Loading...
HomeMy WebLinkAbout1990-04-23 Regular Meeting (\ \ j r'.- ( \ \ ,I ,~ MINUTES OF THE REGULAR MEETING OF THE LA PORTE CITY COUNCIL APRIL 23, 1990 1. The meeting was called to order by Mayor Pro Tern Betty Waters at 6:00 P.M. Members of city Council Present: Mayor Pro Tern Betty Waters, councilpersons Mike'Cooper, Ed Matuszak, Bob McLaughlin, Alton Porter, B. Don Skelton, Jerry Clarke Members of Council Absent: Mayor Norman Malone, Councilperson Deotis Gay 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, Police Chief Charles Smith, Director of Public Works Steve Gillett, Finance Officer Linda Waugh, Director of Parks and Recreation Stan Sherwood, Finance Director Jeff Litchfield, Assistant Director of Public Works Buddy Jacobs, purchasing Manager/Human Resources Manager Louis Rigby, Golf Pro Alex Osmond, Golf Course Superintendent Dennis Hvalaty Others Present: Robert Bryant; Leta Brown; John Black, Bayshore Sun; 12 citizens 2. The invocation was given by Councilperson Clarke. 3. Council considered approving the minutes of the public hearings and regular meeting of Council held April 9, 1990. It was noted that on page 3, item 9, sentence should read liThe motion failed, 3 ayes and 6 nays." Motion was made bY Councilperson Skelton to approve the April 9 minutes as corrected. Second by Councilperson McLaughlin. The motion carried, 6 ayes and 1 nay. Nays: Councilpersons Cooper, Matuszak, McLaughlin, Skelton Clarke and Mayor Pro Tern Waters Councilperson Porter Ayes: 4. The Mayor presented the Employee of the Quarter award for December, January and February, 1989-90, to Public Works employee Leta Brown. Ms. Brown received a plaque and congratulations and compliments from Council. Apr// B31 JCj90 e e Minutes, Regular Meeting, La Porte City Council April 23, 1990, Page 2 5. Mr. Robert Bryant, 9622 Carlow, addressed Council regarding building code updates for mobile homes to allow them on single lots, and also about possible tax abatements for businesses on Main street to encourage new business. 6. Council considered a resolution accepting a grant offer from the Federal Aviation Administration for Airport Project No. 3-48-0127-05. The City Attorney read: RESOLUTION 90-4 - A RESOLUTION ACCEPTING A GRANT OFFER FROM THE FEDERAL AVIATION ADMINISTRATION FOR AIRPORT PROJECT NO. 3-48-0127-05 Motion was made bY Councilperson Porter to approve Resolution 90-4 as read by the city Attorney. Second by Councilperson Clarke. The motion carried, 7 ayes and 0 nays. Nays: Councilpersons Cooper, Matuszak, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters None Ayes: 7. Council considered calling a special meeting for May 7, 1990, to canvass the May 5 election and seat new Councilmembers. Motion was made bY Councilperson Skelton to call a special meetinq of Council for May 7. 1990. Second by councilperson Cooper. The motion carried, 7 ayes and 0 nays. Nays: Councilpersons Cooper, Matuszak, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters None Ayes: 8. Council considered changing the May 28 meeting date in order to accommodate the city holiday schedule. Motion was made by Councilperson Clarke to chanqe the May 28 meeting date to May 21. Second by Councilperson McLaughlin. The motion carried, 7 ayes and 0 nays. Nays: Councilpersons Cooper, Matuszak, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters None Ayes: 9. Council considered approving an interlocal purchasing agreement with Houston-Galveston Area Council. Motion was made bY Councilperson Matuszak to approve the interlocal purchasinq aqreement with Houston-Galveston Area Council. Second by councilperson Skelton. The motion carried, 7 ayes and 0 nays. e e Minutes, Regular Meeting, La Porte City Council April 23, 1990, Page 3 Ayes: Nays: Councilpersons Cooper, Matuszak, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters None 10. Council considered approving an interlocal agreement with the cities of Bay town and Seabrook for purchase of malathion. Motion was made by Counciloerson McLauqhlin to aoorove the interlocal agreement with the cities of Bay town and Seabrook for ourchase of malathion. Second by Councilperson Clarke. The motion carried, 7 ayes and 0 nays. Ayes: Nays: Councilpersons Cooper, Matuszak, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters None 11. Council considered rejecting a bid for a 36-passenger bus. Motion was made bY Councilperson Skelton to reiect the bid for the 36-oassenger bus. Second by Councilperson Cooper. The motion carried, 7 ayes and 0 nays. Ayes: Nays: Councilpersons Cooper, Matuszak, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters None 12. Council considered a consent agenda as follows: (A) Consider awarding a bid for topping sand; (B) Consider awarding a bid for a pick up truck; (C) Consider awarding a bid for a tractor; (D) Consider approving purchase of malathion; (E) Consider awarding a bid for chemicals, insecticides and janitorial supplies. Councilperson Clarke requested item A be removed. Motion was made by Counciloerson Coooer to ao~rove consent aqenda items B. C. D and E as oresented. Second by councilperson Porter. The motion carried, 7 ayes and 0 nays. Ayes: Nays: Councilpersons Cooper, Matuszak, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters None After discussion of item A, motion was made bY Counciloerson Clarke to award the bid for toppinq sand as oresented. Second by councilperson Cooper. The motion carried, 7 ayes and 0 nays. e e Minutes, Regular Meeting, La Porte city council April 23, 1990, Page 4 Nays: Councilpersons Cooper, Matuszak, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters None Ayes: At this time, Council adjourned into executive session at 6:34 P.M. under Article 6252-17, Section 2(E) - (Legal) to meet with the City Attorney to discuss Underwood Road utility service contract and settlement agreement. Council returned to the table at 7:42 P.M. Councilperson Matuszak left the Council table at 6:35 P.M. from the executive session and did not return to the Council table. 13. Council addressed two workshop items: (A) Discuss request for utility service outside city limits. Assistant City Manager John Joerns reviewed the request of Mr. Eugene Abbott for utility service outside the La Porte city limits in Deer Park and Council's direction to staff at that time. The information provided for the workshop covered buildings owned or developed by Abbott Development and the pending request for service to two new buildings requesting service. (B) Discuss false alarm ordinance. Police Chief Charles smith reviewed a proposed false alarm ordinance. After the review and questions from council, motion was made bY Counciloerson Skelton that the ordinance be out on the May 21 aqenda for action. Second by Councilperson McLaughlin. The motion carried, 6 ayes and 0 nays. Nays: Councilpersons Cooper, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters None Ayes: 14. Council considered approving a contract for utility service outside city limits. Motion was made by Counciloerson Porter to table this item until the May 21 meetinq. Second by Councilperson McLaughlin. Mayor Pro Tem Waters gave direction to staff that had been discussed in the executive session: (1) It is Council's intention to reaffirm the desire for 150% to be the basis of restitution for all bills due the city from all the services extended beyond our city limits; (2) Council wished to serve notice that they will look seriously at terminating all services to those businesses outside our city limits within . . Minutes, Regular Meeting, La Porte city council April 23, 1990, Page 5 an 18 month period. This period is deemed to be adequate for them to seek services elsewhere. (3) It is the consensus of Council that Mr. Abbott not be permitted to connect any new buildings to the existing four-inch line. The vote was taken and the motion carried, 4 ayes and 2 nays. Nays: Councilpersons McLaughlin, Porter, Skelton and Clarke Councilperson Cooper and Mayor Pro Tem Waters Ayes: 15. Administrative Reports A. Commercial Solid Waste Study - Director of Public Works Steve Gillett presented highlights of the study done by him and his staff regarding commercial solid waste operations. A comparison will be made between City operations and a private hauler operation by requesting proposals from private collection contractors for collecting commercial containerized solid waste in our city, and evaluation made on whether to expand our commercial operations. The request will be solicited in mid-May of this year. B. Leadership Conference on April 26 - Bob Herrera reminded Council of the Leadership Conference breakfast and the luncheon at Sylvan Beach Pavilion at noon. 16. Council Action - councilpersons Cooper, McLaughlin, Porter, Skelton, Clarke and Mayor Pro Tem Waters brought items to Council's attention. 17. Council adjourned into executive session at 8: 51 P.M. to address Article 6252-17, section 2(R) - (Conference) - to receive a report from the City Manager regarding proposed contract with the City of Shoreacres for dispatch services. Council returned to the table at 9:12 P.M. 18. There being no further business to come before the Council, the meeting was duly adjourned at 9:13 P.M. Respectfully submitted: l~c~tary Passed & Approved this ~th ay of May, ,1:~ '#'mA./:Pe.;r ~ N man L. Malone, Mayor the - e ~ Minutes, Public Hearings and Regular Meeting La Porte City council April 9, 1990, Page 3 The Mayor called for public input. Harley Martin, President of ICN, addressed Council to express his willingness to accept the conditions of the PUD set out by the Planning and Zoning commission. Questions from Council were answered. There being no further input, the Mayor declared public hearing "B" closed. 8. Blinkey, the robot cop recently purchased through donations, was introduced to Council by Chief Charles smith. Blinkey was certainly well-received, and his "keepers", Mike Edgmon and Jerome McKown, handled him very professionally. 9. Council considered approving a special conditional use permit for Fairmont Park Baptist Church to allow placement of a 24- foot by 32-foot portable building to be used for storage. Motion was made bv Councilperson McLauqhlin that the request be returned to the Planninq and Zoning commission for further study. Second by councilperson Gay. The motion failed, 3 ayes and 6 nays. Ayes: Nays: Councilpersons McLaughlin, Gay and Skelton councilpersons Waters, Cooper, Matuszak, Porter, Clarke and Mayor Malone Motion was made bv Councilperson Porter to deny the request of Fairmont Park Baptist Church for a special conditional use permit. Second by Councilperson Clarke. Councilperson Gay moved to amend the motion to approve the permit if the buildinq was moved. City Attorney Askins stated that this motion to amend was not in order. The motion to deny the request was voted, and carried, 5 ayes and 4 nays. Nays: Councilpersons Waters, Cooper, Porter, Clarke and Mayor Malone councilpersons Matuszak, McLaughlin, Skelton and Gay Ayes: 10. Council considered approving a special conditional use permit for International Cargo Network to allow dev~lopment of a Planned Unit Development (PUD) to consist of a refrigerated warehouse complex. Motion was made bv Councilperson Clarke to approve the special conditional use permit for International Carqo Network. Second by Councilperson Waters. The motion carried, 9 ayes and 0 nays. . . .. EMPLOYEE OF THE QUARTER DECEMBER, JANUARY AND FEBRUARY 1989-90 Leta Brown has been employed by the city of La Porte for over 13 years in various capacities. She transferred into the Public Works Department from Code Enforcement in October of 1987. Leta is a trusted and valued part of the Public Works department. She willingly does all that is asked of her and spends whatever time is needed to complete a task with no complaints. Her work is always of a high quality and she requires very little direct supervision. She has willingly assisted new secretaries in the department in learning their duties and in adjusting to the daily routine of Public Works. Leta has a real knack for dealing with the public. Her experience in other departments allows her to be able to either answer a customer's questions or direct them to the proper person able to resolve their problem. She is genuinely interested in helping people, customers and employees alike. Her good nature and pleasant manner make for a relaxed, yet competent office environment. Leta is an excellent employee who quietly performs her duties and keeps the office running smoothly. She helps the staff in many small ways that keeps department morale high. Her contributions to the department are seldom notices by anyone outside of Public Works; however, she is an integral part of the daily operations. For these reasons, and to recognize Leta for her performance, I am proud to name LETA BROWN as Employee of the Quarter for December, January and February, 1989-90. . e NAHE: SUBJECT ON WHICH I WISH TO SPEAK: O.p J3G-1,UA/9 Co~5 DATE: ~,z5- 90 ccnc~ ~ ;.k-rru-. ,~I) _J - /-L Y \Y ~~ A::#-'" 1Z,..I.t', ~., e e REQUEST FOR CITY COUNCIL AGENDA ITEM -.....-...-.....----.........-----....-..--.--.--.----......------....--...........---.--...........-............-..-.......-....--.---....-.........--..-..............-.-.........--...........--..........-......................................................................................-....--..-. Agenda Date Requested: April 23, 1990 Requested By: Steve Gillett ~~epartment: XXX Report -l'~ Resolution Public Works Ordinance Exhibits: Resolution No. 90 - 4 Grant Agreement ........---.--..........-...-.-........-....--...--.....................................................-.....--.............-..........................................................................................................................-.............................................-............... ......._...................~.....~....-......_...........-............._...... SUMMARY & RECOMMENDATION The Federal Aviation Administration (FAA) has made a grant offer to the City of La Porte for a Master Plan Update for the La Porte Municipal Airport. The grant is in the amount of $72,000, with the City's 10% share of $7,200. The Master Plan Update has been identified by the Airport Advisory Board as essential to ensure the continued development of the facility. The City Council must pass a resolution accepting all standard conditions of the grant, and authorizing the Mayor to execute the grant agreement. The City's share of the project ($7,200) is available in the Airport Fund. The Council should also authorize expenditure of these funds. Currently, a Request For Proposal has been issued for qualified firms to submitt on the project. The Airport Advisory Board will review the submitted proposals, make a selection, and together with the FAA, negotiate a contract to perform the work. The City Council will have final approval of the selection and contract. Action Required by Council: Approve Resolution No. 90 -- 4, and authorize the expenditure of $7,200 from the Airport Fund for the development of a Master Plan Update for the La Porte Municipal Airport. ---_.._.._---_....._..__..__.....__._........_.._...-~......__..........--........-.........-.-.....................................................-.......-........................-.-...........-.............._........_._..............._............_~...._.........._..-..--.......----.---...-- Availability of Funds: General Fund Capital Improvement Other Water/Wastewater General Revenue Sharing xxx Account Number: Funds Available: XXX YES NO .----.------.-.-...--..-.....-.......-..................-......--........._..........................._.._-_.......~......_........................-.......-......-....-..-.-......-..-...........--.-.--...................._._.......~..........._..._...............__.._...._..-.._.._.....- Approved for City Council Aqenda Q~~~ Robert T. Herrera City Manager .Lt ll${\qV DATE .-...-....-....--------......-.....-......--...-..........-...-..-....--..................................-.........................................................................-......-----................-...-..-.-.--.............----................-....-...-.-........-..........-...-..........-..................................-........ e e RESOLUTION NO. 90 - 4 A RESOLUTION ACCEPTING A GRANT OFFER FROM THE FEDERAL AVIATION ADMINISTRATION FOR AIRPORT PROJECT NO. 3 - 48 - 0127 - 05 WHEREAS, the City of La herein), and the Department of Administration (FAA), desire to Agreement which provides Federal Update for the La Porte Municipal Porte, Texas (termed SPONSOR Transportation, Federal Aviation enter into a certain Grant participation in a Master Plan 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 does hereby accept the provlslons of said Grant Project No. 3 - 48 - 0127 - 05. of La Porte Agreement for Section 2. That the Mayor 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 23rd day of April, 1990. CITY OF LA PORTE By Norman Malone, Mayor ATTEST: City Secretary APPROVED: City Attorney e e ~ ~ o u.s. Department of Transportation Federal Aviation Administration The Honorable Norman Malone Mayor of La Porte P.O. Box 1115 La Porte, TX 77571 Southwest Region Fort Worth, Texas 76193-0000 Arkansas, LouIsiana, -.t New MeXICO, Oklahoma, J r ,,\,",' Texas 0" 1(' ~ o ~ ~ '^cA < ~ ~ { \. ~ (j~ '!\ (,. _l" \ - .):1" S'F S ')c. ",I" \~O I Q\". /' I' ~(,j .~ . I D ~ T ~}.).A I ..\:~ ~ ~'tIV,~ Ii' l APR 0 2 1990 rn@~DW~fR II II APR-6 W Dear Mayor Malone: We are pleased to issue a Grant Offer (2 copies) for an Airport Master Plan Update for La Porte Municipal Airport. After the Offer has been accepted and executed, please return the original and retain the copy for your files. In order to comply with the Certification of Compliance, the attorney's signature date must not be prior to your acceptance of the grant. Please note Condition 6 on page 2 which requires acceptance of this Grant Offer on or before May 15, 1990. Your attention also is directed to Special Condition 1 on-page 3 which states that any project costs incurred prior to the acceptance of this grant and formal Notice to Proceed are not eligible for Federdl participation. If you have any questions, please do not hesitate to contact our office. Sincerely, / ;jc?~ John D. Anderson, Manager Airports Planning Branch Enclosure (2) e e . / . . o u.s. Department of Transportation Federal Aviation Administration Southwest Region Arkansas. Louisiana. New Mexico, Oklahoma, Texas Fort Worth, Texas 76193-0000 GRANT AGREEMENT Part 1 - Offer Date of Offer: APR 0 2 1990 LaPorte Municipal Airport Project Number: 3-48-0127-05 Contract Number: DOT-FA-90-SW-8719 TO: The city of LaPorte, Texas (herein called the "Sponsor") FROM: The United States of America (acting through the Federal Aviation Administration, herein called the "FAA") WHEREAS, the sponsor has submitted to the FAA a Project Application dated February 22, 1990, for a grant of Federal funds for a project at or associated with the LaPorte Municipal Airport which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport or Planning Area (herein called the "Project") consisting of the following: Airport Master Plan Update all as more particularly described in the Project Application. FAA Form 5100-37 (1-90) Page 1 of 5 e e NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of the Airport and Airway Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, herein called the "Act," and/or the Aviation Safety and Noise Abatement Act of 1979, and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in said Project Application and its acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the assurances and conditions as herein provided, THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the united States share of the allowable costs incurred in accomplishing the Project, 90 percent. The Offer is made on and subject to the following terms and conditions: Conditions 1. The maximum obligation of the United States payable under this offer shall be $72,000 $72,000 for planning. 2. The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration as to allowability under the Act. 3. Payment of the United States share of the allowable project costs will be made pursuant to and in accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final determination of the United States share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4. The sponsor shall carry out and complete the Project without undue delays and in accordance with the terms hereof, and such regulations and procedures as the Secretary shall prescribe, and agrees to comply with the assurances which were made part of the project application. 5. The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the sponsor. 6. This offer shall expire and the United States shall not be obligated to pay any part of the costs of the project unless this offer has been accepted by the sponsor on or before May 15, 1990 or such subsequent date as may be prescribed in writing by the FAA. FAA Form 5100-37 (1-90) Page 2 of 5 e e 7. The sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement, the term "Federal funds" means funds however used or disbursed by the sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order or judgment, to the Secretary. It shall furnish to the Secretary, upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the sponsor, in court of otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8. The united States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. Special Conditions 1. It is understood and agreed that any project costs incurred prior to acceptance of this Grant and formal Notice to Proceed by the FAA shall not be eligible for Federal participation. 2. The sponsor and its consultant will meet with the FAA to refine the scope of work which will be approved by the FAA prior to issuance of the Notice to Proceed. 3. The sponsor shall hold at least one public information briefing prior to project completion regardless of whether a formal public hearing is required. 4. The sponsor shall comply with the attached FAA Assurances. FAA Form 5100-37 (1-90) Page 3 of 5 e e The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act, constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION ~/ /jJ~~ s+t.Jfiature :; John D. Anderson Manaqer. Airports Planninq Branch Title Part II - Acceptance The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. Executed this day of , 1990. Name of Sponsor ( SEAL) By: Sponsor's Designated Official Representative Title: Attest: Title: FAA Form 5100-37 (1-90) Page 4 of 5 e e " CERTIFICATE OF SPONSOR'S ATTORNEY I, do hereby certify: , acting as Attorney for the Sponsor That in my op1n1on the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Texas. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and relating thereto, and find that the acceptance thereof by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at this day of ,1990 Signature of Sponsor's Attorney FAA Form 5100-37 (1-90) Page 5 of 5 .' e e '-.' ASSURAtJCES Airport Sponsors A. General 1. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants to airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of the Airport and Airway Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, or the Aviation Safety and Noise Abatement Act of 1979. As used herein, the term "public agency sponsor" means a public agency with contro: of ~ pub~ic-use airport; the term "pr i 'Jate sponsor II means a ?r h <..:' ~.e ()i~.ner of a pUblic-use airport; and the term "sponsor" includE.. public agency sponsors and private sponsors. 3. Upon acceptance of the grant offer by the sponsor, these assurances are incorporated in and become part of the grant agreement. B. Duration and Applicability 1. Airport Development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of the grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life or the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurance against exclusive rights or the terms, conditions, and assurances with respect to real property acquired with Federal funds. Furthermore, the duration of the Civil Rights assurance shall be as specified in the assurance. 2. Airport Development or Noise Compatibility Program Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than 10 years from the date of the acceptance of Federal aid for the project. 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in the grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, 34, and 36 in Section C apply to planning projects. The terms, conditions, and assurances of tne grant -,--- e e agreement shall remain in full force and effect during the life of the project. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. Federal Aviation Act of 1958 - 49 U.S.C. 1901, et seq. b. Davis-Bacon Act - 40 U.S.C. 276(a), et seq. 1/. c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act - 5 U.S.C. 1501, et seq. 2/ e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 - 42 U~S.C. 4601, et seq. 1/ 2/ f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f). 1/ g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c. 1/ h. Flood Disaster Protection Act of 1973 - Section 102(a) _ 42 U.S.C. 4012a. 1/ i. Rehabilitation Act of 1973 - 29 U.S.C. 794. j. civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d-4. k. Aviation Safety and Noise Abatement Act of 1979, 49 U.S.C. 2101, et seq. 1. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq. m. Architectural Barriers Act of 1968 - 42 U.S.C. 4151, et seq. 1/ n. Airport and Airway Improvement Act of 1982, as amended 49 U.S.C. 2201, et seq. o. Powerplant and Industrial Fuel Use Act of 1978 - Section 403 - 2 U.S.C. 8373. 1/ p. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq. 1/ q. Copeland Antikickback Act - 18 U.S.C. 874. 1/ r. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq. 1/ s. Endangered Species Act - 16 U.S.C. 668(a), et seq. 1/ t. Single Audit Act of 1984 - 31 U.S.C. 7501, et seq. 2/ - u. Drug-Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Executive Orders Executive Order 12372 - Intergovernmental Review of Federal Programs Executive Order 11246 - Equal Employment Opportunity 1/ e e Federal Regulations a. 49 CFR Part 18 - Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. 3/ b. 49 CFR Part 21 - Nondiscrimination in Federally-Assisted Programs of the Department of Transportation _ Effectuation of Title VI of the Civil Rights Act of 1964. c. 49 CFR Part 23 - Participation by Minority Business Enterprise in Department of Transportation Programs. d. 49 CFR Part 24 - Uniform Relocation Assistance and Real Property Acquisition Regulation for Federal and Federally Assisted Programs. 1/ 2/ e. 49 CFR Part 27 - Non-Discrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance. 1/ f. 49 CFR Part 29 - Debarments, Suspensions, and Voluntary Exclusions. g. 49 CFR Part 30 - Denial of Public Works Contracts to Suppliers of Goods and Services of Countries That Deny Procurement Market Access to U.S. Contractors. h. 29 CFR Part 1 - Procedures for Predetermination of Wage Rates. 1/ i. 29 CFR Part 3 - Contractors or Subcontractors on Public Buildings or Public Works Financed in Whole or Part by Loans or Grahts from u.S. 1/ j. 29 CFR Part 5 - Labor Standards provisions Applicable to Contracts Covering Federally Financed and Assisted Construction. 1/ k. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and Federally-assisted Contracting Requirements). 1/ 1. 14 CFR Part 150 - Airport Noise Compatibility Planning. Office of Management and Budget Circulars a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. 3/ A-128 - Audits of State and Local Governments. 2/ b. 1/ · 2/ 3/ These laws do not apply to airport planning sponsors. These laws do not apply to private sponsors. 49 CFR Part 18 and OMB Circular A-87 contain requirements for State and local governments receiving Federal assistance. Any requirement levied upon State and local governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under the Airport and Airway Improvement Act of 1982, as amended. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in the grant agreement. e e 2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for the grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for the grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with the application; and to provide such additional information as may be required. J. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under the grant agreement which it will own or control. 4. Good Title. a. It holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. b. For noise compatibility program projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers' necessary to perform any or all of the terms, conditions, and assurances in the grant agreement without the written approval of the Secretary, ' and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease, encumber or otherwise transfer or dispose of any part of its title or other interests in the e e property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in the grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under the Airport and Airway Improvement Act of 1982 to assume the obligations of the grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee, all of the terms, conditions and assurances contained in this grant agreement. c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non-compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is supstantial non-compliance with the terms of the agreement. e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public-use airport in accordance with these assurances for the duration of these assurances. f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance with the Airport and Airway Improvement Act of 1982, the regulations and the terms, conditions and assurances in the grant agree~ent and shall insure that such arrangement also requires compliance therewith. 6. Consistency with Local Plans. The project is reasonably consistent-with plans (existing at the time of SUbmission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. For noise compatibility program projects, other than land acquisition, to be carried out on property not owned by the airport and over which property e e another public agency has land sponsor shall obtain from each that such agency supports that reasonably consistent with the property. use control or authority, the such agency a written declaration project and the project is agency's plans regarding the 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near which the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under the Airport and Airway Improvement Act of 1982, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community. It shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. 10. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. Local Approval. In projects involving the construction or extension of any runway at any general aviation airport located astride a line separating two counties within a single state, it has received approval for the project from the governing body of all villages incorporated under the laws of that state which are located entirely within five miles of the nearest boundary of the airport. 12. Terminal Development Prerequisites. For projects which include terminal development at a public airport, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 612 of the Federal Aviation Act of 1958 and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area e e of such airport to passengers enplaning or deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Recordkeeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of the grant, the total cost of the project in connection with which the grant is given or used, and the amount and nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to the grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which the grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than 6 months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under the grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis-Bacon Act, as amended (40 U.S.C. 276a--276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15. Veteran's Preference. It shall include, in all contracts for work on any projects funded under the grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c) (1) and (2) of the Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the ~mployment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site e e preparation, construction, or other performance under this grant agreement, and, upon approval by the Secretary, shall be incorporated into this grant agreement. Any modifications to the approved plans, specifications, and schedules shall also be subject to approval by the Secretary and incorporation into the grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms with the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project application or with modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for exami~ation by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. e. It will give the Secretary unrestricted authority to pUblish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f. It will grant the Secretary the right to disapprove the Sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning e e material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. a. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for nonaeronautical purposes must first be approved by the Secretary. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. In furtherance of this assurance, the sponsor will have in effect at all times arrangements for-- (1) Operating the airport's aeronautical facilities whenever required; (2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and (3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b. It will suitable operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. e e 21. Compatible Land Use. It will take appropriate action, including the adoption of zoning laws, to the extent reasonable, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permit any change in land use, within its jurisdiction, that will reduce the compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimination. a. It will make its airport available as an airport for public use on fair and reasonable terms and without unjust discrimination, to all types, kinds, and classes of aeronautical uses. b. In any agreement, contract, lease or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to -- (1) furnish said services on a fair, equal, and not unjustly discriminatory basis to all users thereof, and (2) charge fair, reasonable, and not unjustly discriminatory prices for each unit or service, provided, that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed-based operator at any airport owned by the sponsor shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed-based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed-based operator that is authorized or permitted by the airport to ser,ve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, nontenant, -or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and e e which utilize similar facilities, subject to reasonable classifications such as tenants or nontenants and signatory carriers and nonsignatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classifications or status. f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees (including, but not limited to maintenance, repair, and fueling) that it may choose to perform. g. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by contractors or concessionaires of the sponsor under these provisions. h. The sponsor may establish such fair, equal, and not unjustly discriminatory conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. i. The sponsor may prohibit or limit any given type, kind, or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any persons providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of services at an airport by a single fixed-based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed-based operator to provide such services, and b. It allowing more than one fixed-based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed-based operator and such airport. It further agrees that it will not, either directly or indirectly~ grant or permit any person, firm or corporation the exclusive right at the airport, or at any other airport now owned or controlled by it, to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier e e operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under the Airport and Airway Improvement Act of 1982. 24. Fee and Rental Structure. It will maintain a fee and rental structure consistent with Assurance 22 and 23, for the facilities and services being provided the airport users which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a grant is made under the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate base in establishing fees, rates, and charges for users of that airport. 25. Airport Revenue. If the airport is under the control of a public agency, all revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the airport and directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. Provided, however, that if covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator of the airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all revenues generated by the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply. 26. Reports and Inspections. It will submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request. For airport development projects, it will also make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. For noise compatibility program projects, it will also make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of the grant agreement including e e deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. 27. Use of Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, 1n the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight ,of Government aircraft using the airport (the total movements of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather-reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. . Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of. the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities: and (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon. Such airport layout plan and e e each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or in any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility, or efficiency of the airport. b. If a change or alteration in the airport or its facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested by the Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities. 30. civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the sponsor retains ownership or possession of the property. 31. Disposal of Land. a. For land purchased under a grant before, on, or after December 30, 1987, for airport noise compatibility purposes, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States share of acquisition of such land will, at the discretion of the Secretary, 1) be paid to the Secretary for deposit in the Trust Fund or 2) be reinvested in an approved noise compatibility project as prescribed by the Secretary. e e b. For land purchased for airport purposes (other than noise compatibility) under a grant before, on, or after December 30, 1987, it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value. That portion of the proceeds of such disposition, which is proportionate to the United states share of the cost of acquisition of such land will be paid to the Secretary for deposit in the Trust Fund. c. Disposition of such land under a. and b. above will be subject to the retention or reservation on any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with the operation of the airport. 32. Engineering and Design Services. It will award each contract, or sub-contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping, or related services with respect to the project in the same manner as a contract for architectural and engineering services is negotiated under title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent qualifications-based requirement prescribed for or by the sponsor of the airport. 33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34. Policies, standards, and Specifications. It will carry out the project in accordance with policies, standards, and specifications approved by the Secretary including but not limited to the advisory circulars listed in the "Current FAA Advisory Circulars for AlP proj ects," datedFF9 08 1990 and included in this grant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will payor reimburse property owners for necessary expenses as specified in Subpart B. (2) It will provide a relocation assistance program offering the services tlescribed in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subparts D and E of 49 CFR Part 24. (3) It will make available within a reasonable period of time prior to displacement comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. e e 36. Drug-Free Workplace. It will provide a drug-free workplace at the site of work specified in the grant application in accordance with 49 CFR Part 29 by (1) publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the sponsor's workplace and specifying the actions that will be taken against its employees for violation of such prohibition; (2) establishing a drug-free awareness program to inform its employees about the dangers of drug abuse in the workplace and any available drug counseling, rehabilitation, and employees assistance programs; (3) notifying the FAA within ten days after receiving notice of an employee criminal drug statute conviction for a violation occurring in the workplace; and (4) making a good faith effort to maintain a drug-free workplace. e e CONSIDER RESOLUTION ACCEPTING GRANT OFFER FROM THE FEDERAL AVIATION ADMINISTRATION FOR AIRPORT PROJECT NO. 3-48-0127-05 (Res. 90-4) - R. Herrera Motion by &~ Second by _ _ VOTE: Waters Cooper Matuszak MCLaughlin J$r Skelton Clarke ~on~/ Motion carried FOR ~feated AGAINST Tabled ABSTAIN ,-. .. e . CONSIDER CALLING SPECIAL MEETING FOR MAY 7, 1990, TO CANVASS MAY 5 ELECTION AND SEAT NEW COUNCILMEMBERS - K. Askins Motion by Second by VOTE: Waters Cooper Matuszak McLaughlin Porter ~ Skelton Clarke ~lo~ Motion carried 1!:/~ FOR ~ Defeated AGAINST Tabled ABSTAIN e e MEMORANDUM April 17, 1990 TO: Robert Herrera, city Manager FROM: Cherie Black, City Secretary SUBJECT: Holiday Meeting Schedule The regular meeting of Council scheduled for May 28 falls on a City holiday. Since it will be necessary to schedule a special meeting on May 7 to canvass the May 5 election, I would like to suggest setting the May meeting dates for May 7 and May 21. (!hUR-gtd Cherie Black City Secretary . e e CONSIDER CHANGING MAY 28 MEETING DATE IN ORDER TO ACCOMMODATE CITY HOLIDAY SCHEDULE - C. Black Motion by Second by VOTE: Waters Cooper Matuszak McLaughlin Porter ~ Skelton Clarke CMal~ ~~&:./ FOR ~ Defeated Motion carried AGAINST Tabled ABSTAIN e e REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: ~.APr~l 23, 1990 Requested By: L. Rig~~ Department: Report \Resolution Purchasing Ordinance Exhibits: SUMMARY & RECOMMENDATION The Houston-Galveston Area Council requires an interlocal agreement be signed each year for any purchases that the City may make through them during the year. Action Required by Council: Approve interlocal agreement with H.G.A.C. Availability of Funds: General Fund Water/Wastewater Capital Improvement General Revenue Sharing Other (Motor Pool Replacement Fund) Account Number: Funds Available: YES NO Approved for Citv Council Agenda (2~ \1 ~ Robert T. Herrera City Manager L\ \ \~\90 DATE e e HOUSTON-GALVESTON AREA COUNCIL INTER LOCAL AGREEMENT THIS INTERLOCAL AGREEMENT (.~reement.), lIlllde "and ~nured into pursuant to the Inurlocal Cooperation Act (Article 4413(32c) V.T.C.S.} by and bebteen the Houston-Galveston Area Council, hereinafter referred to as H-GAC, having its princi pal plac~ of business at 3555 Tfanons lane, Suite SOD, Houston, Texas 77027 and , h~reinafter referred to as the local government having its principal place of business at WITNESSETH: WHEREAS, H-rJ..C is a regional planning corrrnission created under Acts of the !iHh legislature, Regular Session, 1965, recodified as Chapter 391 Texas Local Government Code; and WHEREAS, H-GAC has entered into an agreement with the local government on the day of ,19_and - WHEREAS, the local government desires to purchase certain governmental administratfve functions, goods or services; and WHEREAS, H-GAC hereby agrees to perform the scope of services outl ined in Article 5 as hereinafter sped fied in accordance with the Agreement, and NOW, THEREFORE, H-GAC and the local government do hereby agree as follows: MTICLE 1 LEGAL AUTHOR!TY The local government warrants and assures H-GAC that it' possesses adequate legal authOrity to enter into this Agreement. The local government's governing body has authorized the signatory offi cial (s) to enter into this Agreement and bind the local government to the terms of this Agreement and any subsequent amendments hereto. ARTICLE 2 APPLICABLE L~S H-GAC and the local government agree to conduct all activities under thts I9reement in accordance with all appli cabl e rul es, regulations, ordinances and laws in effect or promul gated during the term of this Agreement. AATICLE 3 WH:lLE Al;qW-Inn The Interlocal Agreement and Attachments, as provided herein, constftute the coDlplete Agreement between the parties hereto, and supersedes any and all oral and ~r1tten agreelllents between the parties relating to matters herein. Except as otherwise provided h~rein, this I9reement cannot be modified without written consent of the parties. ARTICLE 4 PERF'ORMANCE PER 100 The period of this Interlocal Agreement shall be for the (balance of) fiscal year of the local go..errrnent ""hich begins ,19 and ends ,19 . This contract shall thereafter automatically be renewed annualry-for ~ach succeeding fIscal year, provided that such rene""al shall not have the effect of extending the period in which the local government lIlllY make any payment due H-GAC beyond the fi scal year 1n which such obligation was incurred under this Agreement. H-GAC or the local government may cancel this Agreement at any time upon 30 days written notice to the oth~r party to this Agreement. The obligations of the local government, including its obligation to pay H-GAC for all costs incurred under this Agreement prior to such notice shall survive such cancellation, as well as any other obligation incurred under this Agreement, until performed or discharged by the local government. . MTICLE 5 SCOPE OF SERVICES The 10c4' government appoints H-GAC its true and h""ful purchasing 1gent for the purchase of certain IlIaterfah and services through the Council's Cooperative Purchasing Pro grail , IS enumerlud through the submission of a duly executed purchase order, order for. or resolution. All III&terial purchased hereunder shall be in accordance with specifications established by H-GAC. 1/12/90--385F . . e e The mterial s and services shall be procured in accordance with procedures governing colD~titfve bidding by H-GAC; and at the unit prices and adMinistrative fee as indicated in the current H-GAC Order Form and Price Lists. D.lnership (title) of material purchased shall transfer directly frClll the vendor to the local government. The local government agrees to provide H-GAC with documentation of receipt and acceptance of material within five (5) days of acceptance of same. AATI CLE 6 P A YM ENTS The local government agrees that, upon the presentation by H-GAC of a properly documented, verified proof of performance and a statement of costs H-GAC has incurred in accordance with the terms of this .f9reement, it shall pay H-GAC, from current revenUeS available to the local government durlng the current fiscal year, on or before the date of the delivery of aaterfals and services to be provided under this agreement. AA Tl CL E 7 CH AH G ES AND N-\ EN[)-\ EN TS My alterations, additions, or deletions to the terms of this h.:lr~ement which are required by changes in Federal and State law or regulations are automatfcally incorporated into this Agreement without written amendment hereto, and shall become effective on the date designated by such law or regulatIon. H-GAC may, from time to time, require changes in the scope of the services offered through the H-GAC Cooperative Purchasing Program to be performed hereunder. AATICLE 8 TERMINATION PROCEDURES Ei ther H-GAC or the local government may cancel or terminate this I9reement upon thirt,)' (30) days written notice by certified mail to the other party. In the event of such termination prior to completion of any purchase provided for herein, the local government agrees to pay for services on a prorated basis for materials and Hrvices actually provided and invoiced in accordanCe with the terms of this Agreelllent, including penalties, less payment of any compensation previously paid. AATICLE 9 SEVERMILlTY All parties agree that should any provision of this Agreement be determined to be invalid or unenforcea~le, such determination shall not effect any other teT'1ll of this Agreement, which shall continue in full force and effect. AATICLE 10 FORCE MAJE~E To the extent that either party to this Agreement shall be wholly or partially prevented from the perfonnance w1thin the term speCified of any obligation or dut,)' placed on such part,)' by reason of or through strikes, stoppage of labor, riot, fire, flood, acts of ~ar, insurrection, acci dent, jud gement, act of Q:ld, or s pecHi c cause reas onab 11 beyond the parti es' control and not attributable to its neglect or nonfeasance, in such event, the time for the perforlllllnce of such obligation or duty shall be suspended until such disabili ~ to perfoT'1ll is removed. Deterlllination of force majeure shall rest solell with H-GAC. ARTICLE 11 VENUE Venue and jurisdicti on of any suit, or cause of action arising under or in connection with the Agreement shall lie exclusively in Harris County, Texas. This instrument, in duplicate originals, ,has been executed by the parties hereto IS follows: t<<>USlON-G.ALVESlON AREA COUNCIL loCI 1 Governmen t BY Date Manager Of uaoperative PurChas1ng BY DATE BY Date Official Jack Steel e Executive Director 1/12/90--385F e e CONSIDER APPROVING INTERLOCAL PURCHASING AGREEMENT WITH HOUSTON- GALVESTON AREA COUNCIL - L. Rigby Motion by Second by ~J!Jd; VOTE: FOR AGAINST ABSTAIN Waters Cooper Matuszak McLaughlin Porter ~ Skelton Clarke Qfa 1 one=> Motion carried / Defeated Tabled e e REOUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: April 23, 1990 Requested By: L. RigbY$~~ Department: Report Resolution Purchasing Ordinance Exhibits: Interlocal Agreement. SUMMARY & RECOMMENDATION The City of Bay town , through a cooperative purchasing agreement, bid the purchase of malathion for the Cities of Bay town , La Porte and Seabrook. An interlocal agree- ment between the three cities must be executed before' the City of La Porte may purchase from this contract. The City of La Porte estimated a need of 13 barrels of malathion for the yearly mosquito spraying at a cost of $899.10 per barrel. Total estimated cost is $11,688.30. This represents a savings of $38.34 per barrel over last year's cost. Action Required by Council: Approve interlocal agreement with Cities of Bay town and Seabrook, and approve purchase of malathion. Availability of Funds: x General Fund Capital Improvement Other Golf Course Water/Wastewater General Revenue Sharing x Account Number: 001700701207 028800811207 Funas Available: II YES NO Approved for City Council Agenda Q~T,~ Robert T. Herrera City Manager y \ \ <6 \ (\ V DATE . e e THE STATE OF TEXAS COUNTY OF HARRIS THIS AGREEMENT made this day of , 19___, between the CITY OF BAYTOWN, Texas, the CITY OF LA PORTE, Texas, and the CITY OF SEABROOK, Texas. WIT N E SSE 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 Bay town, 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 Bay town's Bid No. 9012-23. 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 signatories and shall serve as each purchase the malathion defined in Bid No. upon execution by the Cities' commitment to 9012-23. V This agreement shall be in effect from the date of execution until 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 B~#.<~-,:'ljI((},L~(~ EMMETT O. HUTTO, Mayor e e ATTEST: 2~4/{1 ~ EILEEN P. ALL: City Clerk CITY OF LA PORTE By NORMAN L. MALONE, Mayor ATTEST: CHERIE BLACK, City Clerk CITY OF SEABROOK By I tcoC,(, ,': ()kl' A'rTEST: (. \ \'. ':' ;...::---' ' (IY-"'}fCO) "\U_/)J\ JD Q t 0 Q ~LYN p, SWELL, Clty Secretary C:5:26:1 - 2 - e e THE STATE OF TEXAS COUNTY OF HARRIS THIS AGREEMENT made this day of , 19_" between the CITY OF BAYTOWN, Texas, the CITY OF LA PORTE, Texas, and the CITY OF SEABROOK, Texas. WIT N E SSE 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 Bay town, 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 Bay town's Bid No. 9012-23. 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 signatories and shall serve as each purchase the malathion defined in Bid No. upon execution by the Cities' commitment to 9012-23. V This agreement shall be in effect from the date of execution until 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 - I -/r"\':. .--- . '/'. > ,--- '// ":;" .. By'-.( r.:'. -1'- "1'. r:r.""-t.~ t ,,(. _ /Q:, (-. C. f.. c: l'- > {EMMETT O. HUTTO, Mayor e e ATTEST: ~j)~ EILEEN P. HALL, City Clerk CITY OF LA PORTE By NORMAN L. MALONE, Mayor ATTEST: CHERIE BLACK, City Clerk CITY OF SEABROOK By L/)~(;.&( HAROLD 1.. ATTEST: (~ ) / ~UJJ)f:Q-Q RSWELL, City Secretary C:5:26:l - 2 - e e THE STATE OF TEXAS COUNTY OF HARRIS THIS AGREEMENT made this day of , 19___, between the CITY OF BAYTOWN, Texas, the CITY OF LA PORTE, Texas, and the CITY OF SEABROOK, Texas. WIT N E SSE 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 Bay town, 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 Bay town's Bid No. 9012-23. 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 signatories and shall serve as each purchase the malathion defined in Bid No. upon execution by the Cities' commitment to 9012-23. v This agreement shall be in effect from the date of execution until 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 B~ ~ . n p-Ld. ,} OiA2:1.</'--J EMMETT O. HUTTO, Mayor e e ATTEST: j-~/a ~k' EILEEN P. HALL, City Clerk CITY OF LA PORTE By NORMAN L. MALONE, Mayor ATTEST: CHERIE BLACK, City Clerk CITY OF SEABROOK IJ "I r;/) ., ,', "' ,. I By', C'J l<( J ' /1,1/, k.,,, _ HAROLD L. GRAHAM, Mayor ATTEST: ,", ~ . \ / \ ll) (n\fr..~) JtjJ.UUJCQQ/ EfE't,YN P RSWELL, Ci ty Secretary C:5:26:1 - 2 - . . e e CONSIDER APPROVING INTERLOCAL AGREEMENT WITH CITIES OF BAYTOWN AND SEABROOK FOR PURCHASE OF MALATHION - L. Rigby Motion by ~j ~ti: ' Second by ~ VOTE: FOR Waters Cooper Matuszak McLaughlin Porter ~ Skelton Clarke C ~alone -=> / Defeated Motion carried AGAINST Tabled ABSTAIN , . e e REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: ApJvi.1. 23, 1990 Requested By: stan ShVtWood Department: PnhbA rlVlrl TlOf'hf/rlti"nVl x Report Resolution Ordinance Exhibits: I ntVt - 0 6 6ic.e. me.mOll.andum 6ftom PUl1.c.hMing Manag Vt -6 e.a1.e.d bid # 0367 - 32- 3 6 PaM e.ng Vt BU-6 SUMMARY << RECOMMENDATION Seale.d bid-6 #0367 60ft a 32-36 pM-6e.ngVt bU-6 wVte. ope.ne.d and fte.ad on Maftc.h 26, 1990. Inv..i.;t.a.tion6 60ft bidding the. bM wVte. mute.d to afte.a de.a1.Vl..6, with two 06 the. de.a1.Vl..6 fte..6poncUng w.d.h a bid. The. low bid WM -6ubmLUe.d by Longhoftn BU-6 in the. amount 06 $40,237.00 Sinc.e. $22,700 wa-6 budgete.d, -6ta66 fte.c.omme.nd-6 delay 06 pUl1.c.ha-6ing an Aging SVtvic.e..6 bU-6 un:ti1. ne.x.t ye.aft. " Action Required by Council: Re.je.c.t the. bid. Availability of Funds: l( General Fund Capital Improvement Other Wa t er /Was t ewa t er General Revenue Sharing Account Number: OM xnn-xn? xc, 1 Funds Available: YES x NO Approved Cor City Council A~enda (\<{)~ T\ ~ Robert T. Herrera City Manager L\\\?)\(~O Da te .. e e .:' ;/~~~:;.: -, -~\ CITY OF LA PORTE INTER-OFFICE MEMORANDUM APRIL 2, 1990 TO: Stan Sherwood, Director of Parks & Recreation FROM: Louis Rigby, Purchasing Manage~ SUBJECT: Sealed Bid #0367 - 32-36 Passenger Bus Advertised, sealed bids #0367 for a 32-36 passenger bus were opened and read on March 26, 1990. Bid requests were mai led to two dealers with both returning a bid. Low bid meeting specifications was submitted by Longhorn Bus Sales for $40,237.00 with a 180 to 200 day delivery. Please submit your recommendation with an agenda request form by the prescribed time before the next regular council meeting. If there is a need to delay bringing this bid before council, please notify me. LR/gr At~achment: Bid Tabulation e e J 'I 11 I't i: .' ",,:''--; ~ "~~.'''.:''' ....' ~.,;,. i' , . I: .,,) ! SEALED. RID #0367 LONGHORN OLYMPIC 32-36 PASSENGER BUS BUS INT'L - SALES TRUCKS - l. 32-36 PASSENGER BUS 40,237.00 40",-500.00 ~ 1~_-_-~-=~- 2. DELIVERY IN DAYS 180-200 180-210 r---- .. u tU- 1 --- I -- I I I I I - I I I I I I -. I I I - I I I I I I , . . - . e e CONSIDER REJECTING BID FOR 36-PASSENGER BUS - S. Sherwood Motion by Second by #- . ::., VOTE: FOR AGAINST ABSTAIN Waters Cooper Matuszak McLaughlin Porter ~ Skelton Clarke CNalon~ Motion carried .........---/ Defeated Tabled e e REOUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: April 23, 1990 Requested By: Alex Osmond Department: Golf Course X Report Resolution Ordinance Exhibits: Bid Tabulation Memo from Dennis Hlavaty dated 4/11/90 SUMMARY & RECOMMENDATION Sealed bids for topping sand to be used at La Porte's Bay Forest Golf Course were opened on March 19, 1990. Three (3) bids from area suppliers were received. The bidders were (1) Walker Sand, (2) Houston Industrial Material, and (3) Telge Road Materials. The low bidder's (Walker Sand $9.50 per ton) contained dirt, clay, and rocks which do not specifications. sample meet product the bid staff's recommendation to Council is to award bid to second low bidder, Houston Industrial Material at $12.50 per ton, who meets all specifications. Action Required by Council: Award bid to second low bidder, Houston Industrial Material. Availability of Funds: X General Fund Water/Wastewater Capital Improvement General Revenue Sharing Other Account Number: 028-800-811-215 Funds Available: X- YES NO Approved for city council Aqenda CX,~ \, ~ Robert T. Herrera city Manager ,-\\\~\qO Date e e ,~E9EI~~~A ~/ ~~ COMM.DEV. CITY OF LA PORTE INTER-OFFICE MEMORANDUM APRIL 2, 1990 TO: Alex Osmond, Golf Course Manager FROM, Louis Rigby, purchasing Manag~ SUBJECT: Sealed Bid #0370 - Topping Sand Advertised, sealed bids #0370 for topping sand were opened and read on March 19, 1990. Bid requests were mai led to three suppliers with all three returning bids. Low bid was submitted by Walker Sand. submi t a sample of their test results. submitted by Houston Industrial Material at three day delivery. However, they did not Second low bid was $12.50 per ton with a Please submit your recommendation with an agenda request form by the prescribed time before the next regular council meeting. If there is a need to delay bringing this bid before council, please notify me. LRlgr Attachment: Bid Tabulation xc: John Joerns, wi attachment e e SEALED BID fl0370 TOPPING SAND \ \ \ \ I \ \ , WALKER SAND \ \ \ \ HOUSTON \ , \ \ INDUSTRIAL \ " MATERIAL \ \ \ \ \ \ \ \ i \ TELGE \ \ \ i , ROAD \ \ \ MATERIALS \ l. TOPPING SAND 9.50 12.50 14.20 2. DELIVERY IN DAYS 1 3 1 - , \ \ e e CITY OF LA PORTE INTER-OFFICE MEMORANDUM APRIL 16, 1990 TO: Alex Osmond, Golf Course Manager FROM: Dennis Hlavaty, Golf Course Superintendent SUBJECT: Sealed Bid #0370 - Topping Sand Walker Sand's (low bidder) sample of topping sand does not meet bid specifications. Their product contains dirt, clay, and rocks. Houston Industrial Material (second low bidder) meets all specifications. Their product is identical to the topping sand Bay Forest has used for the last two (2) years. DH/ms e e REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: Apr i 1 23, 1990 Requested By: Stan Sherwood Department: Parks and Recreation x Report Resolution Ordinance Exhibits: N/A SUMMAR~ RECOMMENDATION La Porte City Council awarded bids for pick-up trucks on April 9, 1990. Item II of that bid package was for one (1) half ton pick- up truck. Les Marks Chevrolet was awarded item II of that bid package, and has agreed to sell the City another truck (same) for same price of $10,851.33. Action Required by Council: Approval of Les Marks Chevrolet bid in the amount of $10,851.33 Availability of Funds: x General Fund Capital Improvement Sharing Water/Wastewater General Revenue Other Account Number: 009-800-800-851 Funds Available: x YES NO Approved for City Council Agenda JLM \: tkMD~ Robert T. Herrera City Manager ~ \ \cv\ <to Date e e REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: ArJW Z3, 1990 Reques t ed By: Stan ShVUlJood X Report Department: PCVLk.6 and Re.CJl.e.a.:tto n Resolut ion' Ordinance Exhibits: Int~-066iQe. me.monandum 6~om P~Qh~ing Age.nt SUMMARY & RECOMMENDATION Se.ale.d bid6 #0322 60~ a ~aQto~ with toad~ w~e. ope.ne.d and ~e.ad on MCVLQh 19, 1990. Invitation6 60~ bidding the. ~aQto~ and toad~ w~e. maile.d to nine. CVLe.a de.al~, two 06 the. de.al~ ~~ponde.d with a bid. The. tow bid ~ ~ubmitte.d by Land6downe. Moody Company, InQ. in the. amount 06 $14,387.34. Howe.v~, the. bid did not me.e..t ~pe.c.i6iQaA:iOn6. The. ~e.Qond bid w~ ~ubmitte.d by B~ook.6ide. Equipme.nt Sal~ in the. amount 06 $14,575.00 and thM bid me..t ~pe.c.i6iQaA:ion6. " $18,500.00 ~ budge..te.d 60~ thM ite.m. Action Required by Council: App~oval 06 B~ook.6ide. Equipme.nt Sal~, bid in the. amount 06 $14,575.00 Availability of Funds: x General Fund Capital Improvement Other Water/Wastewater General Revenue Sharing Account Number: 009-800-800-851 Funds Available: x YES NO Approved Cor City Council A~enda J.JvJ I, ~~ Robert T. lIerrera City Manager L\\\<6\qo Oat e .. e e CITY OF LA PORTE INTER-OFFICE MEMORANDUM MARCH 20, 1990 TO: Stan Sherwood, Director of Parks & Recreation FROM: Louis Rigby, Purchasing Manager SUBJECT: Sealed Bid #0369 - Tractor WI Loader Advertised, sealed bids #0369 for a tractor with loader were opened and read on March 19, 1990. Bid requests were mai led to nine area dealers with two returning a bid. Low bid meeting specifications was submitted by Lansdowne Moody Company, Inc. for $14,387.34. Copies of the bids are attached for your review. Please submit your recommendation with an agenda request form by the prescribed time before the next regular council meeting. If there is a need to delay bringing this bid before council, please notify me. LRlgr Attachments xc: Bert Clark, wi attachment e e REQY._ES1'20~___ CITY ~OUN.91..k_~G g,~D~_!_I.~-t1 ======================~========~================================= Requested By: Louis.Rigp- Report 1990 Agenda Date Requested: _________~};r chas ing__ Ordinance Exhibits: Memo to Assistant City Manager Bid Tabulation ================================================================= SUMMARY & RECOMMENDATION Advertised, sealed janitorial supplies were bid contains items which in warehouse inventory. bids for chemicals, insecticides, opened and read on April 2, 1990. are ordered throughout the year and and This kept Low bid was estimated yearly $6,631.48. submitted by Lone Star Brush & Chemical. Using quanti ties, the total contract cost would be Action Required by Council: Approve awarding contract to low bidder for chemicals, insecticides and janitorial supplies. ======================~========================================== Availability of Funds: Water/Wastewater General Revenue Sharing X General Fund Capital Improvement Other Account Number: 001-607-607-115 Funds Available: ~__ YES No ----------------------------------------------------------------- ----------------------.------------------------------------------- Approved for City Co~ncil ~~~nd~ Qt~T ~ Robert T. Herrera City Manager y\v~\<\o Date ================================================================= e e '~..~~' CITY OF LA PORTE INTER-OFFICE MEMORANDUM APRIL 6, 1990 FROM: SUBJECT: John Joerns, Assistant City Manage~)!~~1 Louis Rigby, Purchasing Manager~~ Sealed Bid #0372 - Chemicals, Insecticides & Janitorial Supplies TO: Advertised, sealed bids #0372 for chemicals, insecticides, and janitorial supplies were opened and read on April 2, 1990. Bid requests were mailed to nine suppliers with four returning bids. This bid contains items which are ordered throughout the year and kept in warehouse inventory. Low bid was submitted by Lone Star Brush & Chemical. Using estimated year ly quanti ties, the total contract cost would be $6,631.48. I will submit an agenda request form and take this item before Council on April 23, 1990. LR/gr Attachment: Bid Tabulation e e ....:.:;. 'J -\ , '. ~ -1 .i j ! .1 SEALED BID /;0372 LONE STAR CENTURY BRAWNER MORSE CHEMICALS. INSECTICIDES & JANITORIAL BRUSH ::P APERS PAPER WHOLESALE & . INC. COMPANY PAPER CHEMICAL I I I. CHEMICALS I I i 1. ODOR COUNTERACTANT 10.13 9.77 4.98 10.00 2. LIQUID BLEACH .92 1. 08 1. 02 1. 04 3. CLEANSER. SCOURING POWDER .57 .74 .69 .65 4. GENERAL DETERGENT 3.22 2.66 2.24 3.63 5. DISHWASHING LIQUID 1. 56 2.70 1.89 2.78 6. DISINFECTANT CLEANER 3.38 5.08 ,2.98 5.87 7. GLASS CLEANER 1. 79 2.20 1. 47 3.15 8. LIQUID HAND SOAP 3.52 3.10 2.56 3.80 II. INSECTICIDES 1. MOSQUITO REPELLANT 2.35 1. 65 1. 63 3.03 2. WASP HORNET SPRAY 2.18 1.92 3.44 2.69 III. JANITORIAL SUPPLIES l. TRASH BAGS I I I I A. 15" x 9" x 23" 7.63 16.51 I 15.25 7.30 B. 16" x 14" x 36" I 8.54 9.00 I 9.61 10.11 1 c. 22" x 14" x 58" I 16.27 17.99 I 19.75 20.78 I 2. COMMODE BRUSHES 1. 65 1. 53 1. 45 1. 76 3. DEODORANT BLOCKS .30 .40 .37 .48 I -- e e SEALED BID #0372 LONE STAR CENTURY BRAWNER MORSE CHEMICALS, INSECTICIDES BRUSH PAPERS PAPER WHOLESALE & INC. COMPANY PAPER CHEMICAL III. JANITORIAL SUPPLIES 4. MOP HEADS A. 16 oz. LAY FLAT 1. 70 2.26 2.24 2.28 B. 24 OZ. LAY FLAT 2.55 3.07 3.15 2.96 5. URINAL SCREEN 1. 52 1. 50 1. 73 1.11 6. FT. HOWARD TOILET TISSUE 48.08 44.70 48. 77 47.75 7. 2-PLY TOILET TISSUE ROLL 33.13 32.40 36.07 33.15 8. #202 TRUMP PAPER TOWEL 15.21 18.50 21. 84 19.25 9. #209 TRUMP PAPER TOWEL 15.60 23.57 19.02 23.31 10. 2-PLY KITCHEN PAEER TOWEL 18.11 21. 87 20.11 19.70 11. FACIAL TISSUE, KLEENEX 12.38 16.15 13.60 21. 80 ~ ) I In I I I - _I I I I I \ I \ I I I I I I I e e CONSENT AGENDA - ANY ITEM MAY BE REMOVED BY A COUNCILPERSON FOR DISCUSSION A. CONSIDER AWARDING BID FOR TOPPING SAND - A. Osmond --~~r""~ '*-.., B. CONSIDER AWARDING BID FOR PICK UP TRUCK - S. Sherwood C. CONSIDER AWARDING BID FOR TRACTOR - S. Sherwood D. CONSIDER APPROVING PURCHASE OF MALATHION - L. Rigby E. CONSIDER AWARDING BID FOR CHEMICALS, INSECTICIDES AND JANITORIAL SUPPLIES - L. Rigby Motion by ~...1 Second by __ 8; <0 PI ~ VOTE: FOR AGAINST ABSTAIN Waters Cooper Matuszak McLaughlin Porter ~ Skelton Clarke ~on~ Motion carried /Defeated Tabled ~~A- ~~~L L~!rt1-.~fJ <,' c._ '~ ~IP ,,/ REOUES~OR CITY COUNCIL AGENDA IJIl ================================================================================ Agenda Date Requested: 23 1990 Report Department: Administration Requested By: John Joern x Resolution Ordinance Exhibits: 1. Draft Agreeme t for temporary sanitary sewer service outside City Limits 2. Table - Summary of past utility services provided to Abbott Development -------------------------------------------------------------------------------- -------------------------------------------------------------------------------- SUMMARY & RECOMMENDATION Several weeks ago ci ty Council heard from Eugene Abbott, of Abbott Development, requesting sanitary sewer service to two proposed buildings being developed within the Deer Park city limits. At that meeting there was some discussion about several businesses in Deer Park that were receiving one or both utilities (water and sewer) from La Porte. Prior to consideration of Mr. Abbott's request, Council directed staff to develop an agreement with Abbott Development that addresses payment for past services provided by the City. The workshop tonight will focus only on buildings owned or developed by Abbott Development and the pending request for service to the two new buildings. utilizing materials provided by Abbott Development and Deer Park along with several key assumptions, staff developed a table summarizing past utility services provide to Abbott Development. This table is provided as an attachment. After completing this study staff drafted an agreement for Council's consideration. The main features of that agreement are: requires payment for prior years service. - requires Abbott Development to pay 150% of La Porte's current utility rate. - requires customer to be bound by all applicable ordinances of the city relative to furnishing of utilities. - requires Industrial Waste permit applications. - establishes the limits of City of La Porte maintenance. - requires Abbott Development to pursue future utility service with the City of Deer Park. - establishes a term of one year with an option for two consecutive years. This proposed agreement addresses only' the request for sanitary sewer service to two new buildings and payment for past services provided to Abbott Development. The administration plans to contact all other businesses in Deer Park receiving utilities from the City. We will pursue agreements with those businesses that will bring them into compliance with La Porte policies. We will keep you informed of our progress in dealing with these business. Action Required by Council: Consider approving agreement with Abbott Development for provision of temporary sanitary sewer service. -------------------------------------------------------------------------------- -------------------------------------------------------------------------------- Availability of Funds: N/A General Fund water/Wastewater Capital Improvement General Revenue Sharing Other (None required) Account Number: Funds Available: YES NO ================================================================================ Approved for city council Aqenda R~Il~rera C~ anager r00 DATE ================================================================================ 1\ f-\, ....) e e ~.~ DRAFT THE STATE OF TEXAS COUNTY OF HARRIS AGREEMENT This Agreement made and entered into by and between the CITY OF LA PORTE, a municipal corporation, hereinafter referred to as "CITY," and ABBOTT DEVELOPMENT CORPORATION, a corporation, hereinafter referred to as "ABBOTT DEVELOPMENT," WITNESSETH: I ABBOTT DEVELOPMENT is outside the Corporate Limits of La Porte and is desirous of receiving temporary sanitary sewer service from the CITY for usual human domestic uses and not for use for industrial processes of any kind. For and in consideration of temporary sewer service provided by CITY, the parties hereto agree as follows, to wit: II All expenses of the installation and maintenance of the tap and service line shall be paid by ABBOTT DEVELOPMENT at the expense of ABBOTT DEVELOPMENT, and shall be ABBOTT DEVELOPMENT's sole maintenance responsibility thereafter. CITY shall have the right of prior review and approval of ABBOTT DEVELOPMENT's plans and specifications for the project. 1 e e ~ .2lli III ABBOTT DEVELOPMENT has made the following representations to CITY as to its needs for utility service, upon which representations CITY has relied in entering into this Agreement, to-wit: Average day demand Peak day demand Peak hourly demand 700 1000 125 gallons per day gallons per day gallons per hour IV ABBOTT DEVELOPMENT has filed with CITY, a site plan (Exhibit A, attached) showing the two buildings to be furnished temporary sewer service. The temporary sanitary sewer service anticipated by this contract shall be for those two facilities only. No additional services, expansions etc, shall be provided without a separate written agreement. V within thirty (30) days of execution of this Agreement ABBOTT DEVELOPMENT shall submit an industrial waste application for the two buildings shown on Exhibit A. VI CITY has determined that adequate facilities are available to treat the sanitary sewer demands presented in section III. However, because of multiple customers served by one four inch (4") service line, ABBOTT DEVELOPMENT agrees to the terms further 2 e e ~-~ DRAFT described in section VIII of this agreement. In addition ABBOTT DEVELOPMENT shall agree to: (a) All plumbing installed by ABBOTT DEVELOPMENT in respect to said tap and service line, shall meet all applicable state of Texas and CITY plumbing code requirements. CITY plumbing inspectors shall have the right to inspect any and all work related to the furnishing of sanitary sewer service. (b) ABBOTT DEVELOPMENT agrees that it shall be bound by all applicable ordinances of CITY, relative to the furnishing of domestic water and sewer, as applicable, to customers within the corporate limits of CITY. (c) ABBOTT DEVELOPMENT promises and agrees to pay to CITY, one hundred fifty per cent (150%) of CITY's current sewer rate, as said sewer rate shall be established from time to time by City Council of CITY, for users within the corporate limits of CITY. The billings shall be based on actual water consumption and verified by meter readings taken by City of La Porte. (d) ABBOTT DEVELOPMENT hereby grants limited access to CITY to enter upon premises, identified in Exhibit A, to read the water meters for purposes of calculating the sani tary sewer service charge, and for inspection purposes. (e) Each building service identified in Exhibit A shall have separate water meters installed, at no expense to CITY, to allow for the computation of the sanitary sewer service charge VII Prior to receiving the temporary utility service to the buildings shown on Exhibit A, ABBOTT DEVELOPMENT shall pay in full ten thousand one hundred ten dollars and eighty-two cents ($10,110.82) as an agreed settlement for past utility service provided to the companies listed on Exhibit B, attached. Payment 3 e e ~~ shall be made within 15 days of the date of this Agreement and prior to installation of service contemplated by this agreement. VIII ABBOTT DEVELOPMENT has requested permission to receive temporary sanitary service for the two new buildings by connecting to the existing four inch (4") line that serves several existing facilities. ABBOTT DEVELOPMENT may pursue this if ABBOTT DEVELOPMENT; (a) delivers to the CITY permission and hold harmless statements from all of the facilities connected to the four inch (4") service line. These facilities are listed on Exhibit C, attached. The statements shall indemnify and hold harmless the CITY from any and all damages incurred due to sewer back ups, stoppages, etc. These statements shall be delivered prior to receiving installation of service contemplated by this agreement; and (b) agrees to install at no cost to CITY sampling wells at each of the facilities receiving service from the four inch ( 4") line. The sampling wells shall be installed within 60 days of the date of this agreement. The location and construction of the sampling well shall be approved by the CITY. If the above conditions cannot be satisfied, ABBOTT DEVELOPMENT shall proceed with the plans earlier presented to the CITY for the installation of a six inch (6") sani tary sewer to provide sanitary sewer to several facilities currently being served by an existing four inch (4") line. IX ABBOTT DEVELOPMENT shall agree to pursue future utility service with the City of Deer Park and shall furnish the CITY with 4 e e ~ --!II DRAFT an anticipated schedule wi thin one year from the date of this agreement. x This agreement is for a period of one year from date of execution; and is renewable at CITY's option, acting through it's City Manager, for two successive one year terms. If at the end of three years, utility service from Deer Park is not available, the CITY shall have the right to terminate this agreement upon 60 days written notice from CITY to ABBOTT DEVELOPMENT. XI Failure to perform any of the conditions described herein shall be cause for termination of service. XII This contract contains the entire agreement of the parties hereto. WITNESS OUR HANDS, this the day of , 1990. CITY OF LA PORTE By Robert T. Herrera, City Manager ABBOTT DEVELOPMENT CORPORATION By Approved as to Form: (City Attorney) 5 e EXHIBIT A To be furnished. 6 e ~~ , , e e DRAFT EXHIBIT B STUDY OF SERVICES PROVIDED BY THE CITY OF LA PORTE TO BUSINESSES LOCATED IN THE CITY OF DEER PARK DATE OF STUDY: MARCH 30, 1990 LA PORTE NO. INDUSTRIAL ON WASTE PERMIT MAP BUSINESS OWNER DEVELOPER REQUIRED 5 HI-TECH REFRACTORY ABBOTT DEVELPT. ABBOTT DEVELPT. YES 7 BROWNIES STRIP CTR JOHN BALLARD ABBOTT DEVELPT. YES lOA MAINTECH ABBOTT DEVELPT. ABBOTT DEVELPT. YES lOB ABBOTT DEVELPT. ABBOTT DEVELPT. ABBOTT DEVELPT. YES 11 KOCH CONTRACTORS ABBOTT DEVELPT. ABBOTT DEVELPT. YES 12 ABBOTT DEVELPT. ABBOTT DEVELPT. ABBOTT DEVELPT. #YES 13 ABBOTT DEVELPT. ABBOTT DEVELPT. ABBOTT DEVELPT. #YES # PROPOSED TIE-IN TO LP SEWER SYSTEM 7 . . e e ro=; ~ . .. DRAFT EXHIBIT C EXISTING BUSINESS RECEIVING SERVICE FROM EXISTING FOUR INCH (4") SANITARY SEWER LINE. Name Service Address Brownies's (& Brownie's Strip Center) 1322 Underwood Abbott Development Maintech 1318 Underwood 1314 Underwood PROPOSED BUSINESS RECEIVING SERVICE FROM EXISTING FOUR INCH (4") SANITARY SEWER LINE. Name Service Address Joe Koch Construction Company Unknown Equipco Unknown 8 . STUDY OF SERVICES PROVIDED BY THE CITY OF LA PORTE TO BUSINESSES LOCATED IN THE CITY OF DEER PARK e WATER SEWER LA PORTE ESTIMATED I~O. SERVICE CHGD % OF SERVICE CHGD % OF INDUSTRIAL DATE AMOUNT ON PROVIDED BY LP PROVIDED BY LP WASTE PERMIT SERVICE OWED TO IMAE BUSINESS OWNER DEVELOPER BY LP RATE BY LP RATE REQUIRED PROVIDEI LA PORTE Itlt 5 HI-TECH REFRACTORY ABBOTT DEVELPT. ABBOTT DEVELPT. LP YES 100% LP YES 100% YES 5-80 $0.00 7 BROWNIES STRIP CTR JOHN BALLARD ABBOTT DEVELPT. LP YES 150% LP YES 100% YES 5-80 $0.00 110A MAINTECH ABBOTT DEVELPT. ABBOTT DEVELPT. DP NO N/A LP NO 0% YES 10-87 $4,799.94 lOB ABBOTT DEVELPT. ABBOTT DEVELPT. ABBOTT DEVELPT. DP NO N/A LP NO 0% YES 5-80 $1,582.98 11 KOCH CONTRACTORS ABBOTT DEVELPT. ABBOTT DEVELPT. DP NO N/A LP NO 0% YES 5-80 $3,727.90 12 ABBOTT DEVELPT. ABBOTT DEVELPT. ABBOTT DEVELPT. DP NO N/A It It N/A It It $0.00 113 ABBOTT DEVELPT. ABBOTT DEVELPT. ABBOTT DEVELPT. DP NO N/A It It N/A It It $0.00 1990 30 MARCH DATE OF STUDY e ~ RATE PORTE LA It PROPOSED TIE-IN TO LP SEWER SYSTEM ItItAMOUNT COMPUTED USING 100% OF CURRENT (\, , / ======================================================~=========== D REQUEST FOR ,r.....~1TY COUNCIL AGENDA ITEM \.-J Agenda Date Requested: Requested By: Charles E. smith Department: Police Report Resolution x Ordinance Exhibits: Proposed Burglary and Robbery Alarm Ordinance Report ----------------------------------------------------------------- ----------------------------------------------------------------- SUMMARY & RECOMMENDATION Over the past five years there has been a significant increase in the number of false alarms investigated by the La Porte Police Department. The department responds to an average of 1,299 alarms annually and this number is expected to increase. Our estimated annual expenditure for false alarms is $38,970 from which no real benefit is derived. Staff recommends that the city Council consider the adoption of a false alarm ordinance which provides guidelines and penalties to alarm users.1;w~~t,G,d '" ~~rtr<<~- !fhcLu~ ~ - (tltOO ~ry {/"'7J'~ 0v t ADVl ~.~'~~~ Action Required by council: Consider adopting false alarm ordinance. ALTERNATIVE: Leave situation as is, take no action. ================================================================= Availability of Funds: General Fund Water/Wastewater capital Improvement General Revenue Sharing X Other (None required) Account Number: Funds Available: YES NO ================================================================= APproved for City council Aqenda G(~ \. \k~~ Robert T. Herrera City Manager l\ \ \~ tctb DATE ================================================================= . . . CONSIDER APPROVING CONTRACT FOR UTILITY SERVICE OUTSIDE CITY LIMITS (Ord. 1697) - R. Herrera Motion by Second by g~fl.">, FOR VOTE: Waters coo~er CM~t- ~7.;k~ McLaughlin Porter ~ Skelton Clarke (Malo~ /Defeated Motion carried "Qv~, lLd -t ~ . (I \~ruJl (~~) -f;o tJtv LudJQ ~ ~ I AGAINST ~ V ABSTAIN Tabled . e CITY OF LA PORTE INTER-DEPARTMENTAL MEMORANDUM April 19, 1990 TO: Mayor and Council SUBJECT: Robe~J;J T. Herrera, Ci ty Manager \J\ ohvJ: r. t\..lU\I\.lV'c-I Commercial Solid Waste Operations study FROM: As discussed with you at the City Council Retreat, Staff has performed an in-depth study of the operations of the Commercial Solid Waste Division. Current operations were examined along with projecting revenues and expenses over the next five (5) year period. Currently the Commercial Solid Waste Division operates as an enterprise fund with all operational funding being obtained through the revenues generated by the servicing of commercial -accbunts within the City. The division is expected to generate approximately $94,855.00 net income for fiscal year 1989/90. The Commercial Solid Waste Fund is forecasted to end the current fiscal year with a balance of $351,000. The Commercial Solid Waste Division competes with private haulers for the collection of containerized solid waste within the corporate city limits of La Porte. The city services approximately 95% of the containerized s~lid waste commercial accounts within the city. Current operations consist of one (I)" operator and two (2) vehicles, with one serving as a backup vehicle. This operation has been sufficient to meet the needs of the community at a cost of $2.00/cubic yard for the past ten (10) years with no increases. The low rate, in addition to the upswing in the economy, has expanded the number of accounts to the point that a "one man, one truck" operation is no longer feasible. "The operator is limited to working sixty (60) hours per week as a driver by Federal Department of Transportation regulations. He is currently working in excess of fifty (50) hours per week. An additional driver and vehicle will be necessary for the City to be in compliance with this DOT regulation in FY 90/91. The driver/account ratio will decrease by 50%, with a corresponding drop in net income. . . . Page Two Commercial Solid Waste Study April 19, 1990 The in-house study indicates a steady decrease in net income for the division, assuming the rate is not raised, for the next five (5) years. For the purpose of the study, a yearly growth rate of 2% was assumed. This limited base of expansion fails to offset the rise in expenses generated by the addition of an operator and vehicle, along with anticipated inflation in the cost of supplies and material. The net income of the Commercial Solid Waste Division is projected to decrease from $94,855.00 in FY 89/90 to $2,425.00 in FY 94/95, a decrease of 97%. Staff recommends a competitive comparison be made between City operation and a private hauler operation of the Commercial Solid Waste Division. This can be accomplished by requesting proposals from private collection contractors for the exclusive right to collect commercial containerized solid waste in the City of La Porte. These written proposals would be used to evaluate whether a decision to expand our commercial operation makes good business sense. In addition to soliciting proposals, staff recommends consideration be given to the granting of an exclusive rights contract to the City for collection of commercial solid waste accounts. The City Charter grants the City control of all solid waste collection within its corporate limits. Exclusive rights would allow the City to capture the remaining 5% of commercial accounts or to contract all, or any portion, of the containerized accounts. The study will be forwarded to City Council for your reading and a Request for Proposals will be solicited in mid-May, 1990. RTH/bj (:, ---- ( I \ ' '--'" r\ " I , / ~i.-- COUNCIL ACTION WATERS: ~~r F ~pt-n-' ~~a-P= .c{J~e:t/ {j)~fp~..,-.J J?f-ff ~ ~'j.~)!,,--~ - #~ lnL~ tkIt-,t;,dv 17 MATUSZAK: ~~ McLAUGHLIN: ~~ ~..l. ~ )PUjIHJ-&<~ - aJ~da-7f w.:J"." ;fj ~~~ ~ tt PORTER: ~~ ~- ~L ~ ~D~~~~" - I f).~~. t /J ~ ~, ~ GAY: ()Jh-uvt SKEL~~~o/-~~~ ~ - )LwJ~*~ ~ k--..J ~.G -Q.. ~ ~th. ~J$ ,aL~-:tO~ ~ ili~ ~.. . a..cl ~ ~(:S$&"'~). Ji-IR;-~~~~(l.2tf-. ~ ~ D ~ ~ ~J-...(r e,;;;;... I ~ ~;1VU-E CLA'RKE: I . ') fl (y _ LV ~ pr6-I("v.Ao...'U..~ ~~ .. '~ }ll!e..J~'., ~ OM"- . ~MM~ ~~ ~~~lQ..-~___~' Cf ~M S? MALON~ c