HomeMy WebLinkAbout04/21/2025-CC-Agenda Packet-RegularCITY COUNCIL
MEETING AGENDA
APRIL 21, 2025, 6:00 PM
CITY COUNCIL REGULAR MEETING
HISTORIC CHURCH BUILDING - 403 N 7TH STREET, SANGER, TEXAS
CALL THE WORK SESSION TO ORDER AND ESTABLISH A QUORUM
DISCUSSION ITEMS
1. Discussion of the Porter Park East.
OVERVIEW OF ITEMS ON THE REGULAR AGENDA
ADJOURN THE WORK SESSION
The Regular Meeting will begin following the Work Session
but not earlier than 7:00 p.m.
CALL THE REGULAR MEETING TO ORDER AND ESTABLISH A QUORUM
INVOCATION AND PLEDGE
CITIZENS COMMENTS
This is an opportunity for citizens to address the Council on any matter. Comments related to
public hearings will be heard when the specific hearing begins. Citizens are allowed 3 minutes
to speak. Each speaker must complete the Speaker’s Form and include the topic(s) to be
presented. Citizens who wish to address the Council with regard to matters on the agenda will
be received at the time the item is considered. The Council is not allowed to converse,
deliberate or take action on any matter presented during citizen input.
REPORTS
Staff Reports are for discussion only. No action may be taken on items listed under this portion
of the agenda.
2. Annual Presentation for Development Services
1
CONSENT AGENDA
All items on the Consent Agenda will be acted upon by one vote without being discussed
separately unless requested by a Councilmember to remove the item(s) for additional
discussion. Any items removed from the Consent Agenda will be taken up for individual
consideration.
3. Consideration and possible action on the minutes from the April 7, 2025, meeting.
4. Consideration and possible action authorizing the Sanger Police Department to accept
a donation of multiple rounds and types of ammunition from Tom Kokotan.
5. Consideration and possible action to award contract bids to Martinez Brothers Concrete
and Landscaping, LLC for providing concrete labor and materials, and to Cardwell
Paving, LLC for providing asphalt labor and materials for various locations throughout
the city and authorizing the City Manager to execute said contracts.
6. Consideration and possible action on Change Order No. 3 in the amount of $87,373.00
with Ana Site Construction, LLC for the additional work on water and sewer lines and
authorize the City Manager to execute said Change Order No. 3.
7. Consideration and possible action on Amendment No. 4 in the amount of $25,000.00
with Kimley-Horn and Associates, Inc for the I-35 Utility Relocations for TXDOT and
authorize the City Manager to execute said Amendment No. 4.
ACTION ITEMS
8. Consideration and possible action on authorizing the City Manager to execute a
contract with Mayim Municipal Builders, LLC for the additional blower at the Sanger
Wastewater Treatment Plant.
9. Consideration and possible action to award the bid for the tree trimming to ABC
Professional Tree Services, Inc. and authorizing the City Manager to execute the
agreement and all necessary documents.
FUTURE AGENDA ITEMS
The purpose of this item is to allow the Mayor and Councilmembers to bring forward items they
wish to discuss at a future meeting, A Councilmember may inquire about a subject for which
notice has not been given. A statement of specific factual information or the recitation of
existing policy may be given. Any deliberation shall be limited to a proposal to place the subject
on an agenda for a subsequent meeting. Items may be placed on a future meeting agenda with
a consensus of the Council or at the call of the Mayor.
2
INFORMATIONAL ITEMS
Information Items are for informational purposes only. No action may be taken on items listed
under this portion of the agenda.
10. Republic Services Waste Report March 2025
ADJOURN
NOTE: The City Council reserves the right to adjourn into Executive Session as authorized by
Texas Government Code, Section 551.001, et seq. (The Texas Open Meetings Act) on any item
on its open meeting agenda in accordance with the Texas Open Meetings Act, including,
without limitation Sections 551.071-551.087 of the Texas Open Meetings Act.
CERTIFICATION
I certify that a copy of this meeting notice was posted on the bulletin board at City Hall that is
readily accessible to the general public at all times and was posted on the City of Sanger
website on April 16, 2025, at 3:00 PM.
/s/Kelly Edwards
Kelly Edwards, City Secretary
The Historical Church is wheelchair accessible. Request for additional accommodations or sign
interpretation or other special assistance for disabled attendees must be requested 48 hours
prior to the meeting by contacting the City Secretary’s Office at 940.458.7930.
3
CITY COUNCIL COMMUNICATION
DATE: April 21, 2025
FROM: Ryan Nolting, Parks & Recreation Director
Shani Bradshaw, Director of Economic Development
AGENDA ITEM: Discussion of the Porter Park East.
SUMMARY:
October 16, City Council approved an RFQ for Conceptual Design for Porter Sports Park Phase East.
The Project is located on City of Sanger property totaling approximately 50 acres east of Interstate
Highway 35 and west of Cowling Road on the northern banks of Duck Creek. It is connected to
Sanger Sports Parks to the west via right of way under the IH-35 overpass at Duck Creek. The
proposed program is based on the Miracle League Field serving as the centerpiece & destination
park.
The Sanger Development Corporation (4B) has allocated funding for the conceptual design
services.
The Sanger 2040 Comprehensive Plan identifies the completion of Porter Park Phase East
May 16, HALFF and Staff met with stakeholders to discuss needs for Porter Park Phase East.
June 18, HALFF and Staff held a Public Engagement Meeting to discuss needs for Porter Park East
November 4, City Council approved the proposed layout.
FISCAL INFORMATION:
Budgeted: YES Amount: $80,000.00 GL Account: 76.6117
2023-24 approved project
RECOMMENDED MOTION OR ACTION:
Discussion item only
ATTACHMENTS:
City Council Communication
4
Item 1.
CITY COUNCIL COMMUNICATION
DATE: April 21, 2025
FROM: Kelly Edwards, City Secretary
AGENDA ITEM: Consideration and possible action on the minutes from the April 7, 2025,
meeting.
SUMMARY:
N/A
FISCAL INFORMATION:
Budgeted: N/A Amount: $0.00 GL Account: N/A
RECOMMENDED MOTION OR ACTION:
Approve the minutes from the meeting on April 7, 2025.
ATTACHMENTS:
City Council minutes
5
Item 3.
City Council Minutes 04-07-2025
Page 1 of 7
CITY COUNCIL
MEETING MINUTES
APRIL 07, 2025, 6:00 PM
CITY COUNCIL REGULAR MEETING
HISTORIC CHURCH BUILDING - 403 N 7TH STREET, SANGER, TEXAS
CALL THE WORK SESSION TO ORDER AND ESTABLISH A QUORUM
Mayor Muir called the work session to order at 6:00 p.m.
COUNCILMEMBERS PRESENT
Mayor Thomas Muir
Mayor Pro Tem, Place 2 Gary Bilyeu
Councilmember, Place 1 Marissa Barrett
Councilmember, Place 3 Dennis Dillon
Councilmember, Place 4 Allen Chick
Councilmember, Place 5 Victor Gann
COUNCILMEMBERS ABSENT
None
STAFF MEMBERS PRESENT:
City Manager John Noblitt, City Secretary Kelly Edwards, City Attorney Hugh Coleman, Director
of Development Services Ramie Hammonds, and Police Chief Tyson Cheek.
DISCUSSION ITEMS
1. Discussion on the process for arranging items on the agenda to ensure a well-
organized and efficient flow of the meeting.
City Manager Noblitt provided an overview of the revisions to the agenda's
organization regarding development items and an effort to streamline the meeting.
Discussion ensued regarding items recommended by boards of staff for approval and
denial.
6
Item 3.
City Council Minutes 04-07-2025
Page 2 of 7
OVERVIEW OF ITEMS ON THE REGULAR AGENDA
Discussion ensued regarding Item 10, the reason for the request to change the setbacks.
Discussion ensued regarding Item 11, the reason for the revisions to the hours, and feedback.
Discussion ensued regarding Item 15, the reason for the increases to the budget line item.
ADJOURN THE WORK SESSION
There being no further business, Mayor Muir adjourned the work session at 6:22 p.m.
CALL THE REGULAR MEETING TO ORDER AND ESTABLISH A QUORUM
Mayor Muir called the regular meeting to order at 7:00 p.m.
COUNCILMEMBERS PRESENT
Mayor Thomas Muir
Mayor Pro Tem, Place 2 Gary Bilyeu
Councilmember, Place 1 Marissa Barrett
Councilmember, Place 3 Dennis Dillon
Councilmember, Place 4 Allen Chick
Councilmember, Place 5 Victor Gann
COUNCILMEMBERS ABSENT
None
STAFF MEMBERS PRESENT:
City Manager John Noblitt, City Secretary Kelly Edwards, City Attorney Hugh Coleman, Director
of Development Services Ramie Hammonds, Finance Controller Danielle Stanford, and Police
Chief Tyson Cheek.
INVOCATION AND PLEDGE
Councilmember Dillon gave the Invocation. The Pledge of Allegiance was led by Councilmember
Chick.
7
Item 3.
City Council Minutes 04-07-2025
Page 3 of 7
CITIZENS COMMENTS
No one addressed the Council.
PUBLIC HEARING ITEMS
2. Conduct a public hearing on a request for a Replat of Lot 13, Blk A of Corrida Estates,
within the City of Sanger’s ETJ, generally located on the east side of Corrida Lane, and
approximately 1336 feet north of the intersection of Melton Rd and Corrida Ln.
Mayor Muir opened the public hearing at 7:03 p.m.
Director Hammonds provided an overview of the item.
Mayor Muir closed the public hearing at 7:04 p.m.
3. Conduct a public hearing on a zoning change from Industrial I-1 to Business B-2 for
1.426 acres of land described as A0029A R. BEEBE, TR 133, within the City of Sanger,
and generally located east of I-35 and south of 5th St. approximately 103 feet south of
the intersection of N Stemmons Frwy and 5th St.
Mayor Muir opened the public hearing at 7:05 p.m.
Director Hammonds provided an overview of the item, stating that changing the
zoning to Business B-2 is consistent with the Comprehensive Plan.
Mayor Muir closed the public hearing at 7:06 p.m.
4. Conduct a public hearing on an amendment to Ordinance No. 01-02-25 to amend the
Planned Development language for side yard from 8’ to 5’, side yard adjacent as street
from 20’ to 15’ and rear yard setbacks from 25’ to 20’ for all lots for land described as
A0029A R. BEBEE, TR 107, generally located on the south side of Lois Rd
approximately 1219 feet west of the intersection of Marion Rd and Lois Rd.
Mayor Muir opened the public hearing at 7:07 p.m.
Director Hammonds provided an overview of the item.
Mayor Muir closed the public hearing at 7:08 p.m.
8
Item 3.
City Council Minutes 04-07-2025
Page 4 of 7
5. Conduct a public hearing on an amendment to the Noise Ordinance Chapter 8.5.b.10
Noise Nuisances concerning the construction hours, amending the time construction
ends on weekdays from 8:00 pm to 7:00 pm and prohibiting construction on holidays
listed.
Mayor Muir opened the public hearing at 7:08 p.m.
Director Hammonds provided an overview of the item.
Mayor Muir closed the public hearing at 7:10 p.m.
CONSENT AGENDA
6. Consideration and possible action on the minutes from the March 17, 2025, meeting.
7. Consideration and possible action on Resolution 2025-04, authorizing membership and
participation in the Omnia Partners National Purchasing Cooperative.
8. Consideration and possible action on the remount of the Rescue Bed not to exceed
$70,000.00.
9. Consideration and possible action on Ordinance No. 04-05-25 for a zoning change from
Industrial I-1 to Business B-2 for 1.426 acres of land described as A0029A R. BEEBE,
TR 133, within the City of Sanger, and generally located east of I-35 and south of 5th
St. approximately 103 feet south of the intersection of N Stemmons Frwy and 5th St.
10. Consideration and possible action on Ordinance No. 04-06-25 an amendment to
Ordinance No. 01-02-25 to amend the Planned Development language for side yard
from 8’ to 5’, side yard adjacent as street from 20’ to 15’ and rear yard setbacks from
25’ to 20’ for all lots for land described as A0029A R. BEBEE, TR 107, generally located
on the south side of Lois Rd approximately 1219 feet west of the intersection of Marion
Rd and Lois Rd.
11. Consideration and possible action on Ordinance No. 04-08-25 an amendment to the
Noise Ordinance Chapter 8.5.b.10 Noise Nuisances concerning the construction hours,
amending the time construction ends on weekdays from 8:00 pm to 7:00 pm and
prohibiting construction on holidays listed.
12. Consideration and possible action on a Final Plat of Lane Ranch Phase 5, being
approximately 26.105 acres of land described as REUBEN BEBEE SURVEY, ABST. NO.
29, within the City of Sanger, generally located north of McReynolds Road and
approximately 1230 feet east of Lake Ridge Dr.
13. Consideration and possible action on a request for a Replat of Lot 13, Blk A of Corrida
Estates, within the City of Sanger’s ETJ, generally located on the east side of Corrida
9
Item 3.
City Council Minutes 04-07-2025
Page 5 of 7
Lane, and approximately 1336 feet north of the intersection of Melton Rd and Corrida
Ln.
14. Consideration and possible action on the Final Plat of Oasis at Sanger Addition, being
approximately 4.135 acres of land described as A0029A R. BEEBE, OLD DCAD SHT 2,
TR 5, within the City of Sanger, generally located north of McReynolds Road, and
approximately 790 feet east of Lake Ridge Drive.
15. Consideration and possible action on Ordinance 04-09-25, amending the budget for the
2024-2025 fiscal year and authorizing amended expenditures as provided; providing
for the repeal of all ordinances in conflict; providing a cumulative clause; providing for
a severability clause; and providing a savings clause; an establishing an effective date.
Mayor Muir removed Item 12 for additional discussion.
Motion to approve Items 6-11 and Items 13-15 made by Councilmember Dillon,
Seconded by Councilmember Gann.
Ayes: Barrett, Bilyeu, Chick, Dillon, and Gann.
Nays: None
Motion passed unanimously.
Discussion ensued regarding the HOA lots in Lane Ranch, and the engineering
comments were resolved. Staff recommended approval of the Final Plat.
Motion to approve Item 12 made by Councilmember Bilyeu, Seconded by
Councilmember Dillon.
Ayes: Barrett, Bilyeu, Chick, Dillon, and Gann.
Nays: None
Motion passed unanimously.
ACTION ITEMS
16. Consideration and possible action on a Preliminary Plat of Lois Road Estates, being
approximately 202.69 acres of land described as A0029A R. BEBEE, TR 107, generally
located on the south side of Lois Rd approximately 1219 feet west of the intersection
of Marion Rd and Lois Rd.
Director Hammonds provided an overview of the item, stating that the Planned
Development meets the requirements and that the outstanding comments have been
resolved.
Motion to approve made by Councilmember Bilyeu, Seconded by Councilmember
Dillon.
Ayes: Barrett, Bilyeu, Dillon, and Gann.
Nays: Chick
Motion passed 4-1-0.
10
Item 3.
City Council Minutes 04-07-2025
Page 6 of 7
17. Consideration and possible action on a Final Plat of B & A Roberts Addition, being
approximately 5.108 acres of land described as A0801A WM Mason, TR 24, within the
City of Sanger’s ETJ, generally located along Lois Road and approximately 1526 feet
west of N Stemmons Frwy.
Director Hammonds provided an overview of the item, stating that all the drainage
comments had not been satisfied.
Motion to deny due to comments not being satisfied made by Councilmember Bilyeu,
Seconded by Councilmember Barrett.
Ayes: Barrett, Bilyeu, Chick, Dillon, and Gann.
Nays: None
Motion passed unanimously.
18. Consideration and possible action on a Minor Plat of Guay Addition, being
approximately 2.855 acres of land described as A0029A R. BEBEE, TR 99 within the
City of Sanger’s ETJ, generally located on the west side of Marion Rd approximately
236 feet south of the intersection of Lois Road and Marion Road.
Director Hammonds provided an overview of the item, stating that the outstanding
comments were satisfied and that the staff recommended approval of the plat.
Motion to approve made by Councilmember Bilyeu, Seconded by Councilmember
Gann.
Ayes: Barrett, Bilyeu, Chick, Dillon, and Gann.
Nays: None
Motion passed unanimously.
19. Consideration and possible action on a Minor Plat of Rising Star Corner Addition, being
approximately 1.466 ares of land described as A1241A TIERWESTER, TR 71 within the
City of Sanger, generally located on the north west corner of Duck Creek Rd and Rising
Star Ln.
Director Hammonds provided an overview of the item, stating that the lot was in the
floodplain, the comments were not satisfied, and they had not received the drainage
analysis.
Erika Dewast, property owner, stated that the process has been challenging, the
Surveyor and the City’s Engineer not agreeing on the requirements, the FEMA CLOMR,
and the cost of the drainage analysis and fill necessary to elevate the homesite.
11
Item 3.
City Council Minutes 04-07-2025
Page 7 of 7
Motion to deny due to comments not being satisfied made by Councilmember Bilyeu,
Seconded by Councilmember Barrett.
Ayes: Barrett, Bilyeu, Chick, Dillon, and Gann.
Nays: None
Motion passed unanimously.
FUTURE AGENDA ITEMS
No future agenda items were provided.
INFORMATIONAL ITEMS
20. Atmos Rider GCR - Rate Filing under Docket No. 10170 - March 24, 2025
21. Financial Statement February 2025
22. Disbursements Report March 2025
ADJOURN
There being no further business, Mayor Muir adjourned the meeting at 7:51 p.m.
_______________________________
Thomas E. Muir, Mayor
______________________________
Kelly Edwards, City Secretary
12
Item 3.
CITY COUNCIL COMMUNICATION
DATE: April 21, 2025
FROM: Tyson Cheek, Chief of Police
AGENDA ITEM: Consideration and possible action authorizing the Sanger Police Department to
accept a donation of multiple rounds and types of ammunition from Tom
Kokotan.
SUMMARY:
On 3/18/25, the Sanger Police Department was contact by Tom Kokotan, the executor of the estate
for the person who lived at 724 Dove Ridge.
Mr. Kokotan had several rounds and types of ammunition from the estate that he wanted to donate
to the Sanger Police Department.
Sgt. Reece Dunn took possession of the ammunition, completed an incident report, and placed the
ammunition in our storage area until an outcome for the ammunition is determined.
FISCAL INFORMATION:
Budgeted: Amount: GL Account:
RECOMMENDED MOTION OR ACTION:
Staff recommends approval.
ATTACHMENTS:
13
Item 4.
14
Item 4.
CITY COUNCIL COMMUNICATION
DATE: April 21, 2025
FROM: Jim Bolz, Director of Public Works
AGENDA ITEM: Consideration and possible action to award contract bids to Martinez Brothers
Concrete and Landscaping, LLC for providing concrete labor and materials, and
to Cardwell Paving, LLC for providing asphalt labor and materials for various
locations throughout the city and authorizing the City Manager to execute said
contracts.
SUMMARY:
Bids for concrete and asphalt services were opened on April 8, 2025, at 2:00 p.m.
After review, staff recommends awarding the concrete portion of the bid to Martinez Brothers
Concrete and Landscaping, LLC, who has previously provided reliable, high-quality concrete
services for the City.
Staff also recommends awarding the asphalt portion of the bid to Cardwell Paving, LLC, who,
although not previously used by the City, has received positive references for their work.
The contracts will have an initial term of one year, beginning upon City Council approval, with three
one-year renewal periods available if both parties agree to contract renewal.
Awarding bids will allow the City to move forward with upcoming projects and respond to repair
needs in a timely and cost-effective manner.
FISCAL INFORMATION:
Budgeted: NO Amount: N/A GL Account: 30-5360
RECOMMENDED MOTION OR ACTION:
Staff recommends approval
ATTACHMENTS:
Bid Tabulations
15
Item 5.
ITEM 5
DESCRIPTIONS
Saw & remove
concrete and asphalt
and construct ADA
approved
handicapped ramp,
#3 rebar on 24”
centers
Remove &
Replace 6-
inch
standup
curb 3,000
psi, #4
rebar
Remove &
Replace 6-
inch
laydown
curb 3,000
psi, #4
rebar
Remove &
Replace 6-
inch
standup
curb 4,000
psi, #4
rebar
Remove &
Replace 6-
inch
laydown
curb 4,000
psi, #4
rebar
QUANTITY/Unit Price/Sq
Ft
Less than 500
SF
501 SF to
4,000 SF
4,001 SF
to 10,000
SF
Less than 500
SF
501 SF to
4,000 SF
4,001 SF
to 10,000
SF
Less than 100
Sq.Yd.
101 Sq.Yd.
to 400
Sq.Yd.
Less than 100
Sq.Yd.
101 Sq.Yd. to
400 Sq.Yd.
Less than 100
Sq.Yd.
101 Sq.Yd.
to 400
Sq.Yd.
Less than 100
Sq.Yd.
101 Sq.Yd.
to 400
Sq.Yd.
Less than 100
Sq.Yd.
101 Sq.Yd. to
400 Sq.Yd.
Less than 100
Sq.Yd.
101 Sq.Yd.
to 400
Sq.Yd.
Each Per Linear
Foot
Per Linear
Foot
Per Linear
Foot
Per Linear
Foot
Frank Bartel
Transportation 8.54$ 8.33$ 7.92$ 9.67$ 9.46$ 9.00$ 97.04$ 89.88$ 113.50$ 112.82$ 110.18$ 106.67$ 111.73$ 111.21$ 139.40$ 136.32$ 157.85$ 155.80$ 3,587.50$ 22.55$ 22.55$ 22.75$ 22.75$
LandS Commercial LLC 12.00$ 8.00$ 8.00$ 12.00$ 8.00$ 8.00$ 110.00$ 72.00$ 114.00$ 75.00$ 118.00$ 80.00$ 122.00$ 82.00$ 128.00$ 90.00$ 132.00$ 93.00$ 3,000.00$ 20.00$ 20.00$ 20.00$ 20.00$
Cardwell Paving LLC 12.00$ 11.00$ 10.00$ 15.00$ 14.00$ 13.00$ 108.00$ 99.00$ 135.00$ 126.00$ 153.00$ 144.00$ 180.00$ 171.00$ 117.00$ 108.00$ 144.00$ 135.00$ 1,500.00$ 35.00$ 35.00$ 40.00$ 40.00$
Driver Pipeline
Company Inc 13.50$ 13.25$ 12.75$ 14.50$ 14.25$ 13.75$ 140.00$ 138.00$ 142.00$ 140.00$ 275.00$ 270.00$ 285.00$ 280.00$ 145.00$ 143.00$ 147.00$ 145.00$ 1,550.00$ 32.50$ 32.50$ 33.00$ 33.00$
Martinez Brothers 7.00$ 6.85$ 6.45$ 10.00$ 9.85$ 9.00$ 72.00$ 76.00$ 108.00$ 108.00$ 76.50$ 74.25$ 112.50$ 110.25$ 90.00$ 85.00$ 126.00$ 121.50$ 1,800.00$ 36.00$ 36.00$ 40.00$ 38.00$
A-1 Paving -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
Level 1 Paving 5,200.00$ 10.40$ 9.75$ 7,800.00$ 15.60$ 13.65$ 10,530.00$ 105.30$ 15,210.00$ 140.40$ 20,150.00$ 201.50$ 24,830.00$ 248.30$ 20,800.00$ 208.00$ 26,000.00$ 260.00$ 3,900.00$ 65.00$ 65.00$ 78.00$ 78.00$
ITEM
ASPHALT DESCRIPTIONS BOND FEE
QUANTITY Less than 500
SF
501 SF to
4,000 SF
4,001 SF
to
Less than
500 SF
501 SF to
4,000 SF
4,001 SF
to 10,000
Less than 500
SF
501 SF to
4,000 SF
4,001 SF to
10,000 SF
Less than
500 SF
501 SF to
4,000 SF
4,001 SF
to 10,000
Less than 500
SF
501 SF to
4,000 SF
4,001 SF to
10,000 SF
Less than
500 SF
501 SF to
4,000 SF
4,001 SF
to 10,000
Frank Bartel
Transportation 10.20$ 10.15$ 9.76$ 12.29$ 12.29$ 12.29$ 15.03$ 14.86$ 14.56$ 16.53$ 16.25$ 16.05$ 22.54$ 21.42$ 20.30$ 24.64$ 23.42$ 22.50$ 2.5%
LandS Commercial LLC 12.00$ 7.50$ 6.00$ 12.00$ 7.50$ 6.50$ 13.00$ 8.00$ 7.00$ 14.00$ 8.50$ 7.50$ 15.00$ 11.00$ 8.00$ 16.00$ 12.00$ 9.00$ 4.0%
Cardwell Paving LLC 5.00$ 4.75$ 4.50$ 7.50$ 7.25$ 7.00$ 6.25$ 6.00$ 5.75$ 9.25$ 9.00$ 8.75$ 9.25$ 9.00$ 8.75$ 13.25$ 13.00$ 12.75$ 5.0%
Driver Pipeline
Company Inc 9.50$ 9.25$ 9.00$ 10.00$ 9.75$ 9.50$ 12.60$ 12.35$ 12.15$ 13.30$ 13.05$ 12.80$ 19.00$ 18.50$ 18.00$ 20.00$ 19.50$ 19.00$ 5.0%
Martinez Brothers -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ N/A
A-1 Paving 5.00$ 4.50$ 4.00$ 7.50$ 6.50$ 5.50$ 6.50$ 5.50$ 5.00$ 7.50$ 6.50$ 6.00$ 9.50$ 8.50$ 7.50$ 9.50$ 8.50$ 6.50$ N/A
Level 1 Paving 5,000.00$ 10.00$ 5.65$ 6,500.00$ 11.50$ 7.15$ 5,000.00$ 10.00$ 7.50$ 7,000.00$ 11.50$ 9.00$ 6,500.00$ 13.00$ 11.25$ 9,000.00$ 15.00$ 13.25$ 3.5%
3 4 6
New 3-inch asphalt Remove & Replace 3-inch asphalt New 4-inch asphalt
1 2
Remove & Replace 4-inch asphalt New 6-inch asphalt
CONCRETE
7
8 9 10
New 4-inch reinforced sidewalk, 3,000
psi concrete, #3 rebar on 24” centers
Remove & Replace 4-inch reinforced
sidewalk, 3,000 psi concrete, #3
rebar on 24” centers
New 6-inch reinforced
4,000 psi concrete street
paving, #4 rebar on 18”
centers
Remove & Replace 6-inch
reinforced 4,000 psi concrete
street paving, #4 rebar on
18” centers
New 6-inch reinforced
5,000 psi High Early
Strength concrete street
paving, #4 rebar on 18”
centers
Remove & Replace 6-inch
reinforced 5,000 psi High
Early Strength concrete
street paving, #4 rebar on
18” centers
New 8-inch reinforced 4,000
psi concrete street paving,
#5 rebar on 18” centers
Remove & Replace 6-inch asphalt
Remove & Replace 8-inch
reinforced 4,000 psi
concrete street paving, #5
rebar on 18” centers
16
Item 5.
CITY COUNCIL COMMUNICATION
DATE: April 21, 2025
FROM: Jim Bolz, Director of Public Works
AGENDA ITEM: Consideration and possible action on Change Order No. 3 in the amount of
$87,373.00 with Ana Site Construction, LLC for the additional work on water and
sewer lines and authorize the City Manager to execute said Change Order No. 3.
SUMMARY:
TxDOT has approved Change Order for 12” water line and 4” sewer force main due to missed
conflicts created by a TxDOT culvert.
Initial review did not identify these lines as conflicts, and TxDOT did not have records of these lines
from Bluestar.
Final review by Kimley-Horn of all utility lines in CSJ 081 identified conflicts with the proposed
culvert.
Change order addresses the missed conflict by lowering the lines and adding casing for protection
under future TxDOT construction.
FISCAL INFORMATION:
Budgeted: NO Amount: $87,373.00 GL Account: 840-50-6529.2/840-54-
6529.2
Amount is 100% reimbursable
RECOMMENDED MOTION OR ACTION:
Staff recommends approval
ATTACHMENTS:
Change Order No. 3
17
Item 6.
KIMLEY-HORN AND ASSOCIATES, INC.
801 Cherry Street, Suite 1300
Fort Worth, TX 76102 Date: March 31, 2025
PROJECT DESCRIPTION:2024 I35 UTILITY RELOCATION
KHA Project No.:
OWNER:CITY OF SANGER
CONTRACTOR:ANA SITE CONSTRUCTION LLC
ORIGINAL CONTRACT AMOUNT:
REVISED CONTRACT AMOUNT PER
CHANGE ORDER No. 1:
REVISED CONTRACT AMOUNT PER
CHANGE ORDER No. 2:
REVISED CONTRACT AMOUNT PER
CHANGE ORDER No. 3:
Item #Item Description Quantity Unit Unit Price Item Cost
117 Remove 4" Force Main 83 LF 19.00$ 1,577.00$
118 PVC Force Main (4") (Open Cut)61 LF 160.00$ 9,760.00$
119 PVC Force Main (4") (Carrier Pipe)29 LF 118.00$ 3,422.00$
14 Steel Casing (18") (Open Cut)*29 LF 265.00$ 7,685.00$
113 Seeding Surface Repair 199 SY 2.00$ 398.00$
115 Connect Existing Sewer Line 2 EA 4,200.00$ 8,400.00$
116 Trench Excavation Protection 90 LF 9.00$ 810.00$
Subtotal 32,052.00$
Item #Item Description Quantity Unit Unit Price Item Cost
61 Remove 12" Water Line 84 LF 12.00$ 1,008.00$
70 C-900 DR-18 PVC Water Line (12”) (Open Cut)61 LF 112.00$ 6,832.00$
71 C-900 DR-18 PVC Water Line (12”) (Carrier Pipe)29 LF 133.00$ 3,857.00$
73 Steel Casing (24") (Open Cut)*29 LF 626.00$ 18,154.00$
76 Resilient Seated Gate Valve (12")*1 EA 7,600.00$ 7,600.00$
77 081 Ductile Iron Fittings*0.52 TON 20,000.00$ 10,400.00$
80 Connect Existing Water Line 2 EA 3,400.00$ 6,800.00$
81 Trench Excavation Repair 90 LF 3.00$ 270.00$
85 Seeding Surface Repair 200 SY 2.00$ 400.00$
Subtotal 55,321.00$
Total Increase in Contract Amount:87,373.00$
Original Contract Amount:6,971,123.00$
Revised Contract Amount:7,446,791.00$
Net Increase/(Decrease) in Contract Time of Completion:30 Days
Revised Contract Time of Completion:360 Days
Recommended by Kimley-Horn and Associates, Inc.Approved by Owners:
City of Sanger
By By
Accepted by Contractor
By
Distribution
1-Owner, 1 – Contractor, 1 - KHA Office
61322300
CSJ 081 Conflict Force Main C Change Order #3
7,359,418.00$
7,446,791.00$
*All materials shall use domestically manufactured products that are composed predominately
of steel and/or iron to incorporate into the permanent installation of the utility facility –
in compliance with the Buy America provisions of 23 CFR 635.410 as amended
CSJ 081 Conflict Water Line J Change Order #3
6,971,123.00$
7,122,754.00$
Page 1 of 1 18
Item 6.
CITY COUNCIL COMMUNICATION
DATE: April 21, 2025
FROM: Jim Bolz, Director of Public Works
AGENDA ITEM: Consideration and possible action on Amendment No. 4 in the amount of
$25,000.00 with Kimley-Horn and Associates, Inc for the I-35 Utility Relocations
for TXDOT and authorize the City Manager to execute said Amendment No. 4.
SUMMARY:
Several utilities were discovered in the field that differed from the original TXDOT Subsurface Utility
Engineering data
These discrepancies required multiple plan revisions
The amendment allows continued support through the end of construction, as needed
This amendment will be added to the reimbursable State Utility Agreement with TXDOT
FISCAL INFORMATION:
Budgeted: NO Amount: $25,000.00 GL Account: 840-50-6529.1 & 840-54-
6529.1
RECOMMENDED MOTION OR ACTION:
Staff recommends approval
ATTACHMENTS:
Amendment No. 4
19
Item 7.
20
Item 7.
21
Item 7.
22
Item 7.
23
Item 7.
CITY COUNCIL COMMUNICATION
DATE: April 21, 2025
FROM: Jim Bolz, Director of Public Works
AGENDA ITEM: Consideration and possible action on authorizing the City Manager to execute a
contract with Mayim Municipal Builders, LLC for the additional blower at the
Sanger Wastewater Treatment Plant.
SUMMARY:
Staff issued an RFP for the Sanger Wastewater Treatment Plant to install an additional new turbo
blower, control panel, and related accessories.
Bids were solicited for the project and opened on March 18th, 2025.
Advertised for bid went out on March 1st and March 8th, 2025.
After reviewing the bids, staff recommends award the contract to Mayim Municipal Builder, LLC,
which submitted the lowest bid.
The new blower is required to meet TCEQ’s final discharge permit limits of 1.86 MGD.
The contract award will enable the installation of the additional blower, ensuring compliance with
TCEQ regulations.
FISCAL INFORMATION:
Budgeted: YES Amount: $246,000.00 GL Account: 840-58-6544
RECOMMENDED MOTION OR ACTION:
Staff recommends approval
ATTACHMENTS:
Bid Tabulations
Mayim Municipal Builders, LLC Bid Proposal
24
Item 8.
25
Item 8.
26
Item 8.
27
Item 8.
SECTION 00 41 13
BID PROPOSAL
Bid of: Mayim Municipal Builders, LLC
Name of Firm)
TO: Mr. Thomas Muir, Sanger City Mayor
City of Sanger
502 Elm Street
Sanger, Texas 76266
Date 03-18/2025
FOR: BANGER WASTEWATER TREATMENT PLANT —ADDITIONAL BLOWER
The undersigned, as Bidder, declares that the only person or parties interested in this proposal as
principals are those named herein, that his proposal is made without collusion with any other person,
firm, or corporation, that he has carefully examined the form of contract, Invitation For Bids, North
Central Texas Council of Governments' Public Works Construction Standards, these Specifications and
Contract Documents for the Construction of the City of Sanger Wastewater Treatment Plant, and the
Drawings herein referred to, and has carefully examined the locations, conditions, and classes of
materials of the proposed work; and agrees that he will provide all the necessary labor, machinery, tools,
apparatus, and other items incidental to construction, and will do all the work and furnish all the
materials as called for in the Contract Documents in the manner prescribed and according to the Plans
and Specification requirements of the OWNER as herein set forth.
Accompanying this proposal is a (certified or cashier's check payable to the OWNER) (Bid Bond) in the
5% GAB
Also accompanying
this proposal are a Non -Collusion Statement, State Reciprocal Requirement, a Conflict of Interest
Questionnaire, and a Certificate of Interested Parties.
The bid security accompanying this Proposal shall be returned to the Bidder, unless in case of the
acceptance of the Proposal, the Bidder shall fail to execute a Contract and file Performance and Payment
Bonds within ten (10) days after its acceptance, in which case the bid security shall become the property
of the OWNER, and shall be considered as payment for damages due to delay and other inconveniences
suffered by the OWNER on account of such failure of the Bidder. It is understood that the OWNER
reserves the right to reject any and all bids received.
The item prices included in this Proposal do not distinguish between costs for Materials and Services
included in each item; however, the successful Bidder will be required to submit a breakdown of these
items by completing the Sales Tax Provision form included with the Contract Agreement in these Contract
Documents. The inclusion of this form into the Contract has been instituted in order to institute the
resale procedure set forth in Texas House Bill 11 (72nd Legislature, 1st C.S.), which amended the Texas
Tax Code Section 151.311.
By the successful Bidder entering into a separate contract, he will become a seller of the materials
purchased for the Project, which will obviate paying taxes on the materials incorporated into the Project.
Prices shall be shown in words and figures. Discrepancies between the multiplication of units of Work
and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of
any column of Hgures and the correct sum thereof will be resolved in favor of the correct sum.
Discrepancies between words and figures will be resolved in favor of the words.
PLUMMER ASSOCIATES, INC. 00 41 13 -Page 1 of 6 BID SET
1416-010-01 BID PROPOSAL FEBRUARY 2025
28
Item 8.
Award of Contract by OWNER, if made, will be based on lowest responsive, qualified proposal of the
TOTAL BASE BID ADDITIONAL BLOWER PROJECT. The City of Sanger reserves the right to accept or
reject any or all Bids or parts of Bids, to waive any informalities and technicalities and to accept the Bid
most advantageous to the OWNER. The lowest bids of the Base Bids will not be the sole basis for
evaluation.
The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict
accordance with the Plans and Specifications, for the following sum of prices, to wit:
BID SCHEDULE
FOR
CITY OF SANGER
WASTEWATER TREATMENT PLANT
ADDITIONAL BLOWER
No.
Unit Qty. Description/Price in Words Unit Price Extended Amount
1 LS 1 For construction of all Work required
to complete in place and to place in
operation the Additional Blower
project as shown on the Plans and
described in the Specifications,
except for Bid Items as listed
separately below) for a total lump
sum amount of
T* 0% ** Ncj
Dollars and A r
Cents. $1' $ `t1 , o
2 LS 1 For purchase, shipping, and
manufacturer's installation/startup
services for one (1) Turbo Blower,
complete with controls and
accessories as specified in
Specification Section 43 11 12, for a
total lump sum amount of latl
Dollars and Cents.
TOTAL AMOUNT Total amount bid for Bid Items 1
BID (Items 1- 2) through 2, the sum of
T'..o k i k,, tZ
r
Dollars and m,o Cents. $ 1
PLUMMER ASSOCIATES, INC. 00 41 13 -Page 2 of 6 BID SET
1416-010-01 BID PROPOSAL FEBRUARY 2025
29
Item 8.
The undersigned agrees to substantially complete all Work covered by the North Central Texas Council of
Governments' Standard Specifications for Public Works Construction, Third Edition, and by these Contract
Documents in accordance with the SPECIAL PROVISIONS. In the event that the Project is not complete
within the allotted time as specified in the Special Provisions, the OWNER will assess liquidated damages
in accordance with the SPECIAL PROVISIONS.
In the event of award of a Contract to the undersigned, the undersigned will furnish Performance and
Payment Bonds for the full amount of the Contract to secure proper compliance with the terms and
provisions of the Contract, to ensure and guarantee the Work until final completion and acceptance, and
to guarantee payment of all lawful claims for labor performed and materials furnished in fulfillment of the
Contract.
The Work proposed to be done shall be accepted when fully complete and finished in accordance with
the Plans and Specifications, to the satisfaction of the OWNER.
The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and
are submitted as correct and final.
Receipt is hereby acknowledged of the following addenda to the Contract Documents:
Addendum No. 1 dated March 05, 2025 Received DE
Addendum No. 2 dated March 13, 2025 Received DE
Addendum No. 3 dated Received
Respectfully fitted by,
l
Signature
Robert Skinner -Managing Member
Printed Name and Title
Mayim Municipal Builders, W..0
Company Name
1557 Edelweiss Dr., Allen, Texas 75002
Mailing Address
1557 Edelweiss Dr.
Street Address
Allen, Texas 75002
City and State
469)951-1113
Telephone Number
Attested by:
Signature
Printed Name and Title
Seal and Authorization
If Corporation)
PLUMMER ASSOCIATES, INC. 00 41 13 -Page 3 of 6 BID SET
1416-010-01 BID PROPOSAL FEBRUARY 2025
30
Item 8.
NOTE: Bid forms may be detached from this document. The entire proposal section must be
completed and submitted. Fill in with ink and submit complete with attached papers. Do
not insert additional or conditional statements or deletions to this Proposal.
PLUMMER ASSOCIATES, INC. 00 41 13 -Page 4 of 6 BID SEf
1416-010-01 BID PROPOSAL FEBRUARY 2025
31
Item 8.
DATA SHEET AND SUBMITTAL INFORMATION
CONTRACTORS AND SUBCONTRACTORS
CONTRACTOR'S (OR SUBCONTRACTOR'S) NAME: Mayim Municipal Builders, LLC
ADDRESS: 1557 Edelweiss Dr., Allen, Texas 75002 PHONE NO.: (469) 951-1113
CONTRACTOR'S (OR SUBCONTRACTOR'S) RELATED WORK EXPERIENCE (LIST FIVE REFERENCES)
CLIENT: City of Copperas Cove, Texas
ADDRESS: 1601 N. 1st Street PHONE NO.: (254) 547-4221
ENGINEER: Freese &Nichols PHONE NO.: Chris Callahan, P.E. - 512 381-1835
DESCRIPTION: Mechanical Bar Screen Replacement
COMPLETION DATE: 09-2025 CONTRACT AMOUNT: $1,166,000.00
CLIENT: City of Bridgeport, Texas
ADDRESS: 900 Thompson Street PHONE NO.: (940) 683-3400
ENGINEER:
DESCRIPTION WTP Filter
COMPLETION DATE: 07/2025
CLIENT: GS Hudson Oaks, LLC
PHONE NO.: Blake Powell, P.E. (877) 572-3647
CONTRACT AMOUNT: .1.256,000.00
ADDRESS: 750 Bering Dr., Houston, TX 77057 PHONE NO.: (713) 479-8815
ENGINEER: MMA Civil Engineering PHONE NO.: (817) 469-1671
DESCRIPTION: Lift Station Rehabilitation
COMPLETION DATE: 10/2024 CONTRACT AMOUNT: _$279,000.00
PLUMMER ASSOCIATES, INC. 00 41 13 -Page 5 of 6 BID SET
1416-010-01 BID PROPOSAL FEBRUARY 2025
32
Item 8.
DATA SHEET AND SUBMITTAL INFORMATION
SUBCONTRACTORS
SUBCONTRACTOR'S NAME:
ADDRESS:
SUBCONTRACTOR'S NAME:
ADDRESS:
SUBCONTRACTOR'S NAME:
ADDRESS:
TYPE OF SUBCONTRACTOR:
SUBCONTRACTOR'S NAME:
ADDRESS:
TYPE OF SUBCONTRACTOR:
SUBCONTRACTOR'S NAME:
ADDRESS:
TYPE OF SUBCONTRACTOR:
SUBCONTRACTOR'S NAME:
ADDRESS:
END OF SECTION
PHONE NO.:
PHONE NO.:
PHONE NO.:
PHONE NO.:
PHONE NO.:
PHONE NO.:
PLUMMER ASSOCIATES, INC. 00 41 13 -Page 6 of 6 BID SET
1416-010-01 BID PROPOSAL FEBRUARY 2025
33
Item 8.
SECTION UU 43 13
BID BOND
Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where
applicable.
BIDDER (Name and Address);
Mayim Municipal Builders, LLC
1557 Edelwiess Drive
Allen, TX 75002
SURETY (Name and Address of Principal Place of Business):
U.S. Specialty Insurance Company
13403 Northwest Freeway
Houston, TX 77040
OWNER (Name and Address):
City of Sanger
502 Elm St,
Sanger, TX 76266
BID
Bid Due Date; March 18, 2025
Project: Bid # 1416-010-01
BANGER WASTEWATER TREATMENT PLANT
ADDITIONAL BLOWER
BOND
Bond Number: N/A
Date (Not later than Bid due date): March 18, 2025
Penal sum Five Percent of the Greatest Amount Bid 5% G.A.B.
Words) (Figures)
Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side
hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or
representative.
BIDDER
Mayim Municipal Builders, LLC
Bidder's Name and Corporate Seal
By:
Signature and Title hnAr4,t.1o Mtftrtac(' Attest: -
Signature
and Tit e JA11TAAF= SURETY
Seal)
U.S. Specialty Insurance Company Surety'
s Name and Corporate Sea! BY
l Signa
ure and Title Kim Attach
Power of Attorney) Attest:
G%Sl}z,Q, t.l'1,dj `1 ,o YL Signature
and itle Crystal Langhorn, Witness Note:
Above addresses are to be used for giving required notice. Seal)
Fact
PLUMMER
ASSOCIATES, INC. 00 43 13 -Page 1 of 2 BID SET 1416-
010-01 BID BOND FEBRUARY 2025
34
Item 8.
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators,
successors and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face
of this Bond. Payment of the penal sum is the extent of Surety's liability.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the
Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed
Agreement required by the Bidding Documents and any performance and payment bonds required
by the Bidding Documents,
3. This obligation shall be null and void if:
3.1. Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding
Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement
required by the Bidding Documents and any performance and payment bonds required by the
Bidding Documents, or
3.2. All Bids are rejected by Owner, or
3.3. Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding
Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented
to by Surety when required by Paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days
after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given
with reasonable promptness, identifying this Bond and the Project and including a statement of the
amount due.
5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue
Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing
Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date
without Surety's written consent.
6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of
default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one
year after Bid due date.
7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located
in the state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective
addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial
courier, or by United States Registered or Certified Mail, return receipt requested, postage pre -paid,
and shall be deemed to be effective upon receipt by the party concerned.
9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the
authority of the officer, agent, or representative who executed this Bond on behalf of Surety to
execute, seal, and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement
of any applicable statute that has been omitted from this Bond shall be deemed to be included herein
as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the
provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect.
11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable.
END OF SECTION
PLUMMER ASSOCIATES, INC. 00 43 13 -Page 2 of 2 BID SET'
1416-010-01 BID BOND FEBRUARY 2025
35
Item 8.
4 TOKIOMARINE
I do H C C
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding
Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and
U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and
appoint:
Kim Bracamonte, Brad Johnson, Paul Fredette, Crystal Langhorn,
Steven W. Lewis, Andrea Nix, or Adam Syswerda 13
its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed *****Thirty Million*****
IdIodd
Dollars ( ***$30 000,000.00*** ).
This Power of Attorney shall expire without further action on January 31s' 2028, This Power of Attorney is granted under and by authority
of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the
Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any
and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents
for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents
canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon
the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any
certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding
upon the Company with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
15' day of February 2024. »..
r,rrr,,._
0 : •' -'`gyp :
I`
O.' 'do. V'G -Q•'.' •. P' ci : "•
04CRFOPATED=_ _W • /1SEPT. 15. 1990 p'sY'., l- •.'yp, ", YW'•
9
ii 40FOOd" 0 'ry, ErOF T"\`P ` ''for/ *
inUo
P`,` drnuu*iu»d,
AMERICAN CONTRACTORS INDEMNITY COMPANY, TEXAS
BONDING COMPANY, UNITED STATES SURETY COMPANY,
U.S. SPECIALTY INSURANCE COMPANY
Daniel P. Aguilar, ice Preside
A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which
this certificate is attached and not the truthfulness accuracy or validity of that document.
State of California
County of Los Angeles
On this 1SI day of February 2024, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of
American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance
Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument
and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person,
or the entity upon behalf of which the person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and offic' I seal. n.umErlEw
NoUry PubHC • UIHanN
Los Mgeles County
Signature (seal) CommLssbn t 2478510
My Comm, Expires Jon 31, 2029
I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety
Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power
of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors,
set out in the Power of Attorney are in full force and effect.
In fitness Whereof, I have hereunto set my hand and affixed th
day of 1Met VG4•` 10 a;
1 V / A
o`
o PACTDgs,.,,, odd r'ONOINC, c
Bond No. o, o . :
y' 52.
Agency No. 18799 €fir „KOAV5TED
Wl, serr.n.ION)
o` r. :do
fie:., od I n
seals of sa;E Co rani a f L•s Angeles, California this
1•=• _ Kio + o A i ant Secretary
r :4
om
HCCSMANPOA022024
tmhce.comisurety for more inform:tion
36
Item 8.
U.S. Specialty Insurance Company
TEXAS COMPLAINT NOTICE
IMPORTANT NOTICE I AVISO IMPORTANTE I
To obtain information or make a complaint:
1. You may contact your agent.
2. You may call the company's toll free telephone
number for information or to make a complaint at
1-800-486-6695
3. You may also write to the company at:
U.S. Specialty Insurance Company
801 South Figueroa Street Suite 700
Los Angeles, CA 90017 USA
4. You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights, or complaints at:
1-800-252-3439
5. You may write to the Texas Department of
Insurance at:
Consumer Protection (111-1A)
P.O. Box 12030
Austin, Texas 78711-2030
Fax No. 512- 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium
or about a claim you should contact the agent or the
company first. If the dispute is not resolved, you may
contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY
This notice is for information only and does not
become a part or condition of the attached document.
Para obtener informacion o para someter una queja:
1. Puede comunicarse con su agente.
2. Usted puede Ilamar al numero de telefono gratis
de la compania's para informacion o para someter
Una queja al:
1-800-486-6695
3. Usted tambien puede escribir a la compania:
U.S. Specialty Insurance Company
801 South Figueroa Street Suite 700
Los Angeles, CA 90017 USA
4. Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion
acerca de companias, coberturas, derechos, o
quejas al:
1-800-252-3439
5. Puede escribir al Departamento de Seguros de
Texas al:
Consumer Protection (111-1A)
P.O. Box 12030
Austin, Texas 78711-2030
Fax No. 512- 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente o la
compania primero. Si no se resuelve la disputa,
puede entonces comunicarse con el departamento
TDI).
UNA ESTE AVISO A SU POLIZA
Esta aviso es solo para proposito de informacion y no
se convierte en parte o condicion del documento
adjunto.
H CCSOTXCOM PLAT NT2023/06
37
Item 8.
i1 r Tr [ D 4f x [
MUNICIPAL GUILDERS p '~
k luuBy , I p,sol# c }
Fr 4
Mayim Mummpal Builders,LLC a'- ',"
1557 Edelweiss Dr
Allen,Texas 75002
i`
AA
y , " _ Sanger Wastewater Treatment Plant
i
Additional Blower
Bid Opening
r-i..re- City of Sanger Texas
tt' ' ,'' '.9 3 •
V.*Sanger City Hall,502 Elm Street,
s Sanger,TX Ora
2 00 PM,March 18,2025
1.4 Addendum Received Acknowledged_
gr_.
s o-r z ` <
s* A
1 03 05 2025 t # '"` r G`
ri
2 03 13 2025 3
ii
xr 4m
4 ..
il
45
iLZir d.AZ
T
F
38
Item 8.
CITY COUNCIL COMMUNICATION
DATE: April 21, 2025
FROM: Ronnie Grace, Director of Electric
AGENDA ITEM: Consideration and possible action to award the bid for the tree trimming to ABC
Professional Tree Services, Inc. and authorizing the City Manager to execute the
agreement and all necessary documents.
SUMMARY:
On 2/18/25 City Council approved the issuance of a Request For Proposal (RFP).
On 3/25/25 at the 2:00 p.m. bid opening, one (1) Bid was received from ABC Professional Tree
Services, Inc.
FISCAL INFORMATION:
Budgeted: Yes Amount: $ 140,000.00 GL Account: 008-58-5420
RECOMMENDED MOTION OR ACTION:
Staff recommends approval
ATTACHMENTS:
City Council Communication
ABC Professional Tree Services, Inc. Bid
Services Agreement
39
Item 9.
40
Item 9.
41
Item 9.
42
Item 9.
43
Item 9.
44
Item 9.
45
Item 9.
46
Item 9.
47
Item 9.
48
Item 9.
49
Item 9.
50
Item 9.
51
Item 9.
52
Item 9.
53
Item 9.
54
Item 9.
55
Item 9.
56
Item 9.
57
Item 9.
58
Item 9.
59
Item 9.
60
Item 9.
61
Item 9.
62
Item 9.
63
Item 9.
64
Item 9.
65
Item 9.
66
Item 9.
67
Item 9.
68
Item 9.
69
Item 9.
70
Item 9.
71
Item 9.
72
Item 9.
73
Item 9.
74
Item 9.
75
Item 9.
76
Item 9.
77
Item 9.
78
Item 9.
79
Item 9.
80
Item 9.
81
Item 9.
82
Item 9.
83
Item 9.
84
Item 9.
85
Item 9.
86
Item 9.
87
Item 9.
88
Item 9.
89
Item 9.
90
Item 9.
SERVICES AGREEMENT
(SMALL CONTRACT, NOT FOR ARCHITECT OR ENGINEER)
This Agreement for Services (this "Agreement") is made and
entered into by and between the City of Sanger Texas, a home-rule Texas Municipal
Corporation ("the City") and ("Contractor"), a
located at (collectively, “the Parties”).
WITNESSETH:
NOW, THEREFORE, in consideration of the promises and mutual covenants and
agreements set forth herein and other good and valuable consideration, the receipt and
sufficiency of which are hereby acknowledged, Contractor and the City, agree as follows:
1. Scope of Services. Contractor shall undertake and complete the following services
as more specifically described in the document attached hereto and incorporated herein by
reference as Exhibit A (“the Services"):
2. Commencement and Completion of Services. Contractor shall begin Services
immediately upon receipt of a fully executed copy of this Agreement. Contractor shall complete
the Services by the following date unless such date is otherwise extended pursuant to the terms of
this Agreement: .
3. Term. This Agreement shall be for a term (“the Initial Term") beginning on the
Effective Date entered below and ending on the earlier of: a) (if applicable) the date all of the
Services are complete, the Compensation has been fully paid, the warranty period has expired, and
any warranty work required has been completed and accepted by the City; or b) year(s) from the
Effective Date. Either Party may extend the Initial Term for an additional period of ______ year(s)
by notifying the other Party in writing of its request to extend the term, such notice being sent at
least sixty (60) days prior to the end of the Initial Term. The Party receiving the request for
extension may reject the extension by notifying the requesting Party in writing of its rejection of
the requested extension, such notice being sent at least thirty (30) days prior to the end of the
Initial Term.
4. Compensation. In consideration for the Services performed by Contractor, the City
agrees to pay Contractor in the amounts and manner indicated on the document attached hereto
and incorporated herein as Exhibit “B”, provided that the total amount for services under this
Agreement shall not exceed Dollars
($ ). The City shall pay properly invoiced amounts for Services
91
Item 9.
performed within thirty (30) days of receipt of the invoice, except where the City has raised an
objection to the invoice.
5. WARRANTY AND DEGREE OF CARE. CONTRACTOR
WARRANTS THE MATERIALS USED SHALL BE FREE OF DEFECT OR
FAILURE FOR A PERIOD OF AT LEAST ONE YEAR FROM THE DATE OF
COMPLETION OF THE SERVICES AND THAT ALL SERVICES PROVIDED
BY CONTRACTOR SHALL BE PERFORMED IN A GOOD AND
WORKMANLIKE MANNER IN ACCORDANCE WITH THE
SPECIFICATIONS OF THIS AGREEMENT AND IN ACCORDANCE WITH
THE DEGREE OF CARE AND SKILL ORDINARILY EXERCISED UNDER
SIMILAR CIRCUMSTANCES BY COMPETENT CONTRACTORS IN TEXAS
APPLICABLE TO THE TYPE OF SERVICES CONTEMPLATED
HEREUNDER. IN THE EVENT ANY DEFECT IS DISCOVERED OR
DEVELOPS IN MATERIALS PROVIDED BY CONTRACTOR OR WORK
PERFORMED BY CONTRACTOR WITHIN ONE YEAR AFTER
COMPLETION OF THE SERVICES, CONTRACTOR WILL REPAIR OR
REPLACE ANY SUCH MATERIALS OR WORK SO THAT IT IS NOT
DEFECTIVE AND MEETS THE REQUIREMENTS OF THIS AGREEMENT.
6. Confidentiality and Ownership of Documents. Contractor shall keep confidential
information and documents provided by the City confidential and shall not release them without
the consent of the City. Upon completion of Services and payment of the Compensation owed,
all documents created for the City pursuant to this Agreement shall be the property of the City
and shall be provided to the City by Contractor.
7. Insurance. Contractor shall procure, at its own expense, general liability
insurance with a minimum per occurrence limit of one million dollars ($1,000,000.00) and
additional coverage sufficient to cover the Services being provided under this Agreement as
determined by the City. Contractor shall provide the City with written notice of any coverage
limit change on the insurance. Contractor shall provide the City with proof of insurance required
hereunder. The City shall be named as an additional insured on the policy.
INDEMNIFICATION. CONTRACTOR SHALL INDEMNIFY, DEFEND, SAVE
AND HOLD HARMLESS THE CITY AND ITS OFFICERS, EMPLOYEES AND
AGENTS FROM AND AGAINST ALL CAUSES OF ACTION, FINES,
JUDGMENTS, LOSSES, CLAIMS, DAMAGES, LIABILITIES, COSTS AND
EXPENSES, INCLUDING REASONABLE ATTORNEYS' FEES AND EXPENSES,
JOINT OR SEVERAL, WHETHER THEY BE FOR PERSONAL INJURY OR
PROPERTY DAMAGE OR ANY OTHER TYPE OF CLAIM, WHICH MAY BE
ASSERTED AGAINST ANY OF THEM ARISING OUT OF OR RELATED TO (I)
92
Item 9.
ANY ACTION BY CONTRACTOR OR ITS AGENTS IN THE CARRYING OUT
OF THE SERVICES DURING THE TERM OF THIS AGREEMENT; (II) THE
NEGLIGENCE OR WILLFUL OR
WANTON MISCONDUCT OF CONTRACTOR OR ITS AGENTS; (III) ANY
VIOLATION OF ANY REQUIREMENT APPLICABLE TO CONTRACTOR OR
ITS AGENTS UNDER ANY FEDERAL, STATE, OR LOCAL LAW OR
REGULATION,
(IV) THE FAILURE OF CONTRACTOR TO PERFORM SPECIFIED DUTIES
UNDER THIS AGREEMENT, OR (V) THE BREACH OF THIS AGREEMENT BY
CONTRACTOR, EXCEPT IN EACH CASE TO THE EXTENT CAUSED BY THE
GROSS NEGLIGENCE OR WILLFUL OR WANTON MISCONDUCT OF THE
CITY. OBLIGATIONS UNDER THIS SECTION SHALL NOT BE LIMITED TO
THE LIMITS OF COVERAGE OF INSURANCE MAINTAINED OR REQUIRED
TO BE MAINTAINED BY CONTRACTOR UNDER THIS AGREEMENT AND
WILL NOT BE LIMITED BY COMPARATIVE NEGLIGENCE STATUTES. THIS
SECTION SHALL SURVIVE THE TERMINATION OF THIS AGREEMENT.
8. Termination. Either Party may terminate this Agreement by providing sixty (60)
days written notice to the other Party.
9. Non-Discrimination. Contractor hereby agrees to refrain from any activity in the
performance of this Agreement that discriminates against any person or persons based upon
race, color, creed, national origin, religion, sex, or communicable disease, in accordance with
present federal and state laws.
10. Independent Contractor. Contractor shall be fully responsible for its employees,
including meeting all state and federal requirements for minimum wage, income tax
withholding, workers' compensation, insurance, and all city, state, and federal requirements
governing employer/employee relations. Contractor hereby certifies that it shall be and is in
compliance with all such regulations, laws and requirements.
11. No Third Pary Benefit. Nothing herein expressed or implied is intended, or shall
be construed, to confer upon or give to any person or entity, other than the parties, any right or
remedy under or by reason of this Agreement.
12. HB 89 and SB 252 Certifications. If this Agreement provides for payment to
Contractor of over $100,000, Contractor hereby certifies that Contractor does not and will not
boycott Israel during the term of this Agreement in accordance with Chapter 2270, Texas
Government Code.
13. Does not do business with terrorist. Contractor hereby certifies that the
Contractor is not included on the website of the Texas Comptroller for entities doing business
with foreign terrorist organizations pursuant to Chapter 2252, Texas Government Code.
93
Item 9.
14. Conflicts of Interest. By signature of this Agreement, Contractor warrants to
CITY that it has made full disclosure in writing of any existing conflicts of interest or potential
conflicts of interest, including business or personal financial interests, direct or indirect, in
property abutting the proposed project and business relations with abutting property owners, or
with elected officials or employees of CITY. Contractor further warrants that it will make
disclosure in writing of any conflicts of interest that develop subsequent to the signing of this
Agreement and prior to final payment under the Agreement. Contract warrants that it has
submitted to CITY a completed Conflicts of Interest Questionnaire as required by Chapter 176
of the Texas Local Government Code.
15. Government Code Chapter 2274 Certification
If this Agreement provides for payment to Contractor of over $100,000 and if Contractor
employs ten or more people full-time, then Contractor, by signing below, certifies that:
Contractor does not have a practice, policy, guidance, or directive that discriminates against a
firearm entity or firearm trade association, and Contractor will not discriminate during the
term of this Agreement against a firearm entity or firearm trade association as those terms are
defined in Texas Government Code, Chapter 2274.
16. Contractor will not discriminate during the term of this Agreement any entity or
firm involved in the oil and gas industry pursuant to SB13.
17. Governing Law and Venue. This Agreement shall be governed by the laws of
the State of Texas as to all matters, including but not limited to matters of validity, construction,
effect and performance, without regard to conflict of law principles. All actions regarding this
Agreement shall be in a court of competent subject matter jurisdiction , Texas.
18. Severability. If any clause or provision of this Agreement is held invalid, illegal
or unenforceable under present or future federal, state or local laws, including but not limited
to the City Code of the City, then and in that event it is the intention of the parties hereto that
such invalidity, illegality or unenforceability shall not affect any other clause or provision hereof
and that the remainder of this Agreement shall be construed as if such invalid, illegal, or
unenforceable clause or provision was never contained herein.
19. Notices. All notices, consents, demands, requests and other communications
which may or are required to be given hereunder shall be in writing and shall be deemed duly
given if personally delivered or sent by United States mail, registered or certified, return receipt
requested, postage prepaid, to the addresses set forth hereunder or to such other address as the
other party hereto may designate in written notice transmitted in accordance with this provision.
94
Item 9.
In case of the City, to:
City of Sanger
Attention: John Noblitt, City Manager
P.O. Box 1729
Sanger, TX 76266
With courtesy copy email to: jnoblitt@sangertexas.org
In case of Contractor, to:
With courtesy copy email to:
20. Entire Agreement. This Agreement and its exhibits contain the entire agreement
between the parties with respect to the subject matter hereof and supersede any and all other
discussions, agreements and understandings, either oral or written, between the parties with
respect to the subject matter hereof.
21. Amendment. No amendment to this Agreement shall be effective unless in
writing signed by both parties.
22. Compliance with Laws. Contractor shall comply with all applicable federal,
state, and local laws applicable to the services to be performed under this Agreement.
IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed
in duplicate originals and effective as of the day of , 202___.
CONTRACTOR:
By: _______________________
Name: _____________________
Title: ______________________
THE CITY OF SANGER
By: _______________________
95
Item 9.
Name: _____________________
Title: ______________________
EXHIBIT LIST:
EXHIBIT “A” – SCOPE OF SERVICES
EXHIBIT “B” – PRICING
96
Item 9.
CITY OF SANGER
MARCH 2025 REPORT
CHERYL BROCK – MUNICIPAL SERVICES MGR
CHUCK ZHOU – GENERAL MANAGER
97
Item 10.
2
COLLECTION TONNAGE
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Residential 248.70 221.04 235.25 704.99 235.00
Brush/Bulk 49.10 98.41 135.70 283.21 94.40
Trash Total 297.80 319.45 370.95 988.20 329.40
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Residential SSR 83.94 51.85 47.37 183.16 61.05
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Total All Services 381.74 371.30 418.32 1,171.36 390.45
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Residential SSR 25.2%19.0%16.8%N/A 20.3%
SANGER - RESI TRASH COLLECTED 2025 (TONS)
SANGER - RESI RECYCLE COLLECTED 2025 (TONS)
SANGER - TOTAL MATERIAL COLLECTED 2025 (TONS)
SANGER - DIVERSION RATE 2025
98
Item 10.
3
COLLECTION TONNAGE
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Industrial Trash 197.64 197.03 216.58 611.25 203.75
Commercial Trash 249.06 297.00 199.38 745.44 248.48
Trash Total 446.70 494.03 415.96 1,356.69 452.23
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Industrial Recycle 0.00 0.00 0.00 0.00 0.00
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Total All Services 446.70 494.03 415.96 1,356.69 452.23
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Comm & Industrial SSR 0.00%0.00%0.00%N/A 0.0%
SANGER - INDUSTRIAL & COMMERCIAL TRASH COLLECTED 2025 (TONS)
SANGER - INDUSTRIAL RECYCLING COLLECTED 2025 (TONS)
SANGER -INDUSTRIAL DIVERSION RATE 2025
99
Item 10.
4
PARTICIPATION SERVICES
Participation JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC AVG
# Households 3,317 3,322 3,329 3323
Servicable Households 3,317 3,322 3,329 3323
SSR Participation 25.23% 19.00% 16.76%20.33%
SSR Set Outs 837 631 558 675
CONTAINERS JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL
Container Deliveries 13 18 22 53
Repair 0 0 0 0
Remove Container 0 0 0 0
Exchange Container 0 0 0 0
SERVICES
Code Red 0 0 0 0
Routes Incomplete 0 0 0 0
Special Bulk Pickup 0 0 0 0
Illegal Dumps 0 0 0 0
TOTAL 0 0 0 0
SANGER - RESIDENTIAL RECYCLE PARTICIPATION RATES 2025
SANGER - OTHER INFORMATION 2025
100
Item 10.
5
RELIABLE SERVICES
It is the policy of Republic Services that if a customer perceives that we missed a collection
component, we return for collection and do not question the missed service.
Service Activity JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Trash - Missed Service 24 12 21 57 19
Recycle - Missed Service 15 3 0 18 6
Bulk - Missed Service 1 0 1 2 1
Yardwaste- Missed Service 0 0 0 0 0
Service Activity Total 40 15 22 77 26
SANGER - MISSED SERVICES 2025
101
Item 10.
6
SAFETY - OUR # 1 GOAL
Nothing is more important than safety, and no job is so urgent that we cannot
take the time to do it safely. The very nature of what we do requires us to be
uncompromising on safety, beginning with our employees and extending to our
customers and into the communities we serve. Simply, a sustainable planet is
only possible if everyone works and lives together… safely.
Service Activity JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL
Property Damage 0 0 0 0
Motor Vehicle Accidents 0 0 0 0
Moving Violations 0 0 0 0
Personal Injury Claims 0 0 0 0
TOTAL 0 0 0 0
SANGER - SAFETY RECORD 2025
102
Item 10.
7
MATERIALS DIVERTED
MATERIALS JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC TOTAL AVG
Mixed Paper 10.69 6.65 6.11 23.45 4.69
ALUMINUM 9.38 6.04 5.17 20.59 7.34
GLASS - MIXED 7.56 5.24 4.29 17.09 6.28
PLASTIC - MIXED 9.65 5.15 5.23 20.03 6.19
TIN 6.15 3.11 3.04 12.30 5.39
CARDBOARD 14.81 10.49 10.03 35.33 7.94
SCRAP METAL 4.65 2.53 2.27 9.45 7.46
RESIDUAL 21.05 12.64 11.23 44.92 14.97
TOTAL RECYCLABLES 83.94 51.85 47.37 135.79 61.05
SANGER - RESOURCES DIVERTED FROM LANDFILL 2025 (TONS)
103
Item 10.