Loading...
HomeMy WebLinkAbout1986-05-12 Regular Meeting• s MINUTES OF THE REGULAR MEETING OF LA PORTE CITY COUNCIL MAY 12, 1986 1. The meeting was called to order by Mayor Malone at 6:00 p.m. Members of the Citv Council Present: Mayor Norman Malone, Councilpersons Betty Waters, John Lloyd, Ed Matuszak, Alton Porter, Lindsay Pfeiffer, Deotis Gay, B. Don Skelton, Linda Westergren , Members of the Citv Council Absent: None Members of Citv Staff Present: City Manager Jack Owen, Assistant City Secretary Gwen Vann, City Attorney Knox Askins, Assistant City Manager Richard Hare, Administrative Assistant to the City Manager Olivia Moeller, Police Chief Charles Smith, Director of Parks & Recreation Stan Sherwood, Director of Community Development John Joerns, Director of Public Works Jerry Hodge, Fire Chief Joe Sease Others Present: Mrs. Brechtel, Luther Maxey, Judy Cain, representatives from the press, and numerous citizens. d 2. The invocation was given by Councilperson Deotis C#ay. 3. Consider approving minutes of the Regular Meeting of City Council held April 28, 1986. *" '-' gas made by B Don Skelton to accept the minutes. SP~ond by Betty Waters. The motion carried, 8 ayes, 0 nays and 1 abstain. Ayes: Councilpersons Waters, Lloyd, Matuszak, Porter, Pfeiffer, Skelton, Westergren and Mayor Malone Nays: None Abstain: Councilperson Gay (was not present at meting on April 28) 4. Proclamations Recognizing National Police Week and Respect for Law Week were read by the Mayor and presented to Chief Minutes, Regular Meeting, La Porte City Coun~ May 12, 1986, Page 2 Smith and Lieutenant Hall. The proclamation for Reverend Howard Williams was not read because he was not present. Someone called to Mayor Malone's attention that there was a member of Optimist Club present to receive the proclamation for Respect for Law Week. He came up and Mayor Malone presented the Respect for Law Week Proclamation to him. 5. Petitions, Remonstrances, Communications, and Citizens and Taxpayers Wishing to Address the Council. Mr. Luther Maxey, a former City employee, came forth and spoke to the Council. (See separate copy of his address) Mrs. Barbara Brechtel was asked to come forth as she had signed the roster. She requested to wait until item 12 on the agenda. Mrs. Judy Cain wanted to come forth and speak. (see attached copy of her address) 6. Consider Petition and Staff Recommendation for Water Line Extension Serving Block 759• John Joerns gave a brief explanation of the water line extension serving block 759• (see memo attached for explanation.) Mrs. Ybarra spoke in favor of the water line extension. After several questions by Council, motion was made by Councilperson Westergren to accept the water line extension. Second by Councilperson Skelton. The motion carried, 9 ayes and 0 nays Ayes: Councilpersons, Waters, Lloyd, Matuszak, Porter, Pfeiffer, Gay, Skelton, Westergren, and Mayor Malone Nays: None 7. Consider awarding bid for Depository Agreement Mayor Malone and Councilpersons Westergren, Pfeiffer, Matuszak and City Attorney Knox Askins excused themselves • ~ Minutes, Regular Meeting, La Porte City Council May 12, 1986, Page 3 at this point due to conflict of interest and Mayor Malone asked Mayor Pro Tem Skelton to continue with item 4~7. Mr. Skelton gave a brief explanation as to why these people excused themselves and proceeded with this item. --- - ~ -cilman Lloyd made a motion to award the bid o B :yshore National Bank. Second by Councilman Porter. The motion carried, 5 ayes and 0 nays. Ayes: Councilpersons Waters, Lloyd, Porter, Gay and Skelton Nays: None The members of Council and the City Attorney then resumed their places at the Council table. 8. Consider Ordinance restructuring EMS Ambulance Rate (Ord. 1500) g. Consider approving annual EMS Contract with West Gulf Maritime Association and Port of Houston Items 8 and 9 above were removed from the agenda per Mayor Malone. 10. Consider Resolution approving Grant from FAA for Airport Improvement Phase III (Res. 86-13) City Attorney Knox Askins read the resolution. Motion was made by Councilz~erson Skelton to anorove the resolution as read by the Citv Attornev. Second by Councilperson Matuszak. The motion passed, 9 ayes and 0 nays. Ayes: Councilpersons Waters, Lloyd, Matuszak, Porter, Pfeiffer, Gay, Skelton, Westergren and Mayor Malone Nays: None 11. Consent Agenda - A. Consider approving annual mowing bid and award to Sentell Lawn Maintenance ~ ~ Minutes, Regular Meeting, La Porte City Council May 12, 1986, Page 4 B. Consider approving bid for drum disc lathe and awarding to MTF Equipment C. Ratification of Emergency Roof Repair to Fire Station I. Councilperson Llovd made a motion to adopt item A and C. Second by Councilperson Westergren. The motion carried, 9 ayes and 0 nays. Ayes: Councilpersons Waters, Lloyd, Matuszak, Porter, Pfeiffer, Gay, Skelton, Westergren and Mayor Malone. Nays: None Item 11B was discussed and a motion was made by Councilperson Waters to aRnrove item B. Second by Councilperson Lloyd. The motion carried, 9 ayes, 0 nays. Ayes: Councilpersons Waters, Lloyd, Matuszak, Porter, Pfeiffer, Gay, Skelton, Westergren and Mayor Malone. Nays: None 12. Workshop Item - Consider Amending Chapters 7 and 8 of the City's Personnel Handbook to comply with the Fair Labor Standards Act. Mrs. Barbara Brechtel approached the microphone and said she had come to speak in behalf of the Firemen. After a lengthy discussion and a presentation by Assistant City Manager Richard Hare on this item, it was requested by Council that Richard Hare do a cost analysis of converting the Fire Dept. to an 8-hour shift and take an overview of all the policies. The Council set another meeting for June 2, 1986 at 6:00 p.m. 13. Administrative Reports - Mr. Owen announced that the next week there would be a Workshop on the Zoning Ordinance. The following week is Memorial Day and there is not a meeting set for it; however, there may be some items to • ~ Minutes, Regular Meeting, La Porte City Council May 12, 1986, Page 5 put on the next week to have as a special called meeting the 19th. 14. Council Action - Councilpersons Gay and Westergren made statements regarding opinions that were made by some and referencing the attendance of so many citizens. The Mayor recognized Mr. Skelton for being elected to Harris County Mayors' and Councils' Association as President and announced that he was to be installed. The Mayor announced about the Jennie Riley Day celebration to be held Sunday, May 18, 1986, and extended an invitation to all. 15. There being no further business to come before the Council, the meeting was duly adjourned at 8:05 P.M. Respectfully submitted, Gwen Vann Assistant City Secretary Passed and approved this the 9th day of June, 1986 ~~~~ ~- rman Malone, Mayor • PREFACE C] The City Council is requeste.d~ to approve a 2" water line extension and a 6" fire line exterision•serv~,ng Block 759 as requested by a petition signed by all px'opezty:owners in Block 759. The Community Development Staff has detex-mined~ the mos•k practical means of providing watex service to this bl~ock~ is to extend the existing 2" water line on South~l5th Street north from its present termination point at West "D" Street. The Estimated cost of $3,•400 would be paid in advance of construction by the petitioners ,• The~6" fire line extension would improve fire protection to the area and would cost the city approximate.l•y $6,3.00.. • The Administration recommends the City Council approve' the 2" water line extension and the 6" fire line extension serving Block 759. EXHIBIT ~- • • La. Porte, Texas February T_7, 19}36 Ci+,,y of i,z Porte 604 W. Fairmont Pkw,v. La Porte, Ter,~s, 77.571 ATTRNTI:'•N: I7R. Robert C. Speaks Dear R"r. Speaks, 1'~e, the urrdersianed persons, request with this si.Fned petition, the City of L3 Porte, for a water line ex- tension, to city block Pio, 759. This waterline will service the undersigned persons, vr}to at the present time have not been able to build their homes since 1983. Lots 1/3....... ~ ~, ~' ~ ~- Ramiro [, asque ow s 301 So. 16th ." .,~~i~7~ ~s~6 La Porte, Texas, 77571 G-3.,v C3a y row ~~. ~5't s 4/6 ........ C~~: p lXdsus E]-izo .. o~• , Ov+ner 42~ - 9404 ~/ /yoG A/~c~ Y7,3 -Gp'Jo Pasadena, Texas, 77500 ots 7/8........~~~~cc~ ~c~,• Pedro Cantu, Uwner 831 Patti Lane, Ph 471-0584 La Porte, Texas, 77571 Pedro Garza, Owners 9 -4640 3635 So. Shaver --'f1521 ' Pas adena, Te xa s , 77 504 L //Lots 11/17_.... ' I p / ~/ . , . 1~6~~ V(~uG~--~ Ids. Rosa vll~ira~, 0•.vner $!F5 Circle Urive,470=2$58 loon? .. ., ..s;., . . vL'ots 13/16.... La Porte , Texas . 77571 • ~ ~. ~ ~ :. Cf!,,v~(7 ~~~~~,L7i~'~ . Antonio Matta, caner '~']a- 7 yo 7' wj '~ 1317. Mary Dane St., Ph 471-6328 La Porte, Texas, 77571 ~ I~Liitt 117/20......~~ l~~~trr~ Alice Ybarr~, owner 3].7. So. 15th, Ph. 471-2958 La P Ertel Texas, 77571 J Lots ?_1/32...... (Onl,y rc.^,i~ient ~.vho W. tl a ,~ r ~ ~s water )(Also sewer; 307_ So. 1 h, Ph. 471-3~~1` li ht ~ . g gas) La Porte, Texas, 77571 ~~-9s~c au. ~=~Y.~,a As ,you ran very well. .,ee, all 32 lots on this city b]-ock of 759 have ler;al ownership o.f th~.se .lots and desire the extention of all utilities immediately, Thank Sou. 1 /" ~I ~ ~ ~ 753 2d cP J ~i~ I .e ~~ ~za /9 I ~r18• 18~~RCP L ~- RCP -- ~ 19.7 6~~RC P ..~~ ~ ~~ 3~RCP ~ ~$~A. ~ ~I~ I~1~ J I I= J i ~;~i~~ L' ~T,k~.,l~ _~ ~ \ ~ ) VJ~5C4LLZ X / 302 IB~~RCP 30S 18 C ~$"/1RRA~ 312 x 1 e.7 ~ 3g ~ 8'W~ ~ 307 ~X 309 ~ 322 IS 18'~RCP ^ ~ LII ~3d~ A'L'TE Aug r3y133 ~ TtaUT 8.3 2a"RCP WEST -~~~~~ 401 x 402 24~ R P 40 S x .J 4~~RCPJ t~ :4~~RCP 7~9 24~~RCP v i 24~~RCP 1 '~ 18.4 41RCP ~ !~ ~/ a21 X8.7 -~ -~ 24~~ RCP rc ~f ~~~ 24~ P ~~ v M \1 n . Z :b, \ 1 t ~ - ~ i \ 302 I _ R~PO<it= 2i1WL. ~ ~l1ZONfl0 CP~ ~ _ ~ '~ r3tZYw~-(L) ~ f 305 7.9 ~ I 9 ~ 758 S =G~.~zA - , CP) CP I _ rV.A D r'rj 1 ~ , 1 REO.~ 20062 ~ \ =M-•T~-a ~I"~ ' 326 YnwR~za C~) REO ri-20061 = I ~ •' ' . 328> \ i 1 7 8 ~-J ~~G V ~ I17,~ . . _PRoPO hSgG "2~ WL ~_ \ _~ 401 ~ ~ /8 i OS 7 9 0 7 9 I 409 I I of 7 p i C'I-IURc1{ ¢27 ~ ~FUTU 6~~ WL". i ~~~~~~~~~~~~~~~~~~~~~p~r~~~~~~~i~~~~~~~~~ "~~: FUTU~~ -311 55 T'QUh1K- - --FvTURE ~~. wL - ~ ~2 EXHIBIT "B" w~l 16.9 ~i~ I ~~ ~~ • • C~~~ ®~ L~ P®~~~ PHONE 1713) 471.5020 s P. O. Box 1115 a La PORT E, TEXAS 77571 May 7, 1986 Petitioners For Water Line Extension To Block 759, La Porte, Texas Dear Petitioner: Enclosed is a copy of the staff memorandum to the City manager about your petition. The memorandum will be furnished to each City Council member prior to the Monday, May 12, 6 PM meeting where Council will hear your request. City staff requests that the Petitioners appoint a spokesperson to address Council in their behalf Monday night. 'ncerely, Robert C. Sp e, P.E. City Engineer _ RCS/tla Enclosure xc: John Joerns • CITY OF LA PORTE • INTER-OFFICE MEMORANDUM T0: Jack Owen, City Manager FROM: John Joerns, Director of Commun evelopment Bob Speake, City Engineer ~r~ DATE: May 7, 1986 SUBJECT: Proposed Water Line Extension to Block 759 SYNOPSIS The owners of the lots in Block 759 have petitioned the City for a water main extension serving their property. Staff has determined that the most practical means of providing water service to this block is by extending the existing 2" water line on South 15th Street north from its present termination point at West "D" Street. Estimated cost of $3400 would be paid in advance of construction by the petitioners. Staff recommends Council approval of the 2" extension. Staff also recommends extension of a 6" main from 16th Street to improve fire protection for the area. The 6" extension would cost the City about $6300. BACKGROUND 1. In 1984, Council heard a request for water and sewer service from Alfred Garcia, owner of Lots 17-20, who has since sold his property. Council deferred action (on Mr. Garcia's request) to develop a new policy on such extensions. Mr. Garcia did not follow up on his request. Informal discussions between staff and one of the other lot owners (Alice Ybarra) since 1984 have resulted in this petition (Exhibit A). 2. Existing and proposed utilities around Block 759 are shown on Exhibit B. All lots in the block are sewer-served except Lots 17-20. No lots in Block 759 are currently served by a water main, although the Bryan residence is served by a service line from 16th Street. Streets exist only on the west and north sides of the block . , - ~ • Page Two May 7, 1986 Block 759 3. Ordinance 759 allows for Council approval of such extensions providing they are feasible and practicable and funds are available. In the last few years, applicants for residential water line extensions have been required to pay for a 2" line and the City has paid for a 6" or larger main if such main was required. Generally, applicants have deposited funds in City escrow, prior to construction, to cover their share of costs. A NALY SI S 1. The closest water main termination point to Block 759 is at the corner of 15th and "C" Streets, at the end of the existing 2" line. Extending the 2" line for Block 759 from that point is the most practical and economical route. 2. Extension of a 6" fire main down "B" or "C" Street (the exact route would be determined after a route survey is performed) is the most economical route for such an extension. It will improve fire protection for four existing homes and seven or more future homes in the area. A "B" Street line would also provide a loop for the 2" main which will improve pressure in the area. The cost to the City is under $600 per homesite served with fire protection. 3. Construction cost breakdowns for the 2" ($3400) and 6" ($6300) main extensions are shown in Exhibit "C". Design can be done by staff. CONCLUSION The petitioners have satisfied the conditions of Ordinance 759 for Council approval of their request. Extension of the 2" main on 15th Street is practicable, feasible, and economical. RECOMMENDATION Council to approve project in concept and to authorize staff to proceed with design and bidding stages and with a Utility Extension Agreement with the petitioners. Petitioners to deposit in City escrow prior to execution of design 50~ of estimated cost of construction; 100 of estimated costs to be escrowed prior to start of construction. • EXHIBIT "C" BLOCK 759 WATER LINE EXTENSION COST ESTIMATES PETITIONERS 2" WATER LINE EXTENSION WORK ITEM 2" Water Line, C900 PVC 2" Gate Valve w/ Box 2" Blow Off Valve Connect to Existing 2" Main PROPOSED CITY "B" OR "C" STREET 6" WATER LINE EXTENSION WORK ITEM 8" x 6" Tapping Sleeve and Valve 6" Gate Valve w/ Box Fire Hydrant Assembly Road Bore @ 15th St. 6" Water Line, C900 PVC QUANTITY UNITS UNIT COST TOTAL COST 630 LF 4.00 $2520.00 1 EA 300.00 300.00 2 EA 240.00 480.00 1 EA 100.00 100.00 Totals $3400.00 QUANTITY UNITS UNIT COST TOTAL COST 1 EA 400.00 2 EA 500.00 1 EA 900.00 40 LF 10.00 480 LF 7.50 Totals $ 400.00 1000.00 900.00 400.00 X600.00 $6300.00 • PREFACE • The City has received two pzoposals £or'depos'itory agreements. Bayshore National Bank's proposal includes assumed interest earnings on our demand account of $110,600. and fees: for' demand account services of $18,48.0. for a net earning of $92,120. La Porte State Bank proposed no interest earnings~on~oux demand account services of $18,438': for a total cost to the City of $18,438. The difference in the bids is $110,5,58. in favor of Bayshore National Bank's proposal. The Administration recommends. the award of the bid per the requirements of the RFP to Bayshore National Bank. CITY OF LA PORTE INTER-OFFICE MEMORANDUM T0: Jack Owen, City Manager FROM: Richard Hare, Assistant City Manager Tom Keilman, Finance Officer DATE: May 7, 1986 SUBJECT: Recommendation for the Award of Depository Contract The evaluation of the bids submitted by La Porte State Bank and Bayshore National Bank should be based upon two (2) main considerations: 1) The cost of services rendered by the respective bank to the City of La Porte in servicing the City's demand accounts (See Page 6 of Bid Format). 2) The interest the City of La Porte can earn from interest bearing checking accounts, otherwise known as SuperNow accounts (See Page 9 of Bid Format). Based upon these two (2) considerations, the following conclusions can be clearly drawn from the bids submitted: 1) 'La Porte State Bank submitted a bid of $18,438 vs. Bayshore National Bank's bid of $18,480 for the two year contract period. 2) Assuming an average T-Bill rate of 6.5% over the two year term of the contract, Bayshore National Bank submitted a proposal that would earn $55,300 per year in interest for the City's SuperNow account over the contract period. La Porte State Bank submitted a bid that would not pay interest on the City's demand account. Bayshore National Bank's proposal based on the assumptions in this analysis would earn $92,120 of interest over costs during the two year agreement period. La Porte State Bank's proposal would cost the City $18,438. Therefore, we recommend the award of the depository contract to Bayshore National Bank, with a net difference in bid of $110,558 in favor of Bayshore's proposal. RH/jb s PREFACE • Proposed ordinance #1500 would es'tabl'ish•a new emergency medical sexvices rate structure for the City: of La Porte as follows. 1) A flat rate of $100.00 shall be charged for' transportation to facilities within fifte.eri (15) iniles~ from point of pickup to destination. 2) A flat rate of $125.00 .shall be changed for' transportation to facilities outside of fifteen (15) miles from.~point of pickup to destination. The Administration recommends City Council approve th.e proposed Ordinance. • • PREFACE The City Council is requested to approve ~ann~3a1 con'tr~ct with West Gulf Maritime Association, .and the ~Por't of Houston for Emergency Medical Services. The contract provides for Port of Houston~to pay City of La Porte $800.00 per month in advance for such. services. The contract between West Gul£ Maritime and the City of La Porte provides for $1,2.00.00 per month~paymerit to the City in advance for EMS service. The Administration recommends City Council approve both, contracts. • • COUNTY OF HARRIS § THE STATE OF TEXAS § THIS CONTRACT AND AGREEMENT made and entered into on this the day of GRAFT KNOW ALL MEN BY THESE PRESENTS: 1986, by and between WEST GULF MARITIME hereinafter called "WGMA", and CITY OF LA PORTE, a Texas Municipal Corporation, hereinafter called "CONTRACTOR"~, and containing all terms of the agreement between said parties. W I T N E S S E T H: That~Contractor agrees, as an independent contractor, at its own, cost and expense, to furnish emergency ambulance service in the Port of Houston, to WEST GULF MARITIME in compliance with the terms and conditions, covenants and agreements hereinafter set forth; provided, however, that WGMA hereby agrees and promises to pay Contractor TWELVE HUNDRED AND NO/100'S DOLLARS ($1200.00) per month, in advance, for such services. Contractor will provide space for housing ambu- lances and personnel. I. AMBULANCES PROVIDED As part of the consideration expressed herein, Contractor agrees to furnish ambulances and the personnel to man those ambulances, said ambulance service being available on a constant basis. Contractor shall regularly maintain said ambulance units, keep them in good working condition at all times, normal wear accepted. Contractor shall further keep in full force and effect, collision and liability insurance on said ambulances in accordance with the provisions of paragraph IX infra. WGMA shall be named as an additional insured on said policies. i • -2- II. • EMERGENCY AMBULANCE SERVICE REQUIREMENTS Contractor covenants and agrees to furnish ambulance service in compliance with the following requirements: (1) Contractor shall have and maintain at least two (2) ambu- lances and crews available twenty-four (24) hours daily for emergency dispatch, in conformity with the standards set forth in Paragraph III hereof. Contractor reserves the right to arrange for back-up units when both of the two (2) ambulances are in service, and the further right to activate mutual assistance agreements with other governmental enti- ties in the event of calamity or disaster conditions. Nothing set forth herein is meant to diminish the ability of Contractor to arrange for back-up units when both of the two ambulances are in service, or diminish the right of Contractor to activate mutual assistance agreements ,, with other governmental entities in the event of calamity or disaster conditions. (2) Equipment and crews shall be located at a point or points within the City of La Porte to be selected by Contractor. It is the intention of the parties that same shall be so located that an ambulance can reach any area within the limits of WGMA within a reasonable period from the time of dispatch, and it is within the contemplation of the parties that ten (10) minutes is deemed to be a reasonable period of time. III. STANDARDS REQUIRED FOR AMBULANCES AND ACCESSORY EQUIPMENT Contractor covenants and agrees to furnish at his own expense ambulances and accessory equipment which comply with the following standards: (1) A total of not less than two (2) ambulances shall be fur- nished by the Contractor twenty-four (24) hours a day, within the limits of the City of La Porte. Provided, that said two (2) ambulance requirements shall not apply, when either or both of said units are engaged in providing emergency ambulance service to a point or points as contemplated within the contract area, said contract area specified in paragraph XIII. One of said units may be on call at a backup location within the City of La Porte upon dispatch of the initial unit required to be maintained within the City of La Porte. Each vehicle must have a patient capacity of not less than two (2) patients. ,. • • -3- (2) All ambulances must be inspected and approved by the Chief of Emergency Medical Services of the City of La Porte and must be of a type and design suitable for transporting injured persons. Said vehicles shall be at all times in a state of good mechanical repair and shall be equipped with tires in good condition and not showing unusual wear. (3) All such ambulances must be licensed as emergency vehicles in compliance with Article 44470 of the Revised Civil Statutes of the State of Texas, and amendments thereto, and in compliance with the Rules and Regulations of the State Board of Health. (4) (a) Each ambulance shall be equipped with a two-way radio which transmits and receives on frequencies designated for use by the City of La Porte. (b) Radios will be operated on City of La Porte local government frequency - 155.625 megacycles, or such other frequency which the City may designate. (c) Radios must be maintained to'~ meet current F.C.C. specifications. The maintenance costs will be borne by the Contractor. . (d) Radios must have an annual frequency check by the City of La Porte Radio Technician. (e) Contractor will comply with all F.C.C. regulations. The assigned radio frequency is shared with other City services. Contractor shall keep all radio messages brief and clear, and shall avoid unnecessary transmis- sions. (7) The Emergency Medical Services Chief of the City of La Porte shall determine the standards for' ambulance equipment. In determining the adequacy of equipment, the Emergency Medical Services Chief shall take into consideration the current list of minimal equipment for ambulances as required by Article 44470 of the Revised Civil Statutes of the State of Texas. IV. INSPECTION AND APPROVAL OF AMBULANCES AND ACCESSORY EQUIPMENT BY CITY All ambulances and accessory equipment shall be subject to inspection by the Emergency Medical Services Chief of the City of La Porte, or his duly appointed representative, and if at any time same are not in compliance with the provisions hereof, or if any ambulance is in need of mechanical repairs in order to insure its satisfactory condition, then the Emergency Medical Services Chief shall inform Contractor of such defects and such ambulance shall not be used until all defects are remedied to the satisfaction of the Emergency Medical ' • -4- Services Chief. Appropriate substitute equipment shall be provided in the event any vehicle or equipment is not available for service for three (3) days, and immediate written notice of such shall be furnished by Contractor to WGMA. V. TRANSPORTATION TO HOSPITAL Contractor shall transport patient to the nearest hospital pro- viding an emergency service, that will take the patient, unless the patient's safety or .the patient him or herself specifically dictates otherwise. In the event the patient is incapacitated, the ambulance attendant shall designate transportation of patient to the nearest hospital. VI. CHARGES PERMITTED CONTRACTOR Contractor shall be permitted to charge the following base charge, to-wit: (1) Ambulance Service and Invalid Coach Service: (a) Contractor shall be entitled to charge fees for its services rendered, said fees being specifically enumer- ated on Exhibit "B", attached hereto, and fully incor- porated by reference herein. (b) Method of dividing cost among patients if more than one if carried in the same ambulance simultaneously to one hospital: One and one-half (1-1/2) times the regular rate, divided by the number of patients transported; each patient to pay equal amount. Contractor shall never deny emergency service because of a person's inability to pay. (c) The collection of such fees shall be the sole responsi- bility of the said Contractor. Contractor shall vigor- ously pursue the collection of any such fees. Fees specified in said Exhibit "B" may be subject to change, upon approval of the WGMA, from time to time. C~ -5- VII. DISPATCHING • Contractor shall have its own telephone number, with a minimum of two (2) incoming lines. Emergency calls shall be received by Contractor at the 911 Emergency Service number. VIII. COMPLIANCE WITH LAW AND ORDINANCES Contractor agrees to operate the ambulances in accordance with the requirements of the State and Federal law, and applicable municipal ~, or county ordinances, as the same now exist, and as may be amended from time to time hereafter. IX. LIABILITY INSURANCE During the term of this contract and any extensions thereof, Contractor shall purchase and keep in full force and effect, public liability insurance on each of its ambulance units, and professional liability insurance (malpractice insurance) on each of its employees administering patient care, with minimum limits of One Hundred Thousand Dollars ($100,000.00) for property damage; One Hundred Thousand Dollars ($100,000.00) for each person; and Three~Hundred Thousand Dollars ($300,000.00) for each accident. In addition, Contractor shall keep and maintain Worker's Compensation insurance on its employees. In addition, Contractor shall maintain collision and liability insurance on the ambulances as described on Exhibit "A", with at least maximum limits of One Hundred Thousand Dollars ($100,000.00) per occurance property damage; One Hundred Thousand Dollars ($100,000.00) per person; Three Hundred Thousand Dollars ($300,000.00) per occurance for bodily injury; and uninsured and under-insured motorists coverage providing at least One Hundred Thousand Dollars ($100,000.00) per person, and Three Hundred Thousand Dollars ($300,000.00) per occurance L J -6- • on bodily injury. Notwithstanding the foregoing, Contractor shall not be required to obtain insurance in excess of liability limits established in the Texas Tort Claims Act, Vernon's Revised Civil Statutes, Art. 6252-19 et seq, in cases where said Act is applicable. Contractor shall file certificates of insurance coverage with WGMA during the term of this contract and any extensions thereof. On all said insurance policies, WGMA shall be named as an additional insured. X. INDEPENDENT CONTRACTOR It is expressly agreed and understood by all parties hereto that ,, Contractor is an independent contractor in his relationship to WGMA. Nothing herein contained at any time or in any manner shall be construed to (1) effect an agreement of partnership or joint venture or (2) render any party hereto the employer or master of any other party and/or its employees, agents or representatives. XI. INDEMNIFICATION AND ASSUMPTION OF;LIABILITY Contractor covenants and agrees to indemnify, and does hereby indemnify, hold harmless and defend, WGMA, its agents, servants or employees, from and against any and all claims for damages or injuries to persons or property of whatsoever kind or character, whether real or asserted, arising out of or incident to the operation of its emergency ambulance service and all other of its operations arising under or otherwise incident to the provisions of this contract; and Contractor hereby assumes all liability and responsibility for inju- ries, claims or suits for damages to persons or property, of whatever kind or character, whether real or asserted, occuring during the term of this agreement, arising out of or by reason of the operation. of its emergency ambulance service and all other of its operations arising under or otherwise incident to the provisions of this contract. • • -7- XII. REVOCATION OF CONTRACT WGMA reserves the right to cancel this contract in the event the services performed by Contractor hereunder are unsatisfactory in the judgment of WGMA. Modifications or cancellation shall not be ordered without an opportunity for hearing by the Contractor. Cancellation for cause may be ordered by WGMA at any time during the life of the contract. XIII. SERVICE AREA / Contractor's primary obligation hereunder is to serve the area described as the corporate limits of the City of La Porte, plus the area within the City of La Porte's Battleground Industrial District, the City of La Porte's Bayport Industrial District, and any other entities within the extraterritorial jurisdiction of the City of La Porte. Contractor, however, shall have the right and privilege to furnish ambulance service to other entities, including cities and water districts, within the boundaries of the La Porte Independent School District; provided, that the basic level and quality of service to WGMA, as provided for herein, is not diminished. Contractor shall not enter into any contract with any such other city, water district or industry, containing terms and provisions more favorable to any such city, water district or industry, than those contained herein. Contractor shall be entitled to retain revenues received under such other contracts. Contractor shall charge its usual and customary fees for such service within such other cities and entities, which fees shall not be less than those prescribed hereunder. Contractor shall file a copy of any such other agreement with WGMA, within fifteen (15) days of the execution thereof. • ,, -8- XIV. PAYMENTS TO CONTRACTOR WGMA shall make a payment to Contractor on or before the day of , 1986, of TWELVE HUNDRED AND NO/100'S DOLLARS ($1200.00), with a like installment being payable and due from WGMA to Contractor on or before the first day of each subsequent month thereafter, during the term of this contract as described herein. XV. TERM This Contract shall become effective at 12:01 a.m. Central Daylight Time, on the 1st day of June, 1986, and shall remain in full force and effect until the 30th day of September, 1987, unless otherwise cancelled as provided in paragraph XII above. This Contract is entered into subject to the Charter and Ordinances of the City of La Porte, and all applicable state and federal laws. EXECUTED IN DUPLICATE ORIGINALS, as of this the day of 1986. WEST GULF MARITIME By: ATTEST: ATTEST: CITY OF LA PORTE By: Norman Malone, Mayor . Cherie Black, Secretary • • -. -9- APPROVED: John D. Armstrong Assistant City Attorney City of La Porte .• .~ s • dRaFr THE STATE OF TEXAS § COUNTY OF HARRIS KNOW ALL MEN BY THESE PRESENTS: THIS CONTRACT AND AGREEMENT made and entered into on this the day of 1986, by and between PORT OF HOUSTON AUTHORITY, hereinafter called "PORT", and CITY OF LA PORTE, a Texas Municipal Corporation, hereinafter called "CONTRACTOR", and containing all terms of the agreement between said parties. W I T N E S S E T H: That Contractor agrees, as an independent contractor, at its own ,, cost and expense, to furnish emergency ambulance service in Port of Houston, in compliance with the terms and conditions, covenants and agreements hereinafter set forth; provided, however, that Port hereby agrees and promises to pay Contractor EIGHT HUNDRED AND NO/100'S DOLLARS ($800.00) per month, in advance, for such services. Contractor will provide space for housing ambulances and personnel. I. AMBULANCES PROVIDED As part of the consideration expressed herein, Contractor agrees to furnish ambulances and the personnel to man those ambulances, said ambulance service being available on a constant basis. Contractor shall regularly maintain said ambulance units, keep them in good working condition at all times, •normal wear accepted. Contractor shall further keep in full force and effect, collision and liability insurance on said ambulances in accordance with the provisions of paragraph IX infra. Port shall be named as an additional insured on said policies. • -2- II. EMERGENCY AMBULANCE SERVICE REQUIREMENTS Contractor covenants and agrees to furnish ambulance service in compliance with the following requirements: (1) Contractor shall have and maintain at least two (2) ambu- lances and crews available twenty-four (24) hours daily for emergency dispatch, in conformity with the standards set forth in Paragraph III hereof. Contractor reserves the right to arrange for back-up units when both of the two (2) ambulances are in service, and the further right to activate mutual assistance agreements with other governmental enti- ties in the event of calamity or disaster conditions. Nothing set forth herein is meant to diminish the ability of Contractor to arrange for back-up units when both of the two ambulances are in service, or diminish the right of Contractor to activate mutual assistance agreements with other governmental entities in the event of calamity or disaster conditions. (2) Equipment and crews shall be located at a point or points within the City of La Porte to be selected by Contractor. It is the intention of the parties that same shall be so located that an ambulance can reach any area within the limits of Port within a reasonable period from the time of dispatch, and it is within the contemplation of the parties that ten (10) minutes is deemed to be a reasonable period of time. III. STANDARDS REQUIRED FOR AMBULANCES AND ACCESSORY EQUIPMENT Contractor covenants and agrees to furnish at his own expense ambulances and accessory equipment which comply with the following standards: (1) A total of not less than two (2) ambulances shall be fur- nished by the Contractor twenty-four (24) hours a day, within the limits of the City of La Porte. Provided, that said two (2) ambulance requirements shall not apply, when either or both of said units are engaged in providing emergency ambulance service to a point or~points as contemplated within the contract area, said contract area specified in paragraph XIII. One of said units may be on call at a backup location within the City of La Porte upon dispatch of the initial unit required to be maintained within the City of La Porte. Each vehicle must have a patient capacity of not less than two (2) patients. • • -3- (2) All ambulances must be inspected and approved by the Chief of Emergency Medical Services of the City of La Porte and must be of a type and design suitable for transporting injured persons. Said vehicles shall be at all times in a state of good mechanical repair and shall be equipped with tires in good condition and not showing unusual wear. (3) All such ambulances must be licensed as emergency vehicles in compliance with Article 44470 of the Revised Civil Statutes of the State of Texas, and amendments thereto, and in compliance with the Rules and Regulations of the State Board of Health. (4) (a) Each ambulance shall be equipped with a two-way radio which transmits and receives on frequencies designated for use by the City of La Porte. (b) Radios will be operated on City of La Porte local government frequency - 155.625 megacycles, or such other frequency which the City may designate. (c) Radios must be maintained to meet current F.C.C. specifications. The maintenance costs will be borne by the Contractor. (d) Radios must have an annual frequency check by the City of La Porte Radio Technician. (e) Contractor will comply with all F.C.C. regulations. The assigned radio frequency is shared with other City services. Contractor shall keep all radio messages brief and clear, and shall avoid unnecessary transmis- sions. (7) The Emergency Medical Servicas Chief of the City of La Porte shall determine the standards for ambulance equipment. In determining the adequacy of equipment, the Emergency Medical Services Chief shall take into consideration the current list of minimal equipment for ambulances as required by Article 44470 of the Revised Civil Statutes of the State of Texas . IV. INSPECTION AND APPROVAL OF AMBULANCES AND ACCESSORY EQUIPMENT BY CITY All ambulances and accessory equipment shall be subject to inspection by the Emergency Medical Services Chief of the City of La Porte, or his duly appointed representative, and if at any time same are not in compliance with the provisions hereof, or if any ambulance is in need of mechanical repairs in order to insure its satisfactory condition, then the Emergency Medical Services Chief shall inform Contractor of such defects and such ambulance shall not be used until all defects are remedied to the satisfaction of the Emergency Medical i ~ -4- Services Chief. Appropriate substitute equipment shall be provided in the event any vehicle or equipment is not available for service for three (3) days, and immediate written notice. of such shall be furnished by Contractor to Port. V. TRANSPORTATION TO HOSPITAL Contractor shall transport patient to the nearest hospital pro- viding an emergency service, that will take the patient, unless the patient's safety or the patient him or herself specifically dictates otherwise. In the event the patient is incapacitated, the ambulance attendant shall designate transportation of patient to the nearest hospital. VI. CHARGES PERMITTED CONTRACTOR Contractor shall be permitted to charge the following base charge, to-wit: (1) Ambulance Service and Invalid Coach Service: (a) Contractor shall be entitled to charge fees for its services rendered, said fees being-specifically enumer- ated on Exhibit "B", attached hereto, and fully incor- porated by reference herein. (b) Method of dividing cost among patients if more than one if carried in the same ambulance simultaneously to one hospital: One and one-half (1-1/2) times the regular rate, divided by the number of patients transported; each patient to pay equal amount. Contractor shall never deny emergency service because of a person's inability to pay. (c) The collection of such fees shall be the sole responsi- bility of the said Contractor. Contractor shall vigor- ously pursue the collection of any such fees. Fees specified in said Exhibit "B" may be subject to change, upon approval of the Port, from time to time. ' .. • • -5- VII. DISPATCHING Contractor shall have its own telephone number, with a minimum of two (2) incoming lines. Emergency calls shall be received by Contractor at the 911 Emergency Service number. VIII. COMPLIANCE WITH LAW AND ORDINANCES Contractor agrees to operate the ambulances in accordance with the requirements of the State and Federal law, and applicable municipal ,, or county ordinances, as the same now exist, and as may be amended from time to time hereafter. IX. LIABILITY INSURANCE During the term of this contract and any extensions thereof, Contractor shall purchase and keep in full force and effect, public liability insurance on each of its ambulance units, and professional liability insurance (malpractice insurance) on each of its employees administering patient care, with minimum limits of One Hundred Thousand Dollars ($100,000.00) for property damage; One Hundred Thousand Dollars ($100,000.00) for each person; and Three Hundred Thousand Dollars ($300,000.00) for each accident. In addition, Contractor shall keep and maintain Worker's Compensation insurance on its employees. In addition, Contractor shall maintain collision and liability insurance on the ambulances as described on Exhibit "A", with at least maximum limits of One Hundred Thousand Dollars ($100,000.00) per occurance property damage; One Hundred Thousand Dollars ($100,000.00) per person; Three Hundred Thousand Dollars ($300,000.00) per occurance for bodily injury; and uninsured and under-insured motorists coverage pro- viding at least One Hundred Thousand Dollars ($100,000.00) per person, . and Three Hundred Thousand Dollars ($300,000.00) per occurance on ', • -6- bodily injury. Notwithstanding the foregoing, Contractor shall not be required to obtain insurance in excess of liability limits established in the Texas Tort Claims Act, Vernon's Revised Civil Statutes, Art. 6252-19 et seq, in cases where said Act is applicable. Contractor shall file certificates of insurance coverage with Port during the term of this contract and any extensions thereof. On all said insurance policies, Port shall be named as an additional insured. X. INDEPENDENT CONTRACTOR It is, expressly agreed and understood by all parties hereto that Contractor is an independent contractor in his relationship to Port. Nothing herein contained at any time or in any manner shall be construed to (1) effect an agreement of partnership or joint venture or (2) render any party hereto the employer or master of any other party and/or its employees, agents or representatives. XI. INDEMNIFICATION AND ASSUMPTION OF 'LIABILITY Contractor covenants and agrees to indemnify, and does hereby indemnify, hold harmless and defend, Port, its agents, servants or employees, from and against any and all claims for damages or injuries to persons or property of whatsoever kind or character, whether real or asserted, arising out of or incident to the operation of its emergency ambulance service and a17. other of its operations arising under or otherwise incident to the provisions of this contract; and Contractor hereby assumes all liability and responsibility for inju- ries, claims or suits for damages to persons or property, of whatever kind or character, whether real or asserted, occuring during the term of this agreement, arising out of •or by reason of the operation of its emergency ambulance service and all other of its operations arising under or otherwise incident to the provisions of this contract. • • -7- XII. REVOCATION OF CONTRACT Port reserves the right to cancel this contract in the event the services performed by Contractor hereunder are unsatisfactory in the judgment of Port. Modifications or cancellation shall not be ordered without an opportunity for hearing by the Contractor. Cancellation for cause may be ordered by Port at any time during the life of the contract. XIII. SERVICE AREA Contractor's primary obligation hereunder is to serve the area described as the corporate limits of the City of La Porte, plus the area within the City of La Porte's Battleground Industrial District, _ the City of La Porte's Bayport Industrial District, and any other entities within the extraterritorial jurisdiction of the City of La Porte. Contractor, however, shall have the right and privilege to furnish ambulance service to other entities, including cities and water districts, within the boundaries of the La Porte Independent School District; provided, that the basic level and quality of service to Port, as provided for herein, is not diminished. Contractor shall not enter into any contract with any such other city, water district or industry, containing terms and provisions more favorable to any such city, water district or industry, than those contained herein. Contractor shall be entitled to retain revenues received under such other contracts. Contractor shall charge its usual and customary fees for such service within such other cities and entities, which fees shall not be less than those prescribed hereunder. Contractor shall file a copy of any such other agreement with Port, within fifteen (15) days of the execution thereof. • • -8- XIV. PAYMENTS TO CONTRACTOR Port shall make a payment to Contractor on or before the day of , 1986, of EIGHT HUNDRED AND NO/100'S DOLLARS ($800.00), with a like installment being payable and due from Port to Contractor on or before the first day of each subsequent month thereafter, during the term of this contract as described herein.. XV. TERM This Contract shall become effective at 12:01 a.m. Central Daylight Time, on the 1st day of June, 1986, and shall remain in full force and effect until the 30th day of September, 1987, unless otherwise cancelled as provided in paragraph XII above. This Contract is entered into subject to the Charter and Ordinances of the City of La Porte, and all applicable state and federal laws. EXECUTED IN DUPLICATE ORIGINALS, as of this the day of 1986. PORT OF HOUSTON AUTHORITY ATTEST: ATTEST: By: CITY OF LA PORTE By: Norman Malone, Mayor Cherie Black, Secretary APPROVED: John D. Armstrong Assistant City Attorney City of La Porte -9- • Resolution # 86-13 would accept FAA grant offer in Airport Improvement Phase PREFACE authorize the City Manager to the amount of $400,000. for III. The Administration recommends City Council pass Resolution #86-13 . i • RESOLUTION NO. 86-13 A RESOLUTION ACCEPTING A GRANT FOR AIRPORT PROJECT NO. 3-48-0127-04. WHEREAS, the City of La Porte, Texas (termed SPONSOR herein), and the Department of Transportation, Federal Aviation Administration (FAA), desire to enter into a certain Grant Agreement which provides. Federal participation in an Airport Improvement Project for the La Porte Municipal Airport; and WHEREAS, in response to a request duly filed by SPONSOR, the FAA has prepared said Grant Agreement, a copy of which is attached, and has submitted it to SPONSOR for acceptance and execution; and WHEREAS, it is determined to be in the interest of SPONSOR and FAA to accept said Grant Agreement; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LA PORTE: Section 1. That the City Council of the City of La Porte does hereby accept the provisions of said Grant Agreement for Project No. 3-48-0127-04. Section 2. That the City Manager of the City of La Porte is hereby authorized and directed to execute said Grant Agreement for and on behalf of the City of La Porte. PASSED AND APPROVED THIS 12th day of May, 1986. CITY OF LA PORTE BY : l .~ Orman Malone, a or ATTEST: ~~~~~ C/~" City Secretary APPROVED: "~ a < City Attorney • PREFACE • The City Council is requested to consider consent agenda. Approving annual mowing bid award to Sentell Lawn Maintenance in the amount of $7.50/per 25' x 125' lot; $5.50 for each additional contiguous lot and $25.00 per undivided acre. Approving bid for Drum Disc Lathe. Award to MTF Equipment for $3,910.57 and ratification of Emergency Roof repair to Fire Station I for $6,375.00. The Administration recommends City Council approve the Consent Agenda. ,~ , ! • • INTER-OFFICE MEMORANDUM April 24, 1986 T0: David Paulissen - Chief Building. Official FROM: Tim Blackwell - Purchasing Agent ' ~~~; SUBJECT: Sealed Bid #0146 - Annual Mowing Contract '~~~ Advertised, sealed bids 10146 were opened and read in City Council Chambers April 21, 1986 at 4 p.m. Bid invitations were mailed to eight area lawn maintenance firms with the following five returning bids; (1) The Hootman Company, 92) Steve Echols, (3) Goldston Mowing, (4) Rita Walker and (5) Sentel Lawn Maintenance. Bidders were required to submit firm pricing for routinely performing con- tract mowing service for the City under the direction of Code Enforcement. Pricing was submitted for mowing vacant lots with a brush hog, mowing un- divided acreage and mowing residential homesites. Low bid was submitted by Sentel Lawn Maintenance of La Porte in the amount of $7.50/per 25'x 125' lot ($1.25 less than last contract), $5.50 for each additional contiguous lot ($1.25 less than last contract), and $25.00 per undivided acre ($14.75 less than last contract). I recommend that the City of La Porte award the 1986-87 contract for Mowing Service to Sentel Lawn Maintenance on the basis of low bid meeting specifications. Please submit your recommendation along with an Agenda Request Form and all attachments to the City Manager's Administrative Assistant no later than 5:00 p.m. on the Monday preceding the next regular Council meeting. If _ there is a need to delay bringing this bid to the Council, you should con- tact me immediately so that arrangements can be made to extend the quoted bids. Attachment: Bid Tabulation r Sealed Bid 40146 - Annual Mowing The Com Contrac Hootman Steve pany • Echol Goldston Mowing Rita Sentel Lawn Walker Maintenance ** 1. Mow one 1 25'x125' lot with 10.00 ea. 8.75 ea. 8.65 ea 8.50 ea. 7.50 ea. Brush Ho onl 2. Each Additional Conti uous 25' x 125 6.00 ea. b. l ~ 7.00 ea. 6.65 ea. 6.50 ea. .yy . b 5.50 ea. lot u to a total max. of 32 lots 3. Mow undivided acrea a"with brush 22.00 ea. 35.00 ea. 19.50 ea. 30.00 ea. 25.00 ea. ho onl ( er acre) 4. Cleanin levelin and dis osin Negotiable Negotiable Ne otiable a otiable a otiable of debris from areas that cannot be mowed with brush hog with cleanin etc. 5. Mow residential homesite with home lot not to exceed 10,000 s ft. a. Fence removal re uired note this 30.00 ea. 55.00 ea. 24.50 ea. 25.00 ea. 50.00 ea. rice should include returnin fence and or im rovement to on inal condition b. Same as above without fence and 20.00 ea. 23.00 ea. 19.50 ea. 20.00 ea. 25.00 ea. for im rovement c. Same as above with ridin lawnmower 25.00 ea. 55.00 e.a 15.00 ea. 25.00 ea. 50.00 ea. or hawdmower ** Denotes Low Bid U CITY OF LA PORTE INTER-OFFICE MEMORAIdDUM DATE: April 25, 1986 T0: John Joerns, Director of Community Development FROM: David Paulissen, Chief Building Official SUBJECT: Annual Mowing Contract I have reviewed the recommendation of Mr. Tim Blackwell in reference to the annual mowing contract. The low bid was submitted by Sentell Lawn Maintenance of La Porte. Sent®.11 Lawn Maintenance had the annual mowing contract in the fiscal year of 1985 and has an excellent history of performance. I would concur with Mr. Tim Blackwell's recommendation that Sentell Lawn Maintenance should be awarded the annual mowing contract for the year 1986-87. ec: Olivia Moeller • ' • INTER-OFFICE MEMORANDUM APRIL 23, 1986 T0: Dick Root - Garage Superintendent FROM: Tim Blackwell - Purchasing Agent SUBJECT: Sealed Bid 40144 - Drum Disc Lathe Advertised, sealed bids 40144 were opened and read in City Council Chambers April 21, 1986 at 4 p.m. Bid invitations were mailed to eight manufacturers with the following four returning bids: (1.) William A. Kail Co., (2) A.E.D., Inc., (3) Star Machine and Tool Co. and (4) MTF Equipment. I recommend that the award be made to the lowest bidder meeting specifications, which is MTF Equipment at a total cost of $3,910.57. Please submit your recommendation along with an Agenda Request Form and all attachments to the City Manager's Administrative Assistant no later than 5:00 p.m. on the Monday preceding the next regular Cour..cil meeting. If there is a need to delay bringing :his bid to the Council, you s:zould contact me immediately so t:iat arrangements can f•e rude to extend the quoted bids. TB/mb Attachment: Bid Tabulation cc: Richard Hare .. ~ ~ SEALED BID #0144 - Drum Disc Lathe DRUM DISC LATHE DELIVERY William A. A.E.C., Star MTF Equipment Kail Co. Inc. Machine & 1 Tool Co. ** 5,008.00 ~ 4,219.00 ~ 4,000. 30 Days ~ 5 Days ~ 30 Day 3,910.57 7 Days ** DENOTES LOW BID • ~ CITY OF LA PORTE INTER-OFFICE MEMORANDUM T0: Mayor Norman Malone & Members of City Council DATE: April 29, 1986 FROM: Jack Owen, City Manager SUBJECT: Emergency~~Repairs to Fire Station I Roof Fire Station I has developed another severe leak in the roof. The roof is beyond patching and requires a new installation. The leaking can cause additional damage to the building and its contents which includes very expensive fire apparatus. Per our purchasing policies as approved by Council, I am authorizing the emergency purchase of roofing services. I have attached a memorandum from the Fire Department requesting the action and a letter from the Purchasing Agent analyzing the quotations received. By this memorandum, I am authorizing Action Roofing and Repairs, P. 0. Box 568, La Porte, Texas 7757) to proceed with the work described in their quotation for the stated price of $6,375. with a five (5) year guarantee on labor. Jack Owen City Manager JO/RH/jb Attachments: (2) • INTER-OFFICE MEMORANDUM LA PORTE FIRE DEPARTMENT DATE : April 29 , 1986 ~.,, ~,~ •`: ~ ~~ TO : JACK OWEN ,i; r~~ ~~ . ~~~~ ~ ~ FROM: J.L. SEASE • ~?`y~ ~-' ~~ ~.. , :.. I ~b^ ~, SUBJECT : ROOF ON TWO STORY SECTION OF FIRE STATION 4~ 1 : ~~.,,; •;~.~ . , ,~ • ` i :y The flat roof on,the two story section of Fire Station 4~1 has started leaking badly. ` Even light rains are causing the roof to leak. Several roofing contractors have stated that the built up roof needs to be replaced. The leaks are causing a problem to living conditions and as they get worse, are placing our electronic equipment and fire apparatus in jeopardy. I am requesting that you declare an Emergency and allow us to repair the roof by contacting roofing contractors for quotations. Respectfully; ~• .L. Sease Fire Chief JLS /kf INTER-OFFICE MEMORANDUM APRIL 28, 1986 T0: Richard Hare - Assistant City Manager FROM: Tim Blackwell - Purchasing Agent SUBJECT: Emergency Roofing Repair for Fire Dept. Purchasing obtained emergency bids from (1) Foundation & Roofing Contractors, (2) Action Roofing and Repair and (3) Modern Roofing Company for removal of old leaking roof 'and installing new roof. The bid totals are as follows: (1) Foundation & Roofing Contractors - $20,780.00 (2) Action Roofing and Repair - $6,375.00 and (3) Modern Roofing Company - $9,752.00 After a discussion with John Dunham, Assistant Fire Chief, we agreed that the lowest bid met all specifications. Also, Action Roofing was recommended by the Code Enforcement Department. Purchasing recommends that an emergency order be placed with low bidder meeting specifications, Action Roofing. TB/mb ACTION ROOFING & REPAIRS P. O. Box 568 LA PORTE, TEXAS 77571 TO ~ / ~/ ~ ~ eC fI / OAP '~ JOB DESCRIPTION: J0~ ESTIMATE PHONE DATE JOB NAME/LOCATION ~~-~~~~ ~r~ e/ s~~~-~~ ~ tid t` ~~ ~~ -----~ -~Q c ~ . -ru-~-l~ ---~ P --- -.~..~-.,~.ec;r P .-.~ o rte- -Pa~ ~/n ~~.~ i ~ ~d~~ ~ - -- O_/_l/YS ~~o -_,(~ci~~c~ -- -• /T /~iv_.Q._ ~a?_T .w/."~~Q- .__.S'~c~i4?y_ - ->- / / --• ---._-~ f~-.U_~t~%e. - .W_ ..~' ~ . ~ .'Q ..._ ~U R.N/S' /( ?Pp~ /3./O~ o~'//.Sl`/~~~E,~ /9-c /C'~JS_S / ~ - /~'~ /h..~~. -S`/~ol_ .iP . 4' ~= -.GDV / ~/rv f . ~ /f ~1 ~ ~2 O ~-v ir/ -S,Por v rS' ~.v ~ _~~ ~Q ~v ~ ~~+i'~ THIS ESTIMATE IS FOR COMPLETING THE JOB AS DESCRIBED JOBICOST so 3 ~~j ~ O X ABOVE. IT IS BASED ON OUR EVALUATION AND DOES NOT IN- -- CLUDE MATERIAL PRICE INCREASES OR ADDITIONAL LABOR AND MATERIALS WHICH MAY BE REQUIRED SHOULD UNFORESEEN PROBLEMS OR ADVERSE WEATHER CONDITIONS ARISE AFTER THE WORK HAS STARTED. ESTIMATED BY ._ ~~ FOAM 715-7 Avaaabb Irom /.yi:~lrv; Groton Mxxs OtdSt) / ~ -, /~ / / ~~rn~u~ttl ~ ra~t:IVU. ul ra~e~ MODERN ROOFING COMPANY . 161 Rockleigh Place HOUSTON, TEXAS 77017 (713) 640.2267 PROPOSAL SUBMITTED TO PHONE DATE CITY OF LAPORTE 471-5020 4/24/86 STREET JOB NAME P.O.BOX 1115 LAPORTE FIRE STATION i'~ 1 CITY, STATE AND ZIP CODE JOB LOCATION LAPORTE TEXAS 77571 2nd. & A LAPORTE ARCHITECT DATE OF PLANS JOB PHONE We hereby submit specifications and estimates for: . ' REROOF, ..................... ...1.. TEAR OFF..EXISTING..ROOF.. DOWN TO _ CONCRETE .DECK.. ...... .. 2. APPLY CONCRETE PRIMER TO EXISTING DECK. .3. FORM PERIMETER OF ROOF TO ALLOW A.POUR,...OF PERLITE.LIGHTWEIGHT CONCRETE,. ,,..,,...... .... .. WITH A ..MINIMUM .OF ._6" .FALL FROM „SOUTH. END TO .NORTH END OF ROOF, ALL, NECCE$SARY,....... ROOF JACKS-AND ROOF VENTS INCLUDED. 4. INSTALL 4 PLY FIBERGLASS BUILT-UP ROOF, FINAL COAT TO BE ALUMINUM FIBERED COATING. ..... ....5.. .INSTALL ..ALL FLASHINGS.. AS..NEEDED .... ......................_6.....INSTALL...26..GUAGE. COMMERICAL ..8" ..GUTTERS,,,,, ON NORTH..END WITH 3...6x6" DOWNSPOUTS........, ,.., 7 CLEAN .JOB.. SITE.. ........... . ................................................THIS....ROOF...HAS..A...20....YEAR...WA,RRAN~X....~.....7.....XEAR..WORKMANSHIP. WARRANTY.... .. ............................. ~P ~rII#1DSP hereby to furnish material and labor -complete in accordance with above specifications, for the sum of: NINE THOUSAND SEVEN HUNDRED AND FIFTY TWO ----------------- 9,752.00 ~ dollars ($ Payment to be made as follows: All material is guaranteed to be as specified. All work to be completed in s workmanlike ~ ~ ~~~ manner according to standard practices. Any alteration or deviation from above specifics- Authorized lions involving extre costs will be executed only upon written orders, and will become an Signature extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary insurance. Note: This proposal may be ~ Our workers sre fully covered by Workmen's Compensation Insurance. withdrawn by us i} not accepted within days. .i:ti~rp~ifi~p ~f ~r~~usttl -The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified. Payment will be made as outlined above. Signature Date of Acceptance: J Page No f p ~I'11~.111~tFIl ~ ~ a~C~ FOUNDATION & ROOFING C TR CTOR Concrete Finishing, Plumbing, House-Moving . Leveling & Carpentry P. O. BOX 379 ~ LA PORTS, TEXAS 77571 Phone 471-0210 PROPOSAL SUBMITTED TO CITY OF LA PORTS PHONE DATE STREET JOB NPME ~ I CITY, STATE AND ZIP CODE P T TEXAS 77571 JOB LOCATION ARCHITECT DATE OF PLANS JOB PHONE I We hereby submit specitlcations and estimates for• ATT BLACKWELL THIS IS A BID FOR THE PROPOSED WORK TO BE DONE AT THE FIRE STATION #1. PR P D B IS - BUILDING CO SIST NG OF APPROXIMATELY 2 400 S FT . THE WORK IS AS FOLLOWS: THE TE RI G 0 F THE EXIST G ROOF AND REMOVING AIR-CONDITION TUBING AND CLEANING THE DECK OF THE ROOF WHERE IT WILL EXCEPT BONDING AGENT. THE COST OF THIS LABOR t+IILL BE $480.00. #2. THE PREPERATION OF FORMS PLACING NECESSARY REINFORCEMENT FOR LIGHT- " B R MATERIAL #3. TO RE-ROOF WITH ONE PLY OF ROOFER DRY IN SHEET AND 4 pI:IFS OF FIBER- GLASS BUILT uP RUOF AND TO Bt COATEu WITH ALUMINUM ASPHAuLT $7,200.00. #4. INSTALLING NECESSARY FLASHING ANu FACIABOARD 1 500.00. " W D GUTTER WITH 3 DOWN r ~P ~I'Oj1USr hereby to furnish material and labor -complete in accordance with above specifications, for the sum of: _ - . _. dollars ($ ) . Payment to be made as follows: All material is guaranteed to be as specified. All work to De completed in a workmanlike 1 _-~' / manner according to standard practices. Any alteration or deviation from above specifica• Authorized 1 A , lions involving extra costs will be executed only upon written orders, and will become an Signature - i./ , V extra charge over and above the estimate. All agreements contingent upon stakes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary insurance Nnlr i lii~ Ixoposal may be Our workers are fully covered by Workmen's Compensation Insurance. Withdrawn by us .1 stilt accepted within days. .C1rrp~iQtirp Qf ~rD~II1SM1 -The above prices, specifications and conditions are satlstactory and are hereby accepted. You are autharired Signature - to do the work as specified. Payment will be made as outlined above. Signature