Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
1998 08 13 CC MinutesMINUTES OF THE REGULAR SESSION
OF THE CITY COUNCIL OF THE CITY OF BAYTOWN
August 13, 1998
The City Council of the City of Baytown, Texas, met in regular session on
August 13, 1998, at 6:30 p.m., in the Council Chambers at City Hall with the
following in attendance:
Victor Almendarez
Council Member
Manuel Escontrias
Council Member
E. Frank Hinds, Jr.
Council Member
Coleman Godwin
Council Member
Pete C. Alfaro Mayor
Bobby Rountree City Manager
Ignacio Ramirez City Attorney
Eileen P. Hall City Clerk
Absent: David Byford Council Member
Scott Sheley Council Member
The meeting was opened with a quorum present, and Council Member
Almendarez led the pledge of allegiance and offered the invocation, after which
the following business was conducted:
Consider Approval of Special and Regular Meetings held on July 23, 1998
Council Member Escontrias moved to approve the minutes. Council
Member Godwin seconded the motion. The vote follows:
Ayes: Council Members Almendarez, Escontrias,
Hinds, and Godwin
Mayor Alfaro
Nays: None
980813 -2
Minutes of Regular Session — August 13, 1998
^ Receive Annual Parks and Recreation Advisory Board Report
Wayne Gray, Chairman, Parks and Recreation Advisory Board, presented
the annual report to the City Council. Council Member Almendarez moved to
accept the report. Council Member Escontrias seconded the motion. The vote
follows:
Ayes: Council Members Almendarez, Escontrias
Hinds, and Godwin
Mayor Alfaro
Nays: None
Proposed Ordinance No. 980813 -2, Amending Chapter 18 "Buildings,"
Article XI "Landscaping," Section 18 -1202 "Definitions" to add the
Definition of "Developed Land" and Section 18 -1206 "Streets cape,"
Subsections (a) and (b) of the Code of Ordinances
This proposed ordinance requires streetscape along street rights -of -way,
if developed land is visible from such rights -of -way. The previous ordinance only
required streetscape if the parking lot of the developed land was adjacent to a
street right -of -way. These amendments have been reviewed and are
recommended by Baytown Area Community Long -Range Planning Commission.
Council Member Escontrias moved to adopt the ordinance. Council
Member Godwin seconded the motion. The vote follows:
Ayes: Council Members Almendarez, Escontrias
Hinds, and Godwin
Mayor Alfaro
Nays: None
ORDINANCE NO. 8359
AN ORDINANCE OF THE CITY OF BAYTOWN, TEXAS,
AMENDING CHAPTER 18 "BUILDINGS," ARTICLE XI
"LANDSCAPING," SECTION 18 -1202 "DEFINITIONS" TO ADD
THE DEFINITION OF "DEVELOPED LAND" AND SECTION 18-
1206 "STREETSCAPE," SUBSECTIONS (A) AND (B) OF THE
CODE OF ORDINANCES, CITY OF BAYTOWN, TEXAS;
PROVIDING A REPEALING CLAUSE; CONTAINING A SAVINGS
CLAUSE; AND PROVIDING FOR THE EFFECTIVE DATE
THEREOF.
980813 -3
Minutes of Regular Session —August 13, 1998
Hold Public Hearing at 6:35 p.m. on the Request of Baqar Shah to Amend
the Official Zoning Map of the City of Baytown to Rezone Property
Described as Tract 13B, Abstract 2, out of the Jacob Armstrong Survey
from Mixed Use (MU) to Neighborhood Conservation (NC)
Mayor Alfaro called to order the public hearing concerning the zoning map
amendment application of Baqar Shah regarding the reclassification of property
described as Tract 13B, Abstract 2, Jacob Armstrong Survey, Baytown, Texas,
from a Mixed Use District to a Neighborhood Conservation District. He stated
that everyone desiring to speak at this hearing should sign the list in the back of
the foyer if they have not already done so as this list will provide the speaking
order for this hearing. He asked that each speaker give his name and address
to provide a proper record of the hearing. He asked the City Manager to
summarize the suggested amendment.
The City Manager stated that the property currently zoned Mixed Use
contains 55.52 acres and is located in Chambers County on the west side of
Highway 146 south of De Bruhl's Furniture. He said the applicant is proposing to
develop a 141 -lot subdivision which is a permitted use within the MU and the NC
districts; however, if the proposed subdivision remains zoned MU, any type of
development can occur within this subdivision.
Since no one registered to speak, Mayor Alfaro closed the public hearing.
Proposed Ordinance No. 980813 -1, Approving an Amendment to the Official
Zoning Map of the City of Baytown, Rezoning Property Described as Tract
13B, Abstract 2, out of the Jacob Armstrong Survey from Mixed Use (MU)
to Neighborhood Conservation (NC)
The Zoning Commission has held one public hearing regarding this matter
and has prepared a report along with a recommendation for approval. Based on
staff analysis, the request meets the six amendment criteria established by the
Zoning Ordinance. Council Member Escontrias moved to adopt the ordinance.
Council Member Hinds seconded the motion.
Council received a letter of protest from Myrna Schaffer, owner of the
19.77 -acre tract adjacent to Mr. Shah's property on the south. In response to
inquiry from Council, the City Manager said that Ms. Schaffer's property could
still be used as commercial, but there would be a twenty -foot set back for a
business from the residential area. The vote follows:
980813 -4
Minutes of Regular Session — August 13,1998
Ayes: Council Members Byford, Escontrias
Hinds, Godwin, and Sheley
Mayor Alfaro
Nays: Council Member Almendarez
ORDINANCE NO. 8360
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF
BAYTOWN, TEXAS, AMENDING THE OFFICIAL ZONING MAP
OF THE CITY OF BAYTOWN CONCERNING PROPERTY
DESCRIBED AS TRACT 13B, ABSTRACT 2, OUT OF THE
JACOB ARMSTRONG SURVEY, BAYTOWN, TEXAS, TO
RECLASSIFY SUCH PROPERTY FROM A MIXED USE
DISTRICT TO A NEIGHBORHOOD CONSERVATION DISTRICT;
AND PROVIDING FOR THE EFFECTIVE DATE THEREOF.
Council Considered Items 7 and 8 as follows:
Proposed Ordinance No. 980813 -3, Second and Final Reading on the
Proposed Annexation of a 1.5495 -Acre Tract on Interstate 10 East (adjacent
to Holiday Inn Express)
Plans are to construct an Outback Restaurant at this location. In
accordance with state law and the charter of the City of Baytown, the first
reading on annexation was held not more than forty nor less than twenty days
after the public hearings. Public hearings on the proposed annexation were held
on June 11, 1998. The ordinance was published on first reading and at least
thirty days have elapsed since the publication.
Proposed Ordinance No. 980813 -4, Placing the Newly Annexed Property in
the Proper Council District.
Upon annexation, the City Council must place the site into its proper
council district. This tract will become part of Council District No. 4.
Council Member Hinds moved to adopt Proposed Ordinance Nos.
980813 -3 and 980813 -4. Council Member Escontrias seconded the motion.
The vote follows:
980813 -5
Minutes of Regular Session —August 13, 1998
Ayes: Council Members Almendarez, Escontrias
Hinds, and Godwin
Mayor Alfaro
Nays: None
ORDINANCE NO. 8329
AN ORDINANCE PROVIDING FOR THE EXTENSION OF
CERTAIN BOUNDARY LIMITS OF THE CITY OF BAYTOWN,
TEXAS, AND THE ANNEXATION OF A 1.5495 -ACRE TRACT ON
INTERSTATE 10 EAST (ADJACENT TO HOLIDAY INN
EXPRESS) CONTIGUOUS TO EXISTING CITY LIMITS; WHICH
SAID TERRITORIES LIE ADJACENT TO AND ADJOIN THE
PRESENT BOUNDARY LIMITS FOR THE CITY OF BAYTOWN,
TEXAS.
ORDINANCE NO. 8361
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF
BAYTOWN ADDING A 1.5495 -ACRE TRACT ON INTERSTATE
10 EAST (ADJACENT TO HOLIDAY INN EXPRESS) TO
COUNCIL DISTRICT NO. 4; REPEALING ORDINANCES
INCONSISTENT HEREWITH; CONTAINING A SAVINGS
CLAUSE; AND PROVIDING FOR THE PUBLICATION AND
EFFECTIVE DATE THEREOF.
Proposed Ordinance No. 980813 -5, Awarding the East District Sanitary
Sewer Collection System Contract
The ordinance awards the contract to Angel Brothers Enterprises, Inc. in
the amount of $1,244,400. We received eight bids. The low bidder, Kinsel
Industries, Inc. was disqualified due to submitting an insufficient bid bond. The
scope of work includes installation of 4,100 LF of twenty -foot force main, 1,800
LF of forty -eight foot gravity line, construction of one lift station, and installation
of one grinder station. EPA issued an administrative order to correct the sewer
overflow condition at Ferry Road and Pond Gully. This work, along with the
proposed East District Wastewater Treatment Plant Expansion, will resolve this
bypass condition. The engineer's estimated construction cost is $1,092,300.
This project is funded by Texas Water Development Board funds. The
construction duration is 160 working days.
Council Member Almendarez moved to adopt the ordinance. Council
Member Hinds seconded the motion. The vote follows:
980813 -6
Minutes of Regular Session — August 13,1998
Ayes: Council Members Almendarez, Escontrias
Hinds, and Godwin
Mayor Alfaro
Nays: None
ORDINANCE NO. 8362
AN ORDINANCE AUTHORIZING AND DIRECTING THE MAYOR
AND CITY CLERK TO EXECUTE AND ATTEST TO A
CONTRACT WITH ANGEL BROTHERS ENTERPRISES, INC.,
FOR THE EAST DISTRICT SANITARY SEWER COLLECTION
SYSTEM PROJECT; AUTHORIZING PAYMENT OF THE SUM OF
ONE MILLION TWO HUNDRED FORTY -FOUR THOUSAND
FOUR HUNDRED AND N01100 DOLLARS ($1,244,400.00);
MAKING OTHER PROVISIONS RELATED THERETO; AND
PROVIDING FOR THE EFFECTIVE DATE THEREOF.
For bid tabulation, see Attachment "A."
Council considered Items 10 and 11 as follows:
Proposed Resolution No 980813 -1, Requesting Legislative Action
Preserving Local Government Authority to Save Taxpayer Dollars Through
Cooperative Purchasing Programs
Proposed Resolution No 980813 -2, Supporting Action Preserving Local
Government Authority to Save Taxpayer Dollars Through Cooperative
Purchasing Programs
The Texas Motor Vehicle Division and board are actively seeking to
restrict or end local government ability to cooperate in the purchase of motor
vehicles. H -GAC has obtained a restraining order, which prevents further action
by the Motor Vehicle Division, and allows the vehicle purchasing program to
continue on a normal basis. The long -term remedy for this situation will be
legislation clarifying that local governments can cooperate to purchase vehicles.
H -GAC requested adoption of one resolution for H -GAC's use in soliciting
legislative support and adoption of the second resolution to be directed to Texas
Municipal League in support of Cooperative Purchasing Programs.
H -GAC has requested that Council pass these resolutions and send one
to TML and one to the legislators. H -GAC purchases and bids out large
quantities of vehicles and many cities in this area use this procedure.
980813 -7
Minutes of Regular Session — August 13, 1998
Council Member Hinds urged approval of both ordinances stating that the
ability to cooperatively purchase was very important to small cities. Council
Member Escontrias moved to adopt Proposed Resolution Nos. 980813 -1 and
980813 -2. Council Member Hinds seconded the motion. The vote follows:
Ayes: Council Members Almendarez, Escontrias
Hinds, and Godwin
Mayor Alfaro
Nays: None
RESOLUTION NO. 1360
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
BAYTOWN, TEXAS, REQUESTING LEGISLATIVE ACTION
PRESERVING LOCAL GOVERNMENT AUTHORITY TO SAVE
TAXPAYER DOLLARS THROUGH COOPERATIVE
PURCHASING PROGRAMS; AND PROVIDING FOR THE
EFFECTIVE DATE THEREOF.
RESOLUTION NO. 1361
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
BAYTOWN, TEXAS, SUPPORTING ACTION PRESERVING
LOCAL GOVERNMENT AUTHORITY TO SAVE TAXPAYER
DOLLARS THROUGH COOPERATIVE PURCHASING
PROGRAMS; AND PROVIDING FOR THE EFFECTIVE DATE
THEREOF.
Consent Agenda
Council considered the consent agenda items "a" and items "c" through "I."
a. Consider rejection of bids for the Sims and Stimson Street
Improvement contract. Last year CDBG budgeted $50,000 for this
project. We received two bids for $93,926.00 and $118,886.50.
The scope of work on Stimson is from Pruett to Wheatley and
includes reshaping the existing base, a two -inch asphalt overlay,
and replacement of 180 feet of two -inch waterline with six -inch line.
The scope of work on Sims is between Alexander and Cleveland
and includes regarding and reconstruction of the existing base, a
two -inch asphalt overlay, sidewalk repair, curb and gutter
replacement, wheelchair ramps, and lowering a two -inch waterline
crossing. We recommend rejecting all bids and using CDBG funds
980813 -8
Minutes of Regular Session —August 13, 1998
to purchase materials for waterline replacement with installation to
be performed by City crews as part of on -going water rehabilitation.
In order to get competitive bids, these streets will be included in
next year's street improvement program.
We recommend approval.
C. Proposed Ordinance No. 980813 -7, authorizes removal of the
traffic signal at the intersection of Carver Street and Lee Drive and
the designation of a stop intersection controlling eastbound Carver
Street. The signal was put on flash on March 27, 1998, due to
controller problems requiring extensive repair. Prior to repair or
replacement, traffic studies were conducted which determined the
signal is no longer warranted.
We recommend approval.
d. Proposed Ordinance No. 980813 -8, authorizing a stop intersection
at West Pearce and South Whiting Street controlling east and
westbound West Pearce. Lee College Security contacted the City
regarding this intersection. They indicated that it was a problem
(especially in the evenings) due to traffic volume, speed, and
restricted visibility created by parked cars. Based on these factors,
installation of stop signs controlling east and westbound West
Pearce Avenue is warranted and recommended.
We recommend approval.
e. Proposed Ordinance No. 980813 -9, amends and renames Chapter
94 "Traffic and Vehicles," Article II "Administration," Division 2
"Enforcement," Section 94 -61 "Authority and Duties of Traffic
Planner" of the Code of Ordinances. This proposed ordinance
revises the Code to reflect the practices of the City which were
modified during the current budget year with the transfer of all
traffic responsibilities to the Traffic Division of the Public Works
Department.
We recommend approval.
f. Proposed Ordinance No. 980813 -10, awards the sale of Tract 15-
7A, Chambers County, Abstract 22, C. Smith Survey to William O.
Wallace, Jr., for the amount of $1,051. Packets were mailed to four
adjacent property owners and we received one quote. The
property is a 0.14 -acre tract of land adjacent to Lincoln Cedars
980813 -9
Minutes of Regular Session —August 13, 1998
Subdivision. Prior to purchase by the City, the property was used
as the location of a water well which has since been removed.
We recommend approval.
g. Proposed Ordinance No. 980813 -11, authorizes an agreement with
Goose Creek CISD to cost Share re- routing of the sanitary sewer
at Bowie Elementary School. This agreement will authorize the
City to reimburse Goose Creek CISD for an amount not to exceed
$50,000 to re -route Bowie School sewer to a manhole located at
James Bowie Road in lieu of its current connection on Ivie Lee.
This re- routing is necessary because the existing service line
connects to a shallow manhole creating a flat slope or low velocity
flow which causes sewage "backup" on the school property. The
school board has approved the agreement contingent upon
approval by Council.
We recommend approval.
h. Proposed Ordinance No. 980813 -12, approves deduct Change
Order No. 2 in the amount of $8,892.50 to adjust final quantities of
the Old Horace Mann Sanitary Sewer and deduct Change Order
No. 3 in the amount of $8,110.21 to adjust final quantities of the
Plumwood Phase II to P.M. Construction and Rehabilitation, L.P.
for the construction of Sanitary Sewer Rehabilitation in the Old
Horace Mann School Area and construction of Plumwood Phase II
Sanitary Sewer Rehabilitation contract. Two separate change
orders for the same contract were requested by the TWDB
because the one contract combined two projects that were in
separate TWDB loan applications. A significant underrun was
vertical feet of sewer manhole rehabilitation, stabilized sand, and
eight -inch and ten -inch pipebursts. A significant overrun was
abandon service reconnection. The contract award amount was
$426,979.96. The final contract amount is $442,374.10 which
represents a 3.6 percent cost growth. The contract duration was
120 calendar days, and the contractor completed the work in 96
calendar days. This work is funded by Texas Water Development
Board funds.
We recommend approval.
i. Proposed Ordinance No. 980813 -13, accepts the dedication of Lot
10, Block V, Brownwood Subdivision by Fred C. Ramsey for the
Baytown Nature Center. With the donation of this parcel, there are
980813 -10
Minutes of Regular Session — August 13,1998
less than ten parcels remaining to be acquired for the Nature
Center.
We recommend approval.
j. Proposed Ordinance No. 980813 -14, awards the bid for three
10 HP Sewage Pumps to Hahn Equipment Company in the amount
of $13,530. Due to economic development and current inquiries on
the north 146 corridor, additional pumping capacity is needed at Lift
Station No. 5 which is located on the Highway 146 collection
system. Flyght Corporation pumps were installed with the lift
station completed approximately four years ago. Hahn Equipment
Company is the sole source supplier of Flyght pumps in the
Houston area. Major modifications to the Lift Station would be
needed if the brand and pump design were changed. Funds will
come from bonds.
We recommend approval.
k. Proposed Ordinance No. 980813 -15, awards the annual fire
fighting protective clothing contract Section I to Mile -Hi T Fire
Equipment, Inc. in the amount of $16,800; Section II and Section V,
Item #9, to Four Alarm Fire Equipment in the amount of $4,225;
and Section III, IV, and V, Items #7 and 8, to Casco Industries, Inc.
in the amount of $2,570. The contract total was $23,595.
Invitations to bid were mailed to eight suppliers and we received
three bids and two no bids.
We recommend approval.
Proposed Ordinance No. 980813 -16, awards the annual electrical
services contract to Gulf Coast Electric Company in an amount up
to $75,000. Invitations to bid were mailed to four suppliers and we
received three bids. This annual contract is used by all
departments for electrical services regarding emergencies, bucket
truck service, and miscellaneous electrical services. The contract
is to be awarded for up to $75,000 based on average usage for the
past five years. Each project will be performed and invoiced based
on individual line item unit pricing.
We recommend approval.
Council Member Escontrias moved to adopt the consent agenda items "a"
and Items "c" through "I." Council Member Almendarez seconded the motion.
The vote follows:
980813 -11
Minutes of Regular Session —August 13, 1998
Ayes: Council Members Almendarez, Escontrias
Hinds, and Godwin
Mayor Alfaro
Nays: None
For bid tabulations, see Attachments "B" through "D."
ORDINANCE NO. 8363
AN ORDINANCE REMOVING THE TRAFFIC SIGNAL AT THE
INTERSECTION OF CARVER STREET AND LEE DRIVE;
AUTHORIZING THE PLACEMENT OF A STOP SIGN ON
CARVER STREET AT THE LEE DRIVE INTERSECTION;
AUTHORIZING THE POSTING OF PROPER SIGNS;
REPEALING CONFLICTING ORDINANCES; CONTAINING A
SAVINGS CLAUSE; PRESCRIBING A MAXIMUM PENALTY OF
TWO HUNDRED AND NO1100 DOLLARS ($200.00) FOR EACH
VIOLATION THEREOF; AND PROVIDING FOR THE
PUBLICATION AND EFFECTIVE DATE THEREOF.
ORDINANCE NO. 8364
AN ORDINANCE DESIGNATING THE INTERSECTION OF WEST
PEARCE AND SOUTH WHITING AS A STOP INTERSECTION;
AUTHORIZING THE POSTING OF PROPER SIGNS;
REPEALING CONFLICTING ORDINANCES; CONTAINING A
SAVINGS CLAUSE; PRESCRIBING A MAXIMUM PENALTY OF
TWO HUNDRED AND NO/100 DOLLARS ($200.00) FOR EACH
VIOLATION THE THEREOF; AND PROVIDING FOR THE
PUBLICATION AND EFFECTIVE DATE THEREOF.
ORDINANCE NO. 8365
AN ORDINANCE OF THE CITY OF BAYTOWN, TEXAS,
AMENDING CHAPTER 94 "TRAFFIC AND VEHICLES,"
ARTICLE II "ADMINISTRATION," DIVISION 2
"ENFORCEMENT," SECTION 94 -61 "AUTHORITY AND DUTIES
OF TRAFFIC PLANNER" OF THE CODE OF ORDINANCES,
CITY OF BAYTOWN, TEXAS; PROVIDING A REPEALING
CLAUSE; CONTAINING A SAVINGS CLAUSE; AND PROVIDING
FOR THE EFFECTIVE DATE THEREOF.
980813 -12
Minutes of Regular Session —August 13, 1998
ORDINANCE NO. 8366
AN ORDINANCE ACCEPTING THE BID OF WILLIAM O.
WALLACE, JR., IN THE AMOUNT OF ONE THOUSAND FIFTY -
ONE AND NO1100 DOLLARS ($1,051.00) FOR THE SALE OF
TRACT 15 -7A, ABSTRACT 22, C. SMITH SURVEY, BAYTOWN,
CHAMBERS COUNTY, TEXAS; AND PROVIDING FOR THE
EFFECTIVE DATE THEREOF.
ORDINANCE NO. 8367
AN ORDINANCE AUTHORIZING AND DIRECTING THE CITY
MANAGER TO EXECUTE AND THE CITY CLERK TO ATTEST
TO AN INTERLOCAL AGREEMENT WITH GOOSE CREEK
CONSOLIDATED INDEPENDENT SCHOOL DISTRICT FOR A
SEWER LINE BEING CONSTRUCTED BY THE GOOSE CREEK
CONSOLIDATED INDEPENDENT SCHOOL DISTRICT TO RUN
FROM BOWIE ELEMENTARY SCHOOL AT 2200 CLAYTON
DRIVE TO A MANHOLE LOCATED ON THE NORTHWEST
CORNER OF JAMES BOWIE DRIVE AND CLAYTON AVENUE;
AND PROVIDING FOR THE EFFECTIVE DATE THEREOF.
ORDINANCE NO. 8368
AN ORDINANCE AUTHORIZING DEDUCT CHANGE ORDERS
NO. 2 AND NO. 3 WITH P.M. CONSTRUCTION AND
REHABILITATION, L.P., TO ADJUST THE FINAL UNIT BID
QUANTITIES FOR THE PLUMWOOD PHASE II AND OLD
HORACE MANN SANITARY SEWER REHABILITATION
PROJECT; AUTHORIZING FINAL PAYMENT OF THE SUM OF
TWENTY -TWO THOUSAND TWO HUNDRED SIXTY -ONE AND
20/100 DOLLARS ($22,261.20) TO P.M. CONSTRUCTION AND
REHABILITATION, L.P., FOR SAID PROJECT; AND PROVIDING
FOR THE EFFECTIVE DATE THEREOF.
ORDINANCE NO. 8369
AN ORDINANCE ACCEPTING THE DEDICATION OF
PROPERTY BY FRED C. RAMSEY FOR THE BAYTOWN
NATURE CENTER; DIRECTING THE CITY CLERK TO FILE
SAID DEDICATION WITH THE COUNTY CLERK OF HARRIS
COUNTY, TEXAS; AND PROVIDING FOR THE EFFECTIVE
DATE THEREOF.
980813 -13
Minutes of Regular Session —August 13, 1998
ORDINANCE NO. 8370
AN ORDINANCE AUTHORIZING THE PAYMENT OF THE SUM
OF THIRTEEN THOUSAND FIVE HUNDRED THIRTY AND
NO/100 ($13,530.00) TO HAHN EQUIPMENT COMPANY AS THE
SOLE SOURCE FOR THREE 10 HP SEWAGE PUMPS; MAKING
OTHER PROVISIONS RELATED THERETO; AND THE
EFFECTIVE DATE THEREOF.
ORDINANCE NO. 8371
AN ORDINANCE ACCEPTING THE BID OF MILE -HI T FIRE
EQUIPMENT, INC., FOUR ALARM FIRE EQUIPMENT, AND
CASCO INDUSTRIES, INC., FOR THE ANNUAL FIRE FIGHTING
PROTECTIVE CLOTHING CONTRACT AND AUTHORIZING
PAYMENT BY THE CITY OF BAYTOWN, THE SUM OF
TWENTY -THREE THOUSAND FIVE HUNDRED NINETY -FIVE
AND NO /100 DOLLARS ($23,595.00); MAKING OTHER
PROVISIONS RELATED THERETO; AND PROVIDING FOR THE
EFFECTIVE DATE THEREOF.
ORDINANCE NO. 8372
AN ORDINANCE ACCEPTING THE BID OF GULF COAST
ELECTRIC COMPANY FOR THE ANNUAL ELECTRICAL
SERVICES CONTRACT AND AUTHORIZING PAYMENT BY THE
CITY OF BAYTOWN, THE SUM OF UP TO SEVENTY -FIVE
THOUSAND AND NO1100 DOLLARS ($75,000.00); MAKING
OTHER PROVISIONS RELATED THERETO; AND PROVIDING
FOR THE EFFECTIVE DATE THEREOF.
Proposed Ordinance No. 980813 -6, Authorizing Removal of the Traffic
Signal at the Intersection of Garth Road at the Venture and Furrows'
Driveways
After the Venture Store closed, the traffic signal at this intersection was
put on flash. Furrow's Building Materials was located on the east side of Garth
but has closed. While on flash, traffic studies were conducted to confirm that the
signal is no longer warranted. The Growth Management and Development
Advisory Commission has recommended this change.
Council Members Almendarez and Godwin mentioned the location of a
business at Furrow's old site and the fact that Hobby Lobby would be opening at
the old Venture site. The City Manager explained that the staff is currently
980813 -14
Minutes of Regular Session —August 13, 1998
studying Riceland Road and looking at incorporating that street into a
signalization scheme that will serve Baytown Central as well as Riceland.
Council Member Hinds moved to adopt the ordinance. Council Member
Escontrias seconded the motion. The vote follows:
Ayes: Council Members Escontrias and Hinds
Mayor Alfaro
Nays: Council Member Almendarez and Godwin
ORDINANCE NO. 8373
AN ORDINANCE REMOVING THE TRAFFIC SIGNAL AT THE
INTERSECTION OF GARTH ROAD AND THE VENTURE AND
FURROWS' DRIVEWAYS; REPEALING CONFLICTING
ORDINANCES; CONTAINING A SAVINGS CLAUSE; AND
PROVIDING FOR THE EFFECTIVE DATE THEREOF.
Consider Appointments to Baytown Area Water Authority Board
Council Member Hinds moved to appoint Mr. Peter Buenz and Mr. Knox
Beavers to the Baytown Area Water Authority Board. Council Member Godwin
seconded the motion. The vote follows:
Ayes: Council Members Almendarez, Escontrias
Hinds, and Godwin
Mayor Alfaro
Nays: None
Consider Appointments to Parks and Recreation Board
Council Member Escontrias moved to confirm Mayor Alfaro's appointment
of Mr. Ralph Ugalde to the Parks and Recreation Board. Council Member Hinds
seconded the motion. The vote follows:
Ayes: Council Members Almendarez, Escontrias
Hinds, and Godwin
Mayor Alfaro
Nays: None
980813 -15
Minutes of Regular Session — August 13,1998
Consider Appointment of Two Additional Baytown Police Reserve Officers
Chief Shaffer wishes to appoint Steve Adams and Marilyn Thrash as
additional reserve officers. Each has completed the necessary paperwork and is
a previous officer. Council Member Almendarez moved to appoint Steve Adams
and Marilyn Thrash. Council Member Escontrias seconded the motion. The
vote follows:
Ayes: Council Members Almendarez, Escontrias
Hinds, and Godwin
Mayor Alfaro
Nays: None
City Manager's Report
National Night Out
The city had 49 block parties. Some were consolidated from last year. It
was a very successful evening.
Bayland Park Hotel
The administration is working with Senterra to prepare an assignment on
the hotel.
McNair Sewer Line
It appears that McNair will have the funding to tie into the sewer line on
Interstate 10.
Adjourn
As there was no further business to be transacted, the meeting was
adjourned.
Eileen P. Hall, City Clerk
d
BID TABULATION -BID OPENING Tuesday, 8/6/98, 10:00
CITY OF BAYTOWN
EAST DISTRICT COLLECTION SYSTEM IMPROVEMENTS
WSA PROJECT NO. 024- 0320 -4
Kinsel Industries, Inc.
P.O. Box 750160
Houston, TX 77275 -0160
PH: 713/641 -5111
Richard Croxton, VP
Angel Bros. Ent., Inc.
P.O. Box 570
Baytown, TX 77522 -0570
PH: 281/421 -5721
Gregg Angel, President
E. P. Brady, Inc.
3414 Persimmon
Houston, TX 77093
PH: 7131691 -0923
Daniel Brady, Prsident
Contractor Te�chnotogy, lnc.
20703 Northcreek Ln.
Houston, TX 77073
PH: 2811443 -3426
Ted Labuzal, President
IT
NO.
DESCRIPTION
EST.
OTY.
UNITS
UNIT
PRICE
TOTAL PRICE
PER ITEM
UNIT
PRICE
TOTAL PRICE
PER ITEM
UNIT
PRICE
TOTAL PRICE
PER ITEM
UNIT
PRICE
TOTAL PRICE
PER fTEM
1
Lift Slalion, Pumps, Piping, Electrical, Controls,
Paving, Sitowork and all appurtonancos for LS
1
L.S.
5371.600.00
5371, 600.00
5345,000.00
5345,000.00
5343, 350.00
5343.350.00
5354,000.00
5354,000.00
2
Grinder Pump Station; Pumps, Piping, Electrical, Controls,
Paving, Sitowork, Force Main, Connoction l0 20' FM
and All appurtonancos for a LS
1
L.S.
530,000.00
530,000.00
540,000.00
540,000.00
528,350.00
528,350.00
526,000.00
526,000.00
3
Removo Existing Wall Equipment d Plug Wcll as
per TNRCC Requiromonls
1
L.S.
512,000.00
512,000.00
515,000.00
515,000.00
512,000.00
512,000.00
513,000.00
513,000.00
4
Demolition of Existing Slructurol
1
L.S.
54,000.00
54.000.00
55.000.00
55.000.00
53.700.00
SJ.700.00
SG.000.00
SG.000.00
5
20 -Inch Forco Main, PVC SDR -18, Including Fillings,
Plugs, Stool Pipa Soctions, Open Cut (All Ooplfls)
4,100
L.F.
544.50
5182,450.00
544.00
5180,400,00
SG3.75
5261,375.00
SG0.00
5246,000.00
6
20 -Inch Forco Main, PVC SDR -18, Including Fittings,
Augorod Construction, (Alt Dopths)
100
L.F.
5113.50
511,350,D0
5100.00
510,000.00
590.00
59,000.00
5150.00
515,000.00
7
Manholo, 4 -Foot Diamoler Concrolo, (0-8' Ooplh)
1
EA.
52,600.00
52,600.00
51.600.00
51,600.00
53,250,00
53,250.00
51,800.00
51,800.00
8
Manhole, 5 -Foot Diamolor Concrolo, (0-8' Depth)
6
EA.
53,240.00
519,440.00
52,.',OO,OO
515,000.00
53,100.00
318.600.00
52.600.00
515,600.00
9
Manholo, fi -Foot Diamclor Concrolo, (0-8' Ooplh)
1
EA.
5&,862.00
;6,862.00
53.3011.00
53,300.00
54,900,00
54,900.00
53,700.00
53,700.00
10
Manholo, 7 -Foot Diamoler Concrolo, (0-8' Ooplh)
1
EA.
58.510.00
58,510.00
SG,G00.00
56.600.00
58,750.00
56,750.00
54,900.00
54,900.00
11
36 -Inch Gravity Sower, PVC SDR -18, Opon Cut, All Depth
82
L.F.
5231.00
518,942.00
5200.00
516,400.00
5205.00
516,810.00
5320.00
526,240.00
12
Special Construction Augorod and Encased Construction,
36 -Inch Gravity Sowor in 48 -Inch Stool Casing
(0.25' Wall Thickness)
110
L.F.
5637.00
570,070.00
5650.00
571,500.00
5695.00
576,450.00
5500.00
555,000.00
13
48 -Inch Gravity Sower, PVC SDR -18, Opon Cul, (All Dopt
1,750
L.F.
5167.00
5292.250.00
5198.00
5346,500.00
5161.00
5287,000.00
5260.00
5455.000,00
14
Special Construction Augorod and Encased Construction,
48 -tnch Gravity Sewor in 60 -Inch Stcol Casing
(0.25' Wall Thickness)
150
L.F.
5871.00
;130,650.00
5800.00
5120,000.00
5900.00
5135,000.00
5510.00
576,500.00
15
Exptra Depth, 5 -Foot Diamclor Manholo
56
V.F.
5133.00
57,448.00
5125.00
57,000.00
5112.00
56,272.00
5140.00
57.840.00
16
Extra Depth, 6-Foot Diamolor Manholo
15
V.F.
5133.00
51,995.00
5150.00
52,250.00
5112.00
51.680.00
5180.00
52,700.00
17
Extra Dopth, 7 -Foot Diameter Manholo
13
V.F.
5408.00
55,304.00
5200.00
52,600.00
5350.00
54,550.00
3230.00
32.990.00
18
Air Reloaso Volvo (All lorco Main SiZOS)
3
EA.
51.290.00
53,870.00
51,000.00
53,000.00
51,250.00
53,750.00
52,200.00
56,600.00
19a
Asphalt Drive b Roadway Replacomant
900
S.Y.
519.54
517,586.00
521.00
516.900.00
535.00
531.500.00
520.00
518.000.00
19b
Trench Safety Systom
6,300
L.F.
51.00
56,300.00
52.00
512,600.00
51.00
Sb.300.00
50.30
51,890.00
19c
standard Orop Connection to Manholo 'A-4'
1
EA.
57.200.00
57.200.00
55.500.00
55. 500.00
58,000.00
58,000.00
55,000.00
"55.000.00
20
SUPPLEMENTARY ITEMS
20a
'Extra' Bank Sand
50
C.Y.
570.00
SSOO,oO
510.00
5500.00
510.00
5500.00
St0.00
5500.00
20b
'Extra' Crushod Limostono Sodding
50
C.Y.
535.00
51.750.00
525.00
51.250.00
325.00
51,250.00
525.00
51,250.00
20c
'Extra' Cement Stabilizod Sand
5
TONS
530.00
5150.00
520.00
5100.00
520.00
5100.00
52D.00
5100.00
god
'Extra'ClassAConcrolo
20
C.Y.
585,00
51.700.00
580.00
51,600.00
580.00
51.600.00
580.00
51,600.00
200
'F�ctra' Concrolo Paving
100
S.Y.
$30.00
53,000.00
575.00
57,500.00
575.00
57,500.00
575.00
57,500.00
20f
'Extra• D.I. Fittings
1
TONS
32.000.00
52,000.00
52,000.00
52,000.00
52,000.00
32.000.00
52,000.00
52,000.00
tog
•Extra' Reinforcing Stool
1,000
L85.
51.00
51,000,00
50.80
5800.00
50.60
5800.00
50.80
5800.00
2oh
•Extra' well Pointing Along Longlh of Ditch
100
L.F.
525.00
52,500.00
325.00
52,500.00
325.00
52,500.00
525.00
52.500.00
TOTAL 51,223,027.00 51,244,400.00 51.284,837.00 S 1,360,010.00
BID TABULATION -BID OPENING Tuesday, 8/6/98, 10:00
CITY OF BAYTOWN
EAST DISTRICT COLLECTION SYSTEM IMPROVEMENTS
WSA PROJECT NO. 024 - 0320 -4
Texas Sterling Construction
16630 Imperial Valley Dr.20
Houston, TX 77060
PH: 281/999 -7895
Jellrey Manning, VP
Bearden Contracting Comp
P.O. Box 218506
Houston, TX 77218
PH: 281/578 -7000
David M. ©earden, Prl:siden
Pate 8 Pate Enterprises, Inc
25301 Borough Park Dr. N2
The Woodlands, TX T7380
PH: 281/353 -1444
Edwin Kaiser, President
Jimerson Underground, Inc.
P.O. Box 2066
Sugarland, TX 77478
PH: 281/261 -0976
Allcia B. Jimerson, Presiden
IT
N0.
DESCRIPTION
EST.
OTY.
UNITS
UNIT
PRICE
TOTAL PRICE
PER REM
UNIT
PRICE
TOTAL PRICE
PER ITEM
UNIT
PRICE
TOTAL PRICE
PER ITEM
UNIT
PRICE
TOTAL PRICE
PER REM
1
Lift Station, Pumps, Piping, Electrical, Controls,
Paving, Silework and all appurtenances for LS
1
L.S.
5349,585.00
5349, 585.00
5360,000.00
5360,000.00
3358, 000.00
5358,000.00
3375,500.00
5375,500.00
2
Grindor Pump Station; Pumpc, Piping, Electrical, Controls,
Paving, Sitework, Forco Main, Connection to 20' FM
and All appurtonances for a LS
1
L.S.
512,000.00
512,000.00
545.000.00
545,000.00
530, 000.00
530,000.00
536,600.t>D
536.600.00
3
Removo Existing Well Equipment b Plug Well as
per TNACC Requirements
1
L.S.
510,000.00
510,000.00
515,000.00
515,000.00
512,500.00
512,500.00
512,400.00
512,400.00
4
Demolition of Existing Structural
t
L.S,
515,000,00
S15,000.OD
55,000.00
55,000.00
54, 000.00
54,000.00
53.900.00
53.900.00
5
20 -Inch Forco Main, PVC SDR -18, Including Fittings,
Plugs, Stool Pipo Sections, Open Cut (NI Depths)
4,100
L.F,
575,00
5307,500.00
370.00
5287,000.00
580.00
5328,000.00
559.00
5241.900.00
6
20 -Inch Forco Main, PVC SDR -18, including Fittings,
Augorod Construction, (All Oepths}
100
L.F.
5100.00
$10,000.00
5100.00
510,000.00
3160.00
516.000.00
S14t.00
514.100.00
7
Manholo, 4 -Foot Diamotor Concrolo, (0-l1' Dopth}
1
EA.
32,600.00
S2,fi40.00
53,500.00
53,500.00
32,600.00
52.600.00
32.600.00
52,600.00
8
Monholo, 5 -Foot Diamotor Concrolo, (0 -8' Dopth}
0
E11.
54.000.00
524,000.00
53,700.00
522,200.00
S4,ti00.00
527,000.00
14,000,00
524,000.00
9
Manholo, 6 -Foot Diamotor Concrolo, (0-8' Dopth)
1
EA.
54.000.00
54,000.00
55.500,00
55, 500.00
54,600.00
54,600.00
56.600.00
5&,600.00
10
Manhole, 7 -Foot Diamotor Concrolo, (0-8' Depth}
1
EA.
512,000.00
512,000.00
37.500.00
57,500.00
56,200.00
56,200.00
56.800.00
56,800.00
11
3fr -Inch Gravity Sowor, PVC SOR -18, Opon Cul, All Dopth
82
L.F.
5195.00
515,990.00
5400.00
532.800.00
5205.00
516,810.00
5106.00
58,692.00
12
5pocial Construction Augorod and Encasod Construction,
36 -Inch Gravity Sowor in 48 -Inch Stool Casing
{0.25' Wall7hickness)
110
L.F.
5500.00
555,000.00
5700.00
577.000.00
5880.00
596,800.00
5592.00
565,120.00
13
48 -Inch Gravity Sewer, PVC SDR -18, Open Cut, (All Dept
1,750
L.F.
SZ25.00
5393,750.00
5175.00
5306,250.00
;235.00
5411.250.00
5326.00
5570,500.00
14
Special Construction Angered and Encased Construction,
48 -Inch Gravity Sower in 60 -Inch Sleol Casing
(0.25' Wall Thickness}
150
L.F.
5575.00
586,250.00
5800.00
5120,000.00
51,130.00
5169.500.00
51,040.00
5156,000.00
15
Fxptra Doplh, 5 -Foot Diamotor Manholo
58
V.F.
5150.00
58,400.ot1
5150.00
58.400.00
575.00
54.200.00
5122.00
56,832.00
16
ExtraDeplh ,e- FootOiamclerManholo
15
V.F.
5175.00
52,625.00
5200.00
53,000.00
375.00
31,125.00
St22.00
S1,830.00
17
Extra Depth. 7 -Foot Diamotor Manholo
13
V.F.
S240.00
S2.600.00
5600.00
57. 800.00
5350.00
54.550.00
5422.00
55.486.00
18
Air Reloaso Valve {All Forco Main Sizes)
3
EA.
52,500.00
57,500.00
55.000.00
515,000.00
51,900.00
55.700.00
5500.00
51,500.00
19a
Asphalt Drive b Roadway Replacement
900
S.Y.
S22.50
520,250.00
540.00
536,000.00
517.00
515,300.00
528.00
525,200.00
19b
Trench Safety System
6,300
L.F.
51.00
56.300.00
51.00
36,300.00
51.00
56.300.00
51.00
56,300.00
19e
standard Drop Connection to Manholo 'A-4'
1
EA.
510,000.00
510,000.00
56,000.00
SG,000.00
55,600.00
55,600.00
511,000.00
511,000.00
20
SUPPLEMENTARY ITEMS
20a
'Extra' Bank Sand
50
C.Y.
S10,00
5500.00
510.00
5500.00
510.00
5500.00
510.00
5500.017
20b
'Extra' Crushed Limestone Bedding
50
C.Y.
S25.00
51,250.00
525.00
51,250.00
525.00
51,250.00
525.00
51,250.00
20c
'Extra' Cement Stabilized Sand
5
TONS
520.00
5100.00
520.00
5100.00
520.00
5100.00
520.00
5100.00
god
'Extra'ClassACencrolo
20
C.Y.
580.00
51,600.00
580.00
St,000.00
580.00
51,600.00
580.00
31.600.00
200
'Extra' Concrolo Paving
100
S.Y.
575.00
37,500.00
375.00
57,500.00
575.00
57,500.00
575.00
57,500.00
24f
'Extra' D.I. Fittings
1
TONS
52,000.00
52,000.00
52,000.00
52,000.00
52,040.00
52,000.00
52,000.00
52,000.40
20g
'Extra' Reinforcing Stool
1,000
LBS.
50.80
5800.00
50.80
5800.00
50.80
5800.00
50.80
5800.00
20h
'Extra' well Pointing Along Length of Ditch
100
L.F.
525,00
52,500.00
525.00
52,500.00
525.00
52,500.00
525.00
32,500.00
TOTAL
S 1.371,600.00 S 1,395,500.00 51,542,885.00 S 1,599,110.00
Bid Tabulation
City of Baytown
Sims 8 Stimson Street Improvements
Bid Onenino August 6. 1998 61) 2 P.M.
Attachment "B"
Total base bid -Sims d Sbmson Street Improvements 15 93.92600 S 118.686.50
Recommended Award Amount (Base Bid Less Deduct Alternate 1) 1 5 82.67900 $ 98.086.50
Angel Brothers Enterprises. Inc.
D b W Contractors, Inc.
P.O.Box 570
P.O. Box 1057
Baytown, Texas 77522
Channelview, Texas 77530
Item
Desc iption
Units
Quantity
Unit Price
Extension
Unit Price
Extension
No.
Sims Strout
Mill 2 inches asphalt surfNF31A l
Alexander and deliver to District
1
Plant Site; CIP
SY
1087
$ 10.00
S 10,870.00
S 9.00
S 9,783.00
lima Stabilization of Sub, 7.5%
2
127.SlbsfSY, 84n depth;
SY
1087
$ 10.00
S 10,870.00
5 7.00
S 7,609.00
Remove existing base agrade,
3
7-in depth: CIP
SY
1087
$ 10.00
$ 10,870.00
$ 10.50
5 11,413.50
Cnahad limestone Bas 7-in depth;
4
CIP
SY
1087
S 15.00
$ 16.305.00
$ 15.00
$ 16,305.00
5
24ach HMAC Surface. T : CIP
TONS
132
S 85.00
S 11.220.00
S 76.00
S 10,032.00
Asphalt prime coat. MC-6
gaus . CIP
GAL
178
S 3.00
S 534.00
S 5.00
S 890.00
Remove and replace 3-ft rete
sidewalk: CIP
SY
37
S 50.00
S 1.850.00
$ 90.00
S 3.330.00
Remove and replace co curb
and gutter (irtcudes sawd
e
cement stabilized sand); CIP
LF
100
S 25.00
S 2.500.00
S 49.00
$ 4,900.00
Remove drainage pipe and concrete
to back of curb and install valley
gutter (includes sawcut and stabilized
9
sand); CIP
LF
20
$ 10.00
S 200.00
S 44.001$
880.00
10
Typo t wheelchair ramp: CIP
EA
4
$ 650.00
$ 2.600.00
S 1,400.00
5 5.600.00
Replace 24n waterline crossing at
lower depth, open trench, schedule
11140
PVC
EA
1 631$
30.00
S 1,890.00
$ 47.00
S 2,961.00
12
Cut and cap old tin waterline: CIP
EA
2
S 50.00
$ 100.00
$ 150.00
S 300.00
2 -in tapping sleeve and valve into
13
exist in 24n waterline: CIP
EA
2
$ 600.00
$ 1.200.00
$ 725.00
S 1,450.00
kn agree ends, scnedu o
14
PVC: CIP
EA
6
$ 75.00
$ 450.00
$ 8.00
S 48.00
Stimson Street
15124n HMAC, Type D: CIP TONSI 62 $ 85.00 5 5,270.00 S 86.00 $ 5.332.00
Crushed limostone base. Tan depth
min. under proposed asphalt
pavement. plus to supplement
existing base In shoulder • grade
shoulder and base to required slope
16
as shaven on plans; CIP
TONS
160
S 12.00
5 1,920.00
S 32.00
S 5.120.00
Lime Stabilization of Subgrade, 6.5%
17
(24 lbslSY, 64n depth: CIP
SY
590
$ 2.00
$ 1,180.00
$ 7.00
S 4,130.00
Remove existing asphall,base and
t8
sub rado, 8 -in depth average: CIP
SY
590
$ 5.00
S 2,950.00
S 15.00
S 8,850.00
Prime coat ((or base and shoulder),
19
MC -30, 0.15 gal/SY: CIP
GAL
127
$ 1.00
$ 127.00
S 5.00
S 635.00
6-in waterline, augered and encased
20
in 124n stool pipe; CIP
LF
41
$ 50.00
5 2.050.00
S 125.00
S 5.125.00
44n waterline, open trench, includes
cement stabilized sand backfrll to
211
pavement. CIP
LF
142
S 10.00
$ 1,420.00
S 24.00
S 3.408.00
Fire Hydrant, 64n gate valve, 6'x6'
tee and all related appurtenances
22
and fittings; CIP
LS
1
S 1,600.00
$ 1,600.00
5 2,050.00
5 2,050.00
64n tapping sleeve and valve,
includes removal and replacement of
asphalt and /or concrete and cement
stabilized sand backfill to bottom of
23
pavement; CIP
FA
1
S 2,000.00
$ 2,000.00
$ 4,700.00
S 4.700.00
3144n water tap from main to motor,
24
CIP
EA
5
S 400.00
S 2,000.00
S 350.00
S 1.750.00
2-in blow-of and gate valve at and of
25
4-in waterline. CIP
ILS
I t
I S 400.00
S 400.00
S 460.00
5 460.00
26
Cut and cap old 24n waterline: CIP
EA
1
S 100.00
$ 100.00
$ 150.00
S 150.00
27
Adjust manhole to final rado: CIP
FA
1
$ 150.00
S 15000
5 350.00
S 350.00
28
Remove tree stump; CIP
LS
t
I $ 750.00
S 750 00
S 425.00
5 425.00
29
Project sign per spec icatrorls: I
LS
t
S 550.00
S 550.00
S 900.60
I $ 900.00
Deduct Alternate No. 1
uct walertmoon Stanson.
1
includes items 16 through 22: CIP
LS 1 1
S 11,247.00
1 S 11,247.00
1 S 20,800.00
S 20.800.00
Deduct Alternate No. 2
uct me sta Izauon on umson,
2
induces item 17: CIP
SY
590
S 2.001S
1.18000
S 4,130.00
1 S 2.436.700.00
Total base bid -Sims d Sbmson Street Improvements 15 93.92600 S 118.686.50
Recommended Award Amount (Base Bid Less Deduct Alternate 1) 1 5 82.67900 $ 98.086.50
(:1TY 01" 11AY'1 OWN
II I U '1'A B U LATI ON
TITLE: ANNUAL FIRE FIGII'TING PROTECTIVE CLOTHING CONTRAC -1'
BID II: 9806 -79 "Awarded by each scclion"
DATE: .TUNE 24, 1998
2:00 P.M.
kjQTY
CASCO INI)IISI'ItIF:S, INC.
F011lt AI.AI(AI FIItF: EQIIII'AIIiN•1'
A11LE -111 'I' FIRF: F:Qlllt'.
1 AST )'li /iR'S BID:
;: ina/
v
UNIT
DESCRIPTION
UNIT PRICE
EX'I'. 1'ItICE
llNll' i'Rlt F
EX•I'. PRICE
UNIT PRICE
Fx'r. muc.E
lite,
UNIT PRIC1.
I
rxr. I -RICK
=
SECTION I - ITEMS #1 & 2
Cusco huhistrics:
518.00
10.360.00
1
20
EACH
COATS
588.00
11,760.00
540.00
10,500.00
490.00
9,500.00
Globe 510849
Fire -Dcx
Quest ISOOC
2
20
EACH
TROUSERS
410.00
5,200.00
395.00
7,900.00
350.00
7,000.00
379.00
7,550.00
Globe 910849
Fire -Dcx
Quest 1500P
d
SECTION
I COMBINED TOTAL:
19,960.00
15,700.00
16,800.00
17,940.00
1
Does loo: lneer sperfficaliulls
for delirctp requirements.
Spec it 14 calciuler dnl•s delnrrv_
SECTION
11 - ITEM 113 & 04
1•'01111 AI.:fRAf.•
3
5
EACH
IIELMETS-- Mcdcrn
146.00
730.00
110.00
550.00
119.00
5)5.00
Cairns 662CR
Ilullartl
Dullard FX
95,00
490.00
1.
4
10
EACII
HELMETS -- Traditional
155.00
1,550.00
145.00
1,450.00
155.50
1,555.00
144.00
1,440.00
r
Cairns 101011
Bullard
Bullard FX
SECTION
II COMBINED TOTAL:
2,280.00
2,000.00
2,150.00
1,930.00
;
SECTION III - ITEM 115
5
20
EACH
HO0DS - -3 Ply
37.00
710.00
38.00
760.00
0.00
37.00
0.00
740.00
!;
Fire Brigadc FB202
-N
Jju'c'rl Nu„Ice /1'111 B1enrl. Bid Noarex
01113'. Fro P111. Dues loot Inert specifications.
SEC TION IV -ITEM #6
700.00
25.75
'l
6
20
PAIR
GLOVES
28.00
560.00
23.50
570.00
35.00
5IS.00
The Glove Corporation TGC
Glove Corporation Firefighter Scrit
Glove Corp. FF
Belau, 117 rourAkirm d?
SECTION V - ITEM #749 ('This section nlay
be awarded pet• each ilcm. All suppliers do not carry all
or (lie brands.)
lrcol
115 Cusco hld.
7
10
PAIR I
LACROSSE BOOTS
57.00
570.00
59.00
590.00
0.00
0.00
8
10
PAIR
RANGER BOOTS
70.00
700.00
NO BID
0.00
74.40
54.00
540.00
6
744.00
69.00
690.00
1
9
25
PAIR
SERVUS FIREBREAKER BOOTS
93.00
2,325.00
89.00
2,225.00
0.00
LOCATION:
PASADENA, TX.
I IOUSTON, TX.
0.00
new
addition
ROUND ROCK,
TEXAS
DELIVERY:
AS REQUESTED
Custom gear 4 to 6 weeks.
AS REQUESTED
Other IIL'HIS 111 Stock.
1
SIM`> () TABULATION ANNUAL FIRE FIGI ITING PROTECTIVE CLOTI IING CONTRACT
C,
Pago 1
813/98 1:25 PM
RECOMMENDED AWARD AS FOLLOWS:
Section I to [ilile -Ili T Industries: 16,800.00
Section II and V, Item N9, to Four Alarm: �1,??5.00
Section 111, IV, & V, Item #7 Sc 8, to Casco Industries, Inc. 1,570.00
CON'f'RAC1' AWARD TOTAL: 23,595.00
Last year's bid total was for 522,516.00. "this year's contract is a S% increase this year compared to last year's awarded total. Anew type of boot, ltcm t19, was added to this bid
as a third choice for f ire fighters.
Mailed tight bids and received three bids and two no -bids. I3isltop Firc &Safety Supply and Lonc Star Safety S: Supply no -bid.
Companies failed to return bids because hvo companies were too busy at the time and the other overlooked the bid opening date.
LAST YEAR'S BID:
CASCO INDUSTRIES, INC. II'O[)R ALARA1 FIRE EO[11PAiENT
NO.
QTY
UNIT
DESCRIPTION
UNIT PRICE
EXT. PRICE
UNIT PRICE
EX'C. PRICE
1
20
EACH
COATS
S 1 5.00
10,360.00
2
20
EACH
TROUSERS
379.00
7,580.00
3
5
EACH
HELMETS
98.00
490.00
4
10
EACH
HELMF'sTS
144.00
1,440.00
S
10
EACH
F IOODS 2 PLY
16. I O
I G 1.00
G
20
EACH
MOODS 3 PLY
37.00
740.00
7
20
PAIR
G[.OVES
25.75
515.00
8
10
PAIR
LACROSSE QOOTS
54.00
540.00
9
10
PA[R
RANGER [300TS
69.00
090.00
LAST YEAR'S
18,630.00
3,886.00
LAST YEAR`S TOTAL CONTRACT AWARD $22,5] 6.00
d sIh19808.79'9`i�BULATION ANNUAL. FIRE FIGhITING PROTECTIVE CLOTI ZING CONTRACT
"1'Gis iron dclrlcd per dcpnrLncnl:r rcq+resl 1Gis pear.
Qunalilies rcarniu the snr+rc %ur ul! other il�•u+s this )•rnr nnr! lust year.
Paoo 2 of 2 8/3/98 1:25 PM
Ii i I) '1'A 13 U l .A'1'I O N
'TIT[.E: ANNUA[. ELECTRICAL SERVICCS CONTI2ACI'
DID !/: 9806 -80 May be awarded by sections.
_ DATE: JULY 21, 1998 2:00 p.ttt.
A
_
�,
NO
hilN.
IIRS.
Q'fY.
UNIT
DESCRII''['ION
Gi1L[� COAST ELEC"1'12IC
11, \1''I'O \VN ELEC "1'RIC
IIA12R1SON ELEC'1'R1C
un'1�'rxlcr:
%:1���••i
drer.
11Nl'I' 1'RICI:
IsJ:'I'. 1'I21C1?
11N1'I' 1'IiICI: h.X'I'. 1'RICI:
[lNl'[' 1'R10E
E \'l'. 1'RIC1:
THIS I3ID NIAY IIE AWARDED EACH SECTION SEPARATELY TO LOW I3IDllER P•(EE'TING SI'IsCIrICA'1'lONS,
rftsr rt'.rx:t'
�
u
SECTION I -ITEMS 111 -6: Electrical Services for the Park & Rec. Department's p:u•ks requiring bucket truck
!!ro.
�`ai
service for GO [oot
poles. (May
be usetl by auy dept. requiring
bucltet truck scr.•ires.)
lrat'rrnrn'l�l.lr
Q
1.
1
l00
T[MES
bucket Tntck to service GO'pole
97.00
9,700.00
95.00
9,500.00
l 55.00
1 5,500.00
ro2uu -1Y.
-
includes Lineman, Apprentice,
�: bucket truck
2.
SO
h[OURS
Journeyman
42A0
2,100.00
10.00
2,000.00
32.50
I ,625.00
.10.00 S;'
3.
50
liOURS
Apprcnticc
10.00
500.00
15.00
750.00
22.50
1,125.00
r1.U0 -r7°
q.
10
I(OURS
Laborer
5.00
50.00
8.00
80.00
15.00
150.00
s.ou ur
S.
$500.00
$COST
Equipment Rental (includes
10 "/°
550.00
0%
500.00
] 0%
550.00
0;� lu:'
estimated cost i• %markup)
G.
$5,000.00
$COST
Matcrial/ntisccllancous parts
IS%
5,750.00
20%
6,000.00
20 %,
6,000.00
15,. u•�
(includes estimated cost i•
about cost.)
SECTION
[-- I'I'h.P15111- G'I'O'I'AL:
18,680.00
18,830.00
21,950.(10
S1sC'1'ION
II -- ITEMS 117 -11:
I ?IccU•ical Services i\1isccllancous for
any dcparlutcnts.
7.
100
HOURS
Journeyman
42.00
4,200.00
40.00
4,000.00
32.50
3,250.00
.lu.ou s•
8.
100
fIOURS
Apprcnticc
10.00
1,000.00
15.00
1,500.00
22.50
2,250.00
11.t1u -!i•
9.
20
I IOURS
Laborer
5.00
1 60.00
8.00
! 60.00
15.00
300.00
x uo u�
10.
$500.00
$COST
Equipment Rental (includes
10%
SSD.00
0%
500.00
IO %(
550.00
09; !u'
estimated cost •t• %markup)
l 1.
$5,000.00
$COST
Matcrial/misccllancous parts
i S%
5,750.00
20%
6,000.00
20`%
6,000.00
rs;� u'.
(includes estimated cost +
above cost.)
SECTION II-- I'CE111S 117 -I l 'I'O'I'Ai.:
1 I,t' >G0.00
12,160.00
12,350.00
•!'U'r: -I!.•
GRAND •1'O'TAL:
30,340.00
30,990.00
37,300.00
iu.s�ro.un •r
'
LOCATION:
I3Al''TOWN,
T):
DAY'['01'VN, TX
I3AYTOWN, T\
DELIVERY:
AS REQUESTED
AS RI'sQUESTED
AS RFQUESTTED
rinrcrgr»q• [i ajtcr hours rrrUu»rs
1 hours »d„ira »»i. 1 !u•. rai,rrr,»r»r
charbr O!, Rrr res »r[,r CarrO,r1S.
i5 »ic,•g[r „c)' (l [rfrer hours C»uoirrs
11roi »'s minirn,r»r. ! !u•. mi»intr»a
Cha,'1,'C u» all rcgnrrrr corlu»!s.
%ntcrgr »c�• .tE a %ru,• lrow•s [�,rrror,r�•
1 hours n,i,rirrnr»,. 1 hr. mininnnrr
charge on nrl rcyarrrr carro»rs.
• r9801i•80 (058.90) TADULATIt?N Pale 1 of 2 7125197
CI'T'Y OV I{AY'PO \ \'N
RID TARIILATION
TITLE: ANNUAL ELECTRICAL SERVICES CONTRACT
RID 8: 9806 -BO May be awarded by sections.
DATE: JULY 21, 1998 2:00 p.m.
1'he above qunnlities are used to establish a criteria for evaluation purposes only. The award oC Ibis conlmct shall be for an anticipated dollar amount oC
$75,000.00 based on an avernge of dle last five years electrical services.
This year's contract is a 1 % Aeerease compared to last year's contract Cor same quantities.
Rids were smiled Io 4 bidders and 3 bids wero received.
RECOMMENDED AWARD TOTAL FOR THIS CONTRACT TO GULF COAST ELECTRIC IS $75,000.00.
LAST YEAR S RID RESULTS:
dflN
NO fIXS.
QTI:
UNIT DESCRIPTION
BA}'TOII'N El.ECTIt /C
UNIT PRICE
EX7: 1'IfICF.
TfI1S BfD M1fAY BE Ill{ ARDED L•ACFFSECT /ON SEPARd TE /. y TO LOIY RIDDIiR dffi li TlN(
SECTION FfTEM.S Nl -6: Electricn[ Services for Ore Purk & Rec. Dcpnrnnenf's prsrA's roquiring I
sen�ice for 60 foot poles. (hfuy be used by nuy Dept. requiring bucker track services.)
1.
I
60
TIMES
Bucket Truck m service hOpnle
100.00
4000.00
inchules Linemmi, Apprentice,
& bucke(nvck
2.
50
HOURS
Jaurne /assn
40.00
2,000.00
3.
30
{!OURS
Apprentice
12.00
360.00
4.
l0
HOURS
Lnbarer
8.00
80.00
s.
SsOO nn
S COST
Equipment Rentnl (includes
0%
500.0(1
nsfinurred cm�r r % nuvkupf
6
%5.000.00
B COST
Mnferin! /wiscellnnemrt ynrls
l5%
5,750.00
(inchrdes esfinmlerl cost +
nbm�e cast.)
SECTION F -- ITEMS 81 -6 TOTAL:
l4, 690.0!7
SECTION fl-- 1TEJfS tl7 -/1:
E(ecbicnf Services Afiscellnueons for mry deprsrnuert[s.
7.
50
HOURS
Jmmneyrnmr
40.00
2,000.00
8.
30
HO( /RS
Apprentirc
12.00
3h0.00
9.
(0
f10UR5
Laborer
5.00
S(l. (1(1
10.
5500.00
8 COST
Equipment Rentnl (inclurlrs
0%
500.00
ertirrrnterl casf +Ya nmrkup)
ll.
53.000.00
BCOST
Material /miscrllnnemrs pnrm
l5' /0
5,750.00
(iuchules esrimnrerl cost +
above cast)
SECTION
lI— ITE81S N7 -If TOTAL:
8,690.00
CILIND TOT.IL:
13,380.00
aIN980`„058.98)TABULATION
Paga Z of 2
! .5'1'EC'1!'lCr17T0ICS.
vrc'kef lnrc'k
QUANT /TIF..S f:.ST IBLI.S'F!!iD FOR CR /TERF.1
TO BE USCD FOR EI.ILUd TfON PURPOSES ONL ]:
` nzsrer
MEMORANDUM
F:
*TEXAS*
TO: Monte Mercer, Assistant City Manager
FROM: Purchasing Department
SUBJECT: Annual Electrical Services Contract
DATE: July 30, 1998
The Purchasing Department recommends award of the Annual Electrical Services
Contract to Gulf Coast Electrical in the amount of $75,000.00. In the past this
contract has been awarded for approximately $20,000.00 to $25,000.00. This
years award recommendation reflects an increase of $50,000.00 based on the
average usage of the past five years.
Forecasting the utilization of this contract is difficult due to the combination of
bond fund projects, various capital projects, unexpected breakdowns, and the
cyclical nature of maintenance itself. The award recommendation is based on the
average usage of the past five years due to the variability.
In order to perform an appropriate analysis and obtain individual line item unit
pricing, a representative selection of hours and units to perform selected projects
were used for evaluation purposes only. Each vendor is familiar with the types of
projects that the City of Baytown requests under this contract. The bid
specifications included an estimated usage of $75,000.00 notification that the unit
quantities stated were for evaluation purposes only. Each project will be performed
and invoiced based on individual line item unit pricing.