Loading...
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