HomeMy WebLinkAbout1990-11-12 Regular Meeting•
MINUTES OF THE REGULAR MEETING OF LA PORTE CITY COUNCIL
NOVEMBER 12, 1990
1.
2.
3.
4.
5.
The meeting was called to order by Mayor Malone at 6:00 P.M.
Members of Cites Council Present: Mayor Norman Malone,
Councilpersons Guy Sutherland, Mike Cooper, Ed Matuszak, Bob
McLaughlin, Alton Porter, Deotis Gay (arrived 6:20 P.M.), B.
Don Skelton, Jerry Clarke
Members of City Council Absent: None
Members of City Staff Present: City Manager Bob Herrera, City
Attorney Knox Askins, City Secretary Cherie Black, Assistant
City Manager John Joerns, Human Resources Manager/Purchasing
Manager Louis Rigby, Acting Police Chief Bobby Powell,
Director of Public Works Steve Gillett, MIS Manager Larry
Mabe, Director of Community Development Joel Albrecht,
Director of Parks and Recreation Stan Sherwood, Recreation
Superintendent Tim O'Connor, Parks Superintendent Bert Clark,
Aging Services Superintendent Karen Beerman
Others Present: Rick Hollington, Denny Ray Wines Associates;
8 citizens
The invocation was given by Councilperson Cooper.
Council considered approving the minutes of the regular
meeting of Council held October 22, 1990.
Motion was made by Councilperson Cooper to approve the October
22 minutes as presented. Second by Councilperson Sutherland.
The motion carried, 8 ayes and 0 nays. (Councilperson Gay had
not yet arrived.)
Ayes: Councilpersons Sutherland, Cooper, Matuszak,
McLaughlin, Porter, Skelton, Clarke and Mayor Malone
Nays: None
The following citizens addressed Council: Jimmie Ray
Spradling, regarding solicitors and peddlers in La Porte; Lou
Lawler, regarding a meeting of The Rehabilitation Foundation.
Council considered Ordinance 759-F, establishing front foot
fees to be charged for businesses and residences seeking water
and sewer services.
The City Attorney read: ORDINANCE 759-F - AN ORDINANCE
AMENDING ORDINANCE 759, AN ORDINANCE ESTABLISHING A POLICY ON
WATER AND SEWER LINE EXTENSIONS; ESTABLISHING CONNECTION FEES
AND INSPECTION FEES FOR PROPERTY HEREAFTER CONNECTED TO
Minutes, Regular Meeting, La Porte City Council
November 12, 1990, Page 2
WATER AND SEWER MAINS; FINDING COMPLIANCE WITH THE OPEN
MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF.
Motion was made by Councilperson Matuszak to adopt Ordinance
759-F as read by the City Attorney. Second by Councilperson
Cooper. The motion carried, 7 ayes and 2 nays.
Ayes: Councilpersons Cooper, Matuszak, McLaughlin, Porter,
Skelton, Clarke and Mayor Malone
Nays: Councilpersons Sutherland and Gay
6. Council considered an ordinance approving a contract by and
between the City of La Porte and R. L. Utilities, Inc., for
sanitary sewer force main replacement.
The City Attorney read: ORDINANCE 1735 - AN ORDINANCE
APPROVING AND AUTHORIZING A CONTRACT BY AND BETWEEN THE CITY
OF LA PORTE AND R. L. UTILITIES, INC., FOR A 12 INCH DIAMETER
SANITARY FORCE MAIN REPLACEMENT AT FAIRMONT PARKWAY AND SPRING
GULLY, IN THE AMOUNT OF $15,785.00; MAKING VARIOUS FINDINGS
AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE
WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE
HEREOF.
Motion was made by Councilperson Sutherland to adopt Ordinance
1735 as read by the City Attorney. Second by Councilperson
Porter. The motion carried, 9 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Matuszak,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
7. Council considered an ordinance approving a contract for
professional services for design of senior citizens center and
La Porte wellness facility.
The City Attorney read: ORDINANCE 1736 - AN ORDINANCE
APPROVING AND AUTHORIZING AN AGREEMENT BY AND BETWEEN THE CITY
OF LA PORTE AND DENNY-RAY-WINES ASSOCIATES, INC., FOR
ARCHITECTURAL SERVICES FOR A NEW FITNESS/RECREATION CENTER
HOUSING THE SENIOR'S CENTER, PARKS AND RECREATION OFFICES, AND
RECREATION FACILITIES; MAKING VARIOUS FINDINGS AND PROVISIONS
RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN
MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF.
Motion was made by Councilperson Skelton to adopt Ordinance
1736 as read by the City Attorney. Second by Councilperson
McLaughlin. The motion carried, 9 ayes and 0 nays.
i •
Minutes, Regular Meeting, La Porte City Council
November 12, 1990, Page 3
Ayes: Councilpersons Sutherland, Cooper, Matuszak,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
8. Council considered increased authorization to City of La Porte
Contract for professional services with Claunch & Miller, Inc.
Motion was made by Councilperson Sutherland to auprove
decreasing the approved authorization to the Black & Veatch
contract by 515.000 and increase authorization to the Claunch
& Miller contract by 513,800 for bidding and construction
administration services related to the fire trainincrfacility.
Second by Councilperson Cooper. The motion carried, 9 ayes
and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Matuszak,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
9. Council considered a consent agenda, as follows: (A) Consider
rejecting a proposal for microcomputer systems, associated
equipment and supplies; (B) Consider awarding a contract for
tape subsystem installation; (C) Consider awarding a bid for
a bus for Parks and Recreation; (D) Consider awarding bids for
three 1/2-ton pick-ups; one mini-van; one 3/4-ton truck-based
station wagon; five 4-door police/fire sedans; and one 4-door
sedan; (E) Consider awarding bid for motor grader and backhoe;
(F) Consider awarding bid for flail mower; four rotary mowers;
and slope mower; (G) Consider awarding bid for trash truck;
1-1/2 ton aerial truck; and dump truck; (H) Consider awarding
bid for asphalt patching truck; (I) Consider awarding a bid
for lime slurry; (J) Consider awarding a bid for fly ash
stabilized calcium sulfate.
Councilperson Porter requested removal of items C,~ D,. and J;
Councilperson Sutherland requested removal of items E, F, G
and H.
Motion was made by Councilperson Skelton to approve items A
B and I of the consent agenda. Second by Councilperson Gay.
The motion carried, 9 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Matuszak,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
•
•
Minutes, Regular Meeting, La Porte City Council
November 12, 1990, Page 4
After discussion, motion was made by Councilperson Skelton to
approve items C, D, E, F, G, H and J. Second by Councilperson
McLaughlin. The motion carried, 9 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Matuszak,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
10. Council considered setting the holiday meeting schedule.
Motion was made by Councilperson Cooper to set the holida
meeting dates as November 12 and December 10 , with no meetings
scheduled for the fourth Monday of either month, and if it
became necessary a meeting could be called. Second by
Councilperson Sutherland. The motion carried, 9 ayes and 0
nays.
Ayes: Councilpersons Sutherland, Cooper, Matuszak,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
11. Administrative Reports
Bob Herrera informed Council of a request from Vintech
Investment Company for temporary sanitary sewer service for
a business outside our city limits, and asked for direction
from Council. Council directed the City Manager to deny the
request, as policy has already been set regarding service
outside the city limits. A letter will be sent to Vintech
informing them of the decision.
12. Council Action - Councilpersons Sutherland, Matuszak,
McLaughlin, Gay, Skelton, Clarke and Mayor Malone brought
items to Council's attention.
13. Council adjourned into executive session at 7:50 P.M. to
discuss the following items: (A) Article 6252-1-7, Section
2(R) - (Conference) - Receive report from City Manager
regarding strategy for meeting with EPA on November 13, 1990;
(B) Section 2(G) - (Personnel) - Annual review of City
Manager. Council returned to the table at 9:45 P.M. No
action was taken on item A; Item B resulted in a decision to
increase the City Manager's salary.
14. There being no further business to come before the Council,
the meeting was duly adjourned at 9:48 P.M.
Minutes, Regular Meeting, La Porte City Council
November 12, 1990, Page 5
Respectfully submitted:
Cherie Black, City Secretary
Passed & Approved this the
10th day of December, 1990
~~~~~~~
G~~
Orman L. Malone, Mayor
ORDINANCE NO. 759-F
AN ORDINANCE AMENDING ORDINANCE 759, AN ORDINANCE ESTABLISHING A
POLICY ON WATER AND SEWER LINE EXTENSIONS; ESTABLISHING CONNECTION
FEES AND INSPECTION FEES FOR PROPERTY HEREAFTER CONNECTED TO WATER
AND SEWER MAINS; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND
PROVIDING AN EFFECTIVE DATE HEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
Section 1. Section 2 of_ Ordinance No. 759, as amended by
Ordinance No. 759-E, is hereby amended, and shall hereafter read as
follows:
"Section 2. A connection charge shall be made against each lot,
tract, or parcel of land and the owner thereof whose water and sewer
tine shall be hereafter ~~onnected with any water main or sanitary
sewer main of the City of La Porte, which charge shall be at the
following rates, which rates ar_e a portion of the total cost of~such
water and sewer mains, to-wit:
(1) $4.60/100 square feet f.or residential connections, and
$7.30/100 square feet for commercial connections, of the lot, tract
or parcel of land to which water connections may be made, plus a
water tapping charge of:...
(2) $G.10/100 square feet Eor residential connections, and
$7.00/100 square feet for commercial connections, of the lot, tract
or parcel of land to which sanitary sewer connections may be made; a
stack fee of $250.00 for a 4" sewer tap, and a stack fee of $300.00
for a 6" sewer tap; and an inspection fee of $5.75. The charge for
larger sewer service connections shall be at the City's actual cost.
(7) Charges for residential lots in excess of one acre shall
be based on a minimum of 10,000 square feet for the water and sewer
front fees."
Section 2. The City Council officially finds, determines,
recites and declares that a sufficient written notice of the date,
hour, place and subject of this meeting of 'the City Council was
posted at a place convenient to the public at the City Hall of the
City for the time required by law preceding this meeting, as
required by the Open Meetings Law, Article 6252-17, Texas Revised
Civil Statutes Annotated; and that this meeting has been open to the
•
ORDINANCE NO. 759-F Page 2
public as required by law at all times during which this ordinance
and the subject matter thereof has been discussed, considered and
formally acted upon. The City Council further ratifies, approves
and confirms such written notice and the contents and posting
thereof.
Section 3. This ordinance shall be effective immediately upon
its passage and approval. The rates herein provided shall be
effective for all service from and after November 13, 1990.
PASSED AND APPROVED, this 12th day of November, 1990.
CITY OF LA PORTE
BY _ __ __
Norman L. Malone, Mayor
ATTEST:
Cherie Black, City Secretary
AP -ROVED: /'
C { ~.~-~i
G~~ / - ------
Knox W. Askins, City Attorney
• •
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: 11-12-90
Requested By: Joel H. Albrecht Department: Community Development
Report Resolution XX Ordinance
Exhibits:
(1) Memo from John Joerns, RE: Interim Front Foot Fees
(2) Handouts Presented at July 16, 1990 Workshop
SUMMARY & RECOMMENDATION
On July 16, 1990, the City Council held a workshop to discuss the
front foot fees charged for businesses and residences seeking water
and sewer services. These fees were established by Ordinance No.
759 and have not been updated since 1976. The result of the
workshop was to establish a interim front foot fee that was in line
with actual developmental costs. Staff was also asked to review
the front feet fees charged by Deer Park.
Deer Park does not have a set front foot fee, but uses a formula
based on the total cost of the utility line which is extended to
serve the subject property.
The attached ordinance updates the front foot fees established by
Ordinance No. 759.
The proposed front foot fees are as follows:
WATER
Commercial
Residential
$ 7.30/100 sq.ft.
$ 4.60/100 sq.ft.
SEWER
$ 7.00/100 sq.ft.
$ 6.10/100 sq.ft.
Staff recommends the approval of the attached ordinance updating
the front foot fees to a rate reflective of current construction
costs. Staff further recommends that residential lots in excess
of one acre use a minimum of 10,000 sq.ft. for the front foot fee
instead of the existing 6,000 sq.ft. minimum.
Action Reciuired by Council:
Adoption of Ordinance updating the front foot fees for commercial
and residential development as follows:
WATER
Commercial $ 7.30/100 sq.ft.
Residential $ 4.60/100 sq.ft.
Availability of Funds:
General Fund
Capital Improvements
Other
Account No.:
Ap roved for City Council Agenda
T,.
Robert T. Herrera
City Manager
SEWER
$ 7.00/100 sq.ft.
$ 6.10/100 sq.ft.
Water/Wastewater
General Revenue
Sharing
Funds Available: Yes No
Date
• •
CITY OF LA PORTE
INTEROFFICE MEMORANDUM
TO: Robert T. Herrera, City Manager
FROM: John Joerns, Assistant City Manager
DATE: July 13, 1990
SUBJECT: Consideration of interim front foot fees
Re: SB336 and development of utility extension policies
Ordinance 759 (and amendments) provides policy guidelines for
utility extensions and establishes front foot fees for businesses
and residences seeking water and sewer service. The last time
front foot fees were increased was in August, 1976.
Since that time there has been several discussions at the Council
level that considered either an update to the front foot fees or
adoption of a capital recovery fee. However, no Council action has
taken place regarding this matter.
As discussed at the Council/Staff Retreat, SB336 has established
firm guidelines that must be followed if capital recovery fees are
to be adopted. It is recommended that Council designate a workshop
meeting to discuss and reaffirm the Council's goal of developing
new utility extension policies and establish a policy decision on
whether or not Council wishes to pursue capital recovery fees.
In order to comply with SB336 the City will soon abandon the policy
requiring a fee for fire hydrant installation if one is required
in order to receive a building permit. At that time the costs of
installing fire hydrants for certain building permit requests will
fall back on the City's Utility Fund. However, as explained
earlier, the front foot fees collected are not sufficient to cover
the construction costs of many water and sewer mains much less the
additional burden of fire hydrant installation costs. Therefore,
it is suggested that Council consider adoption of new front foot
fees that more closely reflect actual construction costs.
The following table shows residential and commercial fees that are
more representative of the costs necessary to develop the basic
infrastructure (no oversizing). They were established by reviewing
a report on typical construction prices around the state and
applying them to local circumstances, (ie typical lot sizes, etc.).
The current front foot fees are also included for your information.
It is anticipated that a more complete discussion of these fees
will take place at a future Council workshop and/or regular
meeting.
• •
ATTACHMENT TO MEMORANDUM
JOHN JOERNS TO ROBERT T. HERRERA
7/13/90 Re: interim front foot fees
Residential Front Fees
Water Sewer
Current Fees* $ 1.44/120 sq. ft. $ 2.30/120 sq. ft.
Estimated actual
costs to develop
infrastructure
for typical City
block(s) $ 4.60/100 sq. ft. $ 6.12/100 sq. ft.
Commercial
Water ~ Sewer
Current Fees* $ 1.73/120 sq. ft.~~ $ 2.88/120 sq. ft.
Estimated actual
costs to develop
infrastructure
for typical City
block(s) $ 7.91%100 sq. ft. $ 8.52/100 sq. ft.
* Current fees based on area of property to be developed, not the
entire property.
Note: Two more examples will be provided at the July 16th workshop
(1) Large lot (or acreage) in residential areas
(2) Strip Commercial Development
Handout ~r City Council Workshop ~1 16, 1990
r Item - Front Foot Fees
~~
RESIDENTIAL
Water
Current Fees ($ 1.44/120 sq. ft.)
$ 1.20/100 sq. ft.
Typical Lot and
block example $ 4.60/100 sq. ft.
COr'IMERCIAL
Water
Current Fees ($ 1.73/120 sq. ft.)
$ 1.44/100 sq. ft.)
Commercial
(smaller parcels $ 7.91/100 sq. ft.
example)
Commercial
Strip Development
(full block(s)
example) $ 6.18/100 sq. ft.
Sewer
($ 2.30/120 sq. ft.)
$ 1.92/100 sq. ft.
$ 6.12/100 sq. ft.
Sewer
($ 2.88/120 sq. ft.)
$ 2.40/100 sq. ft.
$ 8.52/100 sq. ft.
$ 3.77/100 sq. ft.
Consider Interim
Front Foot Fees
(for approximate 6 month period)
Commercial
$ 7.30/100 sq. ft.
$ 7.00/100 sq. ft.
Residential*
$ 4.60/100 sq. ft.
$ 6.10/100 sq. ft.
* Consider for residential lots greater than one acre in size a minimum.
of 10,000/sq. ft.
_._ _ _. __. _ T.
Handout for City Council Workshop July 16, 1990
Item #4 - Front Foot Fees
Impact on
Expenses Paid for ..
Typical Size Developments
Water Sewer
Residential
6,000 sq. ft.
10,000 sq. ft.
(for lots greater
than one acre)
Water
Current Interim
$ 72.00 $ 276.00
$120.00 $ 460.00
Current Interim
$ 115.20 $ 366.00
$ 192.00 $ 610.00
Sewer
Commercial
6,000 sq. ft.
10,000 sq. ft.
50,000 sq. ft.
(1/2 a standard
La Porte block)
Current Interim
$ 86.40 $ 438.00
$144.00 $ 730.00
$720.00 $3,650.00
Current Interim
$ 144.00 $ 420.00
$ 240.00 $ 700.00
$1,200.00 $3,500.00
COMMERCIAL STRIP DEVELOPMENT
WATER/SEWER
I_ - _' _ ~ ~- - - -
I 160 I
~ ~ ~ y
~ ~ ~ ml
I I I
I
~-----I L--_~
~ P
~-- - - - -I ~-- - - - -~
I I I
I I I
I I I
I I I
I I I
~__-~ I--__~,
o Q
__
I I I I
I I I I
I. I I - I
I I I I
I I I I
~----~ ~___J
o R
cfl
I
I
I
I
I
---) r-- - ___. -
I 160 I I
~ J ~ ~ I
3 I I I
m
I I
I
~----J L--_~
I-----~
I
I
I
I
I
~--_-.~
~- B~~W.L.
I
I
-' _
I
I
i
~'
I
I
~- - - _ .~
I I
I
1----J
I-- - - - .~
I
~---_~
LE_
----_-.
-l- FIRE HYDRANT
_. },., _, _~. ~ MANHOLE
_...•~-:-°-:.,~_.f ~,.~.:....... ~ 8" VALVE
N.T.S.
r
•
•
~.
~II~~;
// 1 )~ z~
/ ~ /
.__._ .___.__-- ^~G~.CTJ
-----.. _
p --- -______ _--
-- -- v ^
-_______- -- - ~ _ Owtnlo-I ~I ~.p l ~~ ~hLnfLt'Ol~ 1~.~~~ . ~ - ._ .-- - -----_.
~Q t..l~.~.
6 G` \ ~-------- -
3
,. ~ ` ~~o~
,`_ ~
~~ ,
,.
~~C.`..4~JUI ~~- Cdr ~ ~ ~4- _,'~,~~ __~ ~ ~ ~
--_ ~u --~ Wit.-.--~-v,, A ~ --
-_ -~
.~ . ---
/ ~ie~.~~,,:_~_.
~4-~~---- ~-~ ~rr..c~zs~~v cam? ~~..-~
----- _.. G~~wo~~, need-5 . _~c, _ --1~ r ~tiL1?~,~____-__~_
~~_
., . -fir--...~ ~"~,~1--~.<-h~,,L~,}~ ~ - _. -
:~.- ~~ ~ ~
F J'
---I~__~''~`'~ -~-2~--t~~}-~-~' r~--.-100-~~- „ `? ___-
;~ ,
-------- -- cam.---~._ ,~.~,~.. ..
•
.~,~
•
~~~L'~~ wla-t-~~ s ~,-~1~r 1~t~~N~ ~ c.c, t'c~~ ~~~ ~ .Lk' - ---
--- --- --- ~ Z~ . o ~ ~ . W bt QZ -'- ~ ~Z . ~i N ~ ~ c.nl,. _ rt"o fL -~, t,~1~,,(~10 /~
~W~ .,
-,-~tr»..-1.4~.fl r.,niad- -l~~-~~,~~ - ~.r r-~z _ .. ~~o --. ~'0 2~ ~ r~~v~_ - ~.1..
.: ~ ~u n.t~~ _ ~ ~?.~2,e-..~ -- (~12~ -- ~ Ro ~r..C~ ~ O~--J ~o-~pv~2--x--40 ~ ~n 2
., ., .. ._ r _~. -
.•F" :a
...~
..
~I'._ - yJ~ _~ _.-!~Q~_ \M ~-~.-V ~.~- ' --.. r"`,' ~ ~~~ _~_..C/_1..I .t~.M h-1~~~ ~ '~a~/1 N 6''h__)--
-~~~ ~~- ~v~Str~ . ~"~d_- -QG.'CZE.a.~s1~~._.lt~~_..~~u ~~~-.~~G W.b1ta . .
- - -------------
------- -
l __
- - ---
~ ~,~, ;~
- ~~ . , .
f -_ __ --- ___- ---- ------- -----_------
- / ..--. ~ ~ ~~--ti. 1 --
~' 7
• ~ •
Handout for City Council Workshop July 16, 1990
Item #4 - Front Foot Fees
Examples of Front Foot Fees
for Large Residential Lots
# of Square Feet
(min) 6,000 sq. ft.
10,000 sq. ft.
43,560 sq. ft.
Water
$24.59/100 sq. ft.
$14.76/100 sq. ft.
$ 3.38/100 sq. ft.
Sewer
$41.89/100 sq, ft.
$25.13/100 sq. ft.
$ 5.77/100 sq. ft.
i •
NTS.
--..P.. --------------------
----1------~-----1--=---~----
~ ~ ~
I ~ ~ ~
~ ~ ~ I
--- ~ ---- I 484 ~ I
o i ~ ~
(fl J
W U I ~ I
F- I O
Q O ~ i I
-~~~~
- -
6~~W.L.
B~~SS
I I I
I p
I ~
~ I I
--- I -_-- 242 ~ 242
- - - - ~ - - -
I I I
I I
I I
H - ~ - - -
LARGE LOT RESIDENTIAL LEGEND
WATER/SEWER -i- FIRE HYDRANT
• MANHOLE
•
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: 11-12-9
Requested By: Joel H. Albrec epartment: Community Development
__ Report Resolution X Ordinance
Exhibits:
Bid Tabulation
Project Schedule
Ordinance No. 1735
SUMMARY & RECOMMENDATION
On October 22, 1990 the City received bids for a 12" diameter
sanitary sewer force main replacement at Fairmont Parkway and
Spring Gully. (CLP# 90-7106).
The City received 3 bids for a lump sum contract on the above
referenced project. The bids ranged in the amount of $28,000.00
down to $15,785.00. The low bid meeting specifications was from
R.L. Utilities, Inc. in the amount of $15,785.00.
Staff recommends approval of the low bid from R.L. Utilities, Inc.
for the 12" diameter sanitary sewer force main replacement in the
amount of $15,785.00.
Action Required by Council:
(1) Approve of low bid from R.L. Utilities, Inc. in the amount of
$15,785.00.
(2) Reject all bids and rebid.
Availability of Funds:
General Fund Water/Wastewater
X Capital Improvements General Revenue
Other Sharing
Account No.:00.3 -$D(a'- gD~- X03 Funds Available: Yes No
Approved for City Council Agenda
CZ~~ T~
Robert T. Herrera
City Manager
Date
ORDINANCF~ N0. 1735
AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BY AND BETWEEN THE
CITY OF LA PORTS AND R.L. UTILITIES, INC., FOR A 12 INCH DIAMETER
SANITARY FORCE MAIN REPLACEMENT AT FAIRMONT PARKWAY AND SPRING
GULLY, IN THE AMOUNT OF $15,7£35.00; MAKING VARIOUS FINDINGS AND
PROVISIONS RELATING TO TtiE SUBJECT; FINDING COMPLIANCE WITH THE OPEN
MEETINGS LAW; AND PROVIDING AN EFFL'CTIVE DATE FIEREOF.
BE I'I' ORDAINED BY TFiE CITY COUNCIL OF THE CITY OF LA PORTS:
Section 1. The City Council hereby approves and authorizes the
contract, agreement or other undertaking described in the title of
this ordinance, in subsL-antially the form as shown in the document
which is attached hereto and incorporated herein by this reference.
The City Manager is hereby authorized to execute such document and
all related documents on behalf of the City of La Porte. The City
Secretary is hereby authorized to attest to all such signatures and
to affix the seal of the City to all such documents.
Section 2. The City Council officially finds, determines,
recites and declares that a sufficient written notice of the date,
hour, place and subject of this meeting of the City Council was
posted at a place convenient to the public at the City Hall of the
City f_or the time required by ].aw preceding this meeting, as
required by the Open Meetings Law, Article 6252-17, Texas Revised
Civil Statutes Annotated; and that this meeting has been open to the
public as required by law at all times during which this ordinance
and the subject matter L-hereof has been discussed, considered and
formally acted upon. The City Council further ratifies, approves
and conEir-ns such written notice and the contents and posting
thereof.
Section 3. This Ordinance shall be effective from and after
its passage and approval., and it is so ordered.
PASSED AND APPROVED, this 12th day of November, 1990.
CITY OF LA PORTS
BY
Norman L. Malone, Mayor
ATTEST:
Cherie Black
City Secretary
APPROVED:
Knox W. Askins
City Attorney
•
CITY OF LA PORTE
INTER-OFFICE MEMORANDUM
OCTOBER 30, 1990
TO: Joel Albrecht, Director of Community Dev pment
FROM: Phil Hoza, Engineering TechnicY,~~~"
SUBJECT: 12" Diameter Sanitary Sewer Force Main Replacement at Fairmont Parkway
and Spring Gully (CLP #90-7106)
The City received bids for a lump sum contract on the above referenced project, 10/22/90.
Listed below are the bidders and their base proposals.
Jalco, Inc. $28,000.00
McKey Construction $16,500.00
R.L. Utilities, Inc. $15,785.00
Please prepare a request for City Council agenda item recommending that the contract be
awarded to R.L. Utilities, Inc. I've also prepared a project schedule for your review
(attached).
PH/neb
xc: Bill Manning, P.E., City Engineer
Reagan McPhail, Survey Supervisor
Steve Gillett, Director of Public Works
•
12" DIAMETER SANITARY SEWER FORCE MAIN REPLACEMENT
FAIRMONT PARKWAY & SPRING GULLY
CLP #90-7106
PROJECT SCHEDULE
1st Advertisement
2nd Advertisement
Pre-Bid Conference
Open Bids
Present to City Council
Execute Contract
Pre-Construction Conference
Notice To Proceed
October 7, 1990
October 14, 1990
October 16, 1990 @ 10:00
October 22, 1990
November 12, 1990
November 15, 1990
November 16, 1990
November 16, 1990
Estimated construction time - 20 Days (Due to Holidays)
• •
REOUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: November 12, 1990
Requested By: Stan Sherwood Department: Parks & Rec.
Report Resolution X Ordinance
Exhibits:
See professional services contract, provided separately. Page
213, Fiscal Year 1990-1991 Budget.
SUMMARY & RECOMMENDATION
On July 16, 1990, Council reviewed preliminary layout for the Sr.
Citizen's Center and the La Porte Wellness Facility. Council
authorized funding on July 23, 1990. for the design and
construction. Since that time we have negotiated a professional
services contract with Denny, Ray, Wines and Associates, for the
design of the facility. The contract features a lump sum cost of
$152,000 for basic services. The total estimated value of the
professional services contract is as follows:
Basic services:
$152,000.00
(Lump sum)
Additional services:
Reimbursable expenses:
Total authorization
requested:
$ 19,000.00
$ 4,000.00
$175,000.00
(estimated)
(estimated)
(estimated)
Cost of constructing the facility and purchase of assorted
equipment and furnishings is currently estimated at
_._,.__ _,_$2,042,630.00. The preliminary schedule anticipates completion
of design phase by.April, 1991 and bid opening in May, 1991.
Action Required by Council:
Approve professional services contract between the City of
La Porte and Denny, Ray, Wines and Associates for design of
the Sr. Citizens Center and the La Porte Wellness Facility,
and provide total zuthorization estimated at $175,000.00.
Availability of Funds:
General Fund
X Capital Improvement
Other
Water/Wastewater
General Revenue Sharing
Account Number: Fund 034 Funds Available: X Yes No
1990 G.O. Bonds
Approved for City Council Agenda
Robert T. Herrera
City Manager
Date
i •
ORDINANCC N0. 1736
AN ORDINANCE APPROVING AND AUTHORI7ING AN AGREEMENT BY AND BETWEEN
THE CITY OF LA PORT F. AND DENNY-RAY-WINES-ASSOCIATES, INC., FOR
ARCHITECTURAL SERVICES FOR A NEW FITNESS/RECREATION CENTER HOUSING
. THE SENIOR'S CENTER, PARKS AND RECREATION OFFICES, AND RECREATION
FACILITIES; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE
SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND
PROVIDING AN EFH'ECTIVE DATE HEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
Section 1. The City Council hereby approves and authorizes the
contract, agreement or other undertaking described in the title of
this ordinance, in substantially the form as shown in the document
which is attached hereto and incorporated herein by this reference.
The City Manager is hereby authorized to execute such document and
all related documents on behalf_ of the City of La Porte. The City
Secretary is hereby authorized to attest to all such signatures and
to affix the seal of the City to alt such documents.
Section 2. The City Council officially finds, determines,
recites and declares that a sufficient written notice of the date,
hour, place and subject of this meeting of the City Council was
posted at a place convenient to the public at the City EIall of the
City Eor the time required by law preceding this meeting, as
required by the Open Meetings Law, Article 6252-17, Texas Revised
Civil Statutes Annotated; and that this meeting has been open to the
public as required by law at all times during which this ordinance
and the subject matter L-hereof has been discussed, considered and
formally acted upon. The City Council further ratifies, approves
and confirms such written notice and the contents and posting
thereof.
Section 3. This Ordinance shall be effective from and after
its passage and approval, and it is so ordered.
PASSED AND APPROVED, this 12th day of November, 1990.
CITY OF LA PORTE
BY __ ___ __ _ _
Norman L. Malone, Mayor
ATTEST:
Cherie Black
City Secretary
/:'
APPROVED : ~;'~
;~
% /
. ~ C i
~ _ c_, _C' l~_~~
Knox W. Askins
City Attorney
~ _ _- _-
-- _ ~u>
_ _ ..
r
CITY OF LA PORTE
1990 GENERAL OBLIGATION BOND FUND SUMMARY
WORKING CAPITAL 10/1/90
PLUS REVENUES: $ 0
SALE OF BONDS
TRANSFER FROM CIP FUND 015 $ 1,500,000
TRANSFER FROM 1985 GO BOND FUND 698,645
INTEREST INCOME 175,000
85 000
TOTAL REVENUES
TOTAL RESOURCES 2 45_ 8 645
LESS EXPENDITURES: $ 2,458,645
SENIOR CITIZENS/WELLNESS FACILITY
CONTINGENCY $ 2,400,000
---- 5-y4 5
TOTAL EXPENDITURES
ESTIMATED WORKING CAPITAL 9/30/91 2 45_ 8 645
$ 0
SENIOR CITIZENS WELLNESS FACILITY
These funds will be used to renovate the South Broadwa
complex for our Senior Citizens as well as a Wellness Centerefor a1loCitizensational
213
~ i
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: 11-12-90
Requested By: Joel H. Albrecht Department: Community Development
X Report Resolution Ordinance
Exhibits:
(1) Claunch & Miller, Inc. Proposal
(2) Letter dated 11-8-90 to Black & Veatch
SUMMARY & RECOMMENDATION
In November 1987 the City entered a contract with Black & Veatch
for Professional Services related to the design of the Fire
Training Facility.
Staff now recommends relieving Black & Veatch from its obligation
to provide bidding and construction administrative services for the
Fire Training Facility and decreasing the approved authorization
by $15,000.00.
Concurrently staff requests that Council approve an increased
authorization of $13,800.00 in the City's contract with Claunch &
Miller, Inc. (previously approved June 1990).
Attached is a proposal from Claunch & Miller, Inc. for bidding and
construction administration services for the Fire Training
Facility. The fee for the services described in the Scope of
Services section is not to exceed $13,800.00.
Action Required by Council:
Decrease the approved authorization to the Black & Veatch
contract by $15,000.00 and increase authorization to the
Claunch & Miller, Inc. contract by $13,800.00 for bidding and
construction administration services.
Availability of Funds:
General Fund
X Capital Improvements
Other
Water/Wastewater
General Revenue
Sharing
Account No.: 1989 G.O. Bond Funds
Approved for City Council Agenda
Robert T. Herrera
City Manager
Funds Available: X Yes No
l~- k`~~~
Date
~)
.y
CLAUN CH & MI LER, IN C.
Engineering Consultants
November 1, 1990
Mr. Bill Manning
City Engineer
City of La Porte
604 W. Fairmont Parkway
P. 0. Box 1115
La Porte, Texas 77572-1115
Re: Construction Administration Services for the City of La Porte's
Fire Training Facility
Dear Mr. Manning:
Claunch & Miller, Inc. (CMI) is pleased to submit this proposal for
providing construction administration services for the Fire Training
Facility (FTF) Project.
SCOPE OF SERVICES
1. General - It is understood that the City of La Porte desires CMI to
provide normal construction administration duties associated with the
Fire Training Facility (FTF) Project. The project was designed by an
engineering firm not associated with CMI. The project is presently at
a stage where design is complete. It is understood and agreed upon
that CMI's implementation of normal construction administration duties
in no way implies or places the responsibility for the adequacy of the
engineering design upon CMI.
It. is also understood that the design firm may not be available during
the construction phase of this project and CMI may be called upon for
recommendations as to interpretation of the plans and documents and as
to alternative methods and materials. Such recommendations and
interpretations will be performed as an assistance to and in
coordination with the City of La Porte.
CMI will be performing these duties in conjunction with its
construction observation and management services as outlined in it's
contract scope of services dated June 8, 1990. Within that contract,
there are references to CMI's coordination with the design firm in
anticipation that the design firm for the FTF would be providing the
construction administration services. Since the design firm will not
be providing construction administration services and if the design
firm is not available for this coordination, CMI will perform said
coordination with the City of La Porte.
3701 Kirby Drive, Suite 892 • Houston, Texas 77098 • (713) 524-7113
1
• •
2. Biddin~Phase
o Review the qualifications of Contractors desiring to become
pre-qualified bidders for the project. Provide a report of the
findings of the qualifications review to the City of La Porte
with recommendations as to contractors apparent qualifications.
o Conduct the construction pre-bid conference.
o Answer questions of a design nature for bidders prior to the bid
opening. Coordinate with the City of La Porte in the
implementation of this task.
o Coordinate with the City of La Porte to insure consistency during
the bidding phase.
o Assist the City of La Porte in obtaining bids for the project.
o Attend the bid opening.
o Review and evaluate the bids.
o Provide the City of La Porte .with an evaluation of the bids and
of the apparent low bidder and advise the City of La Porte as to
the acceptability of the apparent low bidder.
3. Construction Phase
o Conduct the pre-construction conference.
o Act as the City's representative during the construction phase.
o Review and respond accordingly to all submittals as required by
the contract documents. The review shall be only for compliance
with the design concept of the Project and compliance with the
information given in the Contract Documents (but such review and
approval or other action shall not extend to means, methods,
sequences, techniques or procedures of construction or to safety
precautions and programs incident hereto).
o Review the contractors pay estimates, evaluate the completion of
work and make payment recommendations to the City of La Porte.
o Make visits to the site at intervals appropriate to the various
stages of construction to observe as an experienced and qualified
design professional the progress and quality of the executed work
of the Contractor(s). CMI shall not be required to make
exhaustive or continuous on site inspection to check the quality
or quantity of such work. CMI shall not be responsible for the
means, methods, techniques, sequences or procedures of
construction selected by the Contractor(s) or the safety
precautions and programs incident to the work of the
• •
Contractor(s). CMI's efforts will be directed towards providing
a greater degree of confidence for the City of La Porte that the
complete work of the Contractor(s) will conform to the Contract
Documents, but CMI shall not be responsible for the failure of
the Contractor(s) to perform the work in accordance with the
Contract Documents.
o Coordinate with the City of La Porte on issues concerning intent
of design and alternative methods or materials.
o Prepare monthly poogress schedules for submittal to the City of
La Porte.
o Process change orders and conduct such negotiations as is
required by the particular change order.
o Review and respond to submittals and shop drawings.
o Conduct periodic progress meetings with the contractor and the
City of La Porte.
o Conduct a final inspection of the project.
o Assist the City of La Porte in the assimilation of all data
required for the preparation of "As Built" Drawings.
ADDITIONAL SERVICES
1. "Additional Services" shall only be performed when directed by
the City of La Porte to CMI. These services are not considered
normal or customary engineering services.
2. Preparation of application and supporting documents for
governmental grants, loans or advances in connection with the
project; preparation or review of environmental assessments and
impact statements; review and evaluation of the affect on the
design requirements of the Project of any such statements and
documents prepared by others; and assistance in obtaining
approvals of authorities having jurisdiction over the anticipated
environmental impact of the Project.
3. Services resulting from significant changes in the extent of the
Project or its design including but not limited to changes in
size, complexity, the City's schedule, or character of
construction or method of financing; and revising previously
accepted studies, reports design documents or Contract Documents
when such revisions are due to causes beyond CMI's control.
4. Provide renderings or models for the City's use.
5. Preparing documents for alternate bids requested by the City for
Contractor(s) work which is not executed or documents for out of
sequence work.
~>
• •
6. Furnishing the services of special consultants for other than the
normal civil, engineering design incidental thereto, such as
consultants for landscaping, architecture, mechanical,
electrical, HVAC, structural and plumbing.
7. Preparing to serve or serving as a consultant or witness for the
City in any litigation, public hearing or other legal or
administrative proceeding involving the Project.
8. Additional services not otherwise provided for in this agreement.
FEE FOR SERVICES
The fee for the services described in the Scope of Services shall be the
"Not-to-Exceed" amount of $13,800.00.
The fee shall be invoiced based on actual labor rate times a multiplier of
2.5.
Reimbursable expenses will be charged at cost plus 10%.
Mileage will be charged at $0.25/mile.
Reimbursable expenses will be for the items directly attributed to the
project construction administration duties such as:
o Reproduction
o Photo Copies
o Special deliveries, federal express, courier services
o Long Distance telephone calls
o Film and processing
ADDITIONAL SERVICES
Additional services will only be performed upon the authorization of the
City of La Porte. Additional services will be invoiced utilizing the same
multipliers presented in the previous sections.
An eight hour minimum will be charged, whenever an appearance is required in
court or for depositions to allow for appropriate preparation and adjustment
of schedule.
It is understood that CMI will qualify for compensation for additional
services in the event the Fire Training Facility Project is not completed by
the Construction Contractor within the anticipated time schedule. CMI will
qualify for compensation for additional services regardless of the City of
La Porte's decision to enforce liquidated damages upon the construction
contractor.
i •
If the construction contract extends beyond a contract time of 180 calendar
days whether through the fault of the construction contractor or by weather
or any other reason, then CMI will continue services until the "Not to
Exceed" figure is met. Continued services beyond the "Not-to-Exceed" figure
will only be performed with the City of La Porte's authorization and will be
designated as Additional Services.
It is understood that the design firm for the Fire Training Facility is
based in the Dallas, Texas area. Trips to their office are not anticipated
as part of the scope of services. In the event a trip to their office is
required, then all transportation and travel expenses will be considered as
additional services.
TERMINATION OF SERVICES
The obligation to provide services may be terminated by either the City of
La Porte or CMI upon seven days written notice in the event of substantial
failure by the other party to perform in accordance with the terms of the
agreement through no fault of the terminating party.
INVOICES
Invoices for services will be prepared monthly and payment is due within
thirty days of the invoice date.
Invoices will be prepared utilizing actual hours expended, direct labor
rates with multipliers presented previously and reimbursable expenses.
Claunch & Miller, Inc. appreciates the opportunity to submit this proposal
and work with the City of La Porte.
Sincerely,
CLAUNCH & MILLER, INC.
J
~~~
Christopher E. Claunch, P.E.
President
CEC/kc
._
~~, ~'~ ~ R T E
CITY OF LAO
~~. /
~ ~ ~ Pro n~E (773)471-5020 • P. O. BOx 1115 • La PORT e. TEZ.a577572-1115
~:
November 8, 1990
Black and Veatch
Attn: Roy Peyton
PO Box 802004
Dallas, TX 75380-2004
RE: Fire Training Facility
Dear Mr. Peyton,
Our contract for professional services includes a fixed price of
$18,100 for basic services performed during the Bidding/Negotiation
Phase and the Construction Administration Phase. I understand the
concerns expressed in your letter of October, 17, 1990, regarding
the age of the contract and increased cost of doing business.
However, I cannot accept that the costs for these services would
more than double to an estimated upper limit of $49,440.
It is evident that the distance between the contract price and the
current estimate is too great to resolve through mutual negotiation
of a reduced effort by Black and Veatch. Additionally, the City
does not agree with Black and Veatch's approach to billing these
services in accordance with the contract subparagraph 11.3.2
(Additional Services of the Architect). Therefore, the City has
decided that it is in our best interest to relieve Black and Veatch
from the obligations of performing basic services for the
Bidding/Negotiation and Construction Administration Phases as
described in our contract.
I do recognize that it is necessary to complete several minor
changes requested by staff before proceeding with construction of
this facility as designed by Black and Veatch. Also, it may be
advantageous to have the services of Black and Veatch available,
on an "as needed" basis, in case questions regarding design arise
which cannot be adequately addressed by staff. In these instances
the City would retain Black and Veatch's services by separate
authorization. These services would be considered additional
services and payment to the Architect would be per subparagraph
11.3.2. Please coordinate the design changes requested by staff
and any future additional services with City Engineer, Bill
Manning.
i •
~,
Black and Veatch
Roy Peyton
November 8, 1990
Page 2
I thank you for your cooperation during the design of this
facility. We look forward to the construction of this facility and
many years of training opportunities for our Public Safety
personnel.
If this letter accurately states your understanding of our
agreement, please sign and return the duplicate copy to me.
Sincerely,
C~~~ T. ~
Robert T. Herrera
City Manager
Accepted and Agreed:
Black and Veatch
By:
Roy W. Peyton, Jr.
xc: John Joerns, Assistant City Manager
Bill Manning, City Engineer
i •
REOIIEST FOR CITY COONCIL AGENDA ITEM
Agenda Date Requested November 12,1990
Requested By: Larry Mabe Department: MIS
X Report Resolution Ordinance
Exhibits: Appendix B, Vendor Information
SOMMARY & RECOMMENDATION
On October 29, 1990 the City of La Porte opened proposals from vendors to
supply microcomputer systems, associated equipment and supplies.
The vendor who is awarded the contract shall provide and install, where
required, microcomputer systems and provide microcomputer related supplies
that have been approved by the MIS Steering Committee during this budget
year.
Request for proposals were mailed out to suppliers of microcomputers in the
area. The City received one proposal from Computer City.
It is recommend that the proposal be rejected due to the lack of information
to evaluate the competitiveness of the proposed amounts.
Action Required by Council:
Reject proposel received from Computer City.
Availability of Funds:
XX General Fund Water/Wastewater
XX Capital Improvement General Revenue Sharing
Other
Account No. Dependent on Dept. Funds Available: X YES NO
Approved for City Council Agenda
Robert T. Herrera Date
City Manager
• •
REOUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested November 12, 1990
Requested By: Larry Mabe Department: MIS
X Report Resolution Ordinance
Exhibits: Tape system description.
SUMMARY & RECOMMENDATION
On October 29, 1990 the City of La Porte opened proposals for purchase and
installation of an 8MM tape backup subsystem for the Data General Computer.
This item was approved with the FY 90-91 budget. An amount of $8,000.00 was
budgeted for this purpose.
The vendor who is awarded the contract shall provide and install an 8MM tape
drive and controller for the Data General computer.
Backups of the City's vital data requires the use of a 277MB drive and
multiple 11MB reel-to-reel tapes and hours of the operators time. It is
expected that this device, due to it's 2GB storage capacity, will allow the
operator to perform other functions while providing greater reliability of
the data being stored on tape. Due to the equipment being replaced, the
first years maintenance savings will be $1,720.00 and the expected savings
in maintenance over the life of the tape system is estimated to be $2,760.00.
Six Request for Proposals were mailed to suppliers of tape backup systems and
the City received two proposals.
One proposal was from Contemporary Cybernetics Group, Inc. for $7,995.00 and
one from Grumman Systems Support for $6,400.00
After evaluation by the MIS Steering Committee it is recommended that the
installation contract be awarded to Grumman Systems Support for the following
reasons:
1. Greater experience in installing such systems in Data General
computers.
2. Lower proposed price for the tape subsystem.
3. Will continue to provide on-site maintenance after the first year
for a monthly fee. Contemporary Cybernetics does not.
4. Grumman Systems Support currently has the equipment maintenance
contract and has the most experience with our computer system.
Action Required by Council:
Approve the awarding of the tape subsystem installation contract to Grumman
Systems Support $6,625.00. This includes $225.00 for 15 tapes.
Availability of Funds:
General Fund Water/Wastewater
XX Capital Improvement General Revenue Sharing
Other
Account No. 001-600-606-450 Funds Available: X YES NO
Approved for City Council Agenda
~1 a1L~c T~ . ~~~-
Robert T. Herrera
City Manager
~~- $-9O
Date
r-9- S'
/~/DataPlus
5600/AS
D~C~~~Q(~ 1~Qpi~ ~~ o~~l~~C~l~
o°
9.S ' S„ ~ ro /l
DESCRIPTION
FEATURES
The DATA PLUS 5600 is a high performance Digital Tape Sub- • FULLY COMPATIBLE WITH MTA & MTC
system for Eclipse/MV computers. Employing a high speed 9 TRACK TAPE SOFTWARE
DIGITAL TAPE DRIVE, the 5600 subsystem can store as much
as 2,048 Mb on a single, low cost tape cartridge.
By designing the ?043 controller to be compatible with the
popular Data General MTA & MTC tape systems, the 5600 sub-
system can be used with virtually all existing 9 track tape soft-
ware and is compatible with all standard tape utilities such as
DUMP, DUMP II & BURST.
The core of the subsystem, either in a standalone 7"rack mount
or as part of a DATA PLUS 8000 disc /tape subsystem, is a
high performance, helical-scan digital tape mechanism capable
of using inexpensive, commonly available 8mm tape cartridges.
By employing State of the art Error Detection & Correction
techniques (ECC), the X600 provides a data reliability factor 10
TIMES erecter than available with standard 9 track tape media.
• SOPHISTICATED ERROR CORRECTION
FACILITIES
• SUPPORTS UP TO 7 TAPE DRIVES
• DRIVES MAY BE SHARED BY AS MANY
AS FOUR SYSTEMS
• UP TO 2.04 GIGABYTES PER TAPE
CARTRIDGE
With data transfer rates of 246Kbs and hieh speed search and
rewind capabilities, the 5600 subsystem can backup 336 • LOW COST 8mm MEDIA
Meeabytes of data in less than 20 minutes.
For larger installations, the 5600 may be shared by up to four • SWITCH SELECTABLE MULTIPLE
CPUs without the need for manual switching. DEVICE CODES
To facilitate integration into existing systems, the 2043 controller
has the ability to respond to either one of TWO separate device • ONE FULL YEAR WARRANTY ON
codes that can be set by the user via a switch on the front edge SUBSYSTEMS
of the board.
As with all DATA PLUS products, the 5600 subsystem carries
a full ONE YEAR warranty and the 2043 tape controller car- • LIMITED LIFETIME WARRANTY ON
ries a limited LIFETIME WARRANTY. CONTROLLERS
2750 Oregon Court, M3, Torrance, CA 90503 (213) 618-2090 • Fax (213) 618-8714
i •
360Q/A-S SPECIFICATIONS
INTERFACE DIGITAL TAPE
DEVICE CODE ?Z & 62 ON BOARD. OTHERS OPTlONAIr
PRIORITY 11ASK BIT 10
CAPACITY 2.048.000,000 BYTES PER TAPE
TRANSFER RATE 246 KBS EFFECTIVE, BURST TO I.8 MBISECOND
START•STOP TIME= 8UU Y1S
STREAMING SPEED 1S0 IPS
TAPE LOADING TIM$ 8 SECONDS MAXIMUM
REWIND TIME 54 SEC -MAXIMUM
SOFTWARE EMULATION INDUSTRY STANDARD 9 TRACK MTA & MTC
AUiU Y1tUGKAM LOAD FROM DRIVE m
MEDIA $mm VIDEO TAP$
DYMENSIt~NS
BOARD SIZE STANDARD 15"x15"
SUBSYSTEM SIZE i9" WIDE x 7" TALL x 10" DEEP
POWER REQGTREMENTS
~0d3 CGNTROLLER +jV ®4.OA MAX
SUBSYSTEM 115 VAC (~ 1.OA MAX
MOt,'NTI,~iG
SUBSYSTE!vI RETMA RACK -SLIDES & TABLE TOP OPTIONAL
T.
Helical Scan Recording
•
1/2"/SEC.
~- TAPE
HEADS RPM DRUM
DRUM
RECORDED ~, C ~ CAPSTAN
f- TAPE
BYTES 1024 BYTES BYTES
annRFSR t ISFR DATA ECC
Stripe/Track Format
~+
RE ST FOR CITY COUN"
Agenda Date Requested: November 12. 1990
Requested By: Stan Sherwood Department: Parks & Rec.
X Report
Exhibits:
Resolution
Ordinance
See Attached Bid Tabulation
SUMMARY & RECOMMENDATION
Sealed Bids 10404 were opened and read on October 8, 1990 at 4:00
p.m.. Low bid meeting specifications in the amount of $37,385.00
was submitted by Longhorn Bus Sales of Houston, Texas.
It is staff's recommendation that we award the bid to Longhorn
Bus Sales in the amount of $37,385.00
Budgeted amount in the 1990 -1991 Fiscal Year Budget is
$98,700.00.
This bus will replace the 1980 bus currently used by the Sr.
Citizens program. This bus has over 100,000 miles and was due to
be replaced in last years budget, but because of insufficient
funds this was postponed until this year. Additional funds were
placed in the Fiscal year 1990 - 1991 budget.
Only two (2) companies responded to our request for bids due to
the fact that there is only one (1) chassis manufacturer in the
United States.
Action Required by Council:
Approve low bid to Longhorn Bus Sales in the amount of
$37,385.00.
Availability of Funds:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
X Other
Account Number:001-800-802-821 Funds Available: YES NO
approved for City Council Agenda
Robert T. Herrera Date
City Manager
•
CITY OF LA PORTS
•
INTER-OFFICE MEMORANDUM
OCTOBER 16, 1990
T0: Stan Sherwood, Tlirg~tpr of Parks & Recreation
FROM: Louis Rigby, Purchasing Manage%~
SUBJECT: Sealed Bid #0404 - 32-36 Passenger Bus
Advertised, sealed bids #.0404 for a 32-3E passenger bus were
opened and read on October 8, 1990. Bid requests were mailed to
f i ~~r? doa l erS ?~~ith two returning bids .
Low bid meeting specifications was submitted by L•onghorr. Bus
Sales for $3?,385.00.
Please submit your recommendation with an ager_da request form
by the prescribed time befr,~ra the next regular council meeting.
If there is a need to delay bringing this bid before council,
please notify me.
LR!gr
Attachment: Bid Tabulation
•
°SEALED BID 40404 LONGHORN OLYMPIC
32-36 PASSENGER BUS BUS SALES INT'L
INC. TRUCKS
1_. 32-36 PASSENGER BUS ~ 37,385.00 ~ 39,283.00
2. 30 ADULT PASSENGER - WHEELCHAIR BUS ~ NB ~ NB
. - 1~UEST FOR CITY COUNCIL AGE~A ITEM
Agenda Date Requested: November 12, 1990
Requested By:
XXX
Steve Gillett Department:
Report Resolution
Public Works
Ordinance
Exhibits: Bid Recap Sealed Bids #0406 - Sedans, Pickups, and Vans
SUMMARY & RECOMMENDATION
Advertised, sealed bids #0406 for the purchase of sedans, pickups, and vans
were opened and read on October 22, 1990.
Low bid meeting specifications for each item were as follows:
Item # Description Div. Low Bid Dealer
1. 1/2 Ton Pickup Streets $10,920.00 Knapp Chevrolet
1. 1/2 Ton Pickup Parks 10,920.00 Knapp Chevrolet
1. 1/2 Ton Pickup Engineering 10,920.00 Knapp Chevrolet
Total Cost Item #1 - $32,760.00
2. Minivan Police $13,479.92 Les Marks Chevrolet
Total Cost Item #2 - $13,479.92
3. 3/4 Ton Truck-based
Station Wagon Engineering
4. 4 Door Police Sedan
4. 4 Door Police Sedan
4. 4 Door Police Sedan
4. 4 Door Police Sedan
4. 4 Door Police Sedan
5. 4 Door Sedan
Police
Police
Police
Police
Fire
Com. Dev.
$15,580.00 Knapp Chevrolet
Total Cost Item #3 - $15,580.00
$14,228.00 Knapp Chevrolet
14,228.00 Knapp Chevrolet
14,228.00 Knapp Chevrolet
14,228.00 Knapp Chevrolet
14,228.00 Knapp Chevrolet
Total Cost Item #4 - #71,140.00
$13,820.00 Knapp Chevrolet
Total Cost Item #5 - $13,820.00
Staff recommends award of bid to low bidder meeting specifications for each
item as listed above. Adequate funds were budgeted in the FY 90-91 Motor
Pool Replacement Fund Budget for the purchases.
Action Required by Council: Award bid for replacement vehicles to low
bidder meeting specifications in the amounts as listed above.
Avai a i ity o Fun s:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
XX Other Motor Pool Replacement Fund
Account Number: As Listed In Budget Funds Available: XX YES NO
Approve for City Council Aaen~c a - --"
v ~ v~wv~ I ~
Robert T. Herrera DATE
City Manager
~~ •
SEALED BID 40406 KNAPP
SEDANS, PICK UPS AND VANS CHEVROLET
INC.
•
FLOWERS LES
MOTOR MARKS
COMPANY CHEVROLET
1. 1/2 TON PICK UP / 10,920.00 11,252.30 11,199.23
2. MINI VAN 13,545.00 14,023.26 13,479.92
3. 3/4 TON TRUCK BASED STATION WAGON 15,580.00 15,969.79 15,883.74
4. POLICE 4-DOOR SEDANS 14,228.00 15,482.08 14,925.76
5. 4-DOOR FULL SIZE SEDAN 13,820.00 13,895.00 13,999.94
DELIVERY IN DAYS 60-120 90-120 90-120
RE UEST F'OR CITY COUNCIL AGE A ITEM
Agenda Date Requested: November 12, 1990
Requested By: Steve Gillett Department: Public Works
XXX Report _ _ Resolution _ Ordinance
Exhibits: Bid Recaps Sealed Bids # 0408 - Motor Grader & Backhoe
SUMMARY & RECOMMENDATION
Advertised, Sealed bids #0408 - Motor Grader & Backhoe were opened and read
on October 22, 1990. Bid requests were mailed to five (5) dealers with two
(2) returning bids.
Low bid on Item #1 - Motor Grader submitted by R. B. Everett & Co. failed
to meet specifications in a variety of areas. Lowest bidder meeting
specifications was submitted by Hi-Way Equipment Co. in the amount of
$59,698.00.
Low bid meeting specifications on Item #2 - Backhoe was submitted by Case
Power and Equipment Co. in the amount of $26,145.00.
Staff recommends award of bid for Item #1 - Motor Grader to Hi-Way
Equipment Company, lowest bidder meeting specifications, in the amount of
$59,698.00. It is further recommended award of bid for Item #2 - Backhoe
to Case Power & Equipment Company, low bidder meeting specifications, in
the amount of $26,145.00. Adequate funds were budgeted in the Motor Pool
Replacement Fund for these purchases.
Action Required by Council: Award bid for Item #1 - Motor Grader to Hi-
Way Equipment Co., lowest bidder meeting specifications, in the amount of
$59,698.00. Award bid for Item #2 - Backhoe to Case Power & Equip., low
bid meeting specifications, in the amount of $26,145.00.
Avai a i i y o Fun s:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
XX Other Motor Pool Replacement Fund
009-700-701-866
Account Number: 009-700-701-864 Funds Available: X YES NO
Approved for City Counci Agen a
Robert T. Herrera DATE
City Manager
r' • 1
1 ~
~ 11 1 ~1
• 1 1~ ~ •~ 1
~ 11 ~ 1
1 ' 1 1
1 ~ ' ~ 1,
!~ ~ ' 1
SEALED. BID 40408 CASE '•~ STEWART ` BROOKSIDE R. B. ~ HI-WAY :
MOTOR GRADER & BACKHOE i POWER & 1 EQUIPMENT ~ EVERETT ` EQUIPMENT
l ^^ & STEVENSON ` ' & 1. COMPANY
l ~12U lYC1~1V 1 11VG . 1 ~,vrirruv 1
1. MOTOR GRADER NB Ng NB 56,950.00 59,698.00
2. BACKHOE ~ 26 14.5.00 26,982.00 32,700.00 NB NB
.DELIVERY IN DAYS 45-60 60 30-60 21 30
,!J~!E~,- I' -- _", .f.7",: '~-)tJ,':d~_ .l.i_~ ~~~~[~~~IDA L'i:L'P~[
^~ _
Agenda Date Requested: November 12, 1990
Requested By: Steve Gillett Department: Public Works
XXX Report
Resolution
Exhibits: Bid Recaps Sealed Bids #0410 - Mowers
Ordinance
SUMMARY & RrC(7MMENDATION
Advertised, sealed bid: #0410 - Mowers were opened and read on October 22,
1990.
Low bid meeting specifications were submitted as follows:
Item # Description
1. Flail Mower
Div Low Bid Dealer
Parks
2. 3-Point Hitch Rotary Mower Parks
3. Slope Mower and Tractor Streets
52,906.75 Brookside Equip.
Total Item #1 - 52,906.75
$1,379.72 Brook side Equip.
Total Item #2 - 55,518.88
$32,998.52 Preco Mach. Sales
Total Item #3 - 532,998.52
Only one bid was submitted for Items #1 ~ #l. Low bid on Item #3 was
submitted by Brookside Equipment. The slope mower bid by them has only
been in production for approximately seven months. There is no literature
available on the equipment and no dealer has a demonstrator available.
None of these tractors have been sold in Texas. It is unclear as to the
availability of parts.
Staff recommends award of bid for Ttems #1 & #2 to Brookside Equipment in
the amounts listed above. It is further recommended that the bid from
Brookside Equipment for item #3 - Slope Mower and Tractor not be accepted
and the bid be awarded to Preco Mar_hiner_y Sales, next low bidder, in the
amount of $532,998.52. Adequate funds for the above equipment were
budgeted in the FY 90-91 Motor Pool Replacement Fund.
Action Required by Council: Award bid for Items #1 & #2 to Brookside
Equipment in the amounts listed above. Reject bid of Brookside Equipment
on Item #:3 atic-1 award tt1? bi.{1 to Preco Machinery Sales, next low bidder, in
an amount of 532,998.52.
Availability of Funds:
General Furrd Water/Wastewater
Capital Improvement General Revenue Sharing
XXX Other Motor Pool Replacement Fund
Account Number: As Listed in Budget Funds Available: XX YES NO
e
a
Robert T. Herrera DATE
City Manager
•~ ~~ • •
SEALED BID ~~0410 BROOKSIDE PRECO
MOWERS EQUIPMENT MACHINERY
SALES
INC..
1. FLAIL MOWER 2,906..75 NB
2. THREE-POINT HITCH ROTARY MOWER 1,379.72 NB
3. SLOPE MOWER & TRACTOR / 29,954.00 32,998.52
4. DELIVERY IN DAYS ON ITEM 1 30 30
5. DELIVERY IN DAYS ON ITEM 2 30 30
6. DELIVERY IN DAYS ON ITEM 3 90-120 30
• •
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: __November 12, 1990 __
Requested By: Steve Gillett Department: Public Works
XX Report
Resolution
Exhibits: Bid Recap Sealed Bids #0307 - Heavy Duty Trucks
Ordinance
SUMMARY & RECOMMENDATION
Advertised, sealed bids #0307 - Heavy Duty Trucks were opened and read on
October 22, 1990. Low bidder meeting specifications were as follows:
Item #
1.
Description
Cab & Chassis w/Dump
Body
Div.
Solid Waste
Low Bid Dealer
$37,225.00 White GMC Trucks
Total Cost Item #1 - $37,225.00
2.
3.
1 1/2 Ton Aerial Truck Traffic
Cab & Chassis w/6 cu.yd.
Dump Body Streets
$36,794.00 Apex Equip. Co.
Total Cost Item #2 - $36,794.00
$35,842.00 Knapp Chevrolet
Total Cost Item #3 - $35,842.00
Low bidder on Item #2, 1 1/2 Ton Aerial Truck, failed to bid a diesel-
powered truck as required in the specifications.
Staff recommends award of bid far items #1 and #3 to low bidder meeting
specifications as listed above. It is further recommended the bid for item
#2 be awarded to Apex Equipment Company, lowest bidder meeting
specifications. Adequate funds for Items #1 and #3 were budgeted in the FY
90-91 Motor Pool Replacement Fund.
Item #2, Aerial Lift Truck, is an upgrade from an existing vehicle.
$14,500.00 was budgeted as replacement in the Motor Pool Replacement Fund.
Additionally, $19,000.00 was budgeted in the Traffic Division Operating
Budget for FY 90-91 for the upgrade. The bid submitted is $3,294.00 over
the amount budgeted. Due to lower than anticipated bids on other Public
Works vehicles, adequate funds are available in the Motor Pool Replacement
Fund to cover the overage.
Action Required by Council: Award bid for items #1 & #3 to low bidders
meeting specifications. Reject low bid on item #2 for failure to meet
specifications and award bid to Apex Equip. Co. in amount listed.
Authorize funding of $3,294.00 for budget overage from Motor Pool
Replacement Fund.
Availability of Fun-mss:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
XX Other Motor Pool Replacement Fund
Account Number: As Listed in Budget Funds Available: X YES NO
Apnpro^ve or City Counci Agen a
-~K~9~~._T'~ .~--- _ ~IOy ~ ~ act
Robert T. Herrera DATE
City Manager
r ~
SEALED BID ~~0407
HEAVY DUTY TRUCKS
1
i
', t
:' ~1
~,
KNAPP ! WHITE
CHEVROLET ~ GMC
i TRUCKS
ti
•
.1
•, ~ •~
~ 4
~ 1
FLOWERS APEX j COMMERCIAL ; MORT
jt MOTOR ,~ EQUIPMENT ` BODY HALL
` COMPANY ~ CORP. CORP. FORD
CAB & CHASSIS w/ A
1. H3~DRAULIG"DUMP BODY /
37,286.00
37,225.00
38,759.74
NB
NB
43,579.00
2. 1 1/2 TON AERIAL / NB NB 36,561.72 36,794.00 37,809.00 NB
CAB & CHASSIS w/ 6 CU.
3• YD. DUMP BODY /
35,842.00
37,715.00
38,314.78
NB
NB
40,798.00
DELIVERY IN DAYS 150-200 120 90-120 100 120 90-120
~.
R ~UF'ST FOR CITY COUNCIL AG ~A ITEM
Agenda Date Requested: November 1`l, 1990
Requested By: Steve Gillett Department:
XX
Report Resolution
Public Works
Ordinance
Exhibits: Bid Recaps Sealed Bids #0409 - Asphalt Patching Machine
SUMMARY & RECOMMENDATION
Advertised, sealed bids #0409 - Asphalt Patching Machine were opened and
read on October 22, 1990. Bid requests were mailed to three (3) dealers
with all three returning bids.
Low bid meeting specifications was submitted by H. D. Industries i.n the
amount of sixty-one thousand, one hundred and eight-eight dollars
($61,188.00).
Staff recommends award of bid to H. D. Industries, low bidder meeting
specifications, in the amount of $61,188.00. This vehicle will replace a
dump truck. Replacement funds of $46,000.00 were budgeted in the FY 90-9].
Motor Pool Replacement Fund for this purchase. Additional funds for the
upgrade to an asphalt patching machine in the amount of ;15,000.00 were
budgeted in the Street Maintenance Division FY 90-91 Operating Budget. Bid
prices were one hundred and eighty~~-eight dollars ($188.00) over the amount
budgeted. Due to several Public Works vehicles being bid at a lower thar-
anticipated cost, funds are available for this purchase in the Motor Pool
Replacement Fund.
Ar..t9~n Required by Council: Award bia for Asphalt Patching Machine to H.
D. Industries, low bidder meeting specificatiuris in tt~~e amount of
$61,188.00. Authorize additional $188.00 from Motor Pool Replacement Fund
for amount over budget.
Availability of Funds:
General Fund Water/Wastewater.
Capital Improvement General Revenue Sharing
XX Other Motor Pool Replacement Fund
Account Number: 009-700--701-868 Funds Available: X YES NO
Robert T. Herrera DATE
City Manager
•
SEALED BID ~~ 0409 H. D. HI-WAY HI-WAY
ASPHALT PATCHING MACHINE INDUSTRIES EQUIPMENT EQUIPMENT
1. ASPHALT PATCHING MACHINE / 61,188.00 61,462.00 78,021.00
DELIVERY IN DAYS 15-30 60 60
- -
-- ~ - -
~UEST FOR CITY COUNCIL AG~A ITEM
Agenda Date Requested: November 12, 1990
Requested By: Steve Gillett Department:
XXX Report Resolution
Public Works
Exhibits: Bid Recap Sealed Bids #0403 - Lime Slurry
Ordinance
SUMMARY & RECOMMENDATION
Advertised, sealed bids #0403 for the annual supply of lime slurry were
opened and read on October 8, 1990. Bid requests were mailed to three (3)
area suppliers with two (2) returning bids.
Low bid meeting specifications was submitted by Chemlime at seventy dollars
fifty cents ($70.50) per ton delivered.
Staff recommends award of bid to Chemlime, low bidder meeting
specifications, in an amountof $70.50 per ton delivered. Using estimated
yearly quantities, the cost of this contract would be twenty-one thousand,
one hundred and fifty dollars ($21,150.00).
Action Required by Council: Award bid f.or the annual supply of lime slurry
to Chemlime, low bidder meeting specifications, in an amount of. $70.50 per
delivered ton.
Availability of Funds:
XXX General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
Other
Account Number: 001-700-701-415 Funds Available: XX YES NO
Approved for City Council Agenda
Robert T. Herrera 17ATE
City Manager
CITY OF LA PORTE
•
INTER-OFFICE MEMORANDUM
OCTOBER 16, 1990
T0: Steve Gillett, Director of Public Wo s
FROM: Louis Rigby, Purchasing Manage. ~ ~~7~'~
SUBJECT: Sealed Bid #0403 - Lime Slurry
Advertised, sealed bids #0403 for lime slurry were opened and
read on October 8, 1990. Bid requests were mailed to three
suppliers with two returning bids.
Low bid was submitted by Chemlime. Using estimated yearly
quantities, the cost of the contract would be $21,150.00.
Please submit your recommendation with an agenda request farm
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
Attachment: Bid Tabulation
xc: Buddy Jacobs, w/ attachment
Orville Burgess, w/ attachment
~ r
SEALED BID 460403
LIME SLURRY
~ \ \•
CHEMLIME \ LIMECO
INC.
1. LIME SLURRY - DELIVERED ~ 70.50 ( 75.20
RI~EST FOR CITY COUNCIL AGEI~ ITEM
Agenda Date Requested: November 1,72~~~~1¢9-90
Requested By: Steve Gillett ~~~~ECO(/ Department: Public Works
XXX Report
Resolution
Ordinance
Exhibits: Bid Recap Sealed Bids #0405 - Fly Ash Stabilized Calcium
Sulfate
SUMMARY & RECOMMENDATION
Advertised, sealed bids fk0405 for the annual supply of fly ash stabilized
calcium sulfate were opened and read on October 15, 1990. Bid requests
were mailed to three (3) area suppliers with one (1), Gulf States Material,
returning bids.
Low bid was submitted by Gulf States Material, Inc.
Staff recommends award of bid to Gulf_ States Material, Inc. for the annual
supply of fly as11 stabilized calcium sulfate. Using estimated yearly
quantities, the cost of the contract would be twenty-eight thousand, four
hundred and fifty dollars ($28,450.00).
Action Required by Council: Award bid for the annual supply of fly ash
stabilized calcium sulfate to Gulf States Material, Inc., low bidder
meeting specifications.
Availability of Funds:
XXX General Fund
Capital Improvement
Other
Water/Wastewater
General Revenue Sharing
Account Number: 001-700--701-915 Funds Available: XX YES NO
Approved for City Council. Agenda
Robert T. Herrera DATE
City Manager
•
CITY OF LA PORTE
INTER-OFFICE MEMORANDUM
OCTOBER 1?, 1990
T0: Steve Gillett, Director of Public Works
FROM: Louis Rigby, Purchasing Mar_ager c~ ~j~~
SUBJECT: Sealed Bid #0405 - Fly Ash Stabilized Calcium Sulfate
Advertised, sealed bids #0405 for fly ash stabilized calcium
sulfate (GS-200S) were opened and read on October 15, 1990. Bid
requests were mailed to six suppliers with only one returning a
bid.
Low bid was submitted by Gulf States Material, Inc. Using
estimated yearly quantities, the cost of the contract would be
$28,450.00.
Please submit your recommendation with ar_ agenda request form
by the prescribed time before the next regular cour_cil meeting.
Ifs there is a need to delay bringing this bid before council,
g ease notify me.
LR!gr
Attachment: Bid Tabulation
xc: Buddy Jacobs, w! attachment
Orville Burgess, w; attachment
w ~ •
SEALED BID 460405 GULF
FLY ASH STABILIZED CALCIUM SULFATE (GS-2005) STATES
MATERIAL
1. FLY ASH STABILIZED CALCIUM SULFATE (GS-200S)
A. DELIVERED 10.35
B. PICKED UP 7.75
L __
• •
MEMORANDUM
November 8, 1990
TO: Robert T. Herrera, City Manager
FROM: Cherie Black, City Secretary
SUBJECT: Meeting Schedule for Holiday Season
The regular Council meetings scheduled for the holiday season
(November and December) are as follows:
November: 12 and 26
December: 10 and 24
As you can see, the second meeting in December falls on Christmas
Eve, which is a holiday. Traditionally, only one meeting is held
in November and one in December.
My recommendation would be to only have the November 12 and the
December 10 meetings. However, the decision will, of course, be
left to Council's discretion.
~ZkJ ~/
Cherie Black
i
wliglgo '~/~'
cc,'• Er1cc~~ve bkTr¢~r
• ~ VENTECH INVESTMENT COMPANY
EN E
A VENTECH COMPANY
1149 ELLSWORTH P.O. BOX 4261 PASADENA, TEXAS 77502 (713) 477-0201 FAX (713) 477-2420
October 25, 1990
Mr. Bob Herrera
City :,f ~.~. P;,rte
P.O. Box 1115
La Porte, Texas 77572-1115
Dear Mr. Herrera:
~:
i
n. ~
t:
I appreciate this opportunity to bring to your attention and to the attention of the City Council, a
• very serious problem confronting Ventech and Union Carbide, our tenant at 1234 Underwood Road.
We earnestly solicit your consideration of our request for assistance.
J
Ventech owns a thirty (30) acres parcel of land on Underwood Road which is in Deer Park but
directly across from the La Porte city line. We have been fortunate to have Union Carbide's Linde
Division as a tenant for the past 3 years. Union Carbide employs eighteen people at this location,
most of whom live in La Porte.
The problem is that the septic system which services the facility does not function properly when
there is a substantial rain, causing an intolerable problem for Union Carbide. We are informed by
engineers that due to the land levels and conditions, a septic system cannot be made to l,+erform
adequately at this site.
The renewal of the Union Carbide lease is presently being negotiated. A condition for renewal is that
the problem with sewage back-up be absolutely corrected. The City of Deer park assures us that a
sewage line will be available in twenty months at the latest. Until this new line is available, we are
unable to correct this problem without permission from the City of La Porte to tap into its sewer
line which is across the street from our facility.
Union Carbide is a prestigious tenant and a major employer in the area. We understand the stated
position of the City of La Porte to not permit Deer park residents or business to tap into its sewer
• line. However, we sincerely request a variance in this instance. Please consider that we have no
•
• Mr. Bob Herrera
Page 2
~~1
L _ J
other practical solution. Union Carbide is a major taxpayer and employer in the area, and we are
quite willing to pay for the installation and usage.
We would be pleased to discuss this situation, or provide any information which you or the City
Council may require. Your favorable consideration of this is sincerely solicited.
Sincerely,
^.
~~
1
Roy Gage
V.P. Administration
• RG:jm
11/8/90
I spoke with Mr. Gage regarding appearing before Council at the
November 12 meeting. He declined to appear, stating that he
wished the letter to speak for itself.
Cherie Black
RTE
O
CITY OF LA
Cam; _ _ .. i `_V2CJ • - ,. C_~ i ~ ~. _ _ .. c
November 1, 1990
Mr. Roy Gage
V.P. Administration
Ventech Investment Company
P.O. Box 4261
Pasadena, Texas 77502
Re: Sanitary Sewer Service Request for
Union Carbide, 1234 Underwood Road
Dear Mr. Gage:
I am in receipt of your letter dated October 25, 1990, referencing
the request for sewer service for Union Carbide's Linde Division,
your tenant at 1234 Underwood Rcad.
We appreciate the fact that Union Carbide is a substantial
contributor to the economic stability of this area, and that the
problem you are having is certainly a serious one. But as you
stated in your letter, ycu understand that the City of La Porte has
a policy not to permit Deer Park residents or businesses to tap
into its sewer line.
If you wish to address the situation with the City Council, you may
do so by requesting to speak before the Council at any regular
scheduled meeting. Council meetings are held on the second and
fourth Monday of each month. You may call the City Secretary at
471-5020, ext. 221, to be placed on the agenda. Notification
should be made five days in advance of the meeting date.
Sincerely,
~~~ T ~J
Robert T. Herrera
City Manager