HomeMy WebLinkAbout1989-02-27 Regular Meetingi ~
MINUTES OF THE REGULAR MEETING OF THE LA PORTE CITY COUNCIL
FEBRUARY 27, 1989
1. The meeting was called to order by Mayor Malone at 6:00 P.M.
Members of Citv Council Present: Mayor Norman Malone,
Councilpersons Betty Waters, Mike Cooper, Ed Matuszak, Alton
Porter, Mike Shipp, Deotis Gay, B. Don Skelton, Jerry Clarke
Members of City Council Absent: None
Members of City Staff Present: City Manager Bob Herrera, City
Attorney Knox Askins, City Secretary Cherie Black, Assistant
City Manager John Joerns, Assistant to the City Manager Janie
Bais, Purchasing Manager Louis Rigby, Director of Community
Development Joel Albrecht, Director of Parks and Recreation
Stan Sherwood
Others Present: Don Moyer, KPMG Peat Marwick; Brent Ryan;
twelve representatives of the La Porte ISD; Al Blackford; Jan
Stevenson; John Black, Bayshore Sun; 15 citizens
2. The invocation was given by Councilperson Waters.
3. Council considered approving the minutes of the public hearing
and regular meeting of Council held February 13, 1989.
Motion was made by Councilperson Skelton to approve the
Februarv 1~ minutes as presented. Second by Councilperson
Shipp. The motion carried, 8 ayes, 0 nays, 1 abstain.
Ayes: Councilpersons Waters, Cooper, Matuszak, Porter, Shipp,
Gay, Skelton and Mayor Malone
Nays: None
Abstain: Councilperson Clarke
4. The Mayor proclaimed Public Schools Week and La Porte Night at
the Houston Livestock Show and Rodeo.
5. Ms. Jan Stevenson addressed Council regarding garbage bags,
water rates, inappropriately addressed form letters, mobile
home park permits, problems with rewiring a rental unit, and
the economic development study.
At this time, Council suspended the regular agenda and went to
item 8.
~,~.. 2 ~, ~ 89
Minutes, Regular Meeting, La Porte City Council
February 27, 1989, Page 2
8. Council considered an ordinance denying Houston Lighting &
Power Company rate increase application.
The City Attorney read: ORDINANCE 1636 - AN ORDINANCE DENYING
THE PROPOSED SCHEDULE OF RATES FOR ELECTRIC UTILITY SERVICE
FILED BY HOUSTON LIGHTING & POWER COMPANY; CONTAINING FINDINGS
AND OTHER PROVISIONS RELATED TO THE SUBJECT; FINDING
COMPLIANCE WITH THE OPEN MEETIAIGS LAW; AND PROVIDING AN
EFFECTIVE DATE HEREOF.
Motion was made b ~ Council,.person Gav to adopt Ordinance 166
as read by the City Attornev. Second by Councilperson
Clarke. The motion carried, g ayes and 0 nays.
Ayes: Councilpersons Waters, Cooper, Matuszak, Porter, Shipp,
Gay, Skelton, Clarke and Mayor Malone
Nays: None
9. Council considered authorizing a refund of property tax
overpayment.
Motion was made by Councilperson Waters to authorize the
refund of $5~9 2 overpavment of property tax to_ General
American. Second by Councilperson Cooper. The motion
carried, 9 ayes and 0 nays.
Ayes: Councilpersons Waters, Cooper, Matuszak, Porter, Shipp,
Gay, Skelton, Clarke and Mayor Malone
Nays: None
10. Council reviewed recommendation of the Accord Group on
proposals received for microcomputers and accessories, and
authorized award of a primary and secondary contract.
After review of the Accord Group's recommendation, motion was
made by Councilperson Waters to award the orimarv contract to
Com uter Cit and the secondar contract to Deer Park
Computers. Second by Councilperson Skelton. The motion
carried, 9 ayes and 0 nays.
Ayes: Councilpersons Waters, Cooper, Matuszak, Porter, Shipp,
Gay, Skelton, Clarke and Mayor Malone
Nays: None
~ ~
Minutes, Regular Meeting, La Porte City Council
February 27, 1989, Page 3
Before the vote was taken, Assistant City Manager John Joerns
noted that two minor changes to the contract would be made, as
follows:
Under Section IV - Prices of Goods and Services
Item 5 shall have the sentence added that documentation must
be furnished to the City on any price changes.
Under Section VII - General Conditions
Item 4 shall have the clause added that if the VEiJDOR shall
work evenings, holidays or weekends to comply with schedules
established herein, there shall be no additional cost to the
City.
11. Council considered entering into an interlocal agreement with
the City of Baytown for purchase of malathion.
Motion was made by Councilperson Skelton to apnrove_enterin~
into an interlocal agreement with Bavtown for the purchase of
malathion. Second by Councilperson Gay. The motion carried,
9 ayes and 0 nays.
Ayes: Councilpersons Waters, Cooper, Matuszak, Porter, Shipp,
Gay, Skelton, Clarke and Mayor Malone
Nays: None
12. Council considered awarding a bid for chemical, insecticides
and janitorial supplies.
Motion was made by Council erson Porter to award the bid for
chemical, insecticides and janitorial supplies to Centu~
Pa~ers~ at an approximate total cost of $10 616.67. Second by
Councilperson Waters. The motion carried, 9 ayes and 0 nays.
Ayes: Councilpersons Waters, Cooper, Matuszak, Porter, Shipp,
Gay, Skelton, Clarke and Mayor Malone
Nays: None
Council then addressed item 6, the Executive Session, as
follows: A. Legal - Discussion with Attorney regarding
Houston Chemical Services, Inc.; B. Legal - Report from City
Attorney on consolidation legal issues; C.(which was an
addendum) Report - Report from City Manager on status of
Jennie Riley Community Center expansion.
•
Minutes, Regular Meeting, La Porte City Council
February 27, 1989, Page 4
Council adjourned into executive session at 6:25 P.M. and
returned to the Council table at 7:34 P.M., after addressing
two of the scheduled items. The third item was to be taken
back to executive session after the rest of the agenda was
addressed.
7. At this time, item 7 was addressed, which was a presentation
by Don Moyer, KPMG Peat Marwick, regarding the economic
development study done by them.
13. Administrative Reports
The City Manager requested a workshop session on March 6 for
two possible items: A review of Sylvan Beach Convention
Center and review of the electrical ordinance revisions.
14. Council Action: Councilpersons Cooper, Matuszak, Porter, Gay,
Skelton and Clarke brought items to Council's attention.
Council adjourned into executive session at 8:58 P.M. and
returned to the Council table at 10:23 P.M.
15. There being no further business to come before the Council,
the meeting was duly adjourned at 10:24 P.M.
Respectfully submitted:
Cherie Black, City Secretary
Passed & Approved this the
13th day of March, 1989
1~~~ ~~._
~~~
Norman L. Malone, Mayor
Office of the Mayor
~:
r
~~
~P~~~~ ~ ~edi,eatian ~a a ~s~rang ~y~5~em ab eduea~i.an
has been ane ab the ha~2.ematch~ ab the Sate
ab Texans ban mane khan 30 yean~, and the
Sate annuae.2y hays neeagwi.zed Texas Pub.F.i.c
Sehaa.P~ WeeF~; and
WHEREAS, dcvu.ng ~h.i~s ~s~eua2 weefz, panewts and ~c.xpa.yetvs ane
~.nv,cted ~a v,us,ct the pub.P.~.e ~sehaa.P~ ~a tceeagv-,%ze ~G-.e ~ic.emendau~s .cmpatr~anee
ghat auto educa~,%ana.L ~ y~~em hah an autr. cammuwc~:y; and
WHEREAS, the qua2,ity ab aun, eduea~%ana,2 ~sy~s~em hay a di.neet
~.nb.2uenee an the qua~P.%ty ab au>c ai~,i,zew~' .2ive~; and
WHEREAS, ~s,%nce educut.%an hays became a bacae puv~t ban acvc Sate
and Na~,%an, we need xa canti,nue ~a ~sup~a~rt a ~s~cang eduea~,i.ana~ ~sy~~em ~a
~ha~ aute eh.iedfeen w~i,~2 have the appantuwity ~a ~sh.%vte ~h.e .~%gh~ ab 2eadetush~.p
.Ln aut< Nccti.an' ~ bu~utce; and
WHEREAS, we u~cge citi.zev-~ ~a ~a.f~e an aeti.ve ~,rLtene~~ ~,n the ~sehaa.L
~y~5~em by caapenati.ng with ~11e ~chao2 baand, ~su~ehivitendevrt, ptu.nc,%~a.2a and
~eachetc~, and v~~cti.ng the ~sehaa.P~ ~.n anden ~a see the ~s~udev~ -auto butut~.e
.~eade~r~ -dune .cn. the e,2aa~snaam.
NOW, THEREFORE, 1, NORMAN MALUNE, MAYOR vb the C.<.ty ab La Pc,~rte,
da helc.eby ~tcac2adm the weeFz ab Manch G ~Gvcaugh 10, 1989, ass
PUBLIC SCHOOLS WEEK
~.n the C,c~y a b La Pante, and utcg e ai~.zev~s ~a v-i~s,i~t the pub.P,ie ~s ehaa.P~ duni.ng
~G-,%s weef~.
IN WITNESS WHEREOF, I have heheun~ci ~se.~
my hand and eau~sed ~lr.e Sea. a b the C.cty
~a be abb~.xed hetce~a, ~Gvus the 27~h day
ab Febnuatcy, 1989.
Nauman Lane, cyan
~ ~
Office of the Mayor
x
~~
~~~~~.~ ~ The Haus~an L~,ve~s~ach Shaw and Radea .c~ ~.n
~~cagnes~s a~ ~h.e A~s~iradame; and
wHFR~AS, La Pa~cte N~,gh~ a~ ~Gi.e Radea hay been ~e~ ban Mauch 1,
]989, w.%th bea~uned ewtehtai.ne~vs Meese Haggarcd and Geange Janus ~schedu,2ed
~a a~~ean; and
UIH~R~AS, maws have been made ban a ~pec,%a,2 bins, camp.2e~e u~%th
hnacFLS and dtr,%nh~s, ~a ~carv~~ant La Pate bav-~ ~a the A~~wdame an ~ha~
ru.g h~; and
(UH~RFAS, the ca~~ a ~ the ~lc,%~ ~a ~'he A~s~r.adame b y buy .is very
madenate, and ~.nc2ude~s the ca~~ ab adm.i~~s~,an, w.i~h the added beneb-ct ab
gaad bun and campaw%a~vshi.p.
NO~U, TN~R~~ORE, I, NORMAN MALON~, MAYOR vb the City ob La Pale,
da heneb y pna c~a,i.rn Matc.ch 1, ] 9 8 9 , as
LA PORTF NIGHT
a~ ~h.e Radea, and urge ci~%zevvs ~a a~,tend evevLt, ~a maF~e yacvc ne~sehva-
~,i.a vvs ~a g a b y bins , and en1 a y xhe ev evu:.ng .
IN wITN~SS' G1H~R~OF, 1 have heneun~a ~se~ my hand and ca.u~ed the
Sea,2 ab the City ~a be abb~.xed heh.e~a, the 27~h. day ab Febnuan.y, 1989.
anman ane, cyan
• •
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: 02/27/89
Requested By:
Exhibits:
Knox W. Askins
Report
Department : City Attorney
Resolution x Ordinance
See Attatched Ordinance No. 1636
Houston Lighting & Power Ccgr~pany filed its rate increase application with the
City of La Porte on Nov~nber 23, 1988. On Dec~iber 12, 1988, City Council
suspended the rates for 90 days. Under the Public Utility Regulatory Act,
City Council must take action on the request within the 90 day suspension
period.
It is anticipated that all of the cities within. the HL&P service area, which
retained original jurisdiction, will deny the rate increase, and that the
matter will ultimately be decided by the Texas Public Utility Commission.
I recommerx7. passage of Ordinance I~To. 1636, denying the rate increase.
Yours very truly, ~~~
i ;~
Knox W. Askins
City Attorney
City of La Porte
Action Required by Council: Passage of Ordinance No. 1636
Availability of Funds:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
Other (Motor Pool Replacement Fund)
Account Number:
Funds Available: YES NO
ARnroved for City Council Agenda
Robert T. Herrera DATE
City Manager
ORDINANCE N0. 1636 ,
AN ORDINANCE DENYING THE PROPOSED SCHEDULE OF RATES FOR ELECTRIC
.UTILITY SERVICE FILED BY HOUSTON LIGHTING & POWER COMPANY; i' ' I'
CONTAINING FINDINGS AND OTHER PROVISIONS RELATED TO THE SUBJECT; ~'
'FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN ''
~
'EFFECTIVE DATE HEREOF.
WHEREAS, on November 23, 1988, Houston Lighting & Power company'
~ I;
~
I(the "Company") filed with the City a proposed schedule of rates fore,; ~~
:electric utility service within the city's limits to be effecti~,ve~;as':
of December 29, 1988; and
WHEREAS, on December 12, 1988, the City, pursuant to Section .' ~
=43(d) of the Public Utility Regulatory Act, suspended the operation
Iof the proposed change in rates for a period of 90 days beyond th`e~1
!proposed effective date; and
WHEREAS, the Company's filing is so extensive and comply, an'd' iF~
~+
;given the statutory time constraints, it would not be an eff~lcien~
~ '
,.
~~pens~e~,
ruse of the City's resources to undertake the extremely large ,ex
~
', ~I. ' ,~
h~of a comprehensive, independent evaluation of the issues; an
~~ ~ i,a
,
i~ ~~, ',
~I
~ ~~
~,~,~
~ Y ( ~ .. ~ I~
' '
WHEREAS the Public Utilit Commission of Texas the
~~I~~~
yf ~~i; ~
~ ; ~''
"Commission" has the authorit and expertise to adjudicate these` ;~~~~
Y i f ~ ~~~
i
~ ,, ~
,~ r
~
~
j ~
l~~.y
' '~~
.'complex issues and will, in fact, be doing so for other simihar ' ~ ~~~ ~~ I ~
~
~ ' i~
,
~
situated cities and unincorporated areas within the Company's ! !.;,~
~~ ~
..f~f ~
'service territory in Docket No. 8425, Houston Lighting & Power ~, ,i
~~j
Company's Application for Authority to Change Rates; and
~. ,
a
'
WHEREAS, the Commission has initiated Docket No. 6668, Inquiry;; ~ ;,ji~,~~
of the Public Utility Commission of Texas Into the Prudency and' t;,'
~ ,,
~
ti' i ~ » ~''~
Eff iciency of the Planning and Management of the Cons~tructi4~f o,f ;t~~
<
~ I
~ a
,'~ s ~~ _`
~ ~`
:
{
~ yf d 1 ~~ ~~j s,
~~~South. Texas Nuclear Project, to conduct a detailed review of~irthe ,~,'r
~ w
r! .,,
4
_~~~~~
~
~' ~
~
,~~,
~
~'
~
~i li
management and prudence of South Texas Nuclear Project, Unity rl{~'; ~''~'~ ,
~ : {,
~, ~
~f
,~
t.'~y '~ ~
' ~ t ,,i~ s f
~
which has not been pending for more than two years; and ~ ,~
i, i ',
, ~,~~
,.
WHEREAS, the City is desirous of assuring that the Com~~i~ss;io~ ~;;' ~ - '~ 1 jj~
i ~ ~i ~ Vii;"~
i ~, ~ ~
~ ~~~
~'
will have a timely opportunity to consolidate the City rate Case and,!
~ ~ ~ ~,
~
''
' }
f
~
;
I ;
proceeding into the Company's systemwide rate case, in which Ci;ty ~
~
~~~ ~ ~
~ i ,
~ r'
a i ~
has intervened as part of the Houston Coalition of Cities with'' :~' ~~~~Ii"; ~' `
~
~ ~ ~
~ i
~ ~ ~'~'
E~
~
~; ~ ~i; ~
~
. ., ,~9i
,~
i i ~
a
I .
il'u
~~
j
~
Original Jurisdiction; and ,
~
~
~ li, ~ ''~;`' ~ ~ ~
's ~r
an
po'
~d
h the denial of the Com
throu
WHEREAS
th
Cit ~ j ' `~
~
p
y
o
~
~ ~
g
y,
,
e , ~ i~
;
,
~ i
'~~ ~
~
~~"~~
schedule of rates, is not deciding the case on the merits, but ~`is ~
t ;~~
~~
„ r
i
,
~
basing its rationale for denial on the above four paragraphs; ~; ~~ ~~,~ ~~~i'
y ~ I ~ i ~-. ~i ( 1 ! f
j
t I
` f
7g ~
~ ~'
~ ~+ ~ I t~
~ ~
.
17
{ j' ~~ ~~ ~ ~ Fl
~k lil
~
~.
~j; l
k i
~
i
,i~ ,
` ~~ ~ ~a "~s~t ~' ~
1.
!
'
9 '~
'I ~.~
• r
ORDINANCE NO. 1636 Fage 2
'~',; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY',''
OF LA PORTE:
Section 1. Pursuant to the provisions of TEX. REV. CIV. STAT.
ANN. art. 1446c Section 43 (d) (Vernon Supp. 1988), the City Council
hereby denies the Company'
s proposed schedule of rates and orders.-
. ;,
that the Tariff for Electr ic Rates presently in effect and on~file ~ ,
with the City shall remain in full force and effect. ~
3 ,
Section 2. The City
Secretary is hereby authorized to deliver
~ ~,
~
a true and certified copy of this ordinance to the Company ~
~
forthwith. Such copy shal
l constitute a statement of the reasons ,
';,
for denying the Company's rates consistent with the above and-shall ~;'~
~'
also constitute notice of such denial.
Section 3. The City Council officially finds, determines,
recites and declares that
date
' n ritten notice of the
sufficie t w -
a
hour, place and subject of
~~
this meeting of the City Council wa"s '
~,
~pbsted at a place convenie nt to the public at the City Hall o~.th~ ~a~~ ,
~C'~ty for the time required i,'
by law preceding this meeting, as i,, ~, ,,~.~ , . ~ a ~
~E ,
~,,~~
~
! i i I , ~ ~
"required by the Open Meeti ngs Law, Article 6252-17, Texas Revi'sed~~ ~~,~,: •' ? ::
Cf.vil Statutes Annotated; and that this meeting has been opens to thy. ~ ~' ~,~~
~ fi ~.
public as required by law at all times during which this ordinance ~~
and the subject matter thereof has been discussed, considered and
~ i
formally acted upon. The ~~
,.
City Council further ratifies, approves' ~~
<
;
!a~1d confirms such written
, ~
<
notice and the contents and posting '~ ~~
;'~ 5
1
~
thereof . ~
~
',.~ ~ ~ i~ ,
~,~~
`
I ~
di `
4~` 1'~fl 1 ~ ~~
gf ~,'. .'M1
upon
tive immediatel
ff
h
ll b 1 j
~~~
~ ~ C {
i..l~~ X11
~ ~~{{
E i.
Section 4. This Or ,
,
e e
ec
a
nance s , ;,
a ~
~
~ Ikr
~~
its passage and approval.
y~ ,~
~
~ ,
~'
c.~, ~
~
~,~`~
~a
~,
PASSED AND APPROVED, this 27th day of February, 1989. ~~ ~~~ ', ~r`~`'
,~,
~ ~ ~ "~
:
_ ~'~ ~ ; '
~
~
i. ' ~
CITY OF LA PORTE ~' ~,~ ' ~ ;
~
Y;
t' ;~
BY ~ # s
Norman L. Malone, May~r,1;- # ~;~
ATTEST: ~ '~''•~~~' ~~~
~
s ~ ~
t i 3
i ~ ~
~~ ~
~
: I~
'i 9
i, 4 ~I~~~
~'~~.
F
Cherie Black ~ ~ ~ .~
,City Secretary
~~ ~;1'iy .`'
! Y
~ ~~
~IIt~
'APPROVED :
r
~ ~'
~ ~
>>
~
Knox W. Askins
~~ ~ j ~
,P ;
~ ,~ ~} ,
Ca.ty Attorney ~
r~`~i ~ ~ ~~~,;[,
~ l,i ~ ~ ' ~,~ ~ ~ ~ El,l
~
. r ~> >..~~~ ~ ~:
a
~~ ~ ~
. ,.
;~
i
i°
•
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested February 27, 1989
Requested By: Jeff Litchfield Department Finance
~_ Report Resolution Ordinance
Exhibits: Copy of Tax Statement
Copy of Refund Request
SUMMARY & RECOMMENDATION
Section 31.11 of the State Property Tax Code requires property tax
refunds that exceed X500.00 to be approved by the governing body.
The City of La Porte received a property tax payment from General
American that was $539.26 more than they owed. General American should
have paid X2,246.92 but paid X2,786.18, which is the January, 1990
amount.
Action Required by Council:
The City Council needs to approve the refund to General American in
the amount of ffi539.2b.
Availability of Funds:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
Other
Account Number: N/A Funds Available: YES NO
Aaaroved for City Council Agenda
Robert T. Herrera DATE
City Manager
. - -- ~~~a
.. ~ ~ ~~
`'~ ~ CITY OF LA~' PORTE I
~~,,
u ;~ } i
t ,~
.. ._ ._ .
r ~ n , ~, ~d ~ .,-. ~ M~ 100"/. MARKET AND ASSESSED VALUl ' K rA _ .
a -. DISCJPEN: 61NT: ~
P.oeozii~s:u-PORrE,rexnsns»-,,s ~ ue° ~'~ 37i510y- ~FEB 157 28 2404120 ~~
PHONE: 713171.5020 A"
u "'°°""^" MAR 2021 22 2449 j14 ~ I
'` ~' ~ e 'M~' 2~~ - 292.920' APR 2471 16 249 i
:~
s ~~. ~. ; 4 0 8
' 00007960090 MAY : 2921 09 2539 i01
JUN ' 337 03 2583 195
"~"* ; .:TAX ASSESSOR / ;C'OLLECTOF~,'; < rorn~ vA~uE , ..3 3 0. 4 3 0 ~ J U l ' 4 0 41 4 4 2 6 51 13 b ! -
. ~'~»r~~"'ES~° AUG ~ . 42bi 97 I' 2673 i83 ~
1 ANA M.' ESTRADAr ~ o~nesHOMes,~o' J 4' ,SEP `. '.' 4491 38 .' 2696 130
.•ss...4 id'.. ~ 0 C T 4 71 I~ 8 5 ~ i e '.~
1988 `TAxAe~EVA~ue--- ~' ; ~ , NOY ! ` 494j 32 } 2741 ~ 24
~ ~ TAX RATE PER 5100 ~ QQ,'i E C ± ., 5161 79 27 ~ _
~_ :~ i
x: ..:. .~~.,.. . ~. , ~_r, .... ~ JAN I '~' S39~ 26 ~' 2786-118 ;, ,, .
~_ ..
.. ,_.
~' 'AN-,ADDITIONAI~'15X ATTORNEY'S• FEE WILL __
CBE' ADDED' TO" THIS BILL ON JULY` iST. ; MOORE JR BRYAN ~ '
INCt_UDE WITH YOUR PAYMENT IF PAID OM '; 51 i S UTAH ~'" '
•~'
~ ~'s"~~*~~:.PROPERTY DESCRIPTION,AND ACRES*" : ' ' W' 'r~
L'TSr 9 '24 BLK: 79b ~` ~ ~ Q'~~-~~. N~ 1
~i;~`~~}},,~,.. , ,,{,; ~ ,. t,, LA PORTE TX' `,ANc~. ~ ,E°
';f i 77571-0000 ' Oq~ ~,~~ iR~
;517. SOUTH 1bTH` ST~
LAr PORTE.: ,.
. Tax statements billed Oc . Jan. 1tOWri beco delinquent j
~~ , ~ ~, ~. { Feb 1st. Delinquent taxes ect to pe y & interest.
~y~ ~ Rates: Feb. 7% • Mar. 9% -Apr. 13% -Jun. 15% -
~.
i j7 ~, ,. Jul. 18%. :,
,..
..
.__,
~.., - _.
Y ~ ~-~5 '''• Kr"~~ rts° tf.L~1; ~^ ~ $ re w~y~ Ri f a,s e' v ~ ---------- ...
_ An~~"'1'1?x'11'{~h'~•7, '4:~._.~~~."~,a~~..li~~_.x~7~1='.''~..,xf~_k``,~y~a~,'.5~"?&1,~9+'~±~ 'r ~~~,#f~~''ty~~~~'',SYtt'ti:!',:i¢ un' nn~.~. ...s._.w...l
11'0096 ?4411' x:08 L0000 58i;' -.. _.... _.~_.,,:,,,. 7.., .
00 0804 Sn
;.%'
MFG. SEO. NO. -
f 'ag 002409
\C,
~~
,~
~ s ~ ~,
~ ~ ~ .,~
~IIY OI L~ POIZIL
Pr~or+F 17131 471.5020 • P. O Box 1115 • Ln Ponrr, Texns 77571
c
' e ~-~ t ,tom ~4 T a x
Dear
A refund in the amount of ~ 3~%~~-~ ~~' is due on the
fo owing legal description~r~"a ~i-•~-~fG 7iG~
f~~ E~fs,
This refund is the result of a
Erroneous payment
To process this refund, please designate if the refund is to
be refunded to you (the property owner) or to your~'~mor~gage
company. 'If it is to be sent to your mortgage company, fill
i/~n~ the lines below.
S.:,rc~1f"'r ci ~ l.1y-~~~ri ~;/.~ Name of mortgage company
~~ "-~
__~ • t- . .I~C>< ~,~1 ~ Address of mortgage co.
_ />>~ ~i1/D Loan number
This form must be completely filled out and returned to the
City of La Porte Tax Office before a refund can be
processed. Check appropriate box
~' i~ Property owner [~
"-. i "- _~~_ ~~~ I .x,.. ~ Mortgage company®
S~. ~f ture of property owner,
%` ~f ,-%„ Jr~, ~ i ~ , ~ 171(' ; ~~. i • '~ i%/ -
Direct inquiries t~o Tax Office 8:00 a.m. to 5:00 p.m.Mon-Fri
year .~~ ~~7
Acct ~d C~Doo'79GC~~l C
Duplicate payment
/ Overpayment
RFQ~T FOR CITY COUNCIL AGENDA~EM
Agenda Date Requested:
Requested By: John Joern'~~'~ Department: Administration
X Report Resolution __,v_W Ordinance
Exhibits:
1) Letter of Recommendation - Accord Group
2) Proposed Vendor Contracts
SUMMARY & RECOMMENDATION
One of the recommendations contained in the MIS Final Report
presented to Council on August 1, 1988 suggested adoption of
formal standards for microcomputers and accessories.
On November 14, 1988, Council approved a contract with the Accord
Group to assist the City in the preparation of an RFP for
microcomputers and review of proposals received.
Thirty-one invitations for proposals were mailed out and another
fifteen vendors requested proposals from the City. Out of these
forty-seven (47) vendors, seven (7) responded with proposals. The
proposals were then reviewed by the Accord Group resulting in a
recommendation to select a primary and secondary vendor.
The review process which is described in more detail in the
attached letter from Scott Pierson, included a comparison of the
priced proposals, vendor reference checks, vendor financial
statements, site visits, a personal interview and preliminary
contract negotiation.
The MIS Steering Committee on Thursday, February 23, 1989, met to
review the findings of the Accord Group. At that meeting the
Steering Committee concurred in the findings of the Accord Group
and recommended the award of a primary contract to Computer City
and a secondary contract to Deer Park Computer.
Recommendation
The recommended primary vendor is:
Computer City
5901 Westheimer, Suite D
Houston, Texas 77057
The recommended secondary vendor is:
Deer Park Computers
1625 Center Street
Deer Park, Texas 77536
Action Required by Council:
Authorization to enter into a primary and secondary computer
services agreement with Computer City and Deer Park Computers per
terms of the attached agreement and proposals submitted by each
firm.
Availability of Funds:
._ General Fund Water/Wastewater
~._._ Capital Improvement General Revenue Sharing
Other
Account Number; 01~-600-606-8 Funds Available: ~_ YES ~ NO
__.._ __ _~..~ ~__.~ _ ~ ---- - ~-~._._w= -__ _. ~ _-
taDDroved for City Council A e~ nda
Robert T. Herrera DATE ~~
City Manager
., ,
Cc~R
C The ,4
ROtJ
Mr. John Joerns
Assistant City Manager
City of La Porte
604 West Fairmont Pazkway
Post Office Box 1115
La Porte, TX 77571
Dear John:
Professionals Serving Management
in One Accord
February 21,1989
This letter is to outline the ACCORD GROUP's recommendation for vendor selection concerning the
acquisition of microcomputers and accessories. There were seven (7) vendor proposals received and
analyzed in response to the City's "Request For Proposal For Microcomputer Systems and Accessories". The
vendors analyzed were: Computer Station, ComputerCraft, IBM, Compuplace Computer Services,
Computer City, Sooner Office Systems and Deer Pazk Computers. Analysis of the vendor proposals were
based on the following criteria (provided in the RFP):
• Ability of the hazdwaze and softwaze to meet the requirements of the City
• Financial stability of vendor
• Availability of maintenance service in the area
• Cost of hardwaze, software, service and support
• Comprehensiveness of response
• Availability of hardware and softwaze
• Number of successful sunilaz installations
• Training and education to be provided
• Willingness to negotiate a contract
The_worksteps performed in the analysis included: a review of each item proposed, the development of a
price matrix, the performance of vendor reference checks, and a review of vendor fmancial statements.
Using the criteria described above, three (3) vendors were selected as "fmalists". The vendors selected were:
Computer City, Sooner Office Systems and Deer Park Computers. Each of these vendors aze "full-service"
vendors and provided comprehensive, price competitive proposals. Additional worksteps were performed to
further analyze the vendor finalists. These worksteps were; the performance of additional reference checks,
a review of the vendor's location (i.e. sales, service, and training facilities), personal interview(s), and a
preliminary contract negotiation meeting.
740 E. Campbell, Suite 600 • Richardson, Texas 75081 • (214)231-2488
• •
Recommendation
In order to reduce the City's potential risk of utilizing only one vendor, two vendors are being recommended
(a primary and a secondary vendor). The City should utilize the primary vendor as their sole supplier for
microcomputer systems and accessories. The secondary vendor should be utilized only in the event that the
primary vendor cannot provide an item or service, or is unable to provide the level of service that the City
expects. The City should not attempt to utilize both vendors on a continuous basis.
The recommended primary vendor is:
Computer City
5901 Wertheimer, Suite D
Houston, Texas 77057
(713)-783-8818
Contact: Tom Gaussiran or Steve Oakes
Computer City proposed well known "industry standard" microcomputer systems from Hyundai and ARC
(American Research Corporation). Computer City is a retail computer vendor. They maintain an
impressive inventory of these systems as well as other components, peripherals and software proposed.
Computer City has a staff of three (3) certified service technicians and four (4) sales/support
representatives. They are planning to open a second store in the Seabrook area in the next 3 - 4 months
which should enhance service and support for the City.
Computer City has been in the retail computer business for two (2) years. Although the first years' fmancial
reports show some losses, they have shown significant improvement in their second year. The improvements
are due to a change in store management, and a large sale to the FDIC of 400 computer systems. The
owner' s fmancial statements were also reviewed to insure additional funding existed to confirm long term
financial stability. Their reference list contained strong recomendations from all the customers contacted.
The recommended secondary vendor is:
Deer Park Computers
1625 Center Street
Deer Park, Texas 77536
(713)-476-0707
Contact: Wes Harris or Don Burr
Deer Park Computers proposed "industry standard" microcomputer systems that are assembled from
components by Deer Park's staff. Although this approach to microcomputers systems is widely recognized
and accepted as a cost effective alternative to "name brand" systems, it does present additional risk. Because
of these risks it is recommended that the City not utilize these systems as their microcomputers in the initial
phase(s) of acquisition and implementation. [Note: These systems should be considered for future
acquisitions because they offer a significant price/performance advantage. Deer Park can also provide a
"name brand" microcomputer systems from Citizen or Everex, if the City requests.]
Deer Park Computers is a retail computer vendor that maintains a small inventory of systems, components,
peripherals and software. They have a staff of three (3) service technicians; two (2) full-time and one (1)
part-time. Two (2) of the three (3) owners (partners) are also employees active in the day-to-day operation
of the store. The owners have experience with Radio Shack in the retail microcomputer field. Deer Park
Computers has been in business for two years. They have showed a profit each year. Their reference list
from the public sector is impressive for a firm this new.
John, I have enclosed sample contracts (drafts) that contain the respective changes that pertain to each
vendor for your review. If you have any questions, please call.
Sincerely,
~~---
Scott Pierson
SP:kc
Enc
STATE OF TEXAS x
S.Q~PU~~R SERVICES AGREEMENT
COUNTY OF HARRIS ~
THIS CONTRACT, made and entered into on this day of
______________._._, 1988, by and between the City of La
Porte, a Texas Municipal Corporation, hereinafter referred to as
CITY and ~._, hereinafter referred to as
VENDOR with offices at
W 1" T' N E S S E T H:
WHEREAS, The City desires to update and iprove its computer
systems capacities through the purchase and installation of
computer equipment and computer software; and,
WHEREAS; the CITY through the proposal process has awarded
the contract for such services to the VENDOR; and
WHEREAS, the City and VENDOR desire to enter into a
contract for said services;
NOW THEREFORE, in consideration of the mutual agreements
hereinafter stated, it is hereby understood and agreed by the
parties hereto as follows:
I. DEFINITIONS.
1) Training: Training shall include introduction to
the computer hardware and operating system.
2) Installation: Installation shall mean the
unpacking and assembling of equipment at the
CITY'S designated sites. Installation shall also
include a demonstration of the functionality of
all systems to be utilized on that particular
piece of equipment. The VE"JDOR shall also
provide a forty-eight hour burn-in period for all
computer hardware.
3) Documer tion: Documentation sl~l mean all
manuals, instructional materials, warranty
materials, or other printed material germane to
the equipment described herein.
II. GOODS AND SERVICES PROVIDED.
VENDOR agrees to furnish the following services and
equipment on demand by purchase order and to the best
of its ability in such manner as to serve the best
interest of the CITY and in accordance with
instructions received from the CITY as follows:
1) Computer equipment (the price hereof shall
include freight and shipping as computed below;
insurance, installation of ordered peripherals;
manufacturer's warranty, and burn-in).
2) Licenses or sub-licenses of operating systems
software (the price shall include pass-through to
the CITY of all rights, warranties and
documentation).
3) Licenses of application software (the price shall
include all documentation).
4) Training for those individuals defined in Section
III at the Request for Proposals
price.
5) Documentation as defined in Appendix A of the
Request for Proposal.
III. PAYMENT.
The CITY agrees to pay VENDOR from funds made
available as follows:
1) Payment shall be due the VENDOR no later than
thirty (30) days following the complete receipt
of all items on a purchase order. The VENDOR
shall invoice all items on a purchase order
within five (5) days of complete delivery to the
CITY.
2) A late delivery charge of 5~ of an invoice total
shall be assessed the VENDOR if goods or services
are not received within thirty (30) days of the
issuance of a purchase order.
-2-
3) An imm~ate delivery bonus of 5%~f an invoice
total shall be paid to the VENDOR if the entire
purchase order is received within seven (7) days
of issuance of same provided the CITY requested
immediate delivery on the purchase order.
4) Hardware and software shall provide thirty (30)
days operation without major failure. A major
failure is described as any malfunction that
prevents "normal" operation of the system. A
system that has had more than one (1) major
failure should be replaced by the VENDOR at no
charge to the CITY. Each major failure resets
the twenty days of operation.
IV. PRICES Ofi GOODS AND SERVICES.
1) VENDOR agrees to sell items not listed in Exhibit
"A" to the CITY as follows: any complete
computer system at 15% over dealer cost,
individual hardware items, at 20~ over vendor
cost, and software at 20~ over vendor cost.
2) In the event the item priced has no manufactured
suggested retail price (parts, build-up or add on
components, etc.), the CITY and VENDOR may reach
a mutually agreeable price or either party may
seek a Third party determination of a fair price
via non-binding arbitration.
3) If there exists any substantial variation between
prices computed in this section and the attached
Exhibit "A", this section shall control.
4) VENDOR shall provide to the CITY, under the
provisions herein, products which are then
currently available during the term of this
contract.
5) Any change (reduction or increase) in a
manufacturer's suggested retail price during the
term of this contract shall be passed on to the
CITY.
6) VENDOR agrees to sell the CITY new computer
hardware or software. No used or refurbished
equipment will be permitted.
-3-
V. TERM OF AGREEMENT.
•
The term of this agreement shall commence
1989 and extend through December 31; 1989.
VI. TRANSPORTATION OF GOODS.
VENDOR agrees to deliver and install at no charge to
the CITY shipments of merchandise of $1,500.00 or
more.
VII. GENERAL CONDITIONS.
1) THE CITY'S Request for Proposal, attached hereto
as Exhibit "A" shall further define the rights
and duties of the parties hereto and is made a
part hereof. Notwithstanding the foregoing, in
the event of a conflict between this contract
shall control.
2) VENDOR warrants that all software provided herein
will operate on the hardware required under this
contract.
3) The VENDOR shall warrant all hardware for a
period of at least one (1) year from delivery.
4) VENDOR shall be responsible for all schedule
delays. VENDOR shall work evenings, holidays or
weekends to comply with schedules established
herein.
5) VENDOR agrees to follow informal and formal
project management procedures established by the
CITY, or its designee.
6) VENDOR warrants that it has legal title to the
hardware and all right to sell, license or•
sub-license all goods and services to be provided
herein. VENDOR further indemnifies the CITY
against any claims for patent of copyright
infringement resulting from the use of goods and
services included herein.
-4-
7) If hardre to be delivered is del~d to such an
extent that the overall schedule cannot be met,
said determination to be made solely by the CITY,
the VENDOR shall make other arrangements for
providing said hardware to the CITY at no extra
cost.
This agreement and each contract hereunder shall be
construed in accordance with the laws of the State of Texas. The
terms of this agreement may not be altered, amended, or
supplemented without the approval. of the City Manager of the City
of La Porte. Any term, provision, or condition contained in this
agreement shall be controlling unless such inconsistent term,
provision, or condition shall have been expressly waived in
writing by both CITY and VENDOR.
The obligation for payment by the City hereunder shall be
limited to funds authorized and made available by the City
Council solely for such purpose.
IN WITNESS WHEREOF', the parties have in duplicate original
hereto signed this Agreement by the respective parties authorized
to execute same this day of ~___
1 989•
(NAME OF VENDOR)
BY:
(Title)
ATTEST:
City Secretary
CITY OF LA PO RTE
A Municipal Corporation
BY:
City Manager
-5-
~~or ~x1r ~
•
STATE OF TEXAS ~
COMPUTER SERVICES AGREEMENT
COUNTY OF HARRIS $
THIS CONTRACT, made and entered into on this _ _____day of
-~________________~ , 1989, by and between the City of La
Porte, a Texas Municipal Corporation, hereinafter referred to as
CITY and , hereinafter referred to as
VENDOR with offices at
W I T N E S S E T H:
WHEREAS, The City desires to update and iprove its computer
systems capacities through the purchase and installation of
computer equipment and computer software; and,
WHEREAS, the CITY through the proposal process has awarded
the contract for such services to the VENDOR; and
WHEREAS, the City and VENDOR desire to enter into a
contract for said services;
NOW THEREFORE, in consideration of the mutual agreements
hereinafter stated, it is hereby understood and agreed by the
parties hereto as follows:
I. DEFINITIONS.
1) Training: Training shall include introduction to
the computer hardware and operating system.
2) Installation: Installation shall mean the
unpacking and assembling of equipment at the
CITY'S designated sites. Installation shall also
include a demonstration of the functionality of
all systems to be utilized on that particular
piece of equipment. The VENDOR shall also
provide a forty-eight hour burn-in period for all
computer hardware.
-1-
3) Documentation: Documentation shall mean a'
manuals. instructional materi~, warranty
materials, or other printed material germane to
the equipment described herein.
II. GOODS AND SERVICES PROVIDED.
VENDOR agrees to furnish the fol.l_owing services and
equipment on demand by purchase order and to the best
of its ability in such manner as to serve the best
interest of the CITY and in accordance with
instructions received from the CITY as follows:
1) Computer equipment (the price hereof shall
include freight and shipping as computed below,
insurance, installation of ordered peripherals,
manufacturer's warranty, and burn-in).
2) Licenses or sub-licenses of operating systems
software (the price shall include pass-through to
the CITY of all rights, warranties and
documentation).
3) Licenses of application software (the price shall
include all documentation).
4) Training for those individuals defined in Section
__I II~___,_.____._.~~ at the Request for Proposals
price.
5) Documentation as defined in Appendix A of the
Request for _P_roposal.
III. PAYMENT.
The CITY agrees to pay VENDOR from funds made
available as follows:
1) Payment shall be due the VENDOR no later than
thirty (30) days following the complete receipt
of all items on a purchase order. The VENDOR
shall invoice all items on a purchase order
within five (5) days of complete delivery to the
CITY.
2) A late delivery charge of 5~ of an invoice total
shall be assessed the VENDOR if goods or services
are not received within thirty (30) days of the
issuance of a purchase order.
-2-
3) An imm~ate delivery bonus of 5~•f' an invoice
total shall be paid to the VENDOR if the entire
purchase order is received within seven (7) days
of issuance of same provided the CITY requested
immediate delivery on the purchase order.
4) Hardware and software shall provide thirty (30)
days operation without major failure. A major
failure is described as any malfunction that
prevents "normal" operation of the system. A
system that has had more than one (1) major
failure should be replaced by the VENDOR at no
charge to the CITY. Each major failure resets
the twenty days of operation.
IV. PRICES OF GOODS AND SERVICES.
1) VENDOR agrees to sell items not listed in Exhibit
"A" to the CITY as follows: any complete computer
systems at 15~ over vendor cost, individual hard-
ware items, at 20~ over vendor cost, and software
at published dealer cost. (The vendor to make
profit from Distributor volume discounts).
2) In the event the item priced has no manufactured
suggested retail price (parts, build-up or add on
components, etc .) , the CITY and VENDOR may reach
a mutually agreeable price or either party may
seek a Third party determination of a fair price
via non-binding arbitration.
3) If there exists any substantial variation between
prices computed in this section and the attached
Exhibit "A", this section shall control.
4) VENDOR shall provide to the CITY, under the
provisions herein, products which ar•e then
currently available during the term of this
contract.
5) Any change (reduction or increase) in a
manufacturer's suggested retail price during the
term of this contract shall. be passed on to the
CITY.
6) VENDOR agrees to sell the CITY new computer
hardware or software. No used or refurbished
equipment will be permitted.
-3-
V . TERM OF AGREEMENT .
•
The term of this agreernent shall commence
1989 and extend through December 31, 1989.
VI . T RANSPO RTATION OF GOODS .
VENDOR agrees to deliver and install at no charge to
the CITY shipments of merchandise of $1,500.00 or
more.
VII. GENERAL CONDITIONS.
1) THE CITY'S Request for Proposal, attached hereto
as Exhibit nAn shall further define the rights
and duties of the parties hereto and is made a
part hereof. Notwithstanding the foregoing, in
the event of a conflict between this contract
shall control.
2) VENDOR warrants that all software provided herein
will operate on the hardware required under this
contract.
3) The VENDOR shall warrant all hardware for a
period of at least one (1) year from delivery.
4) VENDOR shall be responsible for all schedule
delays. VENDOR shall work evenings, holidays or
weekends to comply with schedules established
herein.
5) VENDOR agrees to follow informal and formal
project management procedures established by the
CITY, or its designee.
6) VENDOR warrants that it has legal title to the
hardware and all right to sell, license or
sub-license all goods and services to be provided
herein. VENDOR further indemnifies the CITY
against any claims for patent of copyright
infringement resulting from the use of goods and
services included herein.
-4-
7) If hardware to be delive
extent •at the overall
said determination to be
the VENDOR shall make
providing said hardware
cost.
red is delayed to such an
schedule not be met,
made solely by the CITY,
other arrangements for
to the CITY at no extra
This agreement and each contract hereunder shall be
construed in accordance with the laws of the State of Texas. The
terms 'of this agreement may not be altered, amended, or
supplemented without the approval of the City Manager of the City
of La Porte. Any term, provision, or condition contained in this
agreement shall be controlling unless such inconsistent term,
provision, or condition shall have been expressly waived, in
writing by both CITY and VENDOR.
The obligation for payment by the City hereunder shall be
limited to funds authorized and made available by the City
Council solely for such purpose.
IN WITNESS WHEREOF, the parties have in duplicate original
hereto signed this Agreement by the respective parties authorized
to execute same this day of
1 989.
(NAME OF VENDOR _~
ATTEST:
City Secretary
BY:
(Title)
CITY OF LA PO RTE
A Municipal Corporation
BY:
City Manager
-5-
REQU~ FOR CITY COUNCIL AGENDA ~M
a
Agenda Date Requested: February 27, 1989
Requested By: Louis Rigby Department: Purchasing
Report
Fund
Improvement
Exhibits: Letter From City of Baytown Purchasing
Interlocal Agreement
- SUMMARY & RECOMMENDATION
Ordinance
The City of Baytown, through a cooperative purchasing program
with the Cities of La Porte and Seabrook, has completed the bid
process for the purchase of malathion. Low bid meeting
specifications was submitted by Van Waters & Rogers, Inc., for
$899.10 per 54 gallon drum.
Estimates for use in the City of La Porte, including Bay
Forest Golf Course, would be 13 drums for a total of $11,688.30.
Action Required by Council:
Approve interlocal agreement between the cities of La Porte,
Baytown, and Seabrook for the purchase of malathion.
Availability of Funds:
X General
Capital
Other
Account Number:
028-800-811-207
001-700-701-207
Resolution
Water/Wastewater
General Revenue Sharing
Funds Available: X YES NO
Approved for City Council Agenda
a laal~
obert T. Herrera DATE
City Manager
~.
~. ~,
~'~' ~ .
BAYT'OWN
POST OFFICE BOX 424 TELEPHONE 422-2322 AREA CODE 713 BAYTOWN, TEXAS 77520
PURCHASING DEPARTMENT
February 10, 1989
City of LaPorte
PO Box 1115
LaPorte, TX 77571
Attention: Louis Rigby
RE: Annual Malathion Contract
Dear Sir:
The City of Baytown received bids on January 17, 1989, for
our cities' malathion needs for the upcoming year.
The City of Baytown mailed bids to six (6) vendors and
received three (3) proposals. The low bidder meeting
specifications is Van Waters 8 Rogers, Inc. with a bid of $899.10
per 54 gallon drum ($16.65 per gallon). I have attached a copy
of Van Waters 8~ Rogers, Inc. bid and our bid tabulation for your
reference. The pricing offered is $38.34 less than last year's
contract price.
We have taken this to our City Council for their approval
and they have initiated an interlocal agreement among our cities
on February 9, 1989. Please find three originals of the
interlocal agreement enclosed. The three originals should be
signed and sent back to me as soon as possible. I will send the
three originals to the City of Seabrook for their signatures.
Upon receiving the agreements from the City of Seabrook I will
return one to you far your records. If you have any questions
on the contract or the interlocal agreement, please contact me.
Sincerely,
Gc~4C1"•-
Susan Kelley
Buyer
SLK:mib
Enclosure
THE STATE OF TEXAS
COUNTY OF HARRIS
THIS AGREEMENT made this ~~ day of r , 19~,
between the CITY OF BAYTOWN, Texas, the CITY OF LA POR E, Texas,
and the CITY OF SEABROOK, Texas.
W I T N E S S E T H:
Pursuant to the authority granted by the Texas Interlocal
Cooperation Act (Article 4413 (32c) V.A.T.S.) providing for the
cooperation between local governmental bodies, the parties
hereto, in consideration of the premises and mutual promises
contained herein, agree to as follows:
I
The City of Baytown, hereinafter referred to as "City,"
shall be the true and lawful purchasing agent for the purchase of
malathion. The quantity and type of malathion purchased shall be
as specified in the City of Baytown's Bid No. 8911-16. The terms
of this bid shall govern the price, quantity, the date and
location of delivery, and the billing instructions.
II
The City agrees that all specifications for said items shall
be as determined by the City, the City of La Porte, and the City
of Seabrook.
III
The Cities, by execution of this agreement, agree to
directly pay the vendor after complete shipment of its order and
receipt of a proper invoice. The payment shall be the full cash
amount of each Cities' portion of the joint order.
IV
This agreement shall take effect upon execution by the
signatories and shall serve as each Cities' commitment to
purchase the malathion defined in Bid No. 8911-16.
V
This agreement shall be in effect from the date of execution
until ~eb~~ary ~8, 194d .
-~
IN WITNESS WHEREOF, the parties hereto have caused this
agreement to be executed by their authorized officers the day and
year first above written.
CITY OF BAYTOWN
~-
EMMETT 0. HUTTO, Mayor
~ ~
ATTEST:
~ ~ ~ ~.
.~~.~~'~
EILEEN P. H LL, City Clerk
By
ATTEST:
CHERIE BLACK, City Clerk
By
ATTEST:
EVELYN PURSWELL, City Secretary
C:5:26:1
CITY OF LA PORTE
NORMAN L. MALONE, Mayor
CITY OF SEABROOK
HELMUT A. KUEHNEL, Mayor
- 2 -
REQUE~ FOR CITY COUNCIL AGENDA ~M
Agenda Date Requested: February 27, 1989
Requested By: Louis Rigby- Department: Purchasing
Report
Resolution
Exhibits: Memo to Director of Finance
Bid Tabulation
SUMMARY & RECOMMENDATION
Ordinance
Advertised, sealed bids #308 for chemical, insecticides, and
janitorial supplies kept in warehouse inventory were opened and
read on February 6, 1989. Low bid meeting specifications was sub-
mitted by Century Papers. Using estimated yearly quantities, the
total cost would be $10,616.67.
Action Required by Council:
Approve awarding contract to low bidder.
Availability of Funds:
X General
Capital
Other
P.ccount Number:
Fund
Improvement
001-607-607-115
Water/Wastewater
General Revenue Sharing
Funds Available: XX YES NO
Approved for City Council Agenda
Robert T. Herrera DAT
City Manager
CITY OF LA PORTE
INTER-OFFICE MEMORANDUM
FEBRUARY 21, 1989
T0: Jeff Litchfield, Director of Finance
FROM: Louis Rigby, Purchasing Manager ~~~
SUBJECT: Sealed Bid 40308 - Chemical, Insecticides, &
Janitorial Supplies
Advertised, sealed bids 440308 for chemicals, insecticides,
and janitorial supplies were opened and read on February 6, 1989.
Bid requests were mailed to three suppliers with the following
returning bids: 1) Brawner Paper, 2) Century Papers, and 3) Lone
Star Brush & Chemical.
Low bid was submitted by Century Papers. Using estimated
yearly quantities, the total contract cost would be $10,616.67.
I will submit an agenda request form and take this before
council on February 27, 1989•
LR/gr
Attachment: Bid Tabulation
•
SEALED BID #030j
CHEMICALS, INSECTICIDES AND BRAWNER CENTURY LONE STAR
JANITORIAL SUPPLIES PAPER CO. PAPERS BRUSH &
INC. INC. CHEM. CO.
I. CHEMICALS
1. ODOR COUNTERACTANT 10.47 9.33 2.23
2. WEEDKILLER NB 10.67 NB
E X T E N D E D T O T A L S 502.56 4,201.00 107.04
II. INSECTICIDES
3. MOSQUITO REPELLANT 3.11 1.56 1.73
4. WASP AND HORNET SPRAY 2.70 1.81 3.36
E X T E N D E D T O T A L S 751.60 404.31 507.28
III. JANITORIAL SUPPLIES
5. LIQUID BLEACH l.ll 1.05 1.33
6. CLEANSER .74 .71 .88
7. GENERAL DETERGENT 3.99 2.60 2.15
8. DISHWASHING LIQUID 2.87 1.08 1.78
9. DISINFECTANT CLEANER 5.13 5.08 2.91
10. GLASS CLEANER 5.67 2.13 1.46
11. LIQUID HAND SOAP 3.56 2.33 3.02
12. TRASH BAGS
A. 15" x 9" x 23" 9.56 16.41 NB
B. 16" x 14" x 36" 13.07 8.90 NB
C. 22" x 14" x 58" 26.86 17.79 NB
i ~
BRAWNER CENTURY LONE STAR
III. JANITORIAL SUPPLIES
13. COMMODE BRUSHES 1.76 1.45 1.48
14. DEODORANT BLOCKS .39 .43 .40
15. MOP HEAD
A. 16 oz. 1.33 2.19 2.06
B. 24 oz. 1.84 3.05 2.83
16. URINAL SCREEN 1.11 1.44 1.26
17. FT. HOWARD FLAT TOILET TISSU 47.83 39.04 NB
18. 2-PLY TOILET TISSUE 31.88 31.40 NB
19. #202 PAPER TOWEL 22.75 17.94 NB
20. #209 PAPER TOWEL 23.71 23.01 NB
21. 2-PLY ROLL PAPER TOWEL 20.44 21.54 NB
22. FACIAL TISSUE 13.49 16.12 NB
E X T E N D E D T O T A L S 6,474.62 6,011.36 1,104.72