Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1985-02-20 Regular Meeting
• MINUTES OF THE REGULAR MEETING OF LA PORTE CITY COUNCIL FEBRUARY 20, 1985 1. The meeting was called to order by Mayor Cline at 6:00 P.M. Members of City Council Present: Mayor Virginia Cline, Councilpersons Paula Bridges, Ed Matuszak, Betty Waters, Lindsay Pfeiffer, B. Don Skelton, Linda Westergren Councilperson Deotis Gay arrived at the Council table at 6:08 P.M. Members of City Council Absent: None Members of City Staff Present: City Manager Jack Owen, City Attorney Knox Askins, City Secretary Cherie Black, Director of Administrative Services Bob -Herrera, Purchasing Agent Jackson Ray, Chief Building Official David Paulissen, Director of • Parks & Recreation Stan Sherwood, Director of Community Development John Joerns, Director of Public Works Jerry Hodge, Policce Chief Herb Freeman, Assistant Director of Public Works Luther Maxey, Fire Chief Joe Sease, Water/Wastewater Superintendent Buddy Jacobs Others Present: Gus Faris; Pam Smith, Bayshore Sun; 10 citizens 2. The invocation was given by Councilperson Skelton. 3. Council considered approving the minutes of the regular meeting held February 4, 1985. Motion was made by Councilperson Skelton to approve the minutes as presented. Second by Councilperson Pfeiffer. The motion carried, 7 ayes and 0 nays. (Councilperson Gay had not yet arrived.) Ayes: Councilpersons Bridges, Matuszak, Waters, Pfeiffer, Skelton, Westergren and Mayor Cline Nays: None 4. There were no citizens wishing to address the Council. Mayor Cline read correspondence from the Houston Yacht Club commending the Fire Department on their quick response and • help during the recent fire at the Yacht Club. o Minutes, Regular Meeting, La Porte City Council February 20, 1985, Page 2 5. There were no reports from officers, boards or committees. 6. Council considered an ordinance amending the City of La Porte Electrical Ordinance. Councilperson Skelton requested tagging this item until the March 6 meeting. 7. Council considered changing two street names. Motion was made by Councilperson Matuszak to change the name of "F" Street to Magna Street and "G" Street to Flow Street. (This will involve only the blocks -in the vicinity of Magna Flow Industries.) The motion was seconded by Councilperson Skelton. The motion carried, 5 ayes and 3 nays. (Councilperson Gay had arrived at the Council table at 6:08.) Ayes: Councilpersons Matuszak, Pfeiffer, Gay, Skelton and Westergren Nays: Councilpersons Bridges, Waters and Mayor Cline of 8. Council considered the following consent agenda: A. Change Order #1 - Cleaning, Televising and Point Repair Project B. City participation on a 12" waterline extension along Fairmont Parkway from Farrington Blvd. to Jennie Reid School C. Vehicle and equipment bids: 1. 3/4 ton pickup truck 2. 3/4 ton pickup with work box 3. 6 cubic yard diesel dump truck and authorize transfer of $2,856.91 from water/wastewater contingency fund for items 2 and 3 4. Wheel loader with backhoe 5. Motor grader 6. Slope mower attachment 7. Two auxiliary diesel engines for water wells 1A & 3 8. Repair and rehabilitation of backhoes 9. Two 3/4 ton, long wheelbase pickups and authorize appropriation of $710.00 from motor pool replacement fund 0 10. 5/8 ton pickup with 8' bed 11. Four door sedan and authorize appropriation of $303.87 from motor pool replacement fund • Minutes, Regular Meeting, La Porte City Council February 20, 1985, Page 3 Councilperson Bridges requested that item C5 be removed from the consent agenda for discussion. Motion was made by Councilperson Westergren that the consent agenda, with the exception of item number C5, be approved. Second by Councilperson Skelton. The motion carried, 8 ayes and 0 nays. Ayes: Councilpersons Bridges, Matuszak, Waters, Pfeiffer, Gay, Skelton, Westergren and Mayor Cline Nays: None Councilperson Bridges requested tagging item C5 until the next workshop meeting. 9. Council considered fund allocation for the sidewalk project. Motion was made by Councilperson Westergren to allocate funds for the sidewalk project. Second by Councilperson Skelton. • The motion carried, 8 ayes and 0 nays. Ayes: Councilpersons Bridges, Matuszak, Waters, Pfeiffer, Gay, Skelton, Westergren and Mayor Cline Nays: None 10. Council considered awarding a bid for the sidewalk project. Lotion was made by Councilperson Skelton to award the bid for the sidewalk project to Shirley Construction Company as low bidder, for the alternate bid on four foot sidewalks in the amount of $44,6i0 5q. Second by Councilperson Matuszak. The motion carried, 8 ayes and 0 nays. Ayes: Councilpersons Bridges, Matuszak, Waters, Pfeiffer, Gay, Skelton, Westergren and Mayor Cline Nays: None 11. Administrative Reports Mr. Owen stated that Bob Herrera wished to address Council. Mr. Herrera then spoke and expressed his appreciation to Council for working with him in such a professional manner during his time with the City and wished the City the best in the future. • Mr. Owen expressed regret at losing Mr. Herrera, wished him the best, and thanked him for a job well done. F, • L: • Minutes, Regular Meeting, La Porte City Council February 20, 1985, Page 4 C 12. Council Action Comments were made by Councilpersons Bridges, Matuszak, Gay, Skelton, Westergren, and Mayor Cline. 13. Councilperson Skelton requested an executive session on ersonnel, section 2(E) of Article 6252-17, V.A.T.S. Council adjourned into executive session at 6:54 P.M. and returned to the Council table at 7:09 P.M. 14. There being no further business to come before the Council, the meeting was duly adjourned at 7:09 P.M. Respectfully submitted: Cherie Black, City Secretary Passed & Approved this the 6t day of March, 1985 ?�GG V 7rginia Cline, Mayor ORDINANCE NO. 1254-B AN ORDINANCE AMENDING ORDINANCE NO. 1254, COMMONLY REFERRED TO AS CITY OF LA PORTE ELECTRICAL CODE, THE CODE OF ORDINANCES OF THE CITY OF LA PORTE; PROVIDING FOR THE ISSUANCE OF A LICENSE AND PERMIT BOND; PROVIDING FOR THE ADOPTION OF THE 1984 VERSION OF THE NATIONAL ELECTRIC CODE; ALTERING REQUIREMENTS FOR EMPLOY- MENT OF MASTER ELECTRICIANS; ALTERING THE SCHEDULE OF FEES FOR INSPECTION; ALTERING REQUIREMENTS FOR FLEXIBLE CONDUITS; ALTER- ING REQUIREMENTS FOR SERVICE DISCONNECTIONS; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAWS; PROVIDING A SEVERABILITY CLAUSE; PROVIDING THAT ANY PERSON VIOLATING THE TERMS OF THIS ORDINANCE SHALL NE GUILTY OF A MISDEMEANOR AND OPON CONVICTION THEREOF SHALL BE FINED IN ANY SUM NOT MORE THAN $200.00; AND PROVIDING AN EFFECTIVE DATE HEREOF. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE: Section 1. The Electric Code of the City of La Porte, Ordinance No. 1254, Part 1., Section 1.20, the Code of Ordinances City of La Porte, Texas, is hereby amended to read as follow, to -wit: 1.20 Insurance Requirements. No permit shall be issued until the master or maintenance electrician or his employer shall have arranged to carry the following insurance: (a) Workers compensation insurance on each and every one of his employees and this insurance shall be in accordance with the provisions of the Workers Compensation Act of the State of Texas; (b) Public liability insurance to the extent of $50,000.00 for any one accident and S100,000.00 for any person; (c) Property damamge insurance to the extent of S10,000.00 for any one accident and $100,000.00 in the aggregate; and (d) At the time of making an application for a permit under this Code, either the master or maintenance electrician or his employer shall have arranged for and shall file with the building official sufficient proof that said master or maintenance elec- trician or his employer shall have a license and permit bond, in the principal amount of $5,000.00, specifically conditioned upon the fact that the principal if granted a permit, will accomplish the work described in said permit in strict accor- dance with the terms of this Code, and of the National Electric Code, and will pay to the City any expense or damage incurred ORDINANCE 1254-B -2- by it in correcting deficiencies in said work, said deficiencies being defined under the terms of this Ordinance and the National Electric Code. Such insurance shall be written by an accredited company under the supervision of the Board of Insurance Commissioners of the State of Texas. Evidence of compliance with the above insurance requirements shall be considered as having been met when the policy, or copy thereof, or certificate of insurance has been filed with and approved by the Electric Board. Such policy shall include an endorsement thereon that the Electrical Board will be notified at least fifteen (15) days in advance in the event of the policy or policies being cancelled or expiring before the expiration date of the license. Section 2. The Electric Code of the City of La Porte, Ordinance No. 1254, Part 1., Section 1.30 of the Code of Ordiances of the City of La Porte, Texas, is hereby amended to read as follows, to -wit: 1.30 Adoption of National Electric Code. The regulations and rules of the National Board of Fire Underwriters embodied in the National Electric Code, 1984 version, are hereby adopted as the rules and regulations to govern and to be observed and followed in all electric wiring and in all electrical con- struction, installation, repair, alteration, operation and main- tenance of electric wiring, apparatus, and fixtures, except in- sofar as they may conflict with the provisions of the City of La Porte Electric Code. In a case of conflict between the pro- visions of the National Electric Code and the provisions of the City of La Porte Electric Code, the provisions of the City of La Porte Electric Code shall prevail. ORDINANCE NO. 1254-B -3- Section 3. The Electric Code of the City of La Porte, Ordinance No. 1254, Part 1., Section 2.13, the Code of Ordinances City of La Porte, Texas, is hereby amended to read as follow, to -wit: B. Master Electrician 2.13 "Bootlegging" Licenses Outlawed (a) No master electrician shall assign or in any other way convey his license, the use thereof, or any right thereunder, to anyone by power of attorney or any other process, or become involved in any type of agreement, assignment, or use whereby the master electrician will not have supervision, direction and control of the electrical work for which the electrical permit is obtained by the master electrician. (b) A master electrician who is employed as a master elec- trician for a person, firm, or corporation shall take out elec- trical permits only for that person, firm, or corporation, and shall supervise, direct, and control the electrical work for which the electrical permit is obtained. The term "employee" as used shall be interpreted to mean a full time permanent employee (aprroximately 40 hours per week), who has been employed by said person, firm, or corporation for a minimum of ninety (90) calendar days. A master electrician who is employed as a master electrician for a person, firm, or corporation, and who is attempting to take out permits for that person, firm, or corporation, shall verify that he has been a full time permanent employee of said person, firm, or corporation, for said minimum ninety (90) day period, said verification to be in the form of an Affidavit of Fact, executed both by the employer, and the employee, stating that the employee is a full time permanent 3 • ORDINANCE NO. 1254-B -4- employee and has been a full time permanent employee of said person, firm, or corporation for said ninety (90) day .minimum period. (c) A master electrician who is engaged in the electrical business for himself shall take out electrical permits for his business only and no electrical permit shall be taken out by any master electrician that he does not supervise, direct and control the electrical work for which the permit was obtained. (d) It is hereby intended to prevent a master electrician from securing a permit for the purpose of abating the spirit and intent of this Code by entering into any simulated scheme, transaction or device, whereby electrical work will be done by persons who are not employees of the master electrician, or employees of his employer. (e) Should any master electrician violate this provision or any of the other provisions specifying that the master electrician must direct, supervise and control the work for which he obtains a permit, his Master Electrician License issued to him under the provisions of this Code shall be revoked by the Electrical Board after notice and hearing. Section 4. The Electric Code of the City of La Porte, Ordinance No. 1254, Part 1., Section 3.10, the Code of Ordinances City of La Porte, Texas, is hereby amended to read as follow, to -wit: 3.10 Schedule of Fees for Inspection. The master elec- trician or maintanence electrician making or supervising in- stallation or alteration of electric wiring, apparatus, devices, appliances, fixtures or equipment, shall pay to the City a fee in such amount as specified below: • i ORDINANCE NO. 1254-B -5- (a) Outlets (1st 4) (b) Outlets (all others) (c) Dryer (d) Range (e) Cook Top (f) Garbage Disposal (g) Dishwasher (h) Oven (residential) (i) Oven (commercial) (j) Water Heater (k) A/C, Plug -In Units (1) Ceiling Fans (m) Washing Machine (n) Vent Fan (m) All Services (o) All Meter Units (p) Attic Fans (q) T-Pole (Saw Pole) (r) Temp Cut -In (s) Issue Fee (Permit) (t) Re -inspection Fee (u) Min. Charge on Permits (v) Re -connection fee (w) X-Ray Machines (x) Poles, Anchors, & Guy Stubs (y) Gas or Vaccum Tube Signs (per transformer) (z) Incandescent Signs, per circuit (aa) Motor Picture Machine Motors: (bb) Up to but not including 1/2 HP (cc) 1/2 HP and less than 2 HP (dd) 2 HP and less than 10 HP (ee) 10 HP and less than 25 HP (ff) 25 HP and less than 100 HP (gg) 100 HP and less than 150 HP (hh) 150 HP and over, per HP (ii) Electric Welder $ 2.00 $ 0.40 $ 2.00 $ 2.00 $ 1.00 $ 1.00 $ 1.00 $ 1.00 $ 5.00 $ 2.50 $ 2.00 $ 1.00 $ 1.00 S -0- $10.00 S 5.00 S 1.00 $10.00 $10.00 S 5.00 $10.00 $10.00 $ 5.00 $10.00 $ -0- $ 4.00 $ 4.00 $ 3.00 $ 1.00 $ 3.00 $ 4.00 $ 5.00 $10.00 $12.00 $ 0.10 $ 2.00 each each Section 5. The Electric Code of the City of La Porte, Ordinance No. 1254, Part 2., Section 6.06, the Code of Ordinances City of La Porte, Texas, is hereby amended to read as follow, to -wit: 6.06 Flexibile Conduit. FLexible metallic conduit may be used, provided that said flexible metal conduit meets all specifications of the National Electric Code. Provided, however, that the wiring method of BX/Armour Clad is specifically pro- hihited. 6S 0 0 ORDINANCE NO. 1254-B Wttv Section 6. The Electric Code of the City of La Porte, Ordinance No. 1254, Part 2., Section 6.09, the Code of Ordinances City of La Porte, Texas, is hereby amended to read as follow, to -wit: 6.09 Service Disconnect. Service disconnecting means shall be located so that the hight of center of the operating handles shall be not less than four (4) feet and not more than six (6) feet above the floor of the finish grade, except as installed in free standing or building type switchgear build to NEMA speci- fications. Section 7. The City Council officially finds, deter- mines, 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, Article 6252-17, Texas Revised Civil Statutes Annotated; and that this meeting has been 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 8. If any section, sentence, phrase, clause, or any part of any section, sentence, phrase, or clause, of this ordinance shall, for any reason, be held invalid, such invalidity shall not affect the remaining portions of this Ordinance, and it is hereby declared to he the intention of. this City Council to have passed each section, sentence, phrase or clause, or part thereof, irrespective of the fact that any other section, • • ORDINANCE NO. 1254-B -7- sentence, phrase or clause, or part thereof, may be declared invalid. Section 9. Any person, as defined in Section 1.07(27), Texas Penal Code, who shall violate any provision of the ordinance, shall be deemed guilty of a misdemeanor and upon conviction shall be punished by a fine not to exceed Two Hundred Dollars ($200.00). Section 10. This Ordinance shall he effective from and after its passage and approval. PASSED AND APPROVED this the th day of , 1985. CITY OF LA PORTE By Virginia Cline, Mayor ATTEST: Cherie Black, City Secretary ty Attorney (�7 \J 0 M E F - 7� IE] L MAGNA FLOW INDUSTR/E Manufacturers of quality heating and air conditioning equipment January 21, 1985 City Secretary City of LaPorte, Texas P.O. Box 1115 LaPorte, Texas 77571 Dear ""rs. Black: Please consider this letter as a formal request from the employees at Magna -Flow to rename two streets. Currently F Street runs East and !West on the North side of Magna -Flow. We would like to have F Street renamed Magna Street. Currently r Street runs East and West on the South side of Magna -Flow. We would like to have G Street renamed Flow Street. Please place these changes on the Council Agenda at the first opportunity. Yours truly, 1AGNA- FLO!, USTR I INC. Gu Faris President kja Factory: P.O. Box 1564. 701 S. 16th St. • LaPorte, Texas 77571 - 713/471-6132 Houston Office: 5901 Allday Drive- Houston, Texas 77036• (713) 784-0357 T0: FROM: Date: 2-7-85 City Manager John Joerns REQUEST FOR CITY COUNCIL AGENDA ITEM 1. Agenda Date Requested: February 13, 1985 2. X Report Resolution Ordinance 3. Project Summary:Cleaning, Televising & Point Repair Project: TC&B No. 26-0021-3( C.L.P. No. 7150-84. Certain segments of sanitary sewer cleaned & televised during this project indicate that remaining portions of these lines (some not included in either this contract nor in the Tinker/Lovelace contract) may be in extremely poor condition. This suspicion is further substantiated by frequent cleaning,& flushing of these lines by the Public Works Dept. in respor 4. Action Required: to complaints received. Approval of change order #1 to provide additional funds for the cleaning and televising of 3750+ ft. of 8" sanitary sewer at various depths. This change order may be declared grant ineligible. Therefore, the City should be prepared to cover these expenses as well as future repairs. 5. Alternative: Disapprove change order #1 and either (a) promote a future cleaning and televising contract or (b) carry on our frequent cleaning and flushing activities and hope for the best. 6. Recommendation: Recommend acceptance of change order #1 - additional cleaning and televising of 3750 + ft. of 8" diameter sanitary sewer. The recommended source of funds is the 83-84 Water/Wastewater Improvement Fund (carry over). If all are part of the work is declared eligible, the recommended funding source is 75% federal grant and 25% from City's. Estimated cost $18,000.00 7. Exhibits: See attached map for location of lines recommended for cleaning & televising. 8.Availability of Funds: General Fund Water/Wastewater Capital Other Account Number: 00.1-804-80 -8U 1983-84 Water/Wastewater Improvement Funds or 1979 Sewer Bond Funds 9.Approved for City Council Agenda Improvmt. General Revenue Sharing Funds Available: X Yes No John Joerns uested B City Manager Date OQCHARD RD. �L� p0.CHARD RD. F 13 12 7�47 0 ® 0 5 ANTPIM LA.. �AILFTT 4?y 7\ CITLETf LA. � Tl` `'(q N L 53 t S 1 Yd ul ELF 1 L "?04 CID sI cp a / CARLOW LA. °` WINOING TRAIL oe %;3 40g0 NIL, RI E ��,o� C NrsWO� R0. io © 4. Af Cr e � Q� 9 TQq/t 0 e� 964 �oA� s 9 (1 / r 9e Hl( I RO .99 QUS Zr 1 Lines Proposed for Cleaning• &, Televising Change Order #1 C.L.P. #7150 j TC&B #26-0021-30 T0: FROM: Date: 2-6-85 City Manager John Joerns REQUEST FOR CITY COUNCIL AGENDA ITEM 2. X Report Resolution 1. Agenda Date Requested: February 13, 1985 Ordinance 3. Project summary: City's participation on a 12" waterline extension along Fairmont Parkway from Farrington Blvd, to Jennie Reid School. 4. Action Required: Council's approval of City participation to cover the cost of oversizing the waterline from an 8" diameter to a 12" diameter. 5. Alternative: Disapproval of City participation. 6. Recommendation: It is recommended that Council authorize.the funds for participation in the installation of the oversized waterline. The estimated amount of City's participation is $10,465.00. 7. Exhibits: Sketch 8.Availability of Funds: General Fund _Water/Wastewater Capital Improvmt. General Revenue Sharing Other Account Number.003-804-805-803 Funds Available: X Yes No Water improvements fund carry over fiscal year 83-84 John Joer s nested B o.Approved for City Council Agenda City Manager Date ----- _..- :o.: II TO: - �� FROM: J.L. Sease L City Manager Date: 2-4-85 REQUEST FOR CITY COUNCIL AGENDA ITEM 2. Y Report Resolution 1. Agenda Date Requested: 2-11-85 Ordinance 3. Project Summary: Bids were received on January 28, 1985 for a 3/4 ton 4-wheel drive pickup to replace a 1962 3/4 ton pickup presently in use. 4. Action Required: Council to award bid to low bidder. 5. Alternative: Select another bidder or reject all bids. 6. Recommendation: Award bid to low bidder, Dave Kilborn Chevrolet in the amount of $14,468.71 7. Exhibits: Attached $,Availability of Funds: x General Fund Water/Wastewater Capital Improvmt. General Revenue Sharing Other Account Number: 009-500-501-851 Funds Available: x Yes No ved for City Council Agenda quested By J. Sease City Manager Date • INTER -OFFICE MEMORANDUM JANUARY 30, 1985 TO: Joe Sease - Fire Chief FROM: Jackson Ray - Purchasi Ag t SUBJECT: Sealed Bid #0071 Advertised, sealed bids #0071 for the purchase of a 1985 3/4 ton 4-wheel drive pickup were opened and read in City Council Chambers January 28, 1985 at 4 p.m. Sealed bids were mailed to six area automobile dealerships with the following three returning bids; (1) Jay Marks Chev., Inc., (2) Mort Hall Ford, and (3) Dave Kilborn Chev. This unit will replace a 1962 Dodge Military style pickup presently housed at Fire Station #1. A total of $18,000 is presently appropriated in the 1984-85 Motor Pool Replacement Fund to purchase this unit. Low bid was submitted by Dave Kilborn Chevrolet in the amount of $14,468.71 and a delivery time of sixty to ninety days. I recommend that the City of La Porte award the purchase of this 1985 4-wheel drive, 3/4 ton pickup to Dave Kilborn Chevrolet in the amount of $14,468.71 on the basis of low bid meeting specifications. I trust this recommendation will meet with your approval. JR/mb cc: B. Herrera Attachment: Tabulation #0071 INTER -OFFICE MEMORANDUM JANUARY 30, 1985 TO: Luther Maxey - Assistant Director of Public Works FROM: Jackson Ray - Purchasing Agent SUBJECT: Sealed Bid #0069, #0070, #0077 Advertised, sealed bids 0069, #0070, and #0077 to purchase items budgeted in the 1984-85 Water/Wastewater Capital Improvement Funds were opened and read in City Council Chambers January 28, 1985 at 4 p.m. Bid invitations #0069 were requested to purchase an additional 6 cubic yard diesel dump truck for Division #807. This unit is intended for use by the Waste- water Treatment Division to au s udge to the landfill during wet weather. Sealed bids were mailed to six area automobile dealers with the following three returning bids; (1) Jay Marks Chev., (2) Mort Hall Ford, and (3) Dave Kilborn Chev. Low bid was submitted by Mort Hall Ford Inc. in the amount of $30,600 and a delivery time of 120-150 days. It is recommended that the City of La Porte award the purchase of this unit to Mort Hall Ford on the basis of low bid meeting specifications. Bid invitations #0070 were requested to purchase an additional 3/4 ton pickup with work box for use by Division #805 in an ongoing Fire Hydrant Maintenance Pro- gram. Sealed bids were also mailed to six area automobile dealers with the follow- ing three returning bids; (1) Jay Marks Chev., (2) Mort Hall Ford, and (3) Dave Kilborn Chev. Low bid was submitted by Dave Kilborn Chev. in the amount of $12,552.71 and a delivery time of 60 days. It is recommended that the City of La Porte award the purchase of this unit to Dave Kilborn Chev. on the basis of low meeting spec- ifications. Bid invitations #0077 were requested to purchase an additional Industrial Wheel Loader with backhoe for Division #806 to handle increased mainten� aance and construction o sewer Ines caused by the rapid growth of La Porte in the past year. Bid invitations were mailed to four area heavy equipment dealerships with the following three returning bids; (1) Lansdowne -Moody Co., Inc., (2) Hyco Equipment Co., and (3) Case Power and Equipment. Low bid was submitted by Case Power and Equipment in the amount of $28,250.20 and a delivery time of 10-15 days. It is recommended that the City of La Porte award the purchase of this unit to Case Power and Equipment on the basis of low bid meeting specifications. A total of $68,546 is appropriated in the 1984-85 Water/Wastewater General Fund for the acquisition of these three items. The aggregate total of these bids is $71,402.91 leaving a shortfall of $2,856.91. Should City Council wish to complete these three projects as budgeted, an additional appropriation of $2,856.91 will need to be approved from the Water/Wastewater Contingency Fund. I trust the recommendations made herein will meet with your approval. JR/mb cc: B. Herrera, B. Jacobs, J. Hodge Attachemnt: Bid Tabulations #0069, #0070, #0077 • Sealed Bid #0071: 1985 3/4 Ton, 4 Wheel Drive Pickup • Jay Marks Mort Hall Dave Kilbor Chev. Ford Chevrolet 1. One (1) Diesel, 3/4 Ton, 4-Wheel Drive, Long 14,747.20 14,995.00 14,468.71 Wheelbase Pickup with Winch 2. Delivery Time in Days 60-90 Days 0-120 Days 60-90 Days 3. State Warranty 12 mo. mo. mo. 12,000 mi. 12,000 mi. 12,000 mi. 4. Payment Terms et :15 Days et 30 Days Not Stated 5. Exceptions to Specifications None ee ase 1" too None Short ** Denotes Low Bid • SEALED BID #0070: 1985 3/4 Ton Pickup with Work Box Jay Marks Chev. Mort Hall\ Dave Ford Kilbo n Chev. 1. One (1) 1985 3/4 Ton, Heavy Duty, Long Wheel 13,121.36 12,650.00 ** 12,552.71 Base, Cab and Chassis with Utility Work Box 2. Delivery Time in Days 60-90 Days 45-60 Days 60 Days 3. State Warranty 12 mo. 12 mo. z mo. 12,000 mi. 12,000 mi. 12,000 mi. 4. Payment Terms Net 15 Days Net 30 Days Net 10 Days ** Denotes Low Bid TO: CITY MANAGER FROM: DATE: January 31, 1985 Jerry L. Hodge REQUEST FOR CITY COUNCIL'AGENDA ITEM 2. X Report �3 1. Agenda Date Requested: February IT, 1985 Resolution Ordinance 3. Project. Summb.ry: Purchase of 3/4 ton pickup with work box. 4. Action Required: Council approval. 5. Alternative: Reject bids. 6. Recommendation Purchase low bid unit from Dave Kilboro Chevrolet for $12,552.71 7., Exhibits: Bid tabulations. Memorandum from Purchasing Agent. 8. Availability of Funds: General Fund X Water/Wastewater Capital Improvmt. General Revenue Sharing Other Account Number: nnz_RnS_gn5�ca,�5 Funds Avefilable: X Yes No 9• (pproired for City Council Agenda st C}'ty—I-anager Date TO: CITY MANAGER FROM: DATE: Jerry L. Hodge January 31, 1985 REQUEST FOR CITY COUNCIL -AGENDA ITEM 2. X Report 1. Agenda Date Requested: February 11, 1985 Resolution Ordinance 3. Project.Summary: Purchase of 6 cubic yard diesel dump truck. 4. Action Required: Council approval. 5., Alternative: Reject bids. 6. Recommendation Use $2,856.91 from Contingency Fund to supplement the purchase of the low bid unit to Mort Hall Ford for $30,600.00 7. Exhibits: Bid tabulations. Memorandum from Purchasing Agent. 8. Availability of Funds: General Fund X Water/Wastewater Capital Improvmt. General Revenue Sharing Other Account Number: 003-807-807-957 Funds Av�ilable: X Yes No 9• Approved for City Council Agenda City Manager Date • 'SEALED BID #0069: One (1) 1985 6 Cu. Yard Dump Truck Jay Marks *t Hall Chev. ord Inc. Dave Kilborn .Chev. 1. One 1) 1985 6 Cubic Yard Dum2 Truck 32,816.18 ** 2. State Delivery Time - D 120-150 Days 90-120 Days 3. State Warrant 12 mo. 12 mo. 12 mo. 12 4. Payment Terms Net 15 a ys Net 30 Days Net 10 Days ** Denotes Low Bid TO: CITY MANAGER FROM: DATE Jerry L. Hodge.: January 31, 1985 REQUEST FOR CITY COUNCIL'AGENDA ITEM 2. X Report 1. Agenda Date Requested: February 11, 1985 Resolution Ordinance 3. Project. Summ'axy: Purchase of backhoe. 4. Action Required: Council approval. 5.. Alternative: Reject bids. 6. Recommendation Purchase unit from low bidder, Case Power and equipment for $28,250.20 7. Exhibits: Bid tabulations. Memorandum from Purchasing Agent. 8. Availability of Funds: General Fund `Water/Wastewater Capital Improvmt. General Revenue Sharing Other Account Number: 003-806-806-956 Funds Available: X Yes No 9. Approved for City Council Agenda Re City t•4anager liate SEALED BID #0077: • Case Power nsdowne Hyco Equip to, \ & Equipment Moody Inc 1 Company Industrial Wheel Loader w/Backhoe 1. Industrial Wheel Loader w/Backhoe and ** 28,250.20 29,589.55 30,815.00 capable of digging up to 14 feet 2. Delivery time in days 10-15 Days 10-120 Days 60 Days 3. Warranty 1 yr. on Tractor 12 Months 12 months o 1500 hrs. 2 yr.-2000 hrs. on Eng 4. Payment Terms Net 15 Days Net on Receipt Net on Receipt ** Denotes Low Bid • 0 TO: CITY MANAGER FROM: DATE Jerry L..Hodge. February 4, 1985 REQUEST FOR CITY COUNCIL AGENDA ITEM 2. X Report 1. Agenda Date Requested: March 4, 1985 Resolution Ordinance 3. Project. Summ*a.ry: Sealed bids for purchase of replacement boom mower assembly, to be fitted to existing tractor. Only one bid was returned. 4. Action Required: Approve bid. 5.. Alternative: Five bids were sent and only one bid returned. Project can be rebid. 6. Recommendation 7. Exhibits: Accept bid from Lansdowne -Moody for boom mower assembly in the amount of $12,541.37. Attached memorandum from Department Head and Purchasing Agent. 8. Availability of Funds: General Fund Water/Wastewater Capital Improvmt. General Revenue Sharing X Other CAPITAL IMPROVEMENT BUDGET Account Number: 015-700-702-852 Funds Available: X Yes No 9• Approved for C�y Council Agenda C Date CITY OF LA PORTE INTER -OFFICE MEMORANDUM TO: Jack O , elope ager DATE: February 4, 1985 FROM: Jerry Hoector of Public Works SUBJECT: Seal BiMower Attachment The City of La Porte has budgeted a replacement Hydraulic Articulated Boom Mower Attachment to replace a 1979 model slope mower. This is for the mower assembly only. The tractor is in excellent shape and should give several years more service. Bids were sent to five vendors, and one bid was received from Lansdowne -Moody. The remaining bidders declined to bid, citing liability in transportation and uncertainty in their ability to fit their product to the existing tractor. They did indicate that they would bid on a complete tractor and mower package. Lansdowne -Moody has agreed to replace the mower and boom assembly with a Terrain King Mower for a total price of $12,541.37. Budgeted amount for this project is $15,000. I recommend that the City purchase a Terrain King Boom Mower, to be fitted to an existing Ford 6600 Tractor, from Lansdowne -Moody for $12,541.37. If you should have any questions, please advise. JLH/lw 0 INTER -OFFICE MEMORANDUM JANUARY 30, 1985 TO: Steve Gillett - Assistant D' ector of Public Works FROM: J. Ray - Purchasing Agen SUBJECT: Sealed Bid #0076 Advertised, sealed bids #0076 for the purchase of a Heavy Duty Hydraulic Articulated Boom Mower were opened and read in City Council Chambers January 28, 1985. Sealed bids were mailed to five area distributors and manufacturers of hydraulic boom mowers with only Lansdowne -Moody Co. Inc. returning a bid. Bidders were asked to transport unit #701-22, a 1979 Ford 6600 Tractor, to their place of business, remove the existing slope mower attachment, install the new slope mower and return the newly completed unit in an operational condition to the City of La Porte. All declining bidders stated they were not interested in bidding due to the liability they would have to assume in transporting the City of La Porte's tractor and the uncertainty of their ability to properly retrofit the new boom mower to the existing Ford Tractor. Bidders that declined to return a bid package indicated they would be willing to supply a quotation on a complete new tractor and boom mower assembly. Lansdowne -Moody Co. Inc. indicates that they will have no problem retrofitting the Citys' Ford 6600 Tractor with a Boom Mower manufactured by Terrain King Corp. and propose to complete the project in 60 days for a total of $12,541.37. Due to the fact that the tractor in question is in good operating condition and that Lansdowne Moody Co. Inc. will guarantee this installation to perform satisfactorily, I see no need to rebid this project to replace both tractor and boom mower. A total of $15,000 is presently appropriated in the 1984-85 Capital Improve- ment Budget to complete this project. I recommend that the City of La Porte a- ward the removal and installation of a hydraulic articulated boom mower to Lansdowne Moody Co. Inc. in the amount of $12,541.37. I trust this recommendation will meet with your approval. JR/mb cc: J. Hodge B. Herrera Attachment: Bid Tabulation #0076 SEALED BID #0076: Hydraulic, Articulated Boom Mower 0 Lansdowne ase Power Fogle Moody Co. & Equip. Equipment Inc. Terrain King, Inc. 1. Heavy Duty, Hydraulic, Articulated Boom Mower Mounted on Unit #701-22 $12,541.37 No Bid No Bid No Bic 2. Delivery Time 10-60 Days -- -- __ 3. Warranty 60 Days -- -- __ 4. Payment Terms Net on Deliver • u TO: CITY MANAGER FROM: DATE: .February 1, 1985 Jerry. L. • Hodge. REQUEST FOR CITY COUNCIL'AGENDA ITEM 2. x Report 115 1. Agenda Date Requested: February xf, 1985 Resolution Ordinance 3. Project. Summary: Purchase and installation of two auxiliary diesel engines at water wells #lA and #3. k. Action Required: Council approval. 5. Alternative: Leave as is. 6. Recommendation Award contract for purchase and installation to low bidder, Sepco Industries for $38,845.00, which met all specifications. 7. Exhibits: Bid tabulations. Memorandum from Purchasing Agent. 8. Availability of Funds: General Fund Water/Wastewater Capital Improvmt. General Revenue Sharing Other Account Number: 003-806-806-829 Funds Available: x Yes No Budgeted $50,000 /J 9. (Approlved for City Council Agenda C V �^ Date • r� L INTER -OFFICE MEMORANDUM JANUARY 31, 1985 TO: Luther Maxey - Assistant Director of Public Works FROM: J. Ray - Purchasing A nt SUBJECT: Sealed Bid #0067 Advertised, sealed b r#0067 for the purchase and installation of two auxiliary diesel engines at Water Wells #1A an were opene an rea in City Counci am ers anuary at p.m. id invitations were mailed to eleven area contractors with the following five returning bids: (1) M.S. Beck Co., (2) I.C.S., (3) Stewart and Stevenson Services Inc., (4) Sepco, Inc. and (5) Demar Engineering. These engines will replace two LeRoi natural gas engines that are around twenty years old and have been deemed uneconomical to repair. Both auxiliary power units will be required to provide electrical power to Water Wells #1A and #3 in the event of a power outage, enabling City water crews to maintain pressure in the Water distribution system in emergency periods. Low bid was submitted by Demar Engineering Inc. in the amount of $34,122.00, a completion time of seventy days, and a warranty of one year. Although Demar Engineering has submitted engines which basically meet City of La Porte speci- fications, they did not supply the required references for work done in this field. The low bid submitted by Demar Engineering was rejected for lack of experience and specificity. Low bid meeting specifications was submitted by Sepco Industries Inc. of Houston, Texas. Total bid price submitted was $38,845.00, a completion time of one -hundred days and a warranty of one year. Sepco Industries has been actively involved in the pump and power distribution business for over seventy-six years and has provided the requisite references and bonding requirements. A total of fifty -thousand dollars is presently appropriated in the 1984-85 Water/Wastewater Capital Improvement Fund for the completion of this project. I recommend that the City of La Porte award turnkey installation of auxiliary diesel engines at Water Wells #1A and #3 to Sepco Industries in the amount of $38,845.00 and a completion time of 100 days. I trust this recommendation will meet with your approval. JR/mb cc: J. Hodge, B. Herrera Attachment: Tabulation #0067 Item:. Sealed Bid #0067 Demar Sepco Ind. Stewart & Industrial M.S. Beck ngineering Inc. Stevenson Const. Const. Co. McKey Services, Service Const. Inc. Bellaire Houston Houston Houston Houston La ' I. Turnkey Installation of 34,122.00 38,845.00 45,970.00 48 700.00 52 350.00 No B.- Auxiliary Motor per spec. 2. Warranty Terms 1 Year 1 yr, un:= Not 1 Year limited 1 yr. un- Described limited 1 yr. limit d 1 yr.limite 3. Completion Time 70 Days 100 Days 45 Days 125 Days 60 Days " 4. Bid Bond - Cashiers Check Yes (ck.) Yes (ck. ). Yes (bond Yes cic. Yes bond " 5. Type of Engine Bid Cummins Diesel Eng. Caterpilla Detroit Stewart & Diesel Detroit En Diesel Stevenson Diesel Allison Eng Allison ** Alternate Bid ** 39,700 John Deere Diesel None 6. References/Qualifications Submitted None None O.K. Submitted Submitted O.K. ** Low Bid # Bid Reiected • 0 TO: CITY MANAGER FROM: DATE: Jerry L..Hodge.... January 28, 1985 REQUEST FOR CITY COUNCIL AGENDA ITEM 2. X Report 1. Agenda Date Requested: February 1985 Resolution Ordinance 3. Project. Summ`a.ry: Repair and rehabilitation of backhoes. 4. Action Required: Council consent. 5. Alternative: Leave as is or rebid. 6. Recommendation Approve bid from Case Power and Equipment for $12,141.21. 7. Exhibits: Bid tabulations. Memorandum from Purchasing Agent. 8. Availability of Funds: General Fund X Water/Wastewater Capital Improvmt. General Revenue Sharing Other Account Number: 009-805-805-855 Re 9. Approved for City Council Agenda Funds Available: Yes No City 14anager INTER -OFFICE MEMORANDUM JANUARY 23, 1985 L,r TO: L. Maxey - Assistant Director of -,Public Works FROM: J. Ray - Purchasing Agedt SUBJECT: Sealed Bid #0068: Repair nd Rehabilitation of Backhoes Advertised, sealed bid #0068 for the repair and rehabilitation of three (3) Case 580-C Backhoes was opened and read in City Council Chambers January 21, 1985 at 4 p.m. Bid invitations were mailed to the following four heavy -equipment sales and service facilities; (1) Case Power and Equipment, (2) Fogle Equipment Co., (3) Alvin Equipment Co., and (4) Lansdowne -Moody Inc. Only Case Power and Equipment Co. returned a bid proposal to repair the aforementioned units for a total amount of $12,141.21. All vendors were contacted after the bid opening to assess their lack of response. Vendors, without exception cited the following reasons for their lack of response. (1) Inability to buy replacement parts from anyone but Case Power and Equipment making their bids uncompetitive for materials. (2) Reluctance to give a fixed price to repair and rehabilitate machinery without being able to tear it down and evaluate the condition of each part. (3) Inability to offer any warranty as requested in the bid package on the repairs. A total of $15,000 is budgeted in the Motor Pool Replacement Fund for the repair and rehabilitation of these three backhoes. This budgeted figure was based on estimates prepared by the Equipment Services Superintendent. I hereby recommend the City of La Porte accept the bid by Case Power and Equipment Company in the amount of $12,141.21 and completion times as shown on the attached tabulation. I trust this recommendation will meet with your approval. JR/mb cc: B. Herrera J. Hodge B. Jacobs Attachment: Tabulation ITEM: Sealed Bid #0068 0 i Repair and Rehabilitation of ase Power Fogle Alvin Equi Lansdowne Backhoes #806-2, 805-8, and 805-7 & Equip. Equipment Moody Inc. 1. Repair Unit #806-2 per specifications $4,048-.46 No Bid No Bid No Bid A. Completion Time 45 hrs. 2. Repair Unit #805-8 per specifications $3,869.43 No Bid No Bid No Bid A. Completion Time 45 hrs. 3. Repair Unit #805-7 per specifications $4,223.32 No Bid No Bid No Bid A. Completion Time 55 hrs. $12,141.21 4. Total Bid Price - All Units No Bid No Bid No Bid T0: FROM: Date: 2-13-85 City Manager John Joerns REQUEST FOR CITY COUNCIL AGENDA ITEM 2• X Report Resolution 1. Agenda Date Requested: 2-11-9; (Wnrkshnp) Ordinance 3. Project summary: Bids were received on January 28, 1985 for a four -door sedan to replace unit #902-3, a'1979 Chevrolet 1/2 Ton Pick Up. The low bid ($10,303.87) was submitted by Jay Marks Chevrolet. The amount budgeted was $10,000. 4. Action Required: Council to award the purchase of the four -door sedan to Jay Marks Chevrolet in the amount of $10,303.87 and .appropriate -,the additional $303.87 from the remaining surplus in the motor pool replacement fund (concurs with recommendation of purchasing agent as per memo of 1-30-85) 5. Alternative: Select another bidder or reject'all bids. 6. Recommendation: Council to award the purchase of the four -door sedan to Jay Marks Chevrolet in the amount of $10,303.87 and appropriate the additional $303.87 from the remaining surplus in the motor pool replacement fund (concurs with recommendation of purchasing agent as per memo of 1-30-85') 7. Exhibits: -a `� Attached. $,Availability of Funds: General Fund Water/Wastewater Capital Improvmt. General Revenue Sharing Other Account Number:_ nng_90n-90-858 Fun it le: X Yes No with additional appropriation of Lo $303.87. hn' e n and D issen I Reau By 9,Aq`p'rov'�d for City Council Agenda City Manager Date INTER -OFFICE MEMORANDUM JANUARY 30, 1985 TO: J. Joerns - Director of Commu t Affairs FROM: J. Ray - Purchasing Agent / SUBJECT: Sealed Bid #0074 Advertised, sealed bids #0074 for the purchase of a four -door sedan for the Code Enforcement Division were opened and read in City Council Chambers January 28, 1985 at 4 p.m. Sealed bids were mailed to six area automobile dealers with the following two returning bids; (1) Jay Marks Chev. and (2) Mort Hall Ford. A price comparison with the 1984-85 HGAC procurement is also shown on the tabulation. This unit will replace unit #902-3, a 1979 Chevrolet 1/2Ton Pickup which is presently uneconomical to operate. Low bid was submitted by Jay Marks Chev. in the amount of $10,303.87 and a delivery time of 60 to 90 days. A total of $10,000 is presently appropriated in the 1984-85 Motor Pool Replacement Fund to purchase this unit. I recommend that the City of La Porte award the purchase of this Four - Door Sedan to Jay Marks Chev. in the amount of $10,303.87 on the basis of low bid meeting specifications. I also recommend that La Porte City Council appropriate the additional $303.87 needed to purchase this unit from the re- maining surplus in the Motor Pool Replacement Fund. I trust this recommendation will meet with your approval. JR/mb cc: D. Paulissen B. Speake B. Herrera Attachment: Bid Tabulation #0074 SEALED BID #0074: 1985 4-Door Sedan Jay Marks Mort Hall Dave Chev. Ford Kilborn \Chev. ** 1. 1985 4-Door Sedan w/114" Wheelbase 10,303 87 1 10,639.00 No Bid 2. Delivery Time in Days 3. Warrant 4. Payment Terms + 60190 Days 45 Days r 12 months 12 months �12,000 mi. 12,000 mi. I ,Net 15 Dayq Net 30 Da ** Denotes Low Bid # Bid total includes 3% Administrative F e HGAC Staff Auto i #84-15 10,416.36 90 Days 12 months 12,000 mi. Net 30 Dal TO: CITY MANAGER FROM: Stan Sherwood Dir. Parks & Rec.' REQUEST FOR CITY COUNCIL'AGENDA ITEM 1, Agenda Date Requested: February 13, 1985 DATE: February 13. 1985 2. X Report Resolution Ordinance 3. Project Summary: To award bids to purchase two (2) 3/4 ton, long wheelbase pickups and one (1) 5/8 ton pickup with 8' bed. 4. Action Required: Approve Purchase. 5. Alternative: 6. Recommendation: To award bid for two (2) 3/4 ton, long wheelbase pickups to Mort Hall Ford on the basis of their low bid in the amount of $10,655.00 per unit or $21,310.00 total. To award bid for one (1) 5/8 ton pickup with 8' bed to Dave Kilborn 7. Exhibits: Chevrolet on the basis of their low bid in the amount of $9,592.62. See Attached. ts. Availability of Funds: General Fund Water/Wastewater Capital Improvmt. X General Revenue Sharing Other Account Number: Funds Available: X Yes No Motor Pool Replacement Fund is short $710.00. (in contingency) Requested By Agenda City Manager INTER -OFFICE MEMORANDUM JANUARY 30, 1985 TO: Stan Sherwood - Director of Parks d Recreation FROM: Jackson Ray - Purchasing Agent' SUBJECT: Sealed Bid #0072, #0073 v� Advertised, sealed bids #0072 and #0073 to purchase Parks Department Vehicles budgeted in the 1984-85 Motor Vehicle Replacement Fund and the Federal Revenue Sharing Fund were opened and read in City Council Chambers January 28, 1985 at 4 p.m. Bid invitations #0072 were requested to purchase two (2) 3/4 ton, long wheelbase pickups to replace a 1979 1/2 ton truck and a 1980 3/4 ton panel van. Sealed bids were mailed to six area car dealerships with the following three returning bids; (1) Jay Marks Chev., (2) Mort Hall Ford, and (3) Dave Kilborn Chev. Low bid was submitted by Mort Hall Ford in the amount of $10,655 per unit or $21,310 total. A total of $20,600 is presently appropriated in the 1984-85 Motor Pool Replacement Fund to fund the purchase of these units leaving a'shortfall of $710.00. I recommend that the City of La Porte award this bid to Mort Hall Ford on the basis of low bid meeting specifications and appropriate the addi- tional $710 from the Motor Pool Replacement Fund. Sealed bids #0073 were requested to purchase an additional 5/8 ton pickup for the newly hired Athletic Coordinator— Sealed bids were mailed to six area car dealerships with the following three returning bids; (1) Jay Marks Chev., (2) Mort Hall Ford, and (3) Dave Kilborn Chev. Low bid was submitted by Dave Kilborn Chev. in the amount of $9592.62 and a delivery time of 60 days. A total of $11,000' is presently appropriated in The City of La Porte's 1984-85 Federal Revenue Sharing Fund to purchase this vehicle. I recommend that the City of La Porte award the purchase of a 5/8 ton pickup truck to Dave Kilborn Chev. in the amount of $9592.62 on the basis of low bid meeting specifications. JR/mb cc: B. Herrera, B. Clark, T. Anderson Attachments: Bid Tabulations #0072, #0073 SEALED BID #0072: Two (2) 1985 3/4 Ton Pickups with Long Wheelbase 1. 1985 3/4 Ton Pickup with long wheelbase L. Total for two (2) units 0 Jay Marks Mort Hall Dave Chev. Ford ilborn.Che . 2 0 11,218.33 10,655.00 I 12,263.88 22,436.66 �2124,527.76 60-90 Daysi 45 Days 1 60 Days 12 mo. 12 mo. 12 mo. . State Warranty 12,000 mi. 12,000 mi. 12,000 mi None None None Terms Shown Shown Shown 5. 302 cu.in. Exceeds n to Specifications None instead of Specs with 305 cu.in.1 350 cu.in. -. 0 SEALED BID #0073: 1985 5/8 Ton Pickup with 8',Bed 1. 1985, 5/8 ton pickup with 8' bed 2. Delivery Time in Days 3. State Warran 4. Payment Terms ** Denotes Low Bid Jay Marks Mort Hall Dave IChev. Ford Kilborn Chev. 9,866.55 9,757.00 L60Days �60-90 Days 45 Days r2 mo. 12 mo. ;2,000 mi. 12,000 mi. lvet Net Net 15 Days 30 Days 60 Days 0 • MEMORANDUM CITY OF LA PORTE TO: Mayor Cline and Councilpersons FROM: Jack Owen SUBJECT: FUNDS ALLOCATED FOR SIDEWALK PROJECT DATE: February 14, 1985 When the public hearings were held on Revenue Sharing, 1983-1984 Budget year, funds were requested by certain Councilmembers for sidewalk construction. When funds from Revenue Sharing are used for projects that require construction work such'as this, the Davis -Bacon Act becomes effective concerning wage scales. The increased cost of this project is a considerable amount. We, therefore, recommend utilizing the funds as proposed on the attached memorandum to cover the cost of the construction. When our next budget is prepared, I suggest that our revenue funds be allocated only to projects not requiring construction contracts. Jack Owen JO/llh attachment 0 0 TO: FROM: SUBJECT: DATE: MEMORANDUM CITY OF LA PORTE Jack Owen Debra Cole Sidewalk Project February 14, 1985 Concerning the sidewalk projects and their projected construction cost of $45,000, the following budgetary transfers can be made by Council action without mandating the Federal Revenue Sharing public hearing processes again until the 1985-1986 Budget. If we allow approximately $5,000 for contingency the total necessary will be $50,000. (1) Code 015-700-700-304 Sidewalk Improvements of $29,900 was an item in the 1984-1985 "Carry-over" Capital Budget. The January financial statement shows a balance of over $10,000. (2) Three acquisition projects have through the bid procedure actually cost less than budgeted, they are: 015-700-702-851 Garbage Truck; balance $ 8,000 015-700-702-852 Slope mowing attachment; balance 2,000 015-700-703-853 Container Truck; balance 7,000 $17,000 (3) Appropriation available from contingency, 015-600-600-891 budget $44,000. By using $23,000 for sidewalks, $21,000 would remain in this account. (4) Leave the appropriation in the Federal Revenue Sharing Budget until FY 86 Budget and re -appropriate the funds at that time through formal hearing procedures. The change in accounts will be: Decrease - 015-700-702-851 $ 81000 015-700-702-852 21000 015-700-703-853 7,000 015-600-600-891 23,000 Increase - 015-700-700-304 $40,000 Memorandum, Sidewalk Project Page 2 Should you have additional questions concerning this information, please contact me. h k." 6 OCL// Debra Cole Finance Officer DC/llh T0: FROMDate: 2-14-85 City Manager John Joerns REQUEST FOR CITY COUNCIL AGENDA ITEM 1. Agenda Date Requested: 2-20-85 2. X Report Resolution Ordinance 3. Project Summary: Review of contractors' proposals for the Sidewalk Improvements Project for the City of La Porte. (C.L.P. No. 84-5005) 4. Action Required: Council's approval of low bidder for the 4' wide sidewalk alternate bid. 5. Alternative: Reject all bids or approve low bidder for a 3' wide sidewalk (Estimated cost is $38,990.59.) 6. Recommendation: It is recommended that Council award the contract to Shirley Construction Company, Inc. as low bidder on the alternate 4' wide sidewalk. The estimated construction cost is $44,630.59. 7. Exhibits: Tabulation of bids. $,Availability of Funds: General Fund Water/Wastewater xCapital Improvmt. General Revenue Sharing Other Account Number: nic,-Inn-Inn-in4 Funds Available: X Yes No Decrease: 015-700-702-851 $8000 015-700-702-852 $2000 John Jnprns�j 015-700-703-853 $7000 n15-Anil-Ann-RQ1 Q9,� nnn F.eauested B o.Approved for City Council Agenda City Manager Date TABULATION OF BIDS FOR CITY OF LA PORTE,TEXAS SIDEWALK /MI-:)R0VE"E1VT5 8/0 DATE: Feb. 6, /965• T/ ME; 4: OD P,)v- H. C A R L O S SMITH ` H ENGINEERS AND SURVEYORS, INC. r'+ T P.O. BOX M 718 S. BROADWAY LA PORTE. TEXAS 77571 PD. /SoX 1505 L o Po.yc, r .ra s 7757/ A N6E1- BA'OPl APS PO, A3ex 3926 fjcty fc wr/, Tc .r., s 77520 rTEM N0. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE TOTAI. L UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRIG / 3'Y✓ib'e Co�cra/e Sio'ewq/.F L.F. 3, 760 8.75 3z, 90o.0 9,/O 3¢ 2/6.00 2 Ch�+I.� Link Fcr�cG L.F. 68 /.3136 909,84 /2.60 856.80 3 003 /0,25 ,060.7S /0,60 2,/5/.,eo 4 ¢'Wide Corcre/e sideW4/k L.F. 39G3 /0,25 40,6Ze.75 /O,SO ¢/,6//.50 S /¢WlVe ii: 3. /0 .3,/00-00 3.00 ,j,oeo. 00 TOTAL 045E 0/O - / /4ir 3 %/slr.n S 38, 9 9o. 5 9 ¢O, .z24 , 60 07 AL .4;LTE.?/VA TE e/a - IA,-, .Z 4 Ae 5 , O. 6 , 30 Bon COMf'LET/O/V T/ME 105 G./, o.ys 30 G4 . O+ys