75 $332.63 $1,663.15 $320.00 $1,600.00 52 80 8x2,SERVICE SADDLE,D.S.,CC THD RNG8.00-9.40 $102.18 $8,174.40 594.85 $7,588.00 1101.19 $8,095.20 $101.93 $8,154.40 53 40 8x1 CC,SERVICE SADDLE,DBL STRAP CC THD $89.15 $3,566.00 " _ 582.78 S3 311.20 $88.29 S3,531.60 589.29 $3,571.60 54 40 8x2 CC,SERVICE SADDLE FOR C900.9.05 00 1 $89.151 $3,566.00 $63.96 52,558.40 $68.24 $2,729.60 $102.45 54,098.00 MANUFACTURER BID: FORD ` gym, 's MCDONALD FORD MUELLER TOTAL-SECTION 5:1 $28,424.50 " 525,929.60 $27,767.05 529,573.70 Palled to Bid Entlrc Section AWARDED VENDOR-SECTION 5: CPR/MDN 4/1/2011 2:44 PM BF0211-23 PAGE 6 OF 14 S&-WN--6 COUPL/NCS COBURN SUPPLY CPR/MDN RURAL PIPE HD SUPPLY SBJROMAC/FORD APPROVED BEAUMONT NEW CANEY JASPER BEAUMONT ITEM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 55 200 3/4"BOLTED COUPLING,STL PIPE SIZE $26.31 $5,262.00 $20.78 $4,156.00 $17.42 $3,484.00 =- $19.94 $3,988.00 1"BOLTED COUPLING STL PIPE 56 200 SIZE 127.22 55,444.00 521.51 $4,302.00 $18.14 $3,628.00 $20.64 $4,128.00 57 30 1-114-BOLTED COUPLING,STL PIPE SIZE $28.51 $855.30 $22.52 $675.60 $18.97 $569.10 $21.61 5648.30 58 60 1-Y4"BOLTED COUPLING,STL PIPE SIZE $34.04 $2042.40 $26.88 $1612.80 $21.88 $1,31280 125.80 $1,548.00 59 1 SO 2"BOLTED COUPLING,STL PIPE SIZE $38.57 $5,785.50 $30.46 $4,S69.0 127.90 $4185.00 129.23 $4,384.50 60 300 2"BOLTED COUPLING,Cl PIPE " $36.67 $11,001.00 $28.97 $8,691.00 $36.63 $10,989.00 127.52 $8,256.00 61 20 2-1/2'BOLTED COUPLING,Cl '4 PIPE $47.41 5948.20 $37.45 $749.00 $36.63 S732.60 $35.94 5718.80 62 200 6"BOLTED COUPLING,Cl PIPE; RNG 6.90-7.22 $96.58 519,316.00 $76.29 $15,258.00 $76.44 $15,288.00 $73.21 $14,642.00 BOLTED COUPLING,Cl PIPE 63 50 8" RNG 9.05-9.45 $122.10 16,105.00 $96.44 $4,822.00 $94.41 $4,720.50 592.55 54,627.50 gin- �'w ��•_ 64 80 6"TRANSITION COUPLING,AcxCl $96.58 17,726.40 $76.291 $6,103.20 576.44 $6,115.20 176.87 56,149.60 65 50 8"TRANSITION COUPLING ACxCI 1122.10 $6,105.00 $96.44 $4,822.00 594.41 $4,720.50 $97.18 54,859.00 MANUFACTURER BID: 5/B S/B ROMAC - S/B TOTAL-SECTION 6 1 570,590.80 555,760.60 155,744.70 $53,949.70 AWARDED VENDOR-SECTION 6: ACT PIPE 4/l/2011 2:44 PM BF0211-23 PAGE 7 OF 14 SEC77ON--7 CLAMPS COBURN SUPPLY CPR/MDN RURAL PIPE ACT PIPE SMITH-BLAIR PREFERRED BEAUMONT NEW CANEY JASPER BEAUMONT ITEM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 66 100 CLAMP,6x12.S,FCC FOR Cl;RNG 6.84-7.24 1128.88 $12,888.00 $67.38 $6,738.00 $63.38 $6,338.00 S6S.93 $6,593.00 67 400 CLAMP,2x7.5,FCC RNG 2.35- 2.63 $50.54 $20,216.00 $26.42 110,568.00 $25.61 110,244.00 S2S.8S $10,340.00,V 68 50 CLAMP,8x20,FCC FOR CI,RNG 8.99-9.39 $254.82 $12,741.00 $133.21 S6,660.50 $122.96 $6,148.00 1130.34 S6 517.00 h 69 50 CLAMP,8x12.5,FCC FOR IPS, _ IRNG 8.54-8.94 1149.78 $7489.00 $78.31 $3,915.50 $74.49 $3,724.50 $76.62 $3 831.00 70 Sp CLAMP,6x7.5,FCC FOR AC,RNG 17.05-7.45 $81.78 $6,542.40 542.76 $3,420.80 $39.63 S3,170.40 $41.83 53,346.40 -r- - 71 60 CLAMP,8x15,FCC FOR IPSRNG .' 8.54-8.94 $178.63 $10,717.80 $93.38 $5,602.80 $90.41 $5,424.60 $91.371 55,482.20 72 SO CLAMP,6 X 20 FCC FOR CI,RNG 6.84-7.24 $217.01 510,850.50 5113.45 $5,672.50 $106.70 $5,335.00 $111.01 15,550.50 73 30 CLAMP,6X12.5,FCC RNG 7.05- 7.45 $130.98 13,929.40 $68.47 $2,054.10 $63.38 $1,901.40 $67.00 $2,010.00 74 300 CLAMP,6x7.5,FCC FOR CI,RNG 6.84-7.24 $80.58 124,174.00 $42.13 $12,639.00 $39.63 $11,889.00 $41.22 $12,366.00 :.. 75 100 CLAMP,8x15,FCC FOR CI,RNGeti 8.99-9.39 $183.94 118,394.00 $96.16 $9616.00 $90.41 $9,041.00 594.09 59,409.00 76 70 CLAMP,6x15,FCC FOR Cl,RNG s 6.84-7.24 $149.76 110,483.20 $78.29 $5,480.30 $75.46 $5,282.20 576.61 $5,362.70 77 30 CLAMP,8x20,FCC FOR IPS,RNG '.". 8.564-8.94 1250.77 $7,523.10 1131.09 13,932.70 1122.96 $3,688.80 5128.27 $3,848.10 78 qp CLAMP,8x12.5,FCC FOR CI;RNG 8.99-9.39 $154.35 16,174.00 $80.69 $3,227.60 $74.49 52,979.60 $78.95 $3,158.00 79 40 CLAMP,8x7.5,FCC FOR AC;RNG 9.27-9.67 $98.52 $3,940.80 $51.51 $2,06 .40 146.51 $1,860.40 $50.39 $2,015.60 80 20 CLAMP,12x15,FCC FOR Cl;RNG ; 13.10-13.50 1264.64 $5,292.90 $138.35 $2,767.00 1137.93 $2,758.60 $135.37 $2,707.40 81 20 CLAMP,12x12.5.FCC FOR CI; . RNG 13.10-13.50 1213.03 $4,260.60 $111.34 $2,226.80 $110.61 $2,212.20 $108.94 S2.178.80 82 10 CLAMP,12x20,FCC FOR CI;RNGr 13.10-13.50 $349.541 53,495.40 $182.73 $1827.30 $182.17 $1821.70 5179.82 51,798.20 83 10 CLAMP,20"BJ DRESSER FOR PVC PIPE*60 $710.32 $7,103.20 $517.06 $5,170.60 $632.15 $6,321.50 1505.94 55,059.40 .. 84 10 CLAMP,20"BJ DRESSER FOR Cl PIPE#60 1588.15 $5,881.50 $483.91 $4,839.10 $632.15 $6,321.50 5473.50 54,735.00 W: MANUFACTURER BID: S B S B ROMAC S B TOTAL-SECTION 7:1 $169,208.701 $91,681.00 $90,124.40 $89,715.30t-, AWARDED VENDOR-SECTION 7:HD SUPPLY 4/l/2011 2:44 PM BF0211-23 PAGE 8 OF 14 SEC77ON--8 W RMA'GS COBURN SUPPLY CPR/MDN RURAL PIPE HD SUPPLY DOMESTIC ONLY BEAUMONT NEW CANEY JASPER BEAUMONT ITEM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 85 20 4"BEND,MJ, 45',DI ` $43.26 $865.20 ;44.40 $888.00 543.13 $862.60 542.45 5849.00 86 20 4"BEND,iKJ,90',DI ;51.92 ;1,038.40 552.85 51,057.00 ;51.75 $1,035.00 £, f50.94 $1,018.80 87 30 6"bend MJ.45',DI ;67.23 S2,016.90 $68.511 $2,055.30 567.08 S2,012.40 ;68.04 S2,0 1.20 88 15 6"bend MJ,90',DI x ;81.87 $1228.05 $83.19 $1,247.85 581.46 ;1,22190 $82.86 $1,242.90 89 10 8"bend MJ,45',DI ;95.85 $958.50 ;97.87 $978.70 $95.83 S958.30 $94.04 $940.40 90 10 8"bend MJ,90',DI $120.16 $1,201.60 ;122.83 $1,228.30 $120.27 $1,202.70 $119.42 S1 194.20 91 40 6"LONG SLEEVE M),12"DI $71.88 $2 875.20 $72.91 $2 916.40 571.40 ;2,856.00 $71.26 $2,850.40 92 20 8"LONG SLEEVE MJ,12"DI p` $93.85 $1,877.00 ;191.34 $3,826.80 5187.35 $3,747.00 y, $93.031 $1,860.60 93 20 6'X 2"TAPPED CAP MJ DI ;52.58 ;1,051.60 $52.85 $1,057.00 $51.751 51,035.00 $52.12 $1,042.40 94 20 8"X 2"TAPPED CAP MJ DI $71.22 $1,424.40 S71ASI $1,429.00 $69.96 S1,399.20 ', ;70.60 51,412.00 95 20 6"X 6"TEE M)xMjxSWIVEL,DI 1136.45 $2,729.00 $138.48 52,769.60 ;136.57 $2,73140 5135.26 $2,705.20 TYLER TYLER TYLER TYLER TOTAL-SECTION 8: $17,26S.85 $19,453.95 S 19,061.50' $17,157.10 AWARDED VENDOR-SECTION 8:ACT PIPE 4/1/2011 2:44 PM BF0211-23 PAGE 9 OF 14 SECTION 9-TAPPING SLEEVES CPR/MDN RURAL PIPE ACT PIPE HD SUPPLY SMITH-GLAIR PREFERRED' NEW CANEY JASPER BEAUMONT BEAUMONT ITEM No. QTY # ti DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 96 10 TAPPING SLEEVE 12x8,FOR AC + ; PIPE $446.12 $4,461.20 5408.93 $4,089.30 $436.52 $4,365.20 $432.46 $4,324.60 TAPPING SLEEVE 6x6,FOR Cl 97 20 PIPE•RNG 6.84-7.30 $321.62 $6,432.40 $294.55 $5,891.00 5314.70 $6,294.00 5311.78 $6,235.60 98 10 TAPPING SLEEVE 6x6,FOR AC Ou PIPE $321.62 $3,216.20. $294.55 52,945.50 S314.701 53,147.00 5311.78 53,117.80 99 10 TAPPING SLEEVE 8x6,FOR AC PIPE6 RNG 9.20-9.60 w 5408.94 S4,089.40 S279.16 $2,791.60 5400.14 $4,001.40 5396.42 $3,964.20 100 10 TAPPING SLEEVE 12x6,FOR CI C900•RNG 13.16-13.56 5374.27 S3,742.70 5346.44 $3,464.40 5366.22 $3,662.20 S362.82 $3,628.20 101 S TAPPING SLEEVE 20x6,FOR .b ClIC9054 RNG 21.60-22.40 5799.69 53,998.45 $736.43 S3,682.15 $782.50 $3,912.50 S700.001 $3,500.00 TAPPING SLEEVE 16x4,FOR Cl 102 5 PIPE 5652.14 S3,260.70 $600.54 S3,002.70 5638.11 $3,190.55 $590.00 $2,950.00 103 5 TAPPING SLEEVE 16x6,FOR Cl PIPE 5672.00 $3,360.00 S619.32 $3,096.60 S658.06 $3,290.30 564535 $3,226.751 104 20 TAPPING SLEEVE 8x6,FOR Cl PIPE•RNG 8.62-9.06 = u 5324.21 $6,484.20 $279.16 $5,583.20 $317.24 $6,344.80 5314.29 $6,285.80 MANUFACTURER BID -°% S/B ROMAC S/B S/B TOTAL-SECTION 9. S39,045.25 534,546.45 $38,207.951 $37,232.95 AWARDED VENDOR-SECTION 9:COBURN SUPPLY 4/1/2011 2:44 PM 8F0211-23 PAGE 10 OF 14 SECTION- 10 BRASS PIPE F/T77/VGS CPR/MDN RURAL PIPE ACT PIPE HD SUPPLY DOMESTIC-NO LEAD ONLY NEW CANEY JASPER BEAUMONT BEAUMONT ITEM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 105 200 BUSHING,1x3/4,MIPTxFIPT 15.85 $1,170.00 $2.87 $574.00 $6.44 $1,288.00 $6.18 $1,236.00 106 40 BUSHING, 1-1/2x3!4 MIPTxFIPT $14.19 $567.60 57.68 $307.20 $15.60 $624.00 $14.67 $586.80 107 40 BUSHING, 1-1/2x1 MIPTxFIPT S14.19 (567.60 $6.27 5250.80 $15.60 5624.00 $14.981 $599.20 108 60 BUSHING,2x3/4,MIPTxFIPT $17.32 51,039.20 $11.19 $671.40 $19.25 $1,155.00 518.29 $1,097.40 109 200 BUSHING,2x1,MIPTxFIPT -y $17.32 $3,464.00 $11.19 $2,238.00 $19.25 $3,850.00 $18.48 $3,696.00 110 200 COUPLING 3/4,FIPT "+ $5.61 $1,122.00 52.85 $570.00 $6.17 $1,234.00 $5.93 $1,186.00 111 100 COUPLING 1%FIPT ' $9.47 $947.00 $4.32 $432.00 S10.52 $1,052.00 510.00 $1,000.00 112 100 COUPLING 1-1/2,FIPT $20.57 (2,057.00 59.20 5920.00 $22.85 $2,285.00 121.50 $2,150.00 113 100 COUPLING 2",FIPT a $34.00 $3,400.00 $15.12 $1,512.00 $37.78 $3,778.00 $35.91 $3,591.00 114 100 ELL,3/4"FIPT + $6.32 $632.00 $3.55 $355.00 $7.03 $703.00 $9.10 $910.00 115 100 ELL, 1",FIPT $10.28 $1,028.00 $5.45 $545.00 $11.43 $1,143.00 $10.74 $1,074.00 116 100 ELL, 1-1/2 FIPT *_ $20.57 $2,057.00 $10.86 $1,086.00 $22.85 $2,285.00 $21.50 $2,150.00 117 100 ELL,2"FIPT $33.20 $3,320.00 (17.65 $1,765.00 $36.89 $3,689.00 535.05 $3,505.00 118 200 NIPPLE,3/4x6 MPT $4.50 1900.00 $4.85 5970.00 $4.96 $992.00 149.23 $9,846.00 119 200 NIPPLE, 1x3,MPT S3.431 $686.00 $3.69 $738.00 $3.77 $754.00 $37.87 (7,574.00 120 200 NIPPLE,2x4,MPT (10.07 $2,014.00 $10.86 $2,172.00 $11.08 $2,216.00 $111.29 $22,258.00 121 200 NIPPLE, 1x6,MPT $6.57 $1,314.00 $7.08 $1,416.00 $7.23 $1,446.00 572.62 $14,524.00 122 200 NIPPLE,2x6,MPT $14.88 $2,976.00 $16.03 $3,206.00 $16.36 $3,272.00 $164.30 $32,860.00 123 100 TEE,3/4",FIPT $7.90 $790.00 S4.351 $435.00 18.76 $876.00 $8.33 $833.00 124 100 TEE, 1";FIPT r $14.24 $1,424.00 $7.74 $774.00 $15.82 $1,582.00 514.89 $1,489.00 125 100 TEE,1-1/2,FIPT $27.69 52,769.00 $14.86 $1,486.00 $30.72 $3,072.00 $28.93 52,893.00 126 100 TEE,2",FIPT S4S.891 $4,589.00 $24.45 $2,445.00 559.98 15,998.00 547.94 54,794.00 127 200 FLANGE, 1-1/2,METER,FIPT $27.02 $5,404.00 128.34 S5 668.00 529.80 55,960.00 534.27 16,854.00 128 200 FLANGE,2"METER,FIPT 535.28 S7 056.00 $36.99 f7 398.00 538.99 57,798.00 544.92 f8 984.00 129 100 SW CHK,1"BRASS,200#WOG, FIPT y $46.97 $4,697.00 $12.81 $1,281.00 521.56 $2,156.00 $54.17 $5,417.00 130 100 SW CHK,1-1/2"BRASS,200# WOG FIPT $124.10 $12,410.00 $25.33 $2,533.00 $103.01 $10,301.00 $89.53 $8,953.00 131 100 SW CHK,2"BRASS,200#WOG, _ FIPT $149.94 $14,994.00 $39.36 $3,936.00 $130.21 $13,021.00 $131.17 513,117.00 4/1/2011 2:44 PM 6F0211-23 PAGE 11 OF 14 COUPLER,MALE 3/4"MALE X 132 200 PACK JOINT CTS $10.94 S2,188.00 510.06 $2,012.00 $10.33 $2,066.00 S10.20 $2,040.00 133 200 COUPLER,MALE 1"MALE PACK R ; DINT CTS 512.97 $2,594.00 111.92 52,384.00 $12.23 $2,446.00 512.03 $2,406.00 COUPLER,MALE 1 1/2-MALE X d 134 200 PACK JOINT CTS $32.47 $6,494.00 $31.77 $6,354.00 $33.51 $6,702.00 533.23 $6,646.00 135 200 COUPLER,MALE 2"MALE X PACK _ DINT CTS $46.91 $9,382.00 $46.30 $9,260.00 548.83 $9,766.00 $48.421 $9,684.00 COUPLER,FEMALE fla COU 3 4"FEMALE X 136 200 PACK JOINT CTS $11.91 $2,382.00 S10.59 $2118.00 $10.86 $2,172.00 510.85 52170.00 COUPLER,FEMALE 1"FEMALE 137 200 PACK JOINT CTS '`- $15.61 $3,122.00 514.37 $2,874.00 S14.74 S2,948.00 $15.51 S3,102.00 138 200 COUPLER,FEMALE 1 1/2-FEMALE X PACK JOINT CTS $41.54 58,308.00 S40.651 $8,130.00 542.86 $8,572.00 542.28 $8,456.00 139 200 COUPLER,FEMALE 2"FEMALE X PACK JOINT CTS 548.93 $9,786.00 548.40 $9,680.00 $51.04 $10,208.00 $50.381 $10,076.00 140 100 UNION, 3/4 PACKJOINTX PACK JOINT CTS 513.33 $1,333.00 $12.25 $1,225.00 512.57 51,257.00 512.47 S1,247.00 UNION, 1"PACK JOINT X PACK u 141 100 JOINT CTS $15.24 51,524.00 $14.03 S1403.00 514.38 51,438.00 513.61 S1,361.00 UNION, 1 1/2"PACK JOINT X 142 100 PACK OINT CTS $46.64 $4,664.00 S4S.66 $4,566.00 548.15 54,815.00 547.98 S4,798.00 143 100 UNION, 2"PACK JOINT X PACK , JOINT CTS 562.33 $6,233.00 $61.64 S6,164.00 S65.01 56,501.00 564.79 S6,479.00 144 100 STREET ELL,3/4",MPTxFIPT ' $8.71 $871.00 $4.65 $465.00 S9.67 $967.00 S9.09 5909.00 14S 100 STREET ELL, I",MPTxFIPT 514.24 $1,424.00 $7.62 $762.00 515.82 51,582.00 514.89 S1,489.00 146 100 STREET ELL,1-1/2%MPTxFIPT 528.42 $2,842.00 $15.23 $1,523.00 $31.62 $3,162.00 $29.74 52,974.00 147 100 STREET ELL,2",MPTxFIPT S48.25 $4,825.00 525.84 $2,584.00 S53.611 S5,361.00 $50.42 $5,042.00 REDUCING UNION,1x3/4, 148 100 COMPxCOMP 51531 51,531.00 514.24 S1,424.00 $14.61 S11,461.001 S23J2 $2,372.00 CAMBRIDGE MERIT ' MERIT FORD I MERIT MUELLER NIBCO TOTAL-SECTION 10: $152,897.40 $108,612.40 $154,578.001 5234,428.40 Domestic Only AWARDED VENDOR-SECTION 10:COBURN SUPPLY III 4/1/2011 2:44 PM BF0211-23 PAGE 12 OF 14 SECTION-11 BRASS VALVET(FULL PM77 COBURN SUPPLY CPR/MDN ACT PIPE HD SUPPLY DOMESTIC NO-LEAD ONLY BEAUMONT NEW CANEY BEAUMONT BEAUMONT ITEM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 149 400 CORP,3/4"BALL STOP:BRASS, ' « CCXPA $33.66 $13,464.00 $32.62 $13,048.00 $33.34 $13,336.00 $31.16 $12,464.00 150 400 CORP,1"BALL STOP; BRASS.CCXPAQT $44.27 517,708.00 $42.89 $17,156.00 543.84 $17,536.00 $41.10 516,440.00 151 50 CORP,1-1/2 BALL STOP,BRASS, ICCxPAQT $99.22 $4,961.00 $91.49 $4,574.50 f , $98.26 $4,913.00 $92.25 $4,612.50 152 200 CORP,2"BALL STOP,BRASS, .:t CCxPACJT $164.09 $32,818.00 $151.32 $30,264.00 $162.51 $32,502.00 $153.03 $30,606.00 153 200 CURB STOP,3 14",BALL,T-HEAD, FIPTxFIPT $35.81 $7,162.00 $34.01 56 802.00 A €v 523.25 $4,650.00 $35.27 $7,054.00 154 200 CURB STOP,1",BALL,T-HEAD, FIPTxFIPT $55.65 $11,130.00 $56.38 $11,276.00 $41.01 $9,202.00 554.42 $10,884.00 155 200 CURB STOP,1-1/2",BALL,T- 0 HEA.FIPTxFIPT $113.95 $22,790.00 $106.42 521,284.00 `, $114.44 S22,888.00 $109.23 S21,846.00 CURB STOP,2",BALL,T-HEAD, 156 200 FIPTxFIPT $166.67 $33,334.00 $157.49 531 498.00 d $166.50 $33,300,00 $160.65 $32,130.00 157 100 BALL,3/4"ANGLE STOP,BRASS, LOCKWING FIPTX 3 4 METER $48.041 $4,804.00 $46.57 54,657.00 $26.05 $2,605.00 545.01 $4,501.00 158 100 BALL,I"ANGLE STOP,BRASS, <:5 LOCK WING FIPTX 1"METER $72.38 $7,238.00 $70.08 57,008.00 ` $52.29 $5,229.00 $65.81 $6,581.00 159 100 BALL,1 1/2"ANGLE STOP,BRASS ' LOCKWING FIPT X FLG S 157.08 $15,708.00 S 144.88 14 488.00 _ 1 S 55.57 1 7. 14 44 5 S 5 55 00 S 8. 14 44. , S 8 00 160 100 BALL,2"ANGLE STOP,BRASS, g LOCKWING-FIPTxFLG $185.37 $18,537.00 $170.95 $17,095.00 $183.58 $18,358.00 $175.15 $17,515.00 FORD CAMBRIDGE ' FORD MUELLER TOTAL-SECTION 11: $189,654.00 $179,150.50 S 179,076.001 $179,477.50 AWARDED VENDOR-SECTION 11: RURAL PIPE 4/l/2011 2:44 PM 8F0211-23 PAGE 13 OF 14 S&-WN-72 VALVET-DUC77LEIRON COBURN SUPPLY CPR/MDN RURAL PIPE ACT PIPE „ AMERICAN FLOW ONLY BEAUMONT NEW CANEY JASPER BEAUMONT ITEM No. DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 161 20 WHEEL GATE VALVE 3"DI,FLG X FLG $307.66 $6,153.20 5325.82 S6,516.40 $308.16 $6,163.20 $293.94 SS,878.80 162 20 WHEEL GATE VALVE 4"DI,FLG X FLG $343.82 $6,876.40 $364.11 S7,282.20 $344.38 $6,887.60 $298.08 55,961.60 163 50 WHEEL GATE VALVE 6",DI,FLG ; XFLG $459.42 $22,971.00 $486.53 $24,326.50 $460.16 S23,008.00 S396.971 $19,848.50 164 50 GATE VALVE 6",DI,MJ X MJ -' $442.82 S22,141.00 $468.95 $23,447.50 $443.53 $22,176.50 5376.16 518,808.00 165 20 GATE VALVE 8-,Dl,MJ X MJ S704.82 $14,096.40 $746.43 $14,928.60 $705.97 $14,119.40 $605.67 $12,113.40 166 10 GATE VALVE 10',DI,Ml X Ml $1,099.05 $10,990.50 $1,163.901 $11,639.00 $1,100.81 S11,008.10 $944.52 $9,445.20 ~' m 167 5 GATE VALVE 12",DI,M!X Ml $1,390.71 56,953.55 $1,472.77 $7,363.85 $1,392.94 $6,964.70 S1,195.05 $5,975.25 168 50 GATE VALVE 6",DI,MJxFLG $442.82 $22,141.00 $568.95 $28,447.50 $443.53 S22,176.50 $380.22 $19,011.00 169 20 GATE VALVE 8",DI,MJxFLG $691.80 $13,836.00 $732.63 514,652.60 5692.91 $13,858.20 S594.15 $11,883.00 170 5 GATE VALVE 10",DI,MJxFLG $1,099.05 $5,495.25 $1,163.90 $5,819.50 $1,100.81 S5,504.05 S944.44 $4,722.20 171 5 GATE VALVE 12",DI,MJxFLG $1,327.28 $6,636.40 $1,405.59 $7,027.95 $1,329.41 $6,647.05 $1,140.02 55,700.10 , 172 SO SW CHK,3"DI,FLGxFLG,NON- LEVER $530.25 $26,512.50 5432.54 $21,627.00 $531.10 $26,555.00 $488.40 524,420.00 173 50 SW CHK,4",Di,FLGxFLG,NON- LEVER 5654.93 S32 746.50 $534.24 526,712.00 S65S.98 $32.799.00 5568.70 128435.00 ,v 174 50 SW CHK,6",DI,FLGxFLG,NON- LEVER 5982.78 S49,139.00 $801.67 $40,083.50 $984.351 $49,217.50 S900.90 $45,045.00 MANUFACTURER BID: M&H VALVE AVK M&H :>' TOTAL-SECTION 12: $246,688.701 S239,874.101 S247,084.801 $217,247.05 AMERICAN FLOW ONLY AWARDED VENDOR-SECTION 12:HD SUPPLY 4/l/2011 2:44 PM BF0211-23 PAGE 14 OF 14 SEC770N 13-WATER MErERS6 COMPONENTS COBURN SUPPLY CPR/MDN RURAL PIPE ACT PIPE NEPTUNE ONLY BEAUMONT NEW CANEY JASPER BEAUMONT ITEM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST cm 175 50 METER,BRASS,5/8" NO BID NO BID $0.00 $35.00 $1,750.00 NO BID 50.00 w 176 50 " METER,BRASS,1" NO BID NO BID $0.00 $101.14 S5,057.00 NO BID $0.00 177 10 METER,BRASS, 1-1 2" NO BID NO BID $0.00 f254.65 $2,546.50 NO BID $0.00 "yt 178 20 METER BRASS 2" NO BID NO BID $0.00 $377.67 $7,553.40 NO BID $0.00 179 100 �-�:a�` •.*_�_ ADAPTER,3/4- FLAREXCOMP NO BID $11.67 $1,167.00 $11.80 $1,180.00 NO BID $0.00 180 100 ' ADAPTER,1"FLARExCOMP NO BID $17.18 $1,718.00 $17.34 $1,734.00 NO BID $0.00 M ago ANUFACTURER BID: NO BID CAMBRIDGE ., ".. TOTAL-SECTION 13: $0.001 $2,885.00 519,820.90 $0.00' Failed to Bid Entire Section NEPTUNE ONLY AWARDED VENDOR-SECTION 13:HD SUPPLY SEC77M 14-POLY 7U NINC COBURN SUPPLY CPR/MDN ACT PIPE HD SUPPLY BEAUMONT NEW CANEY - BEAUMONT BEAUMONT REM No. QTY DESCRIPTION UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 181 5 3/4"x 500 FT $83.20 $416.00 $90.00 $450.00 S12S.00 $625.00 $80.00 5400.00 182 5 1"X 300 FT $78.00 $390.00 587.00 $435.00 ,a=k.. $105.00 $525.00 575.00 5375.00 183 5 1-1/2"X 100 FT 558.24 $291.20 $65.00 5325.00 $65.00 S325.00 $52.00 5260.00 184 5 2"X 100 FT $91.52 5457.60 5112.00 $560.00 $100.00 $500.00 581.00 5405.00 MANUFACTURER BID: NO BID ENDOT NUMEX ADS TOTAL-SECTION 13: 51,554.80 $1,770.00 51,975.00 $1,440.00 AWARDED VENDOR-SECTION 14:RURAL PIPE COBURN SUPPLY CPR/MDN RURAL PIPE ACT PIPE HD SUPPLY TOTAL BID $1,472,32&50 $1,076,015.60 $1,376,784.65 51,069,004.20 $1,437,186.75 TOTAL AWARDED $24S,240.101 $25,898.75 $17S,600.001 $70,671.301 $859,140.20 NO BID: AMERICAN VALVE,REYNOLDS PIPE NOTES: 2 April 5,2011 Consider approving a contract for the construction of a hangar at the Beaumont Municipal Airport RICH WITH OPPORTUNITY BEAUMON* T • E ,• X • A • s City Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Patrick Donart, Director of Public Works MEETING DATE: April 5, 2011 REQUESTED ACTION: Council consider awarding a contract for the construction of a hangar at the Beaumont Municipal Airport. RECOMMENDATION Administration recommends the award of a bid to Bruce's General Construction of Beaumont in the amount of$380,000. BACKGROUND Twelve (12)bids were received on Thursday, March 24, 2011 for all labor,materials, and equipment necessary to construct a new clear span hangar at the Beaumont Municipal Airport located at 455 Keith Road. The pre-engineered metal structure is approximately 8,262 square feet and will replace the existing hangar building which sustained severe damage during Hurricane Rita. This hangar is included in the Fixed Base Operator's (FBO) lease for his use in the daily operations and maintenance of the airport. The project includes demolition of the damaged structure, furnishing a pre-engineered metal building on the existing slab, correcting the elevation of the existing slab to prevent flooding and construction of a new concrete apron at the entrance of the hangar. This hangar is located on the south side of the airport. Bids received are as follow: Contractor Price Completion Time Bruce's General Construction, Inc.,Beaumont,TX $380,000 110 calendar days Centerline Construction Services, Inc., Beaumont, TX $397,000 120 calendar days G&G Enterprises,Orange, TX $409,000 120 calendar days Brammer Construction, Inc.,Nederland, TX $411,553 135 calendar days Beaumont Municipal Airport- South Hangar April 5, 2011 Page 2 Contractor Price Completion Time L&L General Contractors, Beaumont,TX $424,000 145 calendar days Goss Building, Inc.,Beaumont,TX $433,000 120 calendar days ALLCO, Beaumont,TX $449,664 210 calendar days Cleveco Construction Company,Inc., Lumberton, TX $458,582 120 calendar days H. B.Neild& Sons, Inc., Beaumont,TX $471,000 150 calendar days McInnis Construction, Inc., Silsbee, TX $484,500 120 calendar days APAC-Texas, Inc., Beaumont, TX $600,798 no time quoted Lange Brothers, Inc., Port Arthur,TX $656,460 180 calendar days Bruce's General Construction is a certified Minority Business Enterprise company. BUDGETARY IMPACT Funds in the amount of$94,535.14 are available in the Rita Fund from the insurance claim. The balance, or$285,464.86, is available in the Airport Fund. RESOLUTION NO. WHEREAS, bids were received for furnishing all labor, materials, equipment and supplies for the construction of a clear span hangar at the Beaumont Municipal Airport; and, WHEREAS, Bruce's General Construction, of Beaumont, Texas, submitted a bid in the amount of$380,000; and, WHEREAS, City Council is of the opinion that the bid submitted by Bruce's General Construction, of Beaumont, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the bid submitted by Bruce's General Construction, of Beaumont, Texas, furnishing all labor, materials, equipment and supplies for the construction of a clear span hangar at the Beaumont Municipal Airport in the amount of $380,000 be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 5th day of April, 2011. - Mayor Becky Ames - HEARING Munro Uniform Services, LLC vs. CenterPoint Energy, Inc. and CenterPoint Energy Resources Corp. 3 April 5,2011 Consider the utility service dispute of Munro Uniform Services, LLC against CenterPoint Energy, Inc. and CenterPoint Energy Resources Corp. INTER-OFFICE MEMORANDUM IL City of Beaumont, Texas City Attorney's Office Date: April 1,2011 To: Mayor and City Council From: Tyrone E. Cooper, City Attorney � Subject: Munro Uniform Services, LLC vs CenterPoint Energy, Inc. and CenterPoint Energy Resources Corp. COMMENTS Munro Uniform Services has filed with the City of Beaumont a complaint against CenterPoint Energy, Inc. for your consideration. Munro's has asked for a hearing seeking a determination of the Council as to its authority or lack thereof to decide the controversy presented. CenterPoint, of course takes a contrary position. I have attached a copy of the complaint and the reply submitted by CenterPoint. The Texas Gas Utility Regulatory Act (GURA) gives original jurisdiction to the City to resolve issues involving gas utility rates, operations and services. It states specifically at Section 103.004 TX Utilities Code as follows: Municipal Jurisdiction To provide fair, just, and reasonable rates and adequate and efficient services, the governing body of a municipality has exclusive original jurisdiction over the rates, operations, and services of a gas utility within the municipality, subject to the limitations imposed by this subtitle, unless the municipality surrenders its jurisdiction to the railroad commission under Section 103.003. The City of Beaumont has not surrendered original jurisdiction in these matters. The proceeding should allow both sides an opportunity to state their position giving the council ample opportunity for questions and answers. The Mayor, of course, will be the presiding official. If you have any questions as to the process please feel free to call. This is not something you as a council have addressed in the past. woftr� EL city Of Beaumont February 15, 2011 Gary Chalk CenterPoint Energy 6095 College Street Beaumont, TX 77707 RE: Munro Uniform Services, LLC vs. r Inc. and CenterPoint Energy Resources Corp. CenterPoint Energy, gY 9Y Dear Mr. Chalk: The City of Beaumont is in receipt of the attached complaint filed by Munro Uniform Services, LLC. Munro's has requested a hearing before the Beaumont City Council seeking an order as to the jurisdiction of the Council to address the dispute contained in their letter of January 21, 2011. Before the Council sets this matter for a hearing, it is proper to allow CenterPoint an opportunity to respond to the complaint in writing, if it so chooses. Once the response is received, or there is an indication that no response will be forthcoming, a hearing will be set before the Beaumont City Council to receive whatever evidence or testimony either side wishes to present. You will, of course, be notified well in advance of the time and place of the hearing. If you have any questions, please do not hesitate to contact me. Sincerely, 4yr4E!tCp er City Attorney TEC/ss Attachment cc: Ernest W. Boyd Mehaffy Weber One Allen Center 500 Dallas, Suite 1200 Houston, Texas 77002 Legal Department • (409) 880-3715 • Fax (409)880-3121 P.O. Box 3827 • Beaumont,Texas 77704-3827 MEI-IAFFYWEBERHOUSton Beaumont Ernest A Boyd ATTORNEY AT LAW ATTORNEYS SHAREHOLDER A ftlesSi nal Corporation M e h o f fywe b er.c o m ButchBoyd@mehaffyweber.com One Allen Center Soo Dallas Street I Suite uoo Houston,Texas 77002 T3.6S5.izoo I Fax V3.655.022.2 January 21, 2011 Via U.S. Mail Ms. Tina Broussard City Clerk 801 Main St. #125 Beaumont,Texas 77701 Re: Munro Uniform Services,LLC v CenterPoint Energy,Yna and CenterPoint Energy Resources Corp. Dear Ms. Broussard: Please accept this letter as Munro's Uniform Services, L,L.C.'s ("Munro's") formal complaint against CenterPoint Energy, Inc. and CenterPoint Energy Resources Corp. (Collectively "CenterPoint") for breach of contract, violations of the Deceptive Trade Practices- Consumer Protection Act, negligent misrepresentation, fraudulent misrepresentation, fraudulent inducement, fraud by nondisclosure, and unjust enrichment. Munro's requests a hearing before the Beaumont City Council where the council can enter an order properly denying jurisdiction over this dispute and this case can move forward in the 60`h District Court in Jefferson County. Munro's is a uniform rental company based in Beaumont, Texas with its principal place of business at 399 N. MLK Parkway, Beaumont, Texas 77701. CenterPoint is an energy provider doing business in the City of Beaumont. CenterPoint can be served with notice of the requested hearing through their registered agent, C T Corporation System, 350 N. St, Paul Street, Dallas,Texas, 75201. On or around March 2009, the president of Munro's conveyed his concerns about exorbitant natural gas bills from CenterPoint and inquired as to whether anything could be done to alleviate some of the financial hardship stemming from the bills. Centerpoint responded on or around mid-April that if Munro's used enough natural gas to qualify for "Transportation Services" it could seek a third party supplier at a significantly reduced price. Centerpoint however, represented that after checking Munro's usage on the account, Munro's did not qualify. Only after repeated phone calls and a lunch meeting between Munro's and a CenterPoint representative on May 18, 2009, did CenterPoint inform Munro's that it would actually qualify for the Transportation Services program. HODUTIGATION:1037701.1 MEHAFFY WEBER January 21,2011 Page 2 There are only three possible venues for this dispute; the District Court, the Railroad Commission, or the Beaumont City Council. This case was originally filed in the 60`h District Court in Jefferson County on the 26"' of May 2010 because that was and is the proper venue for this dispute. See Exhibit A. CenterPoint responded to the complaint and entered a Plea to the Jurisdiction claiming that the Texas Railroad Commission, and not the District Court, was the proper venue. See Exhibit B. Out of an abundance of caution, the case was non-suited and this complaint filed to seek a proper determination of venue for this dispute. See Exhibit C. The Railroad Commission is not the proper venue for this dispute because all of the events giving rise to this claim occurred within the city limits of Beaumont. The Gas Utilities Regulatory Act grants the Railroad Commission exclusive jurisdiction only in areas outside of a municipality, or inside a municipality that surrenders its jurisdiction to the commission. Tex. Util. Code § 1002.001. The City of Beaumont has not surrendered this jurisdiction and has instead reserved the right to regulate the rates charged by Centerpoint Energy, its successors, and assigns, within the city. Beaumont, Tex., Ord. No. 08-040, § 40, 5-13-08. The Railroad Commission is therefore not the proper venue for this dispute. The City of Beaumont is not the proper venue for this dispute because Munro's is seeking damages from Centerpoint due to Centerpoint's deception, not a rate adjustment. Munro's is not complaining about the equality of rates under Tex. Util. Code § 104.005 or the setting of rates under Beaumont, Tex., Ord. No. 08-040, § 39, 5-13-08. Instead, this dispute revolves around Munro's allegations of misrepresentation, fraud, and deceptive practices against CenterPoint as alleged in the petition attached as Exhibit A. Because these issues do not fall under the jurisdiction of the Railroad Commission, or the City of Beaumont, Munro's requests a hearing before the Beaumont City Council where the council can enter an order properly denying jurisdiction over this dispute and this case can move forward in the 601h District Court in Jefferson County, Sincerely, Ernest W. Boyd For the Firm EWB/sg HOU LITIGATION:103 7701.1 MEHAFFY WEBER January 21,2011 Page 3 cc: Via U.S. Mail Tryone Cooper City Attorney P.O. Box 3827 Beaumont.,TX 77704-3827 Via U.S. Mail Kyle Hayes City Manager 801 Main St. #300 Beaumont, TX 77701 HOULITIGATION:1037701.1 See. 22.04.002 Forfeiture of franchise for rate violation Any person enjoying any public franchise within the limits of the city or holding any public privilege or right to render public service for profit within the city or rendering any public utility service within the city, who shall violate the provisions of section 22.04.001, or who shall increase the rates charged the public in violation thereof, shall subject himself to a forfeiture of such franchise rights, if any he may have,and the same may be forfeited by the city council, after ten (10) days' notice to the holder of such franchise right. Any such person, with or without franchise, who shall in the city fail or refuse to comply with the provisions of this article shall not be allowed or permitted to continue the operation of the business in which he is engaged within the city, and shall be, upon order of the city council, by the police department, restrained and prevented from so doing. (1958 Code, sec. 39-16; 1978 Code, sec. 28-111) Sec. 22,04,003 Centerpoint Energy (a) Definitions. Commercial consumer. The term "commercial consumer"as used in the schedules cited in subsection (c)of this section shall mean a customer or user of gas engaging in any business, professional or institutional activity, for all unrestricted uses of gas, including cooking, heating, refrigeration, water heating, air conditioning and power. Residential consumer. The term"residential consumer" as used in the schedules cited in subsection (c) of this section shall mean a customer or user of gas to whom service is supplied in a dwelling or a residential apartment for uses usual in a home. The terms "residential consumer"and"domestic consumer" are considered to be synonymous. (b) Natural gas supplied for individual use, resale or sharing prohibited. Natural gas supplied by Centerpoint Energy, its successors and assigns is for the individual use of the customer at one point of delivery and shall not be resold or shared with others. (c) Schedules of rates for natural gas, natural gas service. Centerpoint Energy, its successors and assigns (hereinafter sometimes referred to as the "company") is hereby authorized to place in effect the schedules of rates within the city for the supply of natural gas and natural gas service, which schedules are on rile in the office of the city clerk. (d) Right of city council to regulate rates preserved. Nothing contained in this section shall be construed as in any manner, now or hereafter, limiting or modifying; the right and power of the city council under the law to regulate the rates charged by Centerpoint Energy, its successors and assigns, within the city. (1958 Code, secs. 39-17-39-18.1; 1978 Code,secs. 28-112-28-115; Ordinance 08-040, secs. 37-40, adopted 5/13/08) �CenterPointTM Energy March 16, 2011 BY CERTIFIED MAI L Ms. Tina Broussard City Clerk City of Beaumont, Texas 801 Main Street, #125 Beaumont,Texas 77701 RE: Complaint of Munro Uniform Services, LLC against CenterPoint Energy, Inc. and CenterPoint Energy Resources Corp. Dear Ms. Broussard: I am Associate General Counsel to CenterPoint Energy, Inc. and CenterPoint Energy Resources Corp., d/b/a CenterPoint Energy Entex ("CenterPoint") and am responding to the complaint against CenterPoint by Munro Uniform Services, LLC ("Munro") filed with the City of Beaumont on or about January 21, 2011 ("the Complaint"). The Complaint alleges breach of contract and various theories of fraud relating to CenterPoint's natural gas sales and transportation service to Munro in the City of Beaumont. This service was performed pursuant to rate tariffs and regulations subject to the Gas Utilities Regulatory Act as codified in Title 3, Subtitle A of the Texas Utilities Code ("GURA"). Nevertheless, Munro requests that the City enter an order denying that it has jurisdiction under GURA over Munro's claims against CenterPoint. However,the Complaint's allegations center on the administration of the company's rates and services as those terms are defined in the GURA. Munro's invocation of common law theories is actually an attempt to artfully plead around and deprive the City and the Railroad Commission of their exclusive jurisdiction over those rates and services granted under the GURA. In fact, to the extent Munro seeks a declaration that CenterPoint has not complied with its tariffs and regulations, the City has jurisdiction over the Complaint pursuant to Tex. Utilities RE: Complaint of Munro Uniform Services,LLC against CenterPoint Energy and CERC Page 2 Code Section 104.001(b) for purposes of determining whether it subjected Munro to an unreasonable prejudice or disadvantage concerning its rates and services as prohibited under Utilities Code Section 104.004, If, on the other hand, Munro is seeking a refund of overcharges based on a misapplication of rates or inequality of rates and services, the Railroad Commission, rather than the City, would have exclusive jurisdiction over the Complaint pursuant to Tex. Utilities Code Section 104.005. These remedies in the GURA are clear and exclusive and may not be sidestepped by a plea for common law damages. In the end, CenterPoint believes the facts will show that it did not incorrectly charge Munro for service under its rates within the meaning of Section 104.005 of GURA such that Munro would be entitled to a refund. CenterPoint also did not unfairly prejudice or disadvantage Munro in the application of its rates and services in violation of GURA Section 104.004. On the contrary, CenterPoint treated Munro the same as similarly situated persons subject to its large volume rate schedule and rate schedules for transportation service. Thus, CenterPoint believes that the City should accept jurisdiction over Munro's Complaint and then dismiss it. Summary of Applicable Tariffs Prior to August 1, 2009, Munro received natural gas service pursuant to CenterPoint's General Service - Large Volume Rate Schedule No. GSLV-597-A on file with the City. At no time does Munro allege that it was improperly charged for its service under that rate. CenterPoint also offered two rates that allowed third parties to transport gas on its Beaumont distribution system to commercial consumers. Rate Schedule T-65 applied to delivery points where consumption exceeded 50 MCF per day and was in effect during the entire relevant period. On April 1, 2009, Rate Schedule T-75 became available for sales volumes in excess of 25 MCF per day. The gravamen of the Complaint is that CenterPoint had an unspecified duty to inform Munro of the potential availability of alternate gas supply service under its T-75 transportation tariff prior to May 18, 2009. As a result, Munro believes that it paid more for its natural gas service than it ordinarily would have paid under the relevant tariffs of CenterPoint. However, Munro fundamentally misunderstands the purpose and operation of the transportation service available under Rate Schedule T-75. The rate is available only to "Shippers" that acquire capacity for transportation and delivery of natural to "End-use Customers" as those terms are defined under the General Terms applicable to the rate. Pursuant to those General Terms, only those persons or entities that have executed a Transportation Service Agreement acquiring capacity from the company can be "Shippers" under the tariff. Munro would be classified as an End-Use Customer, which is defined as the person or entity receiving gas redelivered by the company for the account of the Shipper. While an End-use Customer could theoretically acquire capacity under the tariff and become a Shipper as well, the RE: Complaint of Munro Uniform Services,LLC against CenterPoint Energy and CERC Page 3 tariff was designed to serve gas marketing companies that would sell and then transport gas via the tariff to End-use Customers such as Munro. Indeed, no end-use customer has acquired capacity under the T-75 tariff since it became effective. The General Terms applicable to the T-75 rate schedule establish a number of prerequisites to service under the tariff. First and foremost, shippers must execute a Transportation Service Agreement and their credit must be approved for the amount of capacity sought to be acquired. Even after the Shipper is so qualified, it cannot begin transporting gas under the tariff until it submits an Exhibit A requesting transportation service to a specified End- Use Customer. This request must be submitted no less than 30 days before commencement of service by the Shipper. At that point, it may begin nominating gas for sale to an End-use Customer, but only for the next calendar month. Thus, the commencement of a valid sale and transportation of gas under the tariff often takes more than one month. Facts The Complaint alleges that Munro started to inquire about alternatives to its Large Volume Rate service beginning in March, 2009. Munro's gas purchases were clearly below the 50 MCF per day necessary to qualify for service by a supplier under the T- 65 transportation rate and the T-75 rate would not become effective until April 1. At no time did Munro evince any interest in becoming a shipper in its own right. Thus, if Munro had known about the new transportation program in March, it still could not have received gas deliveries under the tariff until May 1, 2009 at the earliest. Even this scenario assumes that Munro would have been able to immediately identify, negotiate and sign an acceptable supply contract with a gas marketer before April 1, 2009. If not, gas could not have flowed to them under the tariff until the beginning of a later calendar month. In fact, Munro did not immediately move to an alternate supplier after CenterPoint informed it of the availability of the T-75 rate on May 18, 2009 precisely because it was dissatisfied with the two gas marketers that were utilizing the rate at the time. Instead, it elected to solicit other potential suppliers to enter the market so it could take advantage of as strong a bidding process for its gas load from as many potential shippers as possible. As a result, it did not select a new supplier until June of 2009 and thus delayed their use of transportation service to August 1, 2009. Conclusion When examined in light of these facts, it is clear that CenterPoint did not subject Munro to an unreasonable prejudice or disadvantage in the administration of its rates or services and applied its tariffs in a non-discriminatory fashion. The T-75 rate was not effective at the time RE: Complaint of Munro Uniform Services,LLC against CenterPoint Energy and CERC Page 4 Munro claims to have inquired about an alternate supplier in March of 2009. Moreover, the General Terms of the tariff would have inevitably delayed Munro's transition to alternate supplier for at least 30 days and possibly almost two months. Finally, Munro's claims of unfair prejudice in the administration of the T-75 program are belied by their voluntary delay in utilizing the program to August 1,2009 after they learned of it. As a result, CenterPoint submits that it never overcharged Munro under either its Large Volume rate tariff or its T-75 transportation tariff and applied those tariffs and the applicable rules and regulations thereunder to Munro in a reasonably non-prejudicial manner. Since CenterPoint has established that it did not violate the GURA with respect to Munro, we respectfully request that the City accept jurisdiction over the Munro's Complaint as provided in GURA Section 104.001 and that it then be dismissed on the merits. We appreciate the City's attention to this issue. If you have any questions about our position, please do not hesitate to contact the undersigned counsel at the letterhead address or the telephone number given below my signature. Very Truly Yours, W , (&L Robert W. Claude (713)207-5603 RWC/cdm Cc: Tyrone Cooper(By Fax&US Mail) Ernest W. Boyd(By Fax&Certified Mail) George Hepburn Gary Chalk