Loading...
HomeMy WebLinkAboutO-2000-2394 - e ORDINANCE NO. 00- ~ 34 t.f AN ORDINANCE AUTHORIZING AND APPROVING AN AGREEMENT BETWEEN THE CITY OF LA PORTE AND RELIANT ENERGY/HL&P REGARDING IN INSTALLATION OF A DECORATIVE LIGHTING SYSTEM FOR GLEN MEADOWS PARK; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; PROVIDING AN EFFECTIVE DATE HEREOF. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE: Section 1. The City Council hereby approves and authorizes the contract, agreement, or other undertaking described in the title of this ordinance, in substantially the form as shown in the document which is attached hereto and incorporated herein by this reference. The City Manager is hereby authorized to execute such document and all related documents on behalf of the City of La Porte. The City Secretary is hereby authorized to attest to all such signatures and to affIx the seal of the City to all such documents. Section 2. The City Council officially fInds, determines, recites, and declares that a sufficient written notice of the date, hour, place, and subject of this meeting of the City Council was posted at a place convenient to the public at the City Hall of the City for the time required by law preceding this meeting, as required by the Open Meetings Law, Chapter 551, Texas Government Code; and that this meeting has been open to the pu bUc as required by law at all times during which this ordinance and the subject matter thereof has been discussed, considered and formally acted upon. The City Council further ratifIes, approves, and confIrms such written notice and the contents and posting thereof. e e Section 3. This Ordinance shall be effective from and after its passage and approval, and it is so ordered. PASSED AND APPROVED, this 27TH day of March, 2000. CITY OF LA PORTE 11-~~---- By: Norman L. Malone, Mayor ATI'EST: 1!J!~~ M ha Gillett, City Secretary APPROVED AS TO FORM: ~zJ Knox W. Askins, City Attorney e e STATE OF TEXAS { { COUNTY OF HARRIS { DECORATIVE LIGHTING AGREEMENT CITY OF LA PORTE GLEN MEADOWS PARK THIS AGREEMENT, made and entered into this the _ day of March, 2000 by and between the City of La Porte, a municipal corporation, hereinafter referred to as "City", and Reliant EnerQY Houston LiQhtinQ and Power, a Texas utility corporation, whose address is P.O. Box 210. Bavtown. Texas 77522 , hereinafter referred to as "HL&P". WITNESSETH WHEREAS, the City owns and operates Glen Meadows Park for the purpose of providing recreational amenities to the citizens of the City of La Porte; and WHEREAS, the City wishes to provide lighting for the conduct of such recreational activities as may be undertaken at said park; and WHEREAS, HL&P has indicated its willingness to provide lighting to assist in the conduct of recreation activities by the users of Glen Meadows Park. NOW THEREFORE, for and in consideration of the terms, covenants, and conditions hereinafter set forth, the parties agree as follows: 1. Hl&P agrees to install, own, and maintain a decorative lighting system at Glen Meadows Park, 801 Valley Brook, La Porte, Texas. The decorative lighting system will consist of eighteen (18) each, fourteen foot (14') mounting height, sixteen (16) fluted, tapered, gloss black painted poles, and one hundred (100) watt high pressure sodium GranVille luminares, associated conductors, and switching equipment. Installation shall be accomplished for an installation rate of Three Hundred Twenty Three Dollars ($323) per unit. Total cost of installation shall be Five Thousand Eight Hundred Fourteen Dollars ($5,814). Payment in the amount of the above total will be remitted to HL&P prior to HL&P purchasing the materials required to begin construction. Decorative Lighting Agreement, page 1 of 7 e e 2. The City understands that there is a six to eight (6-8) week manufacturing lead time for delivery of the decorative lights. HL&P, if given written permission, may install the necessary conductors prior to delivery of poles and luminaires. HL&P estimates a construction completion time of three (3) weeks after the delivery of materials from the manufacturer, provided the conductors are installed in advance of such delivery. The City also understands that this construction schedule is dependent upon no occurrence of unforeseen or unfortunate circumstances that may require HL&P to reallocate and/or redirect manpower and/or equipment. 3. The City acknowledges that installation and maintenance of the decorative lighting system may temporarily interfere with traffic operations. HL&P agrees that it will make an effort to perform the required construction with a minimum of interference with such traffic operations. The City agrees to reasonably assist in traffic management if necessary to maintain acceptable traffic operations. 4. It is agreed that an authorized representative of the City shall field inspect and approve the location of each light to be installed. The City shall provide written exhibit of this approval to the Lighting Design and Services Department, with the signature and job title of the person authorized to make such inspection and approval, no later than seven (7) days prior to the start of construction. The city further agrees that after such inspection and approval, all costs associated with the relocation or removal of a light and all facilities inclusive to its operation shall be borne solely by the City. The City should pay special attention to the placement of decorative lights in drainage areas and atop and adjacent to underground drainage culverts. Decorative lights should not be installed in locations that will create blockage of water flow and where washout will occur. HL&P shall consider the issuance of the approval for the decorative light locations along with the payment of the contribution toward construction as the approval to proceed with construction and installation of the decorative lighting system. 5. It is agreed that each Decorative Light will be identified numerically so as to increase the efficiency of tracking and maintenance. It is also understood that the identification numbers will be installed on the roadway side of each decorative pole. 6. During the lighting system installation and subsequent maintenance operations relative to the lighting system, HL&P agrees to consider whether or not the soil Decorative Lighting Agreement, page 2 of 7 e e is too wet to commence installation or repairs. At times during and after inclement weather when the risk of damage to turf areas are high, HL&P may delay initiation of installation or repair work until conditions are more suitable and damage is less likely to occur. The City will ultimately be responsible for repair of any turf damage that may occur as a result of HL&P trucks on site. 7. HL&P will replace burned out lamps and/or make maintenance repairs during regular working hours at its own cost and expense and will normally have the lighting service restored within forty-eight (48) hours after notification of failure by the City. Lights furnished hereunder shall operate under normal conditions from approximately thirty minutes after sunset to approximately thirty minutes before sunrise every night in the year and the total time of operations will be approximately four thousand (4,000) hours each year for each light furnished. HL&P will commit to and assume the costs for a paint cycle of every fifteen (15) years. HL&P will use the same color of available paint at the time of re-painting. 8. The City shall be responsible for all costs of electricity under rate schedule Street and Protective Lighting Service (SPL), or any succeeding rate schedule as may be approved by the appropriate regulatory agency from time to time, used or in connection with the operation of the Decorative Lighting installed. The Tariff for electrical service, including without limitations any applicable rate schedule and agreements, shall take precedence over this agreement. Attached hereto is a copy of the current SPL schedule, referenced as Exhibit "A". The current applicable Monthly Rate per Lamp, including adjustment and fuel charge, for the Decorative Lighting System contemplated at Glen Meadows Park and described herein for High Pressure Sodium Vapor lighting, 9,500 Lumens, Schedule D, is Fifteen Dollars and Sixty-six Cents ($15.61) for each light installed in the contemplated system. 9. The City shall have the right, at its own expense, to hang decorative flags and banners on the decorative lighting poles, provided the City meets all requirements as set forth in the Banner Agreement attached hereto as Exhibit "B". Decorations other than flags or banners shall receive approval from the Lighting Design and Service Department prior to installation Under no circumstances will HL&P or the City approve the installation of signage that is necessary for safe traffic operation, including but not limited to STOP and YIELD signs. The City shall be responsible for the costs of repairing any damages to the Decorative Lights resulting directly or indirectly from such signage, as well as the removal of such signage from the decorative lighting poles. Decorative Lighting Agreement, page 3 of 7 e e 10. This instrument contains the entire Agreement between the parties relating to the rights herein granted and the obligations herein assumed. Any representations or modifications concerning this Agreement shall be of no force or effect excepting a subsequent modification in writing signed by all parties hereto. If any section, sentence, phrase, or clause of this agreement shall, for any reason, be held invalid or inapplicable, such invalidity or inapplicability shall not affect the remaining portions of this agreement. Decorative Lighting Agreement, page 4 of 7 e e IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiple copies on the date first appearing above. "CITY" CITY OF LA PORTE, a municipal corporation BY~.:K~~", T. ~ "\.~~_. Robert T. Herrera, City Manager ATTEST: ~h'IJ4,LlIl1 Ma ha Gillett, City Secretary APPROVED: .f / -- ........ ,. . ~..."... , I I 4"j"'- /" I -.- ,/ /" . /,." ,"-~ ..': /, i..~.; . I .I ,_; l._ t.. (... ... \ ... '- ,t ....... .~.~r.'r~ ~ 7'1....(~ Knox W. Askins, City Attorney "HL&P" Reliant Energy/Houston Lighting & Power B~/fr~ 3!;~~c Carlton Porte, Supervisor, Lighting Design & Services Decorative Lighting Agreement, page 5 of 7 e e DECORATIVE LIGHTING AGREEMENT EXHIBIT "A" Current Street and Protective Lighting Agreement Decorative Lighting Agreement, page 6 of 7 e e Section IV-Rate Schedules Street and Protective Lighting Serv;ce-SPL HOUSTON LIGHTING & POWER COMPANY HL&P 82 Sheet No. 010 Page 1 of 3 STREET AND PROTECTIVE LIGHTING SERVICE.SPL AVAILABILITY In areas designateq by Company where facilities of adequate capacity and suitable voltage are adjacent to the lamps to be served. APPLICATION Applicable to the requirements of cities. governmental agencies. real estate developers and other groups requesting the i nsta 11 at i on of street and protective lighting. INSTALLATION AND MAINTENANCE OF FACILITIES Company will install. own and maintain the installation served hereunder. Company will replace burned out lamps and/or make maintenance repairs during regular working hours at its own cost and expense and will normally have the lighting service restored within 48 hours after notification by the Customer. Lights furnished hereunder shall operate under normal conditions from approximately thi rty mi nutes after sunset to approxi mately thi rty mi nutes before sunrise every night in the year and the total time of operations will be approximately four thousand (4.000) hours each year for each light furnished. MONTHLY RATE Monthly Rate Per Lamp Plus Adjustment and Fuel Charge Below Schedule Schedule Schedule Schedule Schedule Monthly A B C 0 E KWH . Lamp Type Mercury Vapor 60.000 Lumen $ 9.32 $24.26 $16.47 $27.35 $18.22 365 20.000 Lumen $ 5.44 $18.75 $12.32 $23.20 $13.88 150 7.500 Lumen $ 3.84 N.A. N.A. $18.67 $10.99 69 3.300 Lumen $ 3.74 N.A. N.A. $14.49 N.A. 41 Additional mercury vapor lighting will not be installed after December 31. 1982. Existing mercury vapor installations will be converted to sodium vapor installations as required during the normal course of ma i ntenance. Mercury vapor i nsta 11 at ions wi th 3.300. 7.500. and 20.000 1 umen 1 amps wi 11 be converted to 9.500. 16.000. or 25.500 lumen high pressure sodium lamps. respectively. \'/hen individual lamps burn out at no up front cost to the customer. Revision Number: 16 th Effective: 9-13-96 e e Section IV.Rate Schedules Sheet No. 010 Street and Protective Lighting Service-SPL Page 2 of 3 HOUSTON LIGHTING & POWER COMPANY \ HL&P 82 Monthly Rate Per Lamp Plus Adjustment and Fuel Charge Below Schedule Schedule Schedule Schedule Schedule Monthly A B C 0 E KWH Lamp Type High Pressure Sodium Vapor 50.000 Lumen $ 9.32 $24.26 $16.47 $27.35 $18.22 160 25.500 Lumen $ 5.44 $18.75 $12.32 $23.20 $13.88 106 16.000 Lumen $ 3.84 $17.11 $11.37 $18.67 $10.99 58 -;l 9.500 Lumen $ 3.84 N.A. N.A. ~$15 .18 $ 9.38 38 5.800 Lumen $ 3.77 N.A. N.A. $14.00 N.A. 29 Metal Halide 36.000 Lumen $11.15 N.A. N.A. $28.12 $19.59 159 20.500 Lumen $10.92 N.A. N.A. $27.90 $19.37 96 7.800 Lumen $12.34 N.A. N.A. $27.36 $20.78 40 Schedule A - Applicable to one or more lamps mounted on existing distribution poles a~d served by overhead conductors. Schedule B - Applicable to single lamps mounted on ornamental standards and served by overhead conductors. Limited to exi st i ng installations. Schedule C - Applicable to twin 1 amps mounted on ornamenta 1 standards and served by overhead conductors. Limited to exi st i ng installations. Schedule 0 - Applicable to single lamps mounted on ornamental standards and served by underground conductors. or decorative residential streetlights. Schedule E - Applicable to twin lamps mounted on ornamental standards and served by underground conductors. "*n\C~...:t- e_c ~'Y1lY"\C~~ LA\...- \~~ J~+; ~( ~~bc~; \,1', s,\..()''''-. Revision Number: 16 th Effective: 9-13-96 e e Section IV-Rate Schedules Street and Protective Lighting Service-SPL Sheet No. 010 Page 3 of 3 HOUSTON LIGHTING & POWER COMPANY HL&P 82 An additional $1.25 per lamp is charged for mercury-vapor. sodium-vapor. and metal halide lamps with a break-away base. Customers requiring the installation of a wood pole for High Pressure Sodi urn or Metal Hal i de servi ce under Schedul eA. have the option. of paying for the cost of the ~ole up-front on a lump sum basis. as set forth in the Company's Service Extension Policy. or of paying an additional $6.51 per month. Adjustment - Plus an amount determined in accordance with Rider PCRF. Fuel Charge - Plus an amount determined in accordance with Rider FC. PAYMENT Bills are due when rendered. A bill for lighting service is delinquent if payment is not received by the Past Due Date shown on the Lighting Service Bill. The Past Due Date will not be less than sixteen (16) days from the date the bill is mailed to Customer. A one-time late payment charge of 3% of the entire bill exclusive of sales tax will be assessed if the total amount due is not received on or before the Past Due Date. CONTRACT PERIOD Open order. However. the Company may requi re a vJritten contract depending upon special circumstances. NOTICE Lighting Service furnished under this rate schedule is subject to Company's Terms and Condi t ions for the Sa 1 e of Lighting Servi ce. Sheet No. E5. and applicable Service Policies listed in HL&P's approved Tariff for Electric Service. Revision Number: 16 th Effective: 9-13-96 e Section IV-Rate Schedules Miscellaneous Lighting Service - MLS e Sheet No. 011 Page 1 of 3 HOUSTON LIGHTING & POWER COMPANY HL&P 7547 MISCELLANEOUS LIGHTING SERVICE - MLS AVAILABILITY In areas designated by Company with suitable locations and where facilities of adequate capacity and suitable voltage are adjacent to the lamps to be served. APPLICATION To any customer where suitable conditions allow, for unmetered lighting service supplied exclusively to one or more of the lamp types listed below operating automatically every night from dusk to dawn. The obl igations of the Customer shall commence on the date that service under this tariff begins. INSTALLATION AND MAINTENANCE OF FACILITIES Company will install, own and maintain the lighting installation served hereunder. Company will replace burned out lamps and/or make maintenance repairs during regular working hours at Company's expense, but with no adjustment of payments hereunder due to outage. Company, because of the 1 ocat i on of the 1 i ghts served under thi s schedule, will not make special trips to restore this lighting service but will normally have the lighting service restored within 72 hours after notification by the Customer. The lighting fixture will be installed on an existing distribution pole and service will be supplied from an existing overhead secondary conductor on the pole. Any additional construction required to provide such service will be owned and maintained by the Company and will be installed at the Customer's expense, separate from the Monthly Bill below. MONTHLY BILL The monthly bi 11 for each 1 ighting unit shall be the sum of the applicable Monthly Rate(s) under (l)(a) below plus the Fuel Charge under (l)(b) below plus the applicable Adjustments stated in (2) below. (1) Rate (a) Monthly Rate LUMEN MONTHLY MONTHLY TYPE OF LAMP RATING RATE KWH Floodliqht/Oirectional Liqhtinq High Pressure Sodium 16,000 $11.81 61 High Pressure Sodium 27,500 $15.15 105 High Pressure Sodium 50,000 $18.88 158 Revision Number: Original Effective: 1-1-95 e e Sheet No. 011 Page 2 of 3 Section IV-Rate Schedules Miscellaneous Lighting Service - MLS HOUSTON LIGHTING & POWER COMPANY HL&P 7547 TYPE OF LAMP LUMEN RATING MONTHLY RATE MONTHLY KWH RoadwaY/General Liohtino High Pressure Sodiu~ Guard Liohtino High Pressure Sodium Mercury Vapor 16,000 $10.52 61 9,500 7,500 $ 7.82 $ 8.07 40 72 An additional monthly rate of $2.60 where a span of secondary was installed exclusively for Miscellaneous Lighting Service and Customer did not reimburse Company for construction cost. An additional monthly rate of $1.05 per Guard Lighting lamp where a pole was installed exclusively for Lighting Service and Customer did not reimburse Company for construction costs. (Limited to existing installations.) (b) Fuel Charge: An amount determined in accordance with Rider FC. (2) Adjustments (a) Plus an amount determined in accordance with Rider PCRF. (b) For municipal accounts recelvlng service within the incorporated 1 imits of such municipal ity which imposes a municipal franchise fee upon the revenues received by Company within that municipality and who have signed an appropriate Franchise.Agreement, s~ch.account will receive a credit equal to the amount of franchise fees included in base charges for each account taking service under this Rate Schedule. PAYMENT Bills are due when rendered. A bill for lighting service is delinquent if payment is not received by the Past Due Date shown on the Lighting Service Bill. The Past Due Date will not be less than sixteen (16) days from the date the bill is mailed to Customer. A one-time late payment charge of 3% of the entire bill exclusive of sales tax will be assessed if the total amount due is not received on or before the Past Due Date. Revision Number: Original Effective: 1-1-95 e Section IV-Rate Schedules Miscellaneous Lighting Service - MLS . Sheet No. 011 Page 3 of 3 HOUSTON LIGHTING & POWER COMPANY HL&P 7547 CONTRACT PERIOD Open order. NOTICE Lighting Service furnished under this rate schedule is subject to Company's Terms and Conditions for the Sale of Lighting Service, Sheet No. ES, and applicable Service Policies listed in HL&P's approved Tariff for Electric Service. Revision Number: Original Effective: 1-1-95 e DECORATIVE LIGHTING AGREEMENT EXHIBIT "B" Banner Agreement Decorative Lighting Agreement, page 7 of 7 e e e Banner Agreement This Agreement is made and effective as of the_day of , 2000 by and between Reliant Energy HL&P (RE HL&P) and RECITALS WHEREAS, and RE HL&P wish to enter into this Agreement which will govern the installation of Banners on RE HL&P street light standards: NOW, THEREFORE, in consideration of the mutual covenants herein contained, and intending to be legally bound, the parties hereto consent and agree as follows: I. Installation of Banners: may arrange installation of up to two banners (the Banners) on each street light standard (the Standards) owned by RE HL&P according to the following options. Not all poles provided by RE HL&P are banner rated nor do will all poles support two banners. Banner installation locations must be reviewed and approved on a per pole basis. Governing agencies having control of the rights of way in which banners are requested to be installed must state their approval of such installations ~n writing to RE HL&P Lighting Design and Services prior to the execution of this agreement. Option 1 - Single Banner Installation The Banners will be secured by arms affixed to the Standard by bolted galvanized or stainless steel pressure plates and associated hardware made of the same. Drilling or tapping of holes is not allowed. Neither the Banner nor any related hardware shall be affixed to the street light arm of the Standards. The maximum size of each banner will be two feet in horizontal width and four feet in vertical length. The banners will be designed with two permanent attachments at the top, or sleeved along the entire top horizontal width, and two breakaway attachments at the bottom comers of each banner. Bottom attachments will be designed to breakaway at a wind load of 50 Ibs. total. The banner comer lowest and farthest from the pole may be allowed to wave freely unattached. The Banners will maintain a minimum clearance over the center line or any road or driveway in accordance with the national Electrical Safety Code or local ordinance 1 e e with a minimum 16 foot clearance. The Banners will maintain a minimum nine feet of clearance over sidewalks. Necessary clearance will also be maintained with respect to traffic signals and other equipment installed on the Standards. Stamped engineered drawings of breakaway detail must be approved by RE HL&P prior to final execution of this agreement by RE HL&P. shall provide RE HL&P with five-business days advance notice of new Banner installations. Option 2 - Dual Banner Installation The Banners will be secured by anns affixed to the Standard by bolted galvanized or stainless steel pressure plates and associated hardware made of the same. Drilling or tapping of holes is not allowed. Neither the Banner nor any related hardware shall be affixed to the street light ann of the Standards The maximum size of each banner will be two feet in horizontal width and four feet in vertical length. The banners will be designed with two pennanent attachments at the top, or sleeved along the entire top horizontal width, and two breakaway attachments at the bottom comers of each banner. Bottom attachments will be designed to breakaway at a wind load of 50 Ibs. total. The banner comers lowest and farthest from the pole may be allowed to wave freely unattached. The Banners will maintain a minimum clearance over the center line or any road or driveway in accordance with the national Electrical Safety Code or local ordinance with a minimum 16 foot clearance. The Banners will maintain a minimum nine feet of clearance over sidewalks. Necessary clearance will also be maintained with respect to traffic signals and other equipment installed on the Standards. Stamped engineered drawings of breakaway detail to be approved by RE HL&P prior to final execution of this agreement by RE HL&P. shall provide RE HL&P with five-business days advance notice of new Banner installations. 2. Review orBanner Desien and Specifications: agrees that a sample of the Banners will be submitted to and reviewed by RE HL&P prior to installation. Banners installed upon RE HL&P poles must not be political orm 2 e e commercial in design or content. 3. Location of Banners: The Banners shall be installed only upon standards located within the area designated by the governing agencies and indicated on the attached map layout. Each location of installation will be identified by specific streetlight number by the requesting party and approved for banner installation by RE HL&P Lighting Design and Services. 4. Removal of Banners: If the Banners are not installed in accordance with this Agreement, or if RE HL&P detennines, in its sole discretion, that the Banners are unsafe, will remove the Banners within 24 hours of being notified by RE HL&P to do so. If fails to remove the Banners within 24 hours of such notice, RE HL&P may remove the Banners without liability to . In the event RE HL&P detennines that the Banners are unsafe due to the issuance by the National Weather Service ofa hurricane warning encompassing the Designated Banner Area, then RE HL&P may immediately remove the Banners without prior notice to Should RE HL&P remove any Banners under the provision of agrees to promptly reimburse RE HL&P for this paragraph, the actual cost of such removal. 5. Indemnification: The customer agrees to protect, defend, indemnify and hold RE HL&P, its corporate affiliates, and their respective officers, directors, employees and agents, free and hannless from and against any and all such claims, demands, causes of action, suits or other litigation (including all costs thereof and attorney fees) of every kind and character arising in favor of the customer or any third party (including, but no limited to, personnel furnished by the customer or its suppliers and subcontractors of any tier) on account of bodily injury, death or damage to or loss of property in any way occurring, incident to, arising out of or in connection with the installation, maintenance or presence of flags and banners on the non-standard street lights, where, and to the proportionate extent that such damage or injury is caused by the 3 e e sole, joint, concurrent, contributing or comparative negligence or fault of the customer, any third party, or their respective officers, directors, employees or agents. To secure this obligation, the customer agrees to obtain and maintain in effect a policy or policies of insurance with policy limits of not less than $1,000,000. Such policy or policies shall include RE HL&P as an additional insured and shall include a waiver or subrogation in RE HL&P 's favor. The customer shall furnish a Certificate of Insurance of RE HL&P prior to the installation of the flags/banners. The customer shall cause its insurer(s) to provide to RE HL&P the same notice as insurer (s) give to the customer regarding cancellation, non-renewal, change in coverage or policy limits and other similar matters. 6. Term of Aereements: This Agreement shall continue in effect until terminated by either party upon 30 days advance written notice to the other party. 7. Notices:. For purposes of this Agreement, notices and all other communications provided for herein shan be in writing and shall be deemed to have been duly given when personally delivered or, except with respect to the notice requirements of paragraph 4 hereof, when mailed by United States registered or certified mail, return receipt requested, postage prepaid, addressed as follows: If to RE HL&P: Reliant Energy HL&P P.O.Box 1700 Houston, TX 77251 Attention: Carlton Porter or to such other address as either party may have furnished to the other in writing in accordance herewith, except that notice of change of address shall be effective only upon receipt. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed and delivered as of the day and year first above written. If to Customer: Name Address Phone Number e e REOUES~OR CITY COUNCIL AGEND'ITEM Agenda Date Requested: March 27, 2000 Requested By: Doug Kneupp~ Department: Planning Report Resolution X Ordinance Exhibits: Ordinance Bid Tabulation Bidder's List Summary & Recommendation As part of the FY 98-99 Budget for Capital Improvement Projects, City Council approved $270,000.00 for improvements to Caniff Road. The construction of Paving & Drainage Improvements for Caniff Road consists of removing and salvaging a flexible base roadway and replacing it with a 28-foot concrete and curb roadway and placing approximately 412 linear feet of 18 inch reinforced concrete pipe. Survey, design and engineering were performed on this project utilizing Esor Consulting Engineers, Inc.. On March 6, 2000, the City received competitive bids from eight qualified contractors (see attached Bid Tabulation). Angel Brothers Enterprises, Inc. of Bay town, Texas submitted the low bid in the amount of $176,878.20. The contract will be complete within 75 consecutive calendar days once the "Notice to Proceed" is issued. Staff has reviewed the bids submitted and determined the low bid from Angel Brothers Enterprises, Inc. is within the budgeted amount and Angel Brothers Enterprises, Inc. is qualified to perform this work. Staff recommends that the City Council authorize the City Manager to execute a contract with Angel Brothers Enterprises, Inc. in the amount of $176,878.20 and further authorizing $9,000.00 (5%) contingency for construction of the Paving and Drainage Improvements for Caniff Road. Action Required by Council: Consider approving an ordinance authorizing the City Manager to execute a contract with Angel Brothers Enterprises, Inc. in the amount of $176,878.20 and further authorizing $9,000.00 contingency for construction of the Paving and Drainage improvements for Caniff Road. Availability of Funds: General Fund X Capital Improvement Other Water /W astewater General Revenue Sharing Account Number: 015-9892-768-1100 Funds Available: X Yes No Approved for City Council Agenda (~~~*: "\. \1-..~,-- Robert T. Herrera City Manager .3. ~1' 'l..;C~ Date e e - ORDINANCE NO. 2000- ~ 30 ) AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA PORTE AND ANGEL BROTHERS ENTERPRISES, INC. FOR CONSTRUCTION OF PAVING AND DRAINAGE IMPROVEMENTS FOR CANIFF ROAD; APPROPRIATING $185,878.20 TO FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; PROVIDING AN EFFECTIVE DATE HEREOF. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE: Section 1. The City Council hereby approves and authorizes the contract, agreement, or other undertaking described in the title of this ordinance, in substantially the form as shown in the document which is attached hereto and incorporated herein by this reference. The City Manager is hereby authorized to execute such document and all related documents on behalf of the City of La Porte. The City Secretary is hereby authorized to attest to all such signatures and to affIX the seal of the City to all such documents. City Council appropriates the sum of $185,878.20 from Capital Improvement Fund 015 to fund said contract. Section 2. The City Council officially finds, determines, recites, and declares that a sufficient written notice of the date, hour, place and subject of this meeting of the City Council was posted at a place convenient to the public at the City Hall of the City for the time required by law preceding this meeting, as required by the Open Meetings Law, Chapter 551, Texas Government Code; and that this meeting has been e e ORDINANCE NO. 2000- :J 3'1.;) open to the public as required by law at all times during which this ordinance and the subject matter thereof has been discussed, considered and formally acted upon. The City Council further ratifies, approves and confirms such written notice and the contents and posting thereof. Section 3. This Ordinance shall be effective from and after its passage and approval, and it is so ordered. PASSED AND APPROVED, this March 27, 2000. By: ATTEST: -11\ CLtthCL )4 il itl Martha Gillett, City Secretary /;;. APPROVED: /. ~. .. ...-/,\ . ')' /. ,"-" ~ I J~"'- ! ~/ ~c 't -t-rl C-c.-' I t::.~~.-.4 Knox W. Askins, City Attorney e e CITY OF LA PORTE CONSTRUCTION OF PAVING & DRAINAGE IMPROVEMENTS FOR CANIFF ROAD CLP PROJECT #97-4401 BID TABULATION ANGEL BROTHERS Y 75 $ 176,878.20 D & W CONTRACTORS, INC Y 80 $ 186,585.40 SOUTII COAST CONSTRUCTION y 60 $ 214,428.00 DERK HARMSEN y 75 $ 220,508.00 DOLSON SIERRA CONSTRUCTION y 90 $ 232,751.20 AAA ASPHALT PA VlNG, INC Y 90 $ 243,280.60 JRC CONSTRUCTION, INC Y 75 $ 266,445.50 SOUTHERN CUSTOMS, INC Y 160 $ 378,680.00 e e CITY OF LA PORTE CONSTRUCTION OF PAVING & DRAINAGE IMPROVEMENTS FOR CANIFF ROAD CLP PROJECT #97-4401 Advertising The Bayshore Sun - Feb 13th and Feb 20th, 2000 Bid Notice Faxed Angel Brothers, Inc. Conrad Construction JRC Construction PO Box 570 PO Box 841134 6418 Coley Park Baytown, TX 77522 Houston, TX 77284 Sugar Land, TX 77479 FAX (281)421-23oJoJ FAX (713)9371172 FAX (281)494-6127 Derk Harmsen Construction Follis Construction FORCE Corp. 2820 Center Street III N. Broadway PO Box 1079 Deer Park, TX 77536 La Porte, TX 77571 La Porte, TX 77572-0853 FAX (281)478-5115 FAX (281)471-6038 FAX (281)471-9627 W T Byler Jaho, Inc. JTR Constructors 15203 Lillja 2003 Wilson Road oJ 718 Green Trail Houston TX 77060 Humble, TX 77396 Houston, TX 77080J FAX (281)445-4356 FAX (281) 446-6839 F A.,"'( (281) 859-2939 JTB Services, Inc. Kenneth Lamb Const. Moore & Moore Contractors 9026 Lambright 8214 Northline Drive PO Box 1517 Houston, TX 77075 Houston, TX 77037 La Porte, TX 77572-1517 FAX (713)941-9660 FAX (281)447-7249 FA.,"'( (281) 471-0601 Park Constructors Pas-Key Const. Services, Inc. SCI Constructors, Inc. PO Box 986 2129 Preston PO Box 1464 Rosenberg, TX 77471 Pasadena, TX 77502 Friendswood, TX 77549-loJ64 FAX (281)342-8967 FAX (713)477-8247 FAX (281-482-6521 SER Construction, Inc. Steven R. Hill Construction CHAMBER OF COMMERCE 2500 Citywest Blvd., Suite 1700 7782 Hanullerly FAX (281)471-1710 Houston, TX 77042 Houston, TX 77055-1748 FAX (713)278-9892 FAX (713)956-5817 Contractors That Picked Up Plans & Specifications Angel Brothers, Inc. PO Box 570 Baytown, TX 77522 D & W Construction 4900 Woodway Houston, TX 77056 JRC Construction 6418 Coley Park Sugar Land, TX 77479 Derk Harmsen Construction 2820 Center Street Deer Park, TX 77536 A & W Contractors PO Box 1075 Channelview TX Dale Dobbins PO Box 55546 Houston, TX 77255 South Coast Construction 1950 Knoll Houston TX 77080 Southern Customs, Inc. 4801 Milwee Houston, TX 77092 Dolson Sierra Houston, TX 77084 Beyer Construction 12200 Duncan Rd. Houston, TX 77066 AAA Asphalt Paving. 10526 Tanner Rd. Houston, TX 77041 e e -~-~U"'~~~\atl!~Ji~;U:ltt ~......... .. .. ~i t/lI-tfL-7 --. ~ SPECIFICATIONS AND CONTRACT DOCUMENTS FOR t -.. .. . CONSTRUCTION OF PAVING & DRAINAGE IMPROVEMENTS FOR CANIFF ROAD CITY OF LA PORTE, TEXAS OCTOBER 1999 CLP PROJECT NO.97-4401