HomeMy WebLinkAbout1985-10-28 Regular Meeting• •
MINUTES OF THE
REGULAR MEETING OF LA PORTE CITY COUNCIL
OCTOBER 28, 1985
1. The meeting was called to order by Mayor Malone at 6:04 P.M.
2.
3.
Members of City Council Present: Mayor Norman Malone,
Councilpersons Delbert Walker, John Lloyd, Ed Matuszak, Betty
Waters, Lindsay Pfeiffer, B. Don Skelton
Members_of City_Council Absent: Councilpersons Deotis Gay and
Linda Westergren
Members of Citv Staff Present: City Manager Jack Owen, City
Attorney Knox Askins, City Secretary Cherie Black, Director of
Community Development John Joerns, Project Manager Luther
Maxey, Director of Public Works Jerry Hodge, Water/Wastewater
Superintendent Buddy Jacobs, Chief Operator Walter Barnes
Others Present: Neil Bishop, Bob Reach, and Cecil Allen,
Turner Collie & Braden; Sue Skinner, Neighborhood Centers; Bob
Lemons, Amoco; Adair Sullivan; Charles Hudgins and Pamela
Smith, Bayshore Sun; 3 citizens
In the absence of Councilperson Gay, the invocation was given
by Mayor Malone.
Council considered approving the minutes of the regular
meeting held October 14, 1985.
Motion was made by Councilperson Skelton to approve the
minutes of_the October_14_meeting as_presen ed. Second by
Councilperson Matuszak. The motion carried, 5 ayes, 0 nays,
and 2 abstain.
4.
Ayes: Councilpersons Walker, Matuszak, Pfeiffer, Skelton and
Mayor Malone
Nays: None
Abstain: Councilpersons Lloyd and Waters (were not present
at meeting on October 14)
Council considered approving the minutes of the called regular
meeting held October 21, 1985.
Motion was made by Councilperson Ske.~tQ.D to_~.pp.~Qyg_the
minutes of the October 21 meeting as prg,~ented. Second by
Councilperson Pfeiffer. The motion carried, 5 ayes, 0 nays,
and 2 abstain.
• •
Minutes, Regular Meeting, La Porte City Council
October 28, 1985, Page 2
Ayes: Councilpersons Lloyd, Matuszak, Pfeiffer, Skelton and
Mayor Malone
Nays: None
Abstain: Councilpersons Walker and Waters (were not present
at meeting on October 21)
5. The Mayor proclaimed the week of November 4 through 10,.1985,
as United Way Week. Ms. Sue Skinner was present to accept the
proclamation.
The Mayor then presented Pamela Smith, Bayshore Sun managing
editor, with a proclamation in appreciation of her excellent
work in reporting City activities.
6. Mrs. Adair Sullivan addressed Council regarding the proposed
zoning ordinance and preserving the residential areas that do
not have deed restrictions.
The Mayor read a letter from Dennis Dunham regarding
restoration of Sylvan Beach and requesting a public hearing be
held before the City acted on the project.
7. Council considered approving the Capital Improvement Project
Management Plan manual.
Project Manager Luther Maxey answered questions from Council
regarding the manual.
Motion was made by Councilperson Lloyd_to approve the Capital
Im rovement Project Management Plan manual ashresented.
Second by Councilperson Matuszak. The motion carried, 7 ayes
and 0 nays.
Ayes: Councilpersons Walker, Lloyd, Matuszak, Waters,
Pfeiffer, Skelton and Mayor Malone
Nays: None
8. Council considered an ordinance requiring pre-qualifications
of contractors on City of La Porte Construction Projects.
The City Attorney reviewed the ordinance. A project cost in
excess of $200,000 was recommended as the criterion for a
contractor to be required to pre-qualify.
The City Attorney read: ORDINANCE 1476 - AN ORDINANCE
REQUIRING THE PRE-QUALIFICATION OF CONTRACTORS ON CITY OF LA
PORTE CONSTRUCTION PROJECTS HAVING AN ESTIMATED COST OF
GREATER THAN TWO .HUNDRED THOUSAND DOLLARS ($200,000);
REQUIRING FILINGS OF CONTRACTOR'S STATEMENTS WITH THE CITY OF
LA PORTE; PROHIBITING CONTRACTORS FROM SUBCONTRACTING MORE
Minutes, Regular Meeting, La Porte City Council
October 28, 1985, Page 3
THAN FIFTY PERCENT (50~) OF WORK ON CITY OF LA PORTS PROJECTS
WITHOUT PRIOR WRITTEN CONSENT; REQUIRING ATTENDANCE AT A
PRE-BID CONFERENCE AS A PREREQUISITE TO SUBMITTING~A BID;
PROVIDING FOR PUBLICATION OF NOTICE; APPROVING AND ADOPTING
FORMS FOR THE PRE-QUALIFICATION OF CONTRACTORS; DEFINING
"BIDDING CAPACITY"; ADOPTING DISQUALIFICATION STANDARDS;
FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING
AN EFFECTIVE DATE HEREOF.
Motion was made by Councilperson Skelton to adopt Ordinance
1~6 as read by the Citv Attorney. Second by Councilperson
Matuszak.
After discussion, motion was made by Councilperson Wacker to
amend the_motion to read "three hundred thousand dollars" as
the pre-oualifyin~ amount. Second by Councilperson Matuszak.
The motion carried, 7 ayes and 0 nays.
Ayes: Councilpersons Walker, Lloyd, Matuszak, Waters,
Pfeiffer, Skelton and Mayor Malone
Nays: None
The original motion was then voted upon, and carried 7 ayes
and 0 nays.
Ayes: Councilpersons Walker, Lloyd, Matuszak, Waters,
Pfeiffer, Skelton and Mayor Malone
Nays: None
9. Council considered authorizing the bid process for the
construction phase of the wastewater treatment plant.
Mr. Bob Reach of Turner Collie & Braden made a presentation to
Council in this regard.
Motion was made by Councilperson Walker to authorize going out
for bid for the construction phase_of_the wastewater treatment
lant. Second by Councilperson Lloyd. The motion carried, 7
ayes and 0 nays.
Ayes: Councilperson s. Walker, Lloyd, Matuszak, Waters,
Pfeiffer, Skelton and Mayor Malone
Nays: None
10. Council considered approving change order ~~1 for Battlegrounds
Vista sanitary sewer project.
•
Minutes, Regular Meeting, La Porte City Council
October 28, 1985, Page 4
Motion was made by Councilpersos Matuszak to approve change
order ~~1 for the Battlegrounds Vista_sanitary sewer .prQ.iect.
Second by Councilperson Waters. The motion carried, 7 ayes
and 0 nays.
Ayes: Councilpersons Walker, Lloyd, Matuszak, Waters,
Pfeiffer, Skelton and Mayor Malone
Nays: None
11. Council considered approving the statement of intent filed by
Amoco Gas Company to change the rates charged Air Products and
Chemicals, Inc.
Mr. Bob Lemons of Amoco was present and reviewed the request
of Amoco.
Motion was made by Councilperson Skelton to approve the
statement of intent filed by Amoco Gas Company to_change the
rates charged Air Products and Chemicals. Inc., to be
retroactive to October 1, 1985. Second by Councilperson
Walker. The motion carried, 7 ayes and 0 nays.
Ayes: Councilpersons Walker, Lloyd, Matuszak, Waters,
Pfeiffer, Skelton and Mayor Malone
Nays: None
12. Council considered approving an annual contract for purchase
of tires.
~~-~7, wr~~cn approves purcnase ot- tires through the State
Purchasing and General Services_Commission. Second by
Councilperson Pfeiffer. The motion carried, 7 ayes and 0
nays.
Ayes: Councilpersons Walker, Lloyd, Matuszak, Waters,
Pfeiffer, Skelton and Mayor Malone
Nays: None
The Emergency Addendum item was then addressed: To consider
resolutions to be voted on at the Texas Municipal League
meeting.
After discussion, Council set a breakfast meeting for Thursday
morning, October 31, to consider the resolutions and give
Councilperson Skelton their recommendations so he could cast
their vote at the resolutions committee meeting.
Minutes, Regular Meeting, La Porte City Council
October 28, 1985, Page 5
13. Workshop Item: Discuss projects to be included in the Harris
County Bond Issue
Items recommended for inclusion in the Harris County bond
issue included extension of Bay Area Boulevard from Fairmont
Parkway to Highway 225, widening of Underwood Road, placement
of a bulkhead and raising the land at Sylvan Beach, an
overpass on Fairmont Parkway at the railroad intersection and
drainage near the Southern Pacific railroad yard.
14. Administrative Reports - City Manager Owen announced that the
monies from the bond sale have been delivered and had been
deposited.
He apprised Council that staff is on call for Hurricane Juan.
Request was made to put the public hearing regarding the
proposed golf course on the November 11 agenda instead of
November 18. Council agreed to this change.
15. Council Action - Councilpersons Walker, Waters, Skelton, and
Mayor Malone brought items to Council's attention.
16. There was no executive session.
17. There being no further business to come before the Council,
the meeting was duly adjourned at 8:10 P.M.
Respectfully submitted:
Cherie Black
City Secretary
Passed & Approved this the
11th day of November, 1985
~~ ~~
~~~~
Nor an Malone, Mayor
•
o ~ ~ e of th e MAYOR
:. ~ ..
CITY OF ;... ~ LA PORTS
y,9jf . .,~~~
~hy~~~OUMS~.
x~c~~.ma~~r~
: Un~.zed way os the Texab Gu.~s Coab~ .c.b a
.2aca.L, va.~un~een. byb~em as peop.Ze ean.i.ng and wanFz~,ng ~oge~hen
~a buppon~ .the mane khan 80 hea.2~h and human benv~.ee agene~.eb
~.n the ~n~.-eoun~y a~cea as Nann~,b, Fare Bend and Man~gomeny
coun~~,eb; and
tVHBRi:AS, Un~.~ed Clay Agene~,eb ptcov~.ded benv~.ceb ~a mane
khan 1 b, 000 La Pone area neb~.den~b ~ab~ yeah, and Ne.ighbo~.-
hood Cenxenb, Inc., hab been pnov~.d.ing a w~.de van~.e~y os
benv~.eeb ~a area neb~.den~b b~.ne 1952; and
~VNBRI:AS, The La Pone Ne~.ghbonhaod Cen~ehb, Ire., .the
an.2y Un~.~ed way Agency w~.~h an oss~.ce ~.n La Pone, pnov~.ded
benv~.eeb ~o a.~mob~ 12,000 La Pone neb-(.den~b ~ab~ yeah, and
7.9 m~.~..2~.an ~~c..i.-caun~y nebtiden.tb neee~.ved benv~.ceb Sham
Un~.~ed GJay Agene~,eb .2ab~ yeah; and
GlfiBRi:AS, the C~.~y os La Pane ~(.b curr.nen~.~y patc.ttic.tpa~~.ng
.Ln the Un.i~ed Way program and the La Pane Independent Sehoa.2
~~,b~n~.e~ jo~,nb the Un~.xed GJay os the Texab Gu.e.s Coab~ ~h~,b
yeah;
NOU1, T~18RBFORB, I, NORMAN MALONB, MAYOR o ~ the C~..ty a ~
La Panxe, do hereby .pnoe.La~.m the weelz as November 4 ~hnough
i0, 1985, ab
UNITBD G1Ay GI~FK
~.n the etizy os La Pane, and urge e.ix~.zenb ~a buppan~ the
Un~.~ed way ~,n ~he~.n esson~ as neaeh~.ng a goa.~ as $45 m~.~2~~.an
.th~.b yeah, and ~o remember, "Toge~hen We Can UlanFi Glondenb."
IN fUITNBSS Gl~fi:R~OP, I have heneun~o be.t my.hand and eaubed
the Sea.2 as zhe C~.~y as La Patc~e ~o be ass~.xed hene~o, ~h.ib
the 28~h day oS Oc~oben, 1985.
anman a one, ayon
• •
CITY COUNCIL AGENDA ITEMS
T0: Jack Owen FROM: Luther Maxey DATE: 10/21/85
City Manager
REQUEST FOR CITY COUNCIL AGENDA ITEM
1. Agenda Date Requested: October 28, 1985
2. XXX REPORT; RESOLUTION; AGREEMENT; ORDINANCE
3. PROJECT SUMMARY: Capital Improvement Project Managment Plan
(Manual).
4. ACTION REQUIRED: Council approval.
5. ALTERNATIVE: Change or modify management plan.
6. RECOMMENDATION: Adopt plan as presented.
7. EXHIBITS: Copy of the manual.
8. AVAILABILITY OF FUNDS:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
Other
9. ACCOUNT NUMBER:
FU AVA LABLE: YES NO
P c
REQUESTED BY: Luthe Maxey
10. APPR VED FO CITY COUNCIL AGENDA
/~~ ~.~ ~ ~~.s~
DATE
C' 'y Manager
•
Q
CAPITAL IMPROVEMENT PROJECT
MANAGEMENT PLAN
FOR
BOND PROPOSALS AUTHORIZED
BY VOTERS ON JUNE 15, 1985
PROGRESS
• •
CONTENTS
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
L.
Parameters and Constraints
1. Propositions
2. Projects
3. Phase One Funding
Organization and Staffing
1. Management Structure
2. Unit Structure
3. Project Manager
Management Control Systems
1. Technical Control
2. Quality Assurance Program
Risk Management
Dispute Resolution
Procurement
Safety
Legal Services
Labor Relations
Public Relations
Real Estate Acquisition
Construction Operation
• •
A. PARAMETERS AND CONSTRAINTS
PROPOSITIONS
1. On June 15, 1985, the voters of La Porte approved the
following nine propositions.
Proposition One
Two very important water utility projects were approved
for the City of La Porte. A water main connection
between the La Porte and College View Water Systems
consisting of nearly 5300 feet of 12 inch water lines
and a water tower with associated water lines for the
Northwest portion of La Porte comprise this bond issue.
Both of these projects will improve water pressure to
their respective areas and will place La Porte on track
to meeting elevated water storage standards as set by
the Texas Department of Health.
The bond projects would total a cost of nearly
$1,200,000 were it not for approximately $400,000 in
existing bond funds from a previous College View Bond
Sale. The actual total cost of the two projects is
therefore only $800,000. The College View Connection
Project will take place along Spencer Highway west of
Underwood Road. The Lomax Water Tower and lines are
marked in the vicinity of North "P" Street and Robinson
Road. Both of these projects will improve water
delivery quality for their respective areas.
Proposition Two
Six interrelated wastewater utility projects were
approved to greatly improve the City's existing sewer
systems. The expansion of the La Porte Wastewater Plant
and 5 new sewer relief programs were approved to
basically improve overloaded sewer areas throughout La
Porte. Several wastewater lift stations will be
-- eliminated in the process and sewer maintenance costs
should decline.
Total costs for the six
Million, however, previous
View Bond Sale will red
The six projects encompass
consequently all citizens
of this bond issue.
projects is approximately $11
bond funds from the College
uce this figure to $8,550,000.
the majority of the City and
will benefit from the passage
1
• •
Proposition Three
Two street reconstruction projects were approved for the
City of La Porte. The reconstruction of East "E" Street
from San Jacinto to Park Street to include curbs and
gutters along with necessary drainage improvements is
one project. The other project consists of the widening
of Broadway Boulevard from "G" Street to Fairmont
Parkway. The reconstruction of Broadway consist of
widening the thoroughfare to 4 lanes complete with curb
and gutters and improved drainage.
The combined cost of the reconstruction is approximately
$2.5 Million. The location of the improved area should
facilitate traffic to and through the areas.
Proposition Four
Three stormwater and drainage improvement projects to
help prevent or ease potential flooding, particularly
along Big Island Slough and Little Cedar Bayou were
approved. The proposed stormwater Diversion Project
calls for the diversion of excess drainage from the
northwest portion of the City to the Big Island Slough.
A second project calls for the concrete lining of the
Big Island Slough to handle the increased drainage flow
provided by the Diversion Project. Lastly, the final
project will require improvements to be made on the mid
and upstream portions of Little Cedar Bayou to
compliment similar improvements made downstream by the
Harris County Flood Control District.
Combined cost for the three projects is $3 Million and
is the first phase in a concerted effort to effectively
manage the flow of stormwater throughout La Porte.
Little Cedar Bayou will have improvements made to each
portion of it and the Big Island Slough will be modified
to receive additional runoff thus aiding the
northwestern residents of La Porte.
Proposition Five
Voters approved the purchase and development of land for
the La Porte - Seabrook Municipal Landfill. The
landfill is the most cost effective alternative to
continued use of privately owned landfills whose rates
are ever-increasing. The proposed landfill will solve
the problem of the closing of the Harris County Landfill
in 1984 and the existing lack of landfills in our area.
2
The La Porte - Seabrook Landfill will cost approximately
$4 Million. This cost is to be shared by La Porte and
Seabrook residents on the actual tonnage use. The bond
debt will consequently be shared between the two
cities. This figure includes an 80-acre site and its
development on Bay Area Boulevard in the Bayport
Industrial District. This is an industrial area with no
residential developments in the vicinity. Great care
has been taken to ensure a safe landfill which will
comply with air quality and health standards.
Proposition Six
Two recreational facilities were approved in this bond
issue to ease the current need for extended and improved
recreational parks in La Porte. Little Cedar Bayou
Regional Park will be located in South La Porte and the
Lomax Community Park will be located in West La Porte.
These two parks will provide for many different types of
recreational enjoyment to all La Porte residents.
Total cost for the Little Cedar Bayou Regional Park is
$1.6 Million. Little Cedar Bayou Park will feature a
50-meter Olympic outdoor swimming pool, four lighted
ballfields, one football-soccer field, one
concession-restroom building, six tennis courts, a
460-space parking lot, 30 picnic sites, 2.6 miles of
walking trails, utility extensions for camping, a
playground and a fishing pier.
Total Cost for the 23-acre Lomax Community Park is
$900,000. The park will highlight a 25-meter swimming
pool, two tennis courts, a basketball court, a
soccer-football field, and various playground
facilities.
Proposition Seven
A recreational and community complex was approved for
Little Cedar Bayou Park. The complex will offer both
recreational and civic uses. Young and old alike can
enjoy this facility in a conveniently located and scenic
site.
The 14,000 square foot complex will cost approximately
$1.5 Million and will house a gymnasium, an auditorium,
park offices, weight and exercise rooms, and 2 community
meeting rooms. The Little Cedar Bayou location is
convenient for all sections of the City and is certainly
one of the most beautiful areas in La Porte.
3
Proposition Eight
The relocation of Fire Station Two, located in the
Fairmont Park Area, to an already purchased site on
Spencer Highway, across from the Airport but near
Farrington Boulevard was approved. The relocation will
improve emergency response times to all areas of the
fire district served. The new building will also
upgrade Fire Station Two's facilities from temporary to
permanent.
The cost to build the new fire station is approximately
$550,000. This figure includes a new building and
parking facilities. The land has already been purchased
by the City. The impact to the new area as well as the
entire fire district should be favorable. The area
designated for the new station is primarily commercial
and offers an excellent travel route to and from fire
runs.
Proposition Nine
A multi-use fire training facility was approved for the
City of La Porte. The Fire Department currently has no
facilities of their own to train firefighters in all
facets of firefighting. The fire training facility will
provide such training to the City's firefighters and
other public safety personnel. The facilities will
feature a multi-storied burn building and a small
cottage burn building to simulate both commercial and
residential fires. Additionally, classroom and parking
facilities along with a piston range for Police Firearms
Training are included in the facility.
The fire training facility is estimated to cost
$1,500,000. This figure includes the purchase of the
land, street and drainage improvements, and construction
of the training structures. The training facility will
be built in an area where it will not adversely affect
residential neighborhoods.
PROJECTS
Under each of the nine propositions approved by the voters
are several projects. The following is a list of those
projects showing funds estimated to complete each and the
duration of time to complete each.
4
•
b
M
rn
N
N
~ k
O O
b O
0 O
0 O
0
0 0 0 0 N
O M ul 00
~ O l!1 lD l0 l!1
~ u1 N tf1 M N
N M ~,
M H N
H O ~~
~ U N
O E
I- UV]H N
N W O U N
~
U
h
FCO
U _
N
E z 6Z
y
aa
a
rz
~ o
4+axa N
~
ZgcEn ~E
~,~zao o,
=FCOWE
w a U Q A
00
oooww
w w w H E
~~¢~~
~
r-
H H
~" E E
N N N ~ ~ ~ D
W W W [aa (z~ V1
o `r'
f
~;
v
s
~- M
N
a
co w
O Vl
C
D_ ~
N W
~ F
W S IO
a~ a
a
¢~o
J ~~~
u. J ~~+ F-
o¢viu
r- o w
r~~a
~.~ G d o:
UCJd d
O
n
~D x
x
x
~, x
x
x
x
~* x
x
k
M x
X
k
N k
k
k
k
k
•
x x x
x x x
k X x
k x X
k X x
X X
X
x k X
x x x
x x x
x x x
x x x
X
k X x
X
X
x x
x x x
x
x
x
x
x
% x
k
x
x
x
X
x
y N
b ~
o A a ~
a u ro o 3
C
N FC 3a U ~ U C S1
~ a ~ ~ a a ~
x •
~ ~
Y U ~ N J-~ N •rl •rl C
a ~ o 0 o m ~ ~
r
- ~ v ro
a a a U U U w w E
d •D f~ .b O~
.- N M ..
5 ~
M
N
0
0
N
O
'V'
ri
N
J-~
b 3 v
v O E N
~.1 ~_
U [+~ Sa 0
U) •rl O
•n .C 7 O
O N ~
H ~~ W .1
aua~
• •
w^ °
00
0
rn
N
O
N
N
t0
N
O 0
0
O 0 0 N
0 0
O
~ n ~
N
M M
b4
M
N
• H
~ N
~ N
!1 O V
t N
OV
V F-
C7 O W _
N
M
~ ~
O
W ~ d N
W 0.'
H NN Q Q ~ ~
0200 ~
.
W V 1-- U O O
O r
W W W D
I¢- F~- F-
.E +~~
N H H n
r
!~/f N N t0
W W W = ~
Z I
W
O
of
W r
E
H
F- M
N
r
r
O~
O
¢~ n
7
V ~O
W
D
N
X
X
X
X
X
X
X
X
X
X X
X
X
X
X
X
X
X
X
X
J ~[1~ r
7
= WTI
a ~ o
N Q r N of U
= W N W C W 'O
W f O N
a
> ~
~
3
rn
3
by
a~ O
O~G > 13- Z O d J-+ t- N
•
~ ~ d N fG C i~
OO
Q
a ~ OC N C j y
N >
W
> V1
O O+~
V U
d 2~
Y
~
r i
•
E d
~
i t q
~ L L
~
J~~ N Of U O ~ ~ A T > U 61 C C
L •r
~
O Q to t1 ~ V 4 d U LL V 1--• Q Q U V
-- O W
~~aa 6
r
00 LL)
1 OO
O t
M O
1 M
~O ~
~O
4-
O W
O
N
10 IA
b
Ol ~
+~ d
Gl ~
r C
a ai
O X
it #
is
O ~
~ .
O
O
O
O
N
O
O
N
O
N
O
N
A
W
N
O
tl'f
N
O
N
.O
N
O
u'i
N
O
W
N
O
0
N
O
tf1
N
O
If1
r
O
O
r
O
O
O
O
r
O
N
,O
0
a
a+
C
v o yE ~+ .$1
uti Lo
d O U
••7 L 7 O
L b N r
a c~ ac w
F-
• •
U
W
O
G
N
~O
N
W
O O O N
O O O
O 0 0 ~
O 0 0 N
OQ ~ M
Vi l0 n
M
~
N
. ~
1-- V1
~
!/ O U
t N
O U
U 1--
Z U
C7 O W N
O
U
O
C
C'
W ~ a O
N
W OG
~
¢
~ Ol
ioo '
' r,
W U F-- U ~ O
pO r
GOO
W W
W
q
E r
M HI H
~
N
N ~
!
/I
W W W = r
Z
lA
O
W r
H
~-.- M
N
r
r
X
G X ~
X
X O
00 X N
X
X
O
Q 1~ X N
7 X
X
O .
W l0 X ~ r
O
r X ~ O
' X ~ ~
ll
) fh O
~ M O
Q X X tG
t0 N
C
H ~ X
O
O X O
(,.) M X N
~
X X
X b y
N
W N X X ~+ N
X N ~
N ~~ r X X E O
.
~ X X X
X
*
*
J O # # i~ 'K X {
[ O
g
a
OC ~
~
3 c
d Y C O
N Q r ~ ~ ~
F- a
Z ,~ ~ ~
'~ u
W O~ f- YI C
. W
C
~n
+,
W E 3Z
~
~ p ~+ i W ~ Cl 3 N V N
~ ~
C~
O
f +
f
.r
W
m
v 3 w
O O ~ L
d OC is
N rt
G ~
~ a O Y u N O
~n
E .~
~ ~ ~
r ~ ~ j .r C)
~ U U 7 y
y
ULL. LO
a
d2 Q
QFO LL Y C L E ~ ~ ~ Lv
- ~ L N W O
LL J~~i F- UI 7 Y W r r ~ D ~ d 3 0 O L b Nr
~ V Q U 4 U F- Q OC Q U U a U~ W
d .
O
O H
aO
r+ Q K ~ M st ~ ~O 1~ i00 01 O
U V d d '_. N
7
• •
U~ O
W M
n
N
l0
O O O N
O O O
~
O O N
N O
N C
~ ~
~ N
W
M X
N X
" t"' X
~"' N X
H O U N X
X
V
V X
Z _ X
C3 O W N X
H H C
X
W ~ d N X
X
~
Z
¢ Q ~
O ~ X
C
7
F
-
Z O O .-~ X
X
W V F-
~ X
DOD WOO X
W W W
^ ~
F E X
H H M )(
W X
W W N r X
= X
X
~ X
X
X
a X
X
W r
~ X
Fr
F-
~"~
X
X
X
X
N
r ~(
X
X
_ X
r X
X
X
O
r X
X
X
X
X
Of X
X
X
00
X X
X
X
X
70 ^
X
X
N
0~
~
X X
X
~
X ~
IA X M O
1 M
X l0 1
O ~ X O 4-
• X O
1
M
X
X N
N N
~ ~
W N Y N
X N "O
N ~ X _
C
W
r
X O. O)
000
-.
'7
X # X
--- ~ O 1c # # # X
Y
~ t d ¢ C p
N ~ b
y
f"' ZZ A 3 OI
c u
I by ~ o
~jf- o wi ~' 3 ~
• a~i 3 Y1
t- g
oC b b a
i
• N
• O1 0/ aO G ++
O O
¢
~ G
2 LL' d N
r C
• > d
C > VI O +~ U
. ] L C L
• E ~ ~ ~ ~ ~ ~ L N
j H~ N OI U O •r O N ~~ ~
O N o w V¢ V ti V F- ¢ oC ~ V V
[] d
°
°
~a
c
c
~
Ll V d d
r
N
C7
Q
In
10
1~
00
01
O
O
O
N
O
N
O
N
O
O
M
O
O
M
O
O
M
O
O
M
O
O
M
O
O
M
O
0
M
O
O
C•'1
O
N
O
In
N
O
to
N
O
N
O
O
N
O
O
r
O
~O
O
N
O
N
1
it
O
N
r
N
a.~
Cyy
~0! O E VI .S1
yfr O/-
u IL ^ o
nt ~ o
i b a~i r
dc~~w
F~
• •
rn
N
• 1,
n
N
~O
O O O N
O O O
O O O W
O O O N
O
N
0
O
1
0 ~ X ~
N X
X
M X ~,
N X
N
!--
~
O V U N X
U F-
C4 0 W _
N
X
~
Z ~••~ .7
=
~ N X t^
W G
C X
N
-•1
Q O~ X N
Z F- ~
X
W
~
V O
OOC] X O
E ^ X ~
r
-+ rr r~ X
F F-- !-
~
WWW = r' X
C ~l'f X O
X X N
~ X
~ X X
W
r• X
~ X
"'~ X
~"" M X
X
N X X
r X
X
X
~ X
'" X
X
X
~ X X
X
X
~ X X O
X
X
O X
X •
~ X N
X
~ X N
W
X
Z X
r
-~ ~ X
J X
O '~ X X ~
-ti X
~ X
m f+f X
X
~
N
N X
_ X
D X
X
~ r
Z X
Q X
X
]G O X X
X
Q
F--
W
d ¢
C
C
y~ 3 b Y
(..•
W W W r
N C71
W
~ V
1/1 C
~n c ,~
~ d ~ N c > ~ > ~ ~m o
+ u d o E ~n Sl
a~ ~ ~ ~ ~
~ ~ ~ +-~ .- ~ - .
d Z W ~ . ~ ~ > a
~ OC L •r V L +~ d r 0
•~ ~
J - Q O~ L •
" ~ ^
b ~ d 01 L+~ 41 •nL 70
C
O Q N U ~ ~ C) U d UGC V-
F- O W U Q p• U IL U F- 6 GC
~
~ ~
~
H
U ~ p• d r N N1 ct ~A t0 1~ ~ t0 O~ O
9 ~
• •
.,,
O 00
O 00
O 00
~ t00 O
N
64 b9
. (...
•F-N
F- V1 O
NOC)
O U
U F-
Z U
C7 O W
Z H 7
CC~OOC
W ~d
W OC
Zf-J
--r N Q
t9 Z 1-
zoo
W V 1--
O ~ D
W W W
~~a~,a
rr nr rZ+
F- F- F-
W W W
W
Z
Z
O
~ ~
d 3'
N W
F- `"
Z ~
w ,,,
~~ ow
O O J
d d Z O
U
J H O
!--
O H ~ W
--dG~~
~-+ Q ~ K
t~c.>dd
o,
N
N
t0
N
N
X
N
X
X
_ X
N X
X
X
O X
N X
X
X
01 X
r X
X
x
pp X
X
X
X
~ x
r X
X
~ X
N
= X
X
~ X
O X
~ X
W r X
H X
X
~ M
X X
X
X
N
r X X
X X
X X
r X X
X
X
O X X
r" X X
X X
X X
O~ X X X
X
X
O X
X
X
X
X
X
~ X
X
X
~ X X
X
X
~ X X
X
X
~ X
X
X
N X
X
X X
r X
X
X
O X
X X
X
•p C
C O
b
O ~
b
a
3
d c
c
w
.fl V
O OJ +~ L d
L
OC Itl
b
N _
G!
d [O
C
++
d N C > d > N O 1-~ V
r ~
] G c i E ~ ~ O L ~ L ~
• O
C v
¢
~ b ~ G/ Ol L JJ 1A
- - VI 7 Y ~ C ~ p ~ N 0 O
~Oj Q d U W V F-' 4 GC 3
Q V U
r N f'1 ~ ~(] ~O f~ ~ 00 O~ O
10 ~
O
N
O'
M
O
ch
O
M
0
N
O
N
O '
O
O
r
O
w
N
c
a~~+ ~ pEy~ ~ .~
VLL. LO a
nt.70
i b d r
d UOC W
~"'
N X
X
X
~
N X
0
O 0 W X
N X
O O ~
~ X
N X
~ X
~ X
M X
N X
~~ ~ X
X
H N
U N X
O D X
_ X
t7 O W N
Z H .7 X
X
=
~ N X
X
C
W O
Z X
r
-/NQ ~
Z X
X
W O
~ X
U O X
r
W W W
FQQ-F-4
'E~E
^
r X
X
X
~~~ X
t0
W W W = ~
X
~ X
X X
~ X X
47 r X
X
,E X
M
F" M X
X
X
N X X
r X X
X X
~ X X X
~ X
X
O X
r X
X
X
~ X
X
X
X
O X
X
X
X
X
X
X
X
~ X X
X
X
to X X
~ X
3
W
~ X
X
N
.- X
x
_ W
M x
X
X
H
J X
X
~ N X X
Z X
O
H
^ X
N
H X
X
' X
r
r O )C
O
OD X
N
~ ~ v o
a ¢ b
Vf a
~
O ~
U
Z ~ N C W C~ L
Z
W T O
a
•>~
T
3 C
rn
•
3
°~
3
b~
H O
W~ b ~ ;n a
i w m c
• ~ • v
Q ~ O ~ p~ U O ~ i0 >~ N
d L a-+ N
~ 4
V Q ~ ~ V h- Q~ V U
O Q VI ~ V V
F-OW
~7
o
a
O
O
K O
C r N M et ~1f ~O n O r
U a d
11
0
0
0
0
0
0
O
LL'f
O
O
r
O
r
O
O
O
O
O
M
O
r
O
r
O
r
O
O
r
O
r
~_
C
YI
c
d o pEp~~ _~ .S2
Uli LO
d O U
•n L 7 O
L q W r
a U K W
M X O
~
X
X
~ X O
~
N X
O X O
N X r
X
~ X ~
N X r
X
O
t0 X ~
N X
O 00 ~
N X
X ~
O 00 X O
•7 ~ 00
r N M ~
N X
X ~
r
r
4~! M X ~
N X r '
• • F- X
F-Vf0 N X ~
Vf O U N X r
f..1
V
Z X O
U' O W N X r'
U O O
a'
C' O X V
W p d N X
Z
N X O
'
-+
Q 01 N
_
W V 1-- X O
00 X
p p p X
W W W X
F- F- F- X O
~ r X
~~~ X
r X O
WWW Vl
X
F X O
~ r
O X
~ X
X
of X X
W r X X '
X X
rti
f.,
M X
X X
X
X
N X X
X X
X X
r
X X
X X
X
X
O X X X O
X
~ x O
X N
X
O X O
X N
X
X O
X
K
~p X
X X
X
X
~ X
O
~ r
a' X
O
N M X r
W X
W
H N
X X
X
X
W
~ X
X
W X
OC X
S O X X
N X
Q
CD
J
~ W
a ~ C ~`
~ c O
N O
f..
r A
C~
~
Z C A 3 C
• V
W
O
J N N C
• W 0
I
1--' w ~ L W ~
• N 3 N~ N •r C
~ O
L N +
K b b VI d N 00 C +~ ~ 3 d
O O
N
C d N c ~ O d •> N U U 7 E N
~
O .~
.~Z¢
w r
•L •E
~ N
~ r
•
~ o
W a
J H O Y ~
• K L •.
- ~ L 1-~ W
O
•
Q ~ L
• > b ~+ N N L a~ YI •~"~ L
7 O V
LL J -~r (... F- vi C
7 +~ 01 f
++ C ++ Sp W p 0 O L b N r
O W U U ~ ~ U U a UG' W
~~ W Q d U 4. F'- Q OC
~ ~"'
a
U Q C d r N M d l!7 ~O 1~ ~ O1 O
12
•
0
M
N
O N
O O
O
et
O O N
~ M
M
~ M
N
F-
F- N
N O U N
O U
U F-
Z U _
i.S O W N
Z ~+ "~
C~OOC O
~ ~ N
W
N
~••,
Q Ol
C9 Z 1•- •'
~
W U O
OOO r
QQ
£~~ n
r
~•.• w r-~
t
0 X
W W W V l r X
S
f
- X
Z X
O r
X
X
~ X
W r X
~ X
-
-~ X
~ M X
X
X
N X
r X
X
X
r X X
r X
X
X
O X X
r X
X
X
~ X X
X X
O X
X
X
1~ X
X X
X X X
W
X
X
y
C
O to X
X
3
N X
~ X
X
W X
W X
r
i M X
~ X
N
~ X
X
r X X
a X
X
O X X
X
d'
d
C
p
H N ~
_ .0 3 c ~
W£O IR
a CJ G
•
~ W
o
b~
O
H > ~ g + 3 ~
H
~ L ~ b b ~ VI N N m O U
O O
~ d N C >
~ j
T i~
U
d Z
Q£O
]~
C r •~
i
•
E OOC O
C d
OC N>
i r b
~ i L
~
J ~-r a-~ Vl Ol
• U O •r A ~ d 01 L ++ YI
~ ~ N
N O 7 ~ ~ ~ r ~ 'C d 3 0 O
O4N
F-O W UQ d U 4. U 1-- 4OC QU U
Fr-G~.O~
--~ Q ~ ~ ~ N M ct ~[1 ~O 1~ O Ol O
U d d
13
O
M
O
O
O
O
~ O
~O
O
~'
O
O
r
O
O
r
YI
a-~
C
d O ~ N ,~
U 4. ~ O
i b d r
G.Ud'~-
1~
O O O
O O O
N O N
l0 N GD
OD ~O a
n O O
'i r O
'i ~-1 N
ri 'i
f? to t?
E
H y
N O
8
z
to [N~/1
M U a
u o a
(z7aa
C7 N r~p~a
U E
O G OO
~ ~ £
U1 N N
W F H
W u1 y
W W W
°~
a
"J
'~
O
OG q
a
y
a~m~
a ps,
~raiO
E F
~EOEU
E~~~OO
U U a a
N
M
'i
f+1
O
M
O
N
OD
N
n
N
N
N
N
C
N
c~
N
N
O
N
rl
ro
n
., a
H
E M
N
rl
ei
rl
O
ri
rn
m
n
v
M
N
rl
O
K %
k kkX
k k
K %
k
k X
k %
x
x
~ %
x
'~
x
%
x
~
x
k
b~ Ev
W
W .,{
E
~,,,~
d O ~ ~ v
~ O v a ~
~ C W A N ~ U
~ O P
q
•~+ ++ ~ a a s~ ~
a u . a ro ~,
~
v~
F a U vi Q a U 4 U m a U
.-I N t+7 d' iA t0
1 n CD 01 p
H
14
N
M
ri
n
O
M
c}
O
N
rt
0
r~
0
m
u•~
n
P'1
N
O
V'
W
O 3
Aso
O uS O
w U H
,.
R C
O O O
O •'1 •.1
• .~ rl
O .-I .-1
O •'1 •.I
O 2: £
O V~ V1
O
r•I '•I e-1
N 4l N
•• E
E of
v7 O
8
z ~i
y[HH~
rWiUa
~ ~ a
(z]a aa
C7 N [pQ
H U F
ZO WCW f]
U E E
UI N N
W E E
W U1 to
W W W
N
a ~
~~~~
°a °a ••
~~o
ri E
F°~rEiOO
utSaa
N
"1
r•1
fh
O
N
N
N
r
N
N
N
c}
N
M
N
N
N
O
N
W
ri
n
a
ri
ri
N
'•I
r•I
.i
O
.•a
H
W
n
N
V
t+f
N
r•1
O
X
% X X
x k
X
x
~ x ~
x
% k
XX X
X
k
k
%
k
X% %
kx%%
.7
>
O
W
O
E
O •'I e
(a7
>~
1~
G
r•1
>
O
a
O~
•.1
N
.i
>
O
W
N
N
U
...
!V
Ea
O
•.~
U
E °i
a
a >,
•~i
v v x
v w
ma .i
w
a >,
a
v .a
O
`~ >+
•}'i
v a
~
oa w
3
a m
0
v
ri ri ri v vi ~p
t r aD orn o
r+
16
O
O
O
O
Aso
cTcrr~~ o
w U n
• •
~,
0
'.
ao
0
n
~ o
n
O
.~
6] O
3
d F x
°w z
d O U
•] F 3
w d O
O H a
to W
H a ~
U W F
n
N
~
~ ~
N
N N
N
C
O
W ~ y W a
~ H u
i
w
w a °'z ma
,a
x x a x
aaz ¢ z °w oz oz ~~
ow4F~ F ~ ~~ ~~ wQ
wwN w a+ N
H
N a~ °
PG H
H ~
F ~
c
~
~ ~ ~~
) W U U
~ > d z
, wH
~ ad a¢ q¢.a v
17 ~
•
a
6 0
F O
O ~n
H ~-+
O
P1
N
N
O
c+1
N
O
c+1
N
.--i N
O
M
N
y
W
N
W N ~
W H W ~
.-+
o ~
a d
d
a ['~ CJ N
w U
z 3
o
~ O
~
O ~ W N .
i
H d
0~ ~
U F to
H
W
C
N
w
~o
~ ~
0
V1 N ~
v
f'1
N N
N
O
v
w ~
i a
o a x a
~n aN .yaw ti a m ~n m
wx zzx
dH ~x
P
F wx
[
nH o x
W H zx
OH a
Ua
OH
Z O .
w
HO dd
0 O O AA
7. O p
G 7C W A F
O i. ~~ W s. W~ N W T a~ H O
HN ~N1 W
6MN ~~O ~ N F~ ~O
N .~
y ~
W a P4 O' ~ W q ~ p Nz
~n P. W< ~ L1 6 C U W r+
o
• •
3. Phase One Funding
A. General Obligation Bonds
Use of Proceeds:
The proceeds from the sale of $5,000,000 bonds will be
used as follows:
Amount Purpose
$ 550,000 Constructing or purchasing a
Fire Station, additions and
improvements
450,000 The Design of and purchase of a
site for a Fire Department
Training Facility
2,000,000 Purchasing and improving land
for park purposes
1,000,000 Drainage improvements
1,000,000 Street improvements and
drainage in connection
therewith
$5,000,000
After the issuance and sale of these $5,000,000 bonds,
there will remain $10,650,000 General Obligation Bonds
authorized but unissued.
B. Revenue Bonds
Use of Proceeds:
The proceeds from the sale of these $6,000,000 bonds
will be used for sewer system improvements. After the
issuance and sale of the bonds, there will remain
$3,350,000 Revenue Bonds authorized but unissued.
19
' ~ • •
B. Organization and Staffing
1. The management structure necessary to carry the project
from conceptual design to completion and operation is
shown as follows:
CITY MANAGER
JACK OWEN
ASST. CITY MANAGER
RICHARD MARE
PLANNING FINANCIAL COORDINATION
AND AND AND
ENGINEERING PUBLIC RELATIONS EXECUTION
JOHN JOERNS RICHARD MARE LUTHER MAXEY
PROJECT MNGR., LUTHER MAXEY
UNIT I UNIT 2 UNIT 3 UNIT 4 UNIT 5
PROPOSITION 182 PROPOSITION 5 PROPOSITION 384 PROPOSITION 69T PROPOSITION 699
KEY STAFF KEY STAFF KEY STAFF KEY STAFF KEY STAFF
AND ANO AND ANO AND
PROJECT MNGR. PROJECT MNGR. PROJECT MNGR. PROJECT MNGR. PROJECT MNGR.
PROJECT MNGR, LUTHER MA%EY
R.F.P. PROCESS ~
DESIGN CONSULTANTS
(A-E SERVICES)
I
I
PRELIMINARY DESIGN I
I
SPECIALTY I
~- CONSULTANTS IF -~
REQUIRED
FINAL DESIGN
I
CONSTRUCTION ~ PROCUREMENT
MANAGEMENT 9 - -~~~- - AND
INSPECTION I RISK MANAGEMENT
CONSTRUCTION I
I
CONTRACTORS
SUB CONTRACTORS I
ANO I
SUPPLIERS I
I
I
START UP ANO I
OPERATION _ -
IF REQUIRED
To maintain the orderly progress of the project and prevent
unnecessary confusion, the Project Manager shall be the
interface from one level of the management structure to the
next.
20
s ~
2.
Unit Structure
A. Members
Key Staff - The
be appointed in
affected by the
should appoint
appointee shall
behalf of the d
key staff member for each unit will
writing by the Department Director
scope of work. Provided a Director
staff other than himself, that
have deligated authority to act on
irector to carry out decisions.
Project Manager - The project manager shall inter-
face from the unit team to all other areas of the
management organization.
B. Unit Team - General Duties
- Prepare conceptual scope of work
- Prepare RFP's for review and approval
- Recommend professional consultants
- Initiate contract negotiations and
recommendations
- Review of design
- Review of construction documents and
specifications
- Review and recommend construction contracts
- Coordinate with other agencies such as:
TDH&PT, HCFCD, EPA, TDH, etc.
3. Project Manager
A. The project manager shall serve as a member of the
CIP Management Team and of the CIP Unit Team.
B. Shall be the interface between each level of the
management structure.
C. Shall be the interface to consultants and
contractors.
D. Prepare project schedules
E. Monitor project status
F. Monitor project cost
G. Report on project status
H. Provide overall management during construction
process.
I. Assist in settlement of disputes.
J. Act in the best interest of the City of La Porte.
K. Serve as necessary to insure efficient completion
of project.
21
•
C. Management Control Systems
1. Technical Control
A. Design Review
The following information details the content of
the various review submittals during the design
process and identifies the staff responsible for
the review.
1. Conceptual and Organizational Review
and Report
This review shall provide a broad overview of
the project. Physical and economic factors
shall be identified and considered. This
review will be made by all units to identify
potential conflicts such as a new sewer line
installation conflicting with a new street
installation, etc. or potential cost savings
for the City such as joint use of real estate,
right of way, legal process for acquisition,
or use of city labor and equipment or staff
professional expertise.
2. Preliminary Submittal Design Report
This level of review shall be conducted by the
Unit Team with subsequent approval by the CIP
Management Team. This review process marks
the dividing line between conceptual and
detailed design. Conflicts between unit
projects shall be resolved in this submittal
and if required this submittal will be
reviewed by the unit having a conflict.
Additionally this submittal should:
- Define impact of construction on all
affected parties including utilities,
governmental agencies, commercial
properties and residential areas.
- Serve as a permanent record of design
development and reflect the basic
concurrence of all parties
- Define the scope of work for detailed
design of the project and related
facilities.
22
- •
- Provide feasible solutions for major
conflicts in order that an optimum
solution can be determined.
- Provide a satisfactory basis for a
realistic estimate of the cost of
construction, which will serve as a
budget.
- Establish the project "footprint" or
permanent shadow with respect to right-
of-way or real estate acquisition and site
planning.
Separate requirements shall be established for
the submittals of the various disciplines
(e.g., civil, structural, electrical,
mechanical and architectural design).
The DESIGN REPORT is part of the documentation
of preliminary design. It shall address and
record the justification for, and analysis of,
design requirements. An estimate of the cost
of construction must be prepared and
submitted.
3. In-Progress Submittal
This review is to be conducted at the CIP Unit
level only. This submittal shall provide a
clear indication of progress toward detailed
design solutions for problems outlined in
earlier submittals. In addition, it provides
a vehicle for the detailed coordination of
requirements by others. Areas to be
considered are civil design, right-of-way,
site plans, structural design, and mechanical
and electrical design.
Resubmittal of the design report is not
required at the in-progress level. Deviations
from the preliminary design report and the
justification for such deviations shall be
-- addressed in the transmittal letter. An
indexed set of all the projected calculations
shall be submitted.
23
SPECIFICATIONS are intended to provide the
complete framework for development of the
contract documents. Format and layout of the
specifications shall be coordinated prior to
submittal and the bid items list shall be
developed with the exception of minor items to
be added later. Specifications for
troublesome or unusual items shall be
developed in depth.
4. Prefinal Submittal Review
This submittal is to be reviewed by the Unit,
the City Code Enforcement Division, Community
Development, CIP Management Team, and Risk
Manager. This submittal shall provide the
review of proposed construction and serve as a
basis for obtaining concurrence from city,
county, state, federal, private utility and an
estimate of construction cost.
The design shall be complete and checked.
Plans must show all details necessary for
construction and must be coordinated among the
various disciplines prior to submittal.
Detailed checking by the designer may proceed
during the prefinal review period.
During the interval between in-progress and
prefinal submittals, the following must be
done:
- Resolution of all previous comments with
solutions incorporated in the plans and
specifications.
- Concurrence obtained at the technical
level with solutions developed for
individual conflicts.
- Drawings of the plans that must be
completely CHECKED, SIGNED, and SEALED.
~- The final draft of the DESIGN REPORT must be
submitted and the SPECIFICATIONS BOOK must be
complete with the exception of "boiler plate"
to be added prior to printing. The complete
ESTIMATE OF CONSTRUCTION COST must be
submitted.
24
5. Final Submittal
This submittal shall provide proof of
completion of design including incorporation
of prefinal review comments. The drawings
must be checked, signed, and sealed by the
designer, Project Manager and Unit
Representative. Prints of this submittal are
used to obtain concurrence from the City
Council to advertise for bids.
6. Bid Documents
The original tracings and specifications are
to be submitted along with sufficient copies
to allow the City to complete the bid process.
2.
Quality Assurance Program
The quality assurance (QA) program shall verify
equipment, supplies, and work performed comply to the
requirements described in the contract documents and
assure the integrity of the design as defined by the
drawings. It must provide an effective system for
ensuring that:
- All work is performed in accordance with the
engineering requirements.
- All equipment is tested throughout development,
manufacture, and installation to verify it
functions as specified.
- Early detection of undesirable conditions
and positive corrective action is taken
in a timely manner.
- Control over the configuration is maintained at
all times to define the acceptability of equip-
ment as established by design reviews, drawing
approvals, and design verification testing and to
preserve the configuration during retrofits and
modification work.
a. The QA program is the responsibility of the Project
Manager. Implementation is achieved by assigning
responsibility to departmental staff or consultants
as deemed most advantageous to the City.
25
b. Documentation in the form of inspection reports,
photographs, and lab reports, etc. will be utilized
to identify materials inspected, the point and time
of inspection, the inspector, and the findings.
These reports will be held on file for future
reference and to support final acceptance.
c. Disagreements over construction will be adjudicated
with the contractor by the Project Manager, then
through the CIP management team and finally by the
City Manager prior to legal action.
d. Hold points established by the Project Manager may
be altered at the discretion of the Project
Manager. A hold point is defined as a point in the
progress of work at which further progress must be
held pending inspection and concurrence by the CIP
Management team to assyre that no unintentional
conflict with the technical specifications occurs.
e. Tests will be performed throughout the construction
and installation process. The contractor should
plan the testing to ensure that adequate time is
scheduled and that facilities and city operation
and maintenance personnel are available to review
the tests.
D. Risk Management
1. Every risk should be identified and its full
consequences assessed before plans are finalized.
Losses that can occur should be evaluated.
2. The Risk Manager will overlook plans and contracts to
assure that adequate risk coverage is provided and to
recommend various types of insurance for the projects.
3. The Risk Manager will report to the Project Manager.
E. -dispute Resolution
1. Disputes should be resolved at the lowest administrative
level possible.
2. Unresolved disputes will follow the chain of command as
stated in Section B Organization and Staffing.
26
F.
G.
H.
I.
J.
•
Procurement
1. Procurement shall follow the guidelines established in
the La Porte Purchasing Manual.
2. Procurement shall be accomplished through the Purchasing
Agent for the City of La Porte.
Safety
1. The Project Manager will see that an accident prevention
program is maintained on a project by contractors as
required in the general conditions of the contract.
2. The City Safety Inspector will review projects where
City labor and equipment are utilized.
Legal Services
Matters of legal concern shall be presented to the City
Attorney only after approval of the CIP management team.
Labor Relations
The Project Manager shall verify that the contractors have
filed required Affirmative Action Statements and Wage
Compliance Statements.
Public Relations
The Administrative Assistant assigned to the City Manager's
office shall have the responsibility for establishing the
public relations program in relation to the Capital
Improvement Projects. Consistent communication regarding the
status of the various developing projects shall be maintained
with the community as a whole, as well as through the
identification of specific audiences.
The public relations program will utilize printed information
such as billboards located at project sites, newsletters and
special reports; as well as staff presentations to specific
audiances. An overall publicity campaign will be developed
including a logo and promotional theme to encourage citizen
enthusiasm as projects progress towards completion.
27
K. Real Estate Acquisition
The need for additional land, right-of-way or easements
shall be determined during the Conceptual and Organizational
Review meetings. Effort shall be made to combine land use
among the needs of the various units when practical. Land
acquisitions shall not be commenced in any form without
approval and direction of the CIP management team. The unit
team will recommend to the CIP management team the location,
size, utility, and services necessary. Acquisition will be
on a case by case format as directed by the CIP management
team.
L. Construction Operation
During the design phase and again in the prebidding period,
experienced construction personnel shall prepare a work plan
with cost estimates tied to related schedules for the work
and quality envisioned. Specifications shall be prepared and
reviewed during the design phase to ensure that the cost
estimates, schedule, and quality are related, compatible, and
acceptable to the City. This emphasis on early cost
estimates with well-defined parameters will help to preclude
surprises at a later date. An accurate construction estimate
and related schedule are essential inputs for schedule and
cost items in management control systems.
In every project there are three essential elements --
quality, cost, and schedule. All are variables, and if one
element is altered or changed, the other elements are
affected, usually with detriment to the contractor and the
City. Any problem that could cause trouble with respect to
any of the essential elements in execution should be ironed
out before contract bid and award.
Environment, circumstances, and situations can change;
therefore, the bid documents should state any mandatory or
essential requirements in clear terms.
Anything that affects project quality, schedule, or cost is
•-important to both the City and the contractor. A partial
checklist of typical items that can have a bearing on the
successful execution of a project is presented below. The
unit staff and Project Manager shall ensure that these items
are considered for the execution phase of the project.
28
~~ • •
1. Construction Operations
- Sequence of work, order of work, completion priorities
- Adequate right-of-way available to contractor
- Construction area access and storage area
- Construction area prefabrication needs
- Utility interference, relocation
- Utility service available to contractor (including
water from city hydrants, etc.)
- Limitation or restraint on work period, such as night
hours or weekend work prohibition
- Explosives limitations, regulations on use
- Traffic handling plans, lanes, directions, hours,
lighting, barricades, etc.
- Licenses and permits available, requirements, juris-
diction (if lead time is required, who should
obtain permits, etc.)
- Dewatering needs, regulations, problems, recharge
requirements
- Buildings and adjacent structures, settlement, under-
pinning, preconstruction photos, records
- Field surveys, elevation and settlement monitor
- Borrow pits, select material sources, quarry sites,
gravel pits
- Disposal, waste sites
- Railroad crossings, maintenance, flagmen, insurance
- Assigned subcontractors
- Concurrent contracts and contractors on site
- Escalation, partial payment
2. Contract Administration
- Bid quantities accurate, not overstated
- Bid packages prepared, reviewed, compatible
- Contract period dates for bid, award, notice to
proceed, milestones, completion, working days with
definitions
- Milestone dates, startup restraints (e.g., completion
of work in one area before work is allowed in another
-area), completion priorities
- Payment provisions, progress payments, retainage
- Funding limitations
- Mobilization item
- Payment for materials and equipment on site
- Subcontracting limits, general contractor require
menu , bidder qualification, bonding requirements,
insurance requirements
- Inspection, quality control
- Approvals of submittals, shop drawings, and time
limits for action and/or return from agency
29
- Safety, regulation reference, control
- Weather, time extension
- Change orders, recognition, submittals, action,
execution, time extension, negotiation, payment
- Extra work, force account
- Project administration, contracting officer, etc.,
and definition of responsibilities and duties
- EEO, minority subcontractors, government program
requirements, etc.
- Disputes, change orders, claims
- Owner caused delay, time extension, payment
- Acceptance of work, partial acceptance, beneficial
occupancy
- Value engineering program
- Progress records, photographs
3. Materials/Logistics
- Materials availability, other than sole source
- Construction system -- sole source or high royalty
systems not required or necessary
- Geologic investigation, logs, samples available for
inspection, groundwater study
- Owner-furnished equipment and materials
- Equipment and supplies with long lead time problems,
recognition
- Material tests and samples from project sources for
borrow, select material, gravel, rock, rip-rap,
concrete, cement stabilized sand, etc.
30
~ r
CITY COUNCIL AGENDA ITEMS
TO: Jack Owen FROM: Luther Maxey DATE: 10/21/85
City Manager
REQUEST FOR CITY COUNCIL AGENDA ITEM
1. Agenda Date Requested: October 28, 1985
2. REPORT; RESOLUTION; AGREEMENT; XXX ORDINANCE
3. PROJECT SUMMARY: Contractor PreQualification on Major Capital
Improvement Projects.
4. ACTION REQUIRED: Council Approval.
5. ALTERNATIVE: Continue selection process as has been
accomplished in the past.
6. RECOMMENDATION:
7. EXHIBITS:
A to Ordinance.
Approval of Contractor PreQualification.
Ordinance prepared by Knox Askins and Appendix
8. AVAILABILITY OF FUNDS:
_ General Fund Water/Wastewater
Capital Improvement __ General Revenue Sharing
Other
9. ACCOUNT NUMBER:
10.
CITY COUNCIL AGENDA
FUNDS VAILABLE: _YES `NO
C XEY
REQUESTED BY:
DATE
Ci~~/ Manager
' • •
ORDINANCE NO. /.~~/o
AN ORDINANCE REQUIRING THE PRE-QUALIFICATION OF CONTRACTORS ON
CITY OF LA PORTE C~jNSTRU TION PROJECTS HAVING AN ESTIMATED COST
OF GREATER THAN 'I f(~, oa THOUSAND DOLLARS ;
($3D0~ ppp, cam) REQUIRING FILINGS OF CONTRACTOR' S STATEMENTS
WITH THE CITY OF LA PORTE; PROHIBITING CONTRACTORS FROM SUBCON-
TRACTING MORE THAN FIFTY PERCENT (50$) OF WORK ON CITY OF LA
PORTE PROJECTS WITHOUT PRIOR WRITTEN CONSENT; REQUIRING ATTENDANCE
AT A PRE-BID CONFERENCE AS A PREREQUISITE TO SUBMITTING A BID;
PROVIDING FOR PUBLICATION OF NOTICE; APPROVING AND ADOPTING
FORMS FOR THE PRE-QUALIFICATION OF CONTRACTORS; DEFINING "BIDDING
CAPACITY"; ADOPTING DISQUALIFICATION STANDARDS; FINDING COMPLIANCE
WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE
HEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
Section 1. The City Council of the City of La Porte has de-
termined, and does hereby find, determine, and declare that it
is in the best interest of the City of La Porte that all Con-
tractors desiring to bid on City of La Porte construction projects
having an owner's estimated construction cost of greater than
~~k~o thousand Dollars ( $300, U~v) , must pre-qualify
by filing a satisfactory Contractor's Statement, on the forms
attached hereto, with the Construction Project Manager, City of
La Porte, no later than fifteen days prior to the date bids are
to be opened, if a Contractor is to be eligible to bid. Thereafter,
a new Contractor's Statement shall be filed with the City annually.
The financial information contained in such Contractor's Statement
is deemed confidential; shall not be disclosed by City to the
public or to other contractors; and shall be deemed exempt from
disclosure under the Open Records Act, Art. 6252-17a, V.A.T.S.,
in accordance with Texas Attorney General's Opinion No. ORD-309,
1982.
Section 2. Contractors entering bids on City of La Porte con-
struction projects shall not subcontract more than fifty percent
(50$) of the work on the project, without first obtaining the ex-
press written consent of the City of La Porte.
Section 3. All Contractors (or a representative of the contractor)
desiring to bid on City of La Porte construction projects must
ORDINANCE NO. ~~'~~
Page 2
attend a pre-bid conference; otherwise, such Contractor's bid
will be returned by the City unopened.
Section 4. Public notice of prequalification of bidders by the
City of La Porte, shall be published in like manner as invitations
to bidders, and shall not be a substitute for publishing the
actual invitation to bidders on each project.
Section 5. The City Council of the City of La Porte approves and
adopts the forms for Contractor's Statements, attached hereto as
Exhibit "A", incorporated by reference herein, and made a part
hereof for all purposes.
Section 6. The City of La Porte is interested in determining a
Contractor's "Bidding Capacity" for the purpose of issuing pro-
posals and awarding contracts. "Bidding Capacity" is determined
by multiplying the positive net working capital, as hereinafter
defined, by a factor determined by the City of La Porte. Only
those statements reflecting a positive net working capital po-
sition will be considered satisfactory for prequalification pur-
poses. "Positive Net Working Capital" generally is represented
by the excess of current assets over current liabilities, as
shown by a balance sheet examined by an independent Certified
Public Accountant.
Section 7. The City Council of the City of La Porte adopts the
following standards for disqualification of Contractors:
I. AUTOMATIC DISQUALIFICATION
A. Company has no Positive Net Working Capital.
B. Company submits consolidated Statements.
C. Failure to complete Statements in all detail.
D. Company or personnel on Federal Job Debarment list.
• •
ORDINANCE N0. /~~J(~
Page 3
E. Company or personnel on Justice Department list of un-
acceptable contractors; i. e. convicted of anti-trust
violations.
F. Failure to complete Statements in a truthful manner.
II. OTHER CONSIDERATIONS FOR POSSIBLE DISQUALIFICATION
A. Companies with pending litigation may be disqualified
for duration of litigation as deemed to the advantage
of the City by the City's Construction Project Manager.
B. Default on contract, or forfeiture of bid bonds or per-
formance bonds.
C. Performance record of poor workmanship on previous pro-
jects.
D. Performance record of failure to complete warranty work.
E. Bankruptcy or financial reorganization.
Section 8. The City Council officially finds, determines, re-
cites 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 9. This Ordinance shall take effect and be in force
from and after its passage and approval.
PASSED AND APPROVED this the 28th day of October, 1985.
•
ORDINANCE NO. ~~_
Page 4
•
CITY OF LA PORTE
By
Norman Malone, Mayor
ATTEST:
Cherie Black, City Secretary
APPROVED:
Z~ r
Knox W. Askins, City Attorney
CITY COUNCI AG l~pA ITEMS
T0: Jack Owen FROM: Luther Maxey
City Manager
REQUEST FOR CITY COUNCIL AGENDA ITEM
1. Agenda Date Requested: t er 28,. 1985
DATE: 10/21/85
2. XXX REPORT; RESOLUTION; ____ AGREEMENT; ORDINANCE
3. PROJECT SUMMARY: Expansion to Wastewater Treatment Plant.
4. ACTION REQUIRED: Council Approval to commence with the bidding
process to obtain a qualified contractor for the construction
phase.
5. ALTERNATIVE:
6. RECOMMENDATION: Allow Turner Collie and Braden, Inc, and City
Staff to proceed with the bidding process.
7. EXHIBITS: Turner Collie and Braden Presentation.
8. AVAILABILITY OF FUNDS:
General Fund Water/Wastewater
Capital Improvement ~ General Revenue Sharing
XX Other (BOND)
9. ACCOUNT NUMBER: _ FU S AVA LABLE: XXYES rN0
ct M
REQUESTED BY:
10 . ~ APPROVED FCyRI CITY COUNCIL AGENDA
~~~
DA~TB
C~t'y Manager
T0:
City Manager
FROM:
John Joerns
REQUEST FOR CITY COUNCIL AGEidDA ITEM
1. Agenda Date Requested: October 28, 1985
Date: October 23, 1985
2. X Report
Resolution
Ordinance
3. Protect Summary: Sanitary Sewer Extension to 11120 North "D" Street. The City
is now extending sewer service to Battlegrounds Vista Subdivisi~
Service to 11120 North "D" Street could be done under the
City's contract with McKey (See 9/23/85 Council Minutes)
4. Action Required: Approve the extension to 11120 North "D" Street by issuing
Change Order No. 1 in the amount of X13,309.00.
5. Alternative: Disapprove the extension.
6. Recommendation: Council's pleasure, as this project was established and
funded by Council during FY 84-85 budget sessions.
7. Exhibits: Memo Bob Speake to John Joerns, 10-15-85.
8,Availability of Funds: General Fund Water/Wastewater
~_Capital Improvmt. General Revenue Sharing
Other
Account Number: 003-806-806-886 Funds Available: X Yes No
John Joerns
Reaueste
9,Approved for City Council Agenda
City Manager ~ Date
„.
• •
CITY OF LA PORTE
INTER-OFFICE MEMORANDUM
T0: John Joern
FROM: Bob Speake~
DATE: October 15, 1985
SUBJECT: Proposed Additional "D" Street Sanitary Sewer Extension
City of La Porte File Number 84-7108
Mrs. Lee Watkins, 11120 North "D" Street, addressed City Council
October 14 and requested that the Battlegrounds Vista Sewer
Extension Project be amended to include service to her house.
Attached is a plan and profile for the extension of the sanitary
sewer (now under construction on North "D" Street) to serve her
house. A City topo is also attached showing the new extension.
The contract cost of the new addition would be as follows (current
contract amounts are in double parentheses);
8ID ITEM ADDITIONAL CONTRACT
~ GRAVITY _ ITEM DESC UNIT~~ICE TOTAL CQST
3 985 LF 12" PVC Gravity 10.00 $ 9850.00
((725)) Sewer ((3250.00))
5 3 EA Standard Manhole ~ 850.00 $ 2550.00
((9)) (4' Depth) ((7650.00))
6 13.5 LF Manhole Extra Depth 1.00 $ 13.50
((53.22)) (Vertical Feet) ((53.22))
9 3 EA Service Connection 200.00 600.00
((8)) Risers ((1600.00))
TOTALS $ 13,013:50
((12,553.22))
• •
Page Two
October 15, 1985
RE: CLP ~~84-7109
Special condition 50 of the contract with McKey allows the City to
add up to 10~ of the contract amount for 12" gravity sewers
($1255.32) at the bid unit prices. If the extra work exceeds that
amount, a lump sum price is to be mutually agreed upon by the City
and the contractor. If agreement cannot be reached, the work is
to be performed at cost plus 15%.
McKey has offered to do all the work for the
except for Bid Item 3, for which he wants an
foot in order to recover a cost increase in
taken place since the contract was awarded.
an additional $295.50 over the contract unit
change order of $13,309.00.
A project financial summary follows:
contract unit prices,
extra $.30 per lineal
materials that has
This would result in
prices, for a total
Original Authorization $165.000.00
Expenditures to Date
Engineering Services $ 25140.45
Misc. Survey
AppraisalLLand Acq. ~ 2,,030.00
Construction Contract $ 90,723.17
Balance $ 47,106.38
BS/tla
Attachments
~~
~O~
_~~
E. B. Hinders
Attorney
October 22, 1985
File: AG-581
Sherie Black
Secretary
City of La Porte
Box 1115
La Porte, Texas 77571
Dear Sherie:
Amoco Gas Company
501 Westlake Park Boulevard
Post Office Box 3092
Houston, Texas 77253
On October 1, 1985, Amoco Gas Company filed an application for a change
in rates and services to Air Products and Chemicals, Inc. As a part
of the application, Amoco Gas requested that the thirty-five day waiting
period required under Section 5.08(a) of the Gas Utility Regulatory
Act (GURA) be waived pursuant to Section 5.08(b) of GURA, and that
the changes in rates and services be made effective October 1, 1985.
The objective of this change in rates and services is to substitute
cheaper gas purchased by Air Products from sources other than Amoco
Gas' system supply. The increase revenue due to the change in the
definition of "weighted average cost of gas" will be more than offset
by the use of other cheaper sources of gas. Therefore, the change
of rates and services is in the public interest.
Please present a minute item to your City Council approving an effective
date of October 1, 1985 for the change in rates and services to Air
Products and Chemicals.
Very truly yours,
r
~~ _
EBH/kr
24/22
• •
CITY OF LA PORTE, TEXAS
DOCKET NO.: DATE FILED:
STATEMENT OF INTENT FILED BY AMOCO GAS COMPANY to CHANGE RATES CHARGED
AIR PRODUCTS AND CHEMICALS, INC.
STATEMENT OF INTENT
COMES NOW AMOCO GAS COMPANY (Amoco Gas) and pursuant to § 3.03
and § 5.08 (a) of the Gas Utility Regulatory Act, TEX. REV. CIV. STAT.
ANN. art. 1446e (1983) (GURA), files this its Statement of Intent to
change rates charged to Air Products and Chemicals, Inc. (Air Products),
effective no later than October 1, 1985, and would respectfully show
the City of La Porte, Texas (City) the following:
I.
Amoco owns and operates an intrastate pipeline located wholly
within the State of Texas and is a gas utility whose certain sales
rates are subject to the original jurisdiction of the City under Section 3.03
of GURA.
• •
Page 2
II.
The original contract between Amoco Gas and Air Products is for
delivery of gas to the Air Products La Porte Plant. Therefore, the
amendment of this contract is subject to the jurisdiction of the City.
The proposed increase in rates is set forth in the "Gas Purchase
Contract Amendment," to be effective October 1, 1985, a copy of which
is attached as Exhibit A to this filing and made a part of this Statement
of Intent for all purposes. The proposed change increases the price
of gas paid by Air Products to Amoco Gas by changing the definition
of Weighted Average Cost of Gas (WACOG) to include costs not currently
recovered. The amendment also allows Air Products to substitute direct
purchases of gas from producers in place of gas purchased from Amoco
Gas. The purpose of the Amendment is to allow Air Products to purchase
lower cost gas overall for use at its La Porte Plant.
III.
The 35th day after the filing of this Statement of Intent is November 4,
1985, and for purposes complying with provisions of GURA § 5.08(a),
that day is the "effective date of the proposed change." However,
Amoco intends and requests that the rate change actually become effective
on the 1st of October 1985. For good cause, this City should allow
• •
Page 3
the rate change to become effective on October 1, 1985, because the
agreement for the change in the price of the natural gas was agreed
to as a result of arms-length bargaining between Amoco Gas and Air
Products and offers Air Products the significant benefit of receiving
lower cost gas for its La Porte Plant.
IV.
The proposed rate meets the requirements of § 5.02(b) of the GURA
and is agreed to by the parties to the "Gas Purchase Contract Amendment"
which is a product of arms-length negotiations.
V.
The increase in revenue to Amoco Gas, based solely on the proposed
change in definition of WACOG, will be approximately $18,250 per year.
VI.
Air Products will be the only Amoco Gas customer affected by the
proposed change.
• •
Page 4
VII.
No municipalities are served by Amoco Gas.
VIII.
The proposed change in rate charged to Air Products does not constitute
a "major change" as that term is defined in § 5.08(b) of the GURA.
Respectfully submitted
AMOCO GAS COMPANY
BY ~
Edward B. Hinders
State Bar ID No. 09684400
Attorney for Amoco Gas Company
Box 3092
Houston, TX 77253
(713) 556-3639
EBH/kr
24/8
•
September 20, 1985
This Agreement is made and
1985 between Air Products
Company as Seller.
Amendatory Agreement
entered into as of the y da of
30 y
and Chemicals, Inc. as Buyer and Amoco Ga
Witnesseth
Whereas, Buyer and Seller entered into a Gas Contract dated August 16,
1968 with amendments dated November 1, 1980 and July 6, 1983 in force
(Gas Contract). Buyer and Seller further wish to amend the contract
as follows:
I.
Article I, "Definitions" of the above described Gas Contract shall
be amended with the following provision substituted for the original
provision:
"12. Average Daily Quantity - 2,500 MMBTU from October 1, 1985 to
December 1, 1985 and 10,000 MMBTU thereafter. Seller agrees
that after December 1, 1985 and through the remaining term of
the contract, Buyer may purchase additional volumes of gas from
Seller above 10,000 MMBTU as needed for Buyer's facilities."
II.
Article V, "Price" Paragraph B of the above described contract shall
be amended with the following provision substituted for the original
provision as amended:
"B. Buyer shall pay Seller's cost of gas plus a fee for each MMBTU
of gas delivered each month. Such fee shall be equal to ten percent
(10%) of Seller's cost of gas. However, the fee for all volumes
delivered at the Primary Delivery Point shall not exceed twenty-five
cents (25Q).
The term "Seller's cost of gas" as used herein shall mean the
weighted average cost per MMBTU of gas determined monthly including,
but not limited to, amounts paid to producers, pipelines and other
suppliers of gas to Seller, including affiliates of Seller, all
taxes, tax reimbursement, transportation charges paid by Seller
to others, amortized costs of gathering lines and related equipment
installed or acquired after January 1, 1982 for gas ultimately
delivered to Seller's pipeline system (monthly amortization to
Page 2
equal 1/60 of the capitalized cost plus interest at the currtnt
short term (less than two years) loan interest cost incurred by
Amoco Corporation on the unamortized balance), costs of compression
and gas treating, costs associated with adding liquified petroleum
gas, liquified natural gas and synthetic natural gas to the system
supply, unrecovered advance payments for purchase of natural gas
{amortized monthly over a five year period after the date of payment),
costs of natural gas storage, and any other costs reasonably or
prudently incurred by Seller in obtaining or maintaining a system
gas supply for its customers."
III.
Except as amended by this a reement, the Gas Contract between
Buyer and Seller shall continue in full force and effect and otherwise
remain unchanged.
IN WITNESS WHEREOF, the parties hereto have caused the execution
of this agreement by their proper officers on their behalf as
of the day and year first above written.
AMOCO GAS COMPANY APPROVED
FO R
--~c-
SUBSTANCE
res
RSL/kr
26/1
Air Products S Chemicals, Inc.
By ~_-(
85. 1 0/0 1 1 2 : 46+P02 * 4608 MESSAC~ CENTEk
A F F I D A V I T
BEFORE ME, a notary public in and for Lehigh County,
Pennsylvania this day appeared the person known to me as
Kenneth E. Notary, who, upon first being duly sworn, based
on his information, knowledge and belief, stated as follows:
1. My name is Kenneth E. Notary. I am Manager of
Primary Energy and Energy Economics of Air rroducts and
Chemicals, Inca ("Air Products").
2. Air Products is a customer of Amoco Gas Company
("Amoco") and purchases gas for 1~se in its chemical plant.
3. Air Products has signed an amendment to its
existing Gas Sales Contract effective October 1, 1985,
which amends its existing Gas Sales Contract with Amoco.
The new Contract provides for a reduction in sales volumes
and an increase in the gas sales rate charged Aix Products
effective October 1, 1985.
4. Neither Air Products nor Amoco had an unfair
advantage during contract negotiations leading to the above-
described contract. The contract was fully negotiated with
all parties exercising substantially equal bargaining power.
5. Competition exists between Amoco and other possible
suppliers of gas to Air Products.
6. Air Products waives notice and hearing of a State-
ment of Intent to Change Rates filed by Amoco to have the
contract approved by the appropriate regulatory authority
and requests that the rate be allowed to go into effect on
October 1, 1985. ~ '
The above stated facts are true to the best of my
knowledge, information and belief.
AIR PRODUCTS AND CHEMICALS, INC.
By=
Subscribed and sworn to before me this the _ ~ ~- ~ ~,
day of , 1985. ;:
'.
Notary Pu c n an or:
„~" -~iI(:. ~ _ ' „•, County,
~.. '
NANCY 1. W IEI, NOTARY iUBLIC
.......
City Manager
FROM:
Date: October 22, 1985
Purchasing Department
REQUEST FOR CITY COUNCIL AGEi~DA ITEM
1. Agenda Date Requested: 10-28-85
3. Project Summary: Cooperative Tire Purchasing
2. Report
x Resolution
Ordinance
4. Action Required: Continue Cooperative tire procurement with the State
• Purchasing and General Services Commission
5. Alternative: Reject Resolution
6. Recommendation: Sign Resolution with the State Purchasing and General
Services Commission
7. Exhibits: Attached
s,Availability of Funds: x General Fund Water/Wastewater
Capital Improvmt. General Revenue Sharing
Other
Account Number: 001-607-607-119 Funds Available: x Yes No
P.equested By
9,Approved for City Cou cil Agenda
City Manager Date ~
4
• •
INTER-OFFICE MEMORANDUM
OCTOBER 22, 1985
T0: R. Hare - Assistant City Manager
FROM: 0. Moeller -Administrative Assistant/Standin Purchasin A ent ~~
g g g
SUBJECT Cooperative Tire Purchasing
The annual cooperative tire contract supplied by the State Commission
is in need of renewal. Current tare needs are purchased from an annual
contract held by the State of Texas with Goodyear Tire and Rubber Company
which has expired.. Goodyear is presently honoring the pricing under this
contract until the City of La Porte files a current Resolution with the
State of Texas.
A price comparision sheet is attached for your information. Service
will be handled through Goodyear's Houston-based truck tare distribution
center. Goodyear intends to open a stocking distributorship within the
city limits of La Porte by the Spring of 1986.
I hereby recommend that the City of La Porte continue utilizing this
method of cooperative tire procurement. Should Council wish to continue
this program, the attached Resolution will need to be completed. I trust
this recommendation will meet with your approval.
OM/mb
cc: D. Root
Attachment: Tabulation, Resolution
r.
Cooperative Purchasing Program
State of Texas Tire Pricing
•
Goodyear Goodyear
State State
Contract Contract
Prices Prices
1985-86 1984-85
I. Passenger Vehicle Tires
A. E78-14 4766-605-263 21.85 21.53
B. G78-14 4766-628-263 23.73 23.37
II. Police Special Radial
A. P225/70HR 15 Black 44100-876-193 41.84 39.40 '
B. P215/70HR 15 Black 44100-823-193 40.29 37.94
III. Truck Tires - Conventional
A. 9.00 x 20 - E10 44122-208-339 93.39 92.00
IV. Truck Tires - Tube T e Mud Gri
A. 9.00 x 20 E10 44122-208-620 104.36 102.81
B. 10.00 x 20 F12 44122-252-620 135.53 133.52
V. Truck Tires - Tubeless Mud Gri
A. 11.00 x 22.5 - F12 4P122-799-601 153.19 150.92 1
VI. Truck Tires - Premium Tube T e _-
A. 10.00 x 20 F12 44122-252-339 124.06 ~ 122.22
VII. Grader Tires - Tube T pe Lu Thread
A. 14.00 x 24 - 10 P1 rate 44123-441-065 218.74 213.41
B. 17.5 x 25• - 12 P1 rate 44123-897-052 336.06 327.87
VIII. Farm Tractor Tires - Tube T e
A. 14.9 x 24 - 6 P1 Turf Thrd. 44171-673-311 138.82 137.44
B. 16.9 x 28 - 6 P1 rate 44173-736-448 151.14 149.64
____ l :
•
.~CP'C ~ R
:c7 ~ ' yt
,y
~ ~- ~ STATE PURCHASING AND NE
CsE RAL SERVICES COMMISSION
,•'~•+•~•~ LYNDON BAINES JOHNSON STATE OFFICE BUILDING
STATE OF TEXAS P.O. BOX I3O47 CAPITOL STATION
AUSTIN, TEXAS 7871 I
09/20/8 5
CITY OF LA PORTE
P O BOX 1115
LA PORTE, TX. 77571
RE: GOOPERATi.IVE PURCHASING PROGRAM
ARTICLE bH4-7i V, T.C.S
GENTLEMEN:
LOCAL GOVERNMENTS DESIRING TO PARTICIPATE IN A COOPERATIVE
PURCHASING PROGRAM WITH THE S~'ATE OF TEXAS ARE REflUiRED TO
HAVE ON FILE WITH THE STATE PURCHASING AND GENERAL SERVICES
COMMISSIDN A RESOLUTION FROM THEIR GDVERNIRG @ODY INDICATFNG
THEIR INTENT TO PURCHASE UNDER SPEC.iFIC ST~YTE CONTRACTS. WE
HAVE YOUR RESOLUTION Ott FILE AND YOU ARE CURRENTLY PART~C IPkT-
ING IN THE PROGRAM. ARTICLE 664-7. V~T.CiS.s REQUIRES IHE
RESOLUTION BE RENEWED ANNUALLY. ACCORDINGLY, A NEW RESOLUTION
IS NOW REflUIRED ON THE CONTRACTS LISTED B.ELOY! BY COMMODETY
CLASS NUMBER:
863
FOR YOUR CONVENIENCE WE HAVE ATTACHED A SAMPLE RESOLUTION
WHICH MAY 8E USED FOR THIS PURPOSE. YDUR IMME[7IATE AT?~ENTION
TO THiS MATTER WILL @E APPRECIATED.
YOURS TRULY.
~7
,`
HERB GERS HACH
DIRECTOR OF PURCHASING
RECfit'ED
~~ ~~~ v
CITY MGR'S OFFICE
• •
CONTRACT
CLASS N0. DESCRIPTION
590 SCISSORS
600 OFFICE MACHINES, EQUIPMENT & ACCESSORIES
605 OFFICE MECHANICAL AIDS
610 CARBON PAPER & RIBBONS
615 OFFICE SUPPLIES, GENERAL
620 ERASERS, INKS, LEADS, ETC.
625 OPTICAL EQUIPMENT & SUPPLIES
630 PAINTS, PROTECTIVE COATING, CAULKING COMPOUNDS,
VARNISH, ETC.
640 PAPER ~ PLASTIC PRODUCTS, DISPOSABLE
645 PAPER FOR OFFICE & PRINT SHOP
655 PHOTOGRAPHIC SUPPLIES
665 BAGS (LINERS) POLYETHYLENE PLASTIC (6 MONTH CONTRACT)
670 PLUMBING EQUIPMENT, FIXTURES, SUPPLIES
700 PRINTING PLANT EQUIPMENT ~ SUPPLIES (EXCEPT PAPER)
725 TELEPHONE EQUIPMENT ~ SUPPLIES
740 REFRIGERANT GASES
780 SCALES
785 SCHOOL EQUIPMENT ~ SUPPLIES
800 SHOES & BOOTS
803 INTERCOM, PUBLIC ADDRESS, & LANGUAGE LABORATORY EQUIP.
(INCLUDING RECORDING TAPE)
805 SPORTING & ATHLETIC EQUIPMENT
832 TAPE: CARTON SEALING, LABELING, MASKING, ETC.
840 TELEVISION EQUIPMENT ~ ACCESSORIES
863 TIRES ~ TUBES
EFFECTIVE
DATE
APRIL 1
SEPT 1
AUG 1
NOV 1
AUG 1
AUG 1
JULY 1
MARCH 1
MARCH 1
MARCH 1
OCT 1
FEB 1 &
AUG 1
MAY 1
MAY 1
SEPT 1
OCT 1
OCT 1
SEPT 1
SEPT 1
JUNE 1
NOV 1
APRIL 1
JUNE 1
AUG 1
• •- •
RESOLUTION N0. 85-19
A RESOLUTION TO THE STATE PURCHASING AND GENERAL SERVICES
COMMISSION
WHEREAS, the City Council of La Porte, Texas, pursuant to the
authority granted by Article 66~-7, Vernon's Texas Civil Statutes,
as amended, desires to participate in certain below described
purchasing programs of the State Purchasing and General Services
Commission, and
WHEREAS, the said City Council is of the opinion that
participation in these programs will be highly beneficial to the
taxpayers of this City, through the anticipated savings to be
realized;
NOW, THEREFORE, BE IT RESOLVED that the City Council of La
Porte, Texas, does hereby request the State Purchasing and General
Services Commission to include its stated need for Contract Class
No. 863, vehicle tires, on the Commission's annual contracts for
those items, whereby the City of La Porte may be allowed to
purchase those items from the annual contract in question; and
that Jack Owen, City Manager, is hereby authorized and directed to
sign and deliver all necessary requests and other documents in
connection therewith for and on behalf of the City of La Porte.
PASSED AND APPROVED this the 28th day of October, 1985.
CITY OF LA PORTE
By
Norman Malone, Mayor
ATTEST:
City Secretary
I hereby certify that the foregoing is a true and correct
copy of the resolution duly and regularly adopted by the City
Council of the City of La Porte, Texas, at a meeting thereof held
on the 28th day of October, 1985, and that the same now appears of
record in my office.
In witness thereof, I have hereunto set my hand and affixed
my official Seal, this the 28th day of October, 1985.
CITY OF LA PORTE
By
Cherie Black
City Secretary
City of La Porte, Texas