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