HomeMy WebLinkAbout1991-07-08 Regular Meeting~ f
REGULAR MEETING OF THE LA PORTE CITY COUNCIL
JULY 8, 1991
1. The meeting was called to order by Mayor Malone at 6:03 P.M.
Members of City Council Present: Mayor Norman Malone,
Councilpersons Guy Sutherland, Mike Cooper, Bob Thrower, Bob
McLaughlin, Alton Porter, Deotis Gay, B. Don Skelton, Jerry
Clarke
Members of City Council Absent: None
Members of City Staff Present: City Manager Bob Herrera, City
Attorney Knox Askins, City Secretary Cherie Black, Assistant
City Manager John Joerns, Director of Public Works Steve
Gillett, Director of Community Development Joel Albrecht,
Finance Director Jeff Litchfield, Finance Officer Linda
Stubbs, Human Resources/Purchasing Manager Louis Rigby, Police
Chief Bobby Powell, Fire Chief Joe Sease
Others Present: Charles Null, Chuck Yaple and Chris Breaux,
Null & Associates; Betty Waters, Bob Capen, Robert Swanagan,
Jimmie Ray Spradling and Brenda Villareal, Redistricting
Committee members; John Black, Bayshore Sun; 4 citizens
2. The invocation was given by City Attorney Knox Askins.
3. Council considered approving the minutes of the special called
meeting held June il, 1991.
Motion was made by Councilperson Thrower to approve the June
it minutes as presented. Second by Councilperson Sutherland.
The motion carried, 9 ayes and 0 nays.
Ayes: Councilpersons Sutherland, .Cooper, Thrower,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
4. Council considered approving the minutes of the regular
meeting held June 24, 1991.
Motion was made by Councilperson McLaughlin to approve the
June 24 minutes as presented. Second by Councilperson Cooper.
The motion carried, 9 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
5. There were no citizens wishing to address Council.
i •
Minutes, Regular Meeting, La Porte City Council
July 8, 1991, Page 2
6. Redistricting Committee Vice-Chairman Betty Waters addressed
Council and presented the Committee's proposed redistricting
map. A five-minute break was declared to allow Council to
look at the map.
7. Council considered setting August 12, 1991, as the date for
a Redistricting Committee/City Council joint public hearing
regarding the proposed Council redistricting map.
A brief time-line schedule was presented by the City Attorney,
and recommendations as to how to publicize the public hearing,
especially in the minority district, were given.
Motion was made. by Councilperson Clarke to set August 12
1991 as the date for a j oint public hearing of the
Redistricting Committee and City Council. Second by
Councilperson Sutherland. The motion carried, 9 ayes and 0
nays.
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
Councilperson Gay indicated that he was not pleased with the
map as drawn, and would recommend changes at the public
hearing.
8. Council considered approving renewal of agreement with Harris
County for fire protection services in the unincorporated
areas of Harris County Zone 34.
Motion was made bv__Councilperson McLaughlin to approve the
aareement with Harris County for Zone 34 fire protection
services. Second by Councilperson Clarke. The motion
carried, 9 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
9. Council considered approving a technical services agreement
with William T. Manning.
Motion was made by Councilperson Gay to approve the technical
services agreement with William T. Manning in an amount not
to exceed 510,000. Second by Councilperson Sutherland. The
motion carried, 6 ayes, 2 nays, 1 abstain.
•
r:
Minutes, Regular Meeting, La Porte City Council
July 8, 1991, Page 3
Ayes: Councilpersons Sutherland, Cooper, Thrower, Gay,
Clarke and Mayor Malone
Nays: Councilpersons McLaughlin and Skelton
Abstain: Councilperson Porter
10. Council considered authorizing the City Manager to negotiate
and enter into a contract for financial auditing services.
Associates for financial auditing services. Second by
Councilperson Porter. The motion carried, 9 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
11. Council considered awarding a bid for street materials.
Motion was made by Councilperson Clarke to reject the bid
Gulf States Asphalt; item 4 to Old Katy Warehouse• and item
5 to Gator Chemical International. Second by Councilperson
Thrower. The motion carried, 9 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Thrower,
McLaughlin, Porter, Gay, Skelton, Clarke and Mayor
Malone
Nays: None
12. Administrative Reports
A. Assistant City Manager John Joerns presented an update
on the Spencer Highway/PASS Program
B. City Manager Bob Herrera announced that Bayshore Baptist
Church had declined the City's offer on the church
gymnasium, but that he had a contingency plan to try to
acquire other property.
C. An update on the East "E" Street project was given by the
City Manager.
13. Councilpersons Sutherland, Thrower, McLaughlin, Porter, Gay,
Skelton, Clarke and Mayor Malone brought items to Council's
attention.
14. There was no executive session.
~ ~
Minutes, Regular Meeting, La Porte City Council
July 8, 1991, Page 4
15. There being no further business to come before the Council,
the meeting was duly adjourned at 7:04 P.M.
Respectfully submitted:
Cherie Black, City Secretary
Passed & Approved this the 22nd
day of July, 1991
N rman L. Malone, Mayor
RE EST FOR CITY COhN •N '`
Agenda Date Requested: July ~, 1991
Requested By: J.L. Sease_f~ Department: Fire
X
Exhibits:
Report
Resolution Ordinance
Copy of Harris County Fire Protection Contract
SUMMARY ~ RECOMMENDATION.
The Harris County Fire Protection Contract is in need of
annual renewal. The contract is for protection of the area
North of Highway 225 and East of Battleground Road.
The amount of $7,345.00 is alloted in the contract for the
services rendered,~which is a slight increase over the 1990
amount of $7,210.00.
Recommend approval of contract.
Action Required by Council:
Approve or Disapprove Contract
Availability of Funds: N/A
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
Other
Account Number: Fends Available: _ YES ,_ NO
Approved for City Council Agenda
Robert T. Herrera DATE
City Manager
•
nyreement ~k4
A G R E E M E N T
THE STATE OF TEXAS §
COUNTY OF HARRIS ~
THIS AGREEMENT, made acid entered into by and between HARRIS
COUNTY, a body corporate and politic under the laws of the State of
Texas, hereinafter sometimes called "County," acting herein by and
through its County Judge duly authorized to so act by an Order of
the Harris County Commissioners Court, and the City of
_L_aP_ORTE a municipal corporation duly organized and
existing under the laws of the State of Texas, hereinafter
sometimes called "City," acting herein by and through its Mayor
duly authorized to so act by an Ordinance duly passed by the City.
I T N E S S E T H•
WIiEREAS, Harris County desires to provide fire fighting and
fire protection services to certain unincorporated areas of IIarris
County hereinafter designated to preserve the property of the
County and to preserve and protect the public health of the
citizens of~the County; and
WHEREAS, the City is willing to furnish fire fighting and fire
protection services to said unincorporated areas of Harris County
for the considerations hereinafter provided;
NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS: That in
consideration of the mutual covenants, agreements and benefits to
both parties, it is AGREED as follows:
I.
During the term of this agreement, the City agrees to furnish
fire fighting and fire department protection services to the
u~~iiicorporated areas adjoining the corporate limits of this City
designated by Zone Number 34 on the official fire protection
zone map of Harris County, to which reference is here made.
II.
Harris County agrees to pay the sum of S 7,345 to the
City for fire fighting and fire protection services to the
unincorporated area of Harris County designated in Paragraph I of
this agreement. The County agrees that said sum is to be paid to
the City within thirty (30) days after the execution of this
contract.
! ~. •
III.
The term of this agreement shall be one (1) year beginning
January 1 19~, and ending December 31 1991
IV.
It is hereby agreed and understood that the fire fighting and
fire protection services to be furnished by the City under this
agreement shall include, but not be limited to, the following:
Answering all calls for help and assistance in extinguishing fires
in the area designated in Paragraph I of this agreement; furnishing
fire fighting personnel, equipment and supplies to fight all fires
within the said area; and answering all calls and furnishing fire
fighting personnel, equipment and supplies to protect persons and
property within the said area which are endangered by fires in
adjacent areas; provided that the above described personnel,
equipment and supplies are not otherwise engaged in fire fighting
within the City.
V.
The City shall observe and comply with all Federal, State,
County andCity laws, rules, ordinances and regulations in any
manner affecting the conduct of the services herein provided and
performance of all obligations undertaken by this agreement.
VI.
It is expressly understood that the County has the maximum sum
of $ 7,345 specifically allocated to fully discharge its
obligations under this agreement and it is expressly understood
that in no event shall the County be obligated to pay the City more
than the sum of S 7,345 under the terms and provisions of the
agreement.
VII.
It is further agreed that in the performance of all
obligations undertaken by this agreement, the City has the right to
supervise, manage, control and direct the performance of fire
fighting and fire protection services; the County shall look to the
City for results only and the County shall have no right at any
time to direct or supervise the City or its agents or employees in
the performance of such services or as to the manner, means or
method in which the services are performed.
-2-
VIII.
The City agrees to deliver to the Fire Marshal of Harris
County a certified copy of the Ordinance authorizing the City to
enter this Agreement within five (5) days after the execution of
this agreement.
IX.
The City agrees to furnish the Fire Marshal of Harris County,
not later than the fifth (5th) day of each month, a monthly report
listing the total number of runs made into the area of Harris
County designated in Paragraph I of this agreement for the previous
month and such other information relating to fire fighting and fire
prevention services of the City as may be requested by the Fire
Marshal of Harris County. Said report shall be made on the form
provided by the Harris County Fire Marshal and shall be signed and
certified by an officer of the City.
X.
In the event the parties hereto shall hold over and carry
forward the services herein provided for after the expiration of
this agreement without a written renewal thereof, such holding over
shall not be deemed to operate as a renewal or extension of this
agreement but shall only create an agreement from day to day at a
daily rate of N/A which may be terminated at any time by
either the County or the City.
EXECUTED this the day of 1991
ATTEST: CITY OF LaPORTE _
Secretary
By
Mayor
HARRIS COUNTY
By
JON LINDSAY, County Judge
-3-
• •
APPROVED AS TO FORM:
MIKE DRISCOLL
County Attorney
LARRY W. HAYS
Assistant County Attorney
I hereby certify that funds are
available in the amount of $ 7,345
to pay the obligation of Harris County .
under and within the foregoing contract.
J. F. FLACK
County Auditor
Harris County, Texas
-4-
.~ i •
ORDER AUTHORIZING EXECUTION OF AN AGREEMENT BETWEEN
HARRIS COUNTY AND CITY OF LaPORTE
THE STATE OF TEXAS §
§
COUNTY OF HARRIS §
On this the day of 19 91 the
Commissioners Court of Harris County, Texas, being duly convened at
a regular meeting of the Court, upon motion of Commissioner
seconded by Commissioner;
duly put and carried,
It is ORDERED that County Judge Jon Lindsay be, and he is
hereby authorized to execute an agreement to provide fire fighting
and fire protection services between Harris County and the City of
LaPORTE said Agreement being incorporated herein by reference
for all purposes as though fully set forth word for word.
•
REOUE5T FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested:
Requested By: Joel Albre apartment: Community Development
XXX Report Resolution Ordinance
Exhibit: Proposed Technical Services Agreement from
William T. Manning, P.E.
SUMMARY & RECOMMENDATION
On June 3, 1991, William T. Manning submitted a Technical Services
proposal to provide engineering services for several projects the
City has under way. The projects include, but are not limited to,
the following:
EAST "E" STREET
FIRE TRAINING FACILITY
SENIOR CITIZEN/WELLNESS CENTER
GOLF COURSE IRRIGATION BUILDING
HILLRIDGE STREET BRIDGE
UNWATERED/UNSEWERED STRUCTURES
The term of the proposed agreement is from the date of acceptance
through September 30, 1991, and in an amount not to exceed $10,000.
Funds for this contract will be transferred to account #001-900-
900-507 from the excess balance remaining in account #001-900-900-
101, the Community Development regular earnings account.
Actions Required by Council
Approval of Technical Services agreement with William T. Manning
in an amount not to exceed $10,000.
Availability of Funds:
xxx General Fund
Capital Improvement
Other
Water/Wastewater
General Revenue Sharing
Account Number: 001-900-900-507
Funds Available: x Yes No
Approved for City Council Agenda
Q~~ ~ ~~~ ~ ~~ ~ ~~
Robert T. Herrera Date
City Manager
•
William T. Manning, P.E., R.S.
11527 North Avenue H
La Porte, Texas 77571
May 31, 1991
CITY OF LA PORTE
P.O. Box 1115
La Porte, Texas 77572-1115
ATTN: John Joerns
Assistant City Manager
Re: Technical Services Proposal/Agreement
City of La Porte
Gentlemen:
This letter is our Technical Services Proposal and if approved
by signature it shall become our Technical Services Agreement.
William T. Manning, P.E. agrees to perform the various
services as outlined in Attachment A, Scope of Services, and in
consideration for those services the City of La Porte shall pay
William T. Manning, P.E. according to Attachment B, Payment
Schedule.
This constitutes the proposal. If acceptable, please sign as
indicated below and return one copy for my file.
Yours truly,
William T. Manning, P.E., R.S.
:dr
Attachments
SIGNATURE
Date
NAME:
•
WILLIAM T. MANNING, P.E., R.S.
11527 North Avenue H
La Porte, Texas 77571
ATTACHMENT A
CITY OF LA PORTE
SCOPE OF WORK
Continue to provide the range of services as required of the City
Engineer and as indicated by the Director of Community Development
and/or the City Manager's office.
In general this will include a range of engineering and management
activities on a project or consultation basis.
The initial identification of work will include the following but
will be adjusted or added on to based on the City's needs as
determined by Director of Community Development and/or City
Manager's office.
1. East 'E' Street
2. Fire Training Facility
3. Sr. Citizen /Wellness Center
4. Golf Course Irrigation Pump Building
5. Hillridge Street Bridge
6. Unwatered/Unsewered Projects
The term of this contract is from date of acceptance by City
through September 30, 1991. It is also understood that the City
may at its convenience terminate this Agreement without cause or
notice.
The City of La Porte will provide William T. Manning with clerical
assistance and office space at City Hall including a building and
office key which will be turned in upon completion, expiration, or
termination of this Agreement. These services and privileges are
to be utilized solely for the execution of work anticipated by this
agreement.
• •
WILLIAM T. MANNING, P.E., R.S.
11527 North Avenue H
La Porte, Texas 77571
ATTACHMENT B
CITY OF LA PORTE
PAYMENT SCHEDULE
City of La Porte shall pay William T. Manning, P.E. a monthly
retainer of $1,000.00 due by the 15th if City receives invoice by
5th.
All work will be performed and paid for on a $50.00 per hour basis,
with the first $1,000.00 of work to be deducted from the monthly
retainer. The contract period is to be June 1, 1991 through
September 30, 1991. Mr. Manning will be available to the City of
La Porte a minimum of twenty (20) hours per month during normal
working hours to manage/direct staff or to monitor efforts and to
manage other contractors consulting effort.
It is understood that there will be no refunding of any portion of
the monthly retainer.
The City will reimburse Mr. Manning for all approved expenses.
There will be no markup of direct expenses or mileage, which will
be billed at the City's then current allowance.
Maximum billing for this Agreement is to be $10,000.00 without
further written authorization from the City of La Porte.
~ ~
REQUEST FOR CITY COUNCIL AGENDA ITEM
AGENDA DATE REQUESTED July 8, 1991
REQUESTED BY Jeff Litchfield DEPARTMENT Director of Finance
REPORT RESOLUTION ORDINANCE
EXHIBITS:
SUMMARY AND RECOMMENDATION
On June 10, 1991, the City of La Porte opened proposals for its financial
auditors for a three to five year term beginning with the end of this fiscal
year.
We originally mailed RFP's to eight potential auditors with six of those
returning proposals and two declining to propose at this time.
The six proposals were reviewed and graded based on the following criteria.
1. Firm's Technical Experience
2. Audit Team's Experience, Qualifications and Professional Activities
3. Firm's Not-For-Profit Experience
4. Cost of the Audit
5. Other Items
The result of this exercise was to determine the top two proposers. The top
two proposers, who were Null and Associates and Earl Lairson & Company, then
met with the City's Audit Committee. The Audit Committee selected the firm of
Null & Associates to provide financial auditing services to the City of La
Porte.
Null & Associates is located in Houston, Texas. They have the technical
experience and staff that is required to audit a City our size. They have
extensive experience in the not-for-profit arena and have performed financial
Audits for Cities our size. The cost that they propose is similar to the cost
we have paid in the past, which is $27,000. This cost includes the City's
financial audit, the Single Audit and the La Porte Area Water Authority Audit.
The cost will be paid by the City of La Porte and the La Porte Area Water
Authority.
ACTION REQUIRED BY COUNCIL:
Authorize City Manager to negotiate and enter into a contract with the Firm of
Null & Associates to provide financial Auditing Services for a three year
period to commence with Fiscal Year 1991 and to contain a two year option for
fiscal years 1994 and 1995.
AVAILABILITY OF FUNDS:
XXX GENERAL FUND UTILITY FUND
001-600-601-501
ACCOUNT NUMBER: 016-600-600-501 FUNDS AVAILABLE:
XXX LPAWA
XX YES NO
APPROVED FOR CITY COUNCIL AGENDA
ROBERT T HERRERA DATE
CITY MANAGER
EtEQU`I' FOR CITY COUNCIL AGENDA~EM
Agenda Date Requested: July 8, 1991
Requested By: v - Department:
XXX Report Resolution _
Exhibits: Bid Tabulation Sealed Bids # 0433 - Street Materials
SUMMARY & RECOMMENDATION
Advertised, sealed bids #0433 for Street Materials were opened and read on
June 24, 1991. Bid requests were mailed to six (6) area suppliers with
five (5) returning bids.
On Items #1 A-C, Items #2 A-C, and Items 3 A-D low bid was submitted by
Wright Asphalt Products. However, their bid was qualified with a statement
that prices are not firm and a minimum order of five hundred (500) gallons.
Low bid meeting specifications for street materials and contract values,
using yearly estimated quantities, were submitted as follows:
Items #1 - 3 (All products)- Gulf States Asphalt - $ 78,800.00
Item #4 - Old Katy Warehouse - 9,800.00
Item #5 (New Item) - Gator Chemical Intl - 13,500.00
Total $102,100.00
Staff recommends rejection of bid submitted by Wright Asphalt Products due
to their qualifying their bid and award of bid to low bidders meeting
specifications on items as listed above.
Action Required by Council: Reject bid submitted by Wright Asphalt Products
for qualification of bid and award bid to low bidders meeting
specifications as listed above.
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
C1 L V Y ... v ...... - ~ - - _ -
Q-~,,,~ , --t [ 3 ~ a. t
Robert T. Herrera DATE
City Manager
Public Works
Ordinance
• •
CITY OF LA PORTE
BID TABULATION
STREET MATERIALS
SEALED BID X0433
WRIGHT ASPHALT PRODUCT
ITEM
NO.
DESCRIPTION N0. OF
UNITS UNIT
PRICE TOTAL
PRICE
CUT BACK ASPHALT - DELIVERED
1A . MC-30 - 1 , 000-5 , 000 gal . 10 , 000 . 80/gal $8, 000.00*
1B . RC-2 - 1 , 000-5 , 000 gal . 10 , 000 .90/gal $9,000.00*
1C. MC-800 - 1 , 000-5, 000 gal . 10, 000 . 80/gal $8,000.00*
CUT BACK ASPHALT - PICK-UP
2A. MC-30 - 100-1,000 gal.
2B. RC-2 - 100-1,000 gal.
2C. MC-800 - 100-1,000 gal.
2D. MC-30 - 55 gallon drum
2E. RC-2 - 55 gallon drum
2F. MC-800 - 55 gallon drum
LIQUID ASPHALT CEMENT
3A. AC-5 Del.- 5,000 gal. or more
3B. AG-10 Del.- 5,000 gal. or more
3C. AC-5 Del.- less than 1,500 gal.
3D. AC-10 Del.- less than 1,500 gal.
CATALYTICALLY BLOWN ASPHALT
JOINT AND CRACK SEALER
4. Sealer
ASPHALT RECYCLING AND
REJUVENATING AGENT
5. Agent
ITEM ~1 TOTAL $25,000.00
10, 000 . 63/gal $6, 300.00*
5,000 .73/gal $3, 650.00*
5 , 000 . 63/gal $3, 150.00*
1,000 No Bid
2,500 No Bid
1,000 No Bid
ITEM #t2 TOTAL $13,100.00
30,000 .45/gal $13,500.00
10,000 .45/gal $4,500.00
3 , 000 . 43/gal $1 , 290.00
3,000 .43/gal $1,290.00
ITEM #3 TOTAL $20,580.00
30,000 No Bid
10,000 No Bid
GRAND TOTAL $58,680.00
*PRICES ARE NOT FIRM.
*MINIMUM ORDER OF 500 GALLONS.
VENDOR CALLED AND SAID ALL ITEMS SHOULD HAVE ASTERISKS.
i ' 3~11J-2F-i'a9~
,~.
b
1
4844 aREENYrI.CE AVEtVclg,
QASi~S, 7CXAS TS208-49.18
t24~) ~s~esal FAX f2?d!
~o~ne Zit l~
a;1D~~8 P.D
II`I`I
I
f V
%~'''~ ~l'+ELCUN RGAC1
C.HJhNNFLY1~tN, TEXAS Y7517t1
f+'P~! 4~z sin r-~x f~q~l asa-~ssz
~I
"i'he cC~~ ~tar}= cif the ~~ty ~f ~..~ lie
~:€as~is ~ty9 "I`ex~
Katy ~
rya ~. ~~ ~ Ong ~a~y ~ 1
~~, ~~~ 775'91 ~
:+
~~et teria]s
~~ i
't'q'~h~ ~ It I~tay ~a~cern:
'~1~e prig is ~i~ ~n ~v referenced bid v~ez~ "'.,,subj~;t a~ ehar~ge wiaho~at;ae~tice.~.': ~ ~
has ~to~v been e1na.~g~ tai the ft~llow~ng~: '
h~~ ~ price change ecc~.u~9 ~-'rigktx A4pl~af q l~x~a~c~c ~~~par~y wilt
~-t~~ide ~ wxitten, t~ty~day ~®tice c®~c tidy ~~ ~,~ ~o~e. '
A~ recs. c~foai ~: r~i~t occur if there is , `snore Fsz ^ ~ g ma r° ~= I
F g aye ~~, once ~_ ee tads ~.an~ u
suppiee~ '.
if ~®n ha .e aa~y questic~n~` please caJli uxe.
,la
~esc ret~ars~, ~ I
vv~~k~' ~ ~~PT P~~~U~S ~~.
C'~ ~~.
Ctaarlec ~. ~arltcr~
~~~~ ~~ r~~e~~~~~
C!.~b
. ...i ~ ~
~ •
34 FF~Dt~1 U.~R I GHT A~NALT 713452256 TO
i ,
i~~tt~iSBdGT3 31,t1CE 1952
'IdITE ~TflO
3.84.51
i
Paving, RoaNng end IndusrrlQ/ AsphaR PrtkYucts
{ '
~. ~iT~l{ A rd's
L
BID TABULATION - CONT.
SEALED BID #0433
GULF STATES MATERIALS
ITEM N0. OF UNIT TOTAL
N0. DESCRIPTION UNITS PRICE PRICE
CUT BACK ASPHALT - DELIVERED
lA. MC-30 - 1 , 000-5 , 000 gal . 10 , 000 1 . 00/gal $10,000.00
1B . RG-2 - 1 , 000-5 , 000 gal . 10 , 000 1 .00 jgal $10,000.00
1C . MC-800 - 1 , 000-5 , 000 gal . 10, 000 1 . 00/gal $10,000.00
TOTAL ITEM #1 $30,000.00
CUT BACK ASPHALT - PICK-UP
2A. MC-30 - 100-1,000 gal.
2B. RC-2 - 100-1,000 gal.
2C. MC-800 - 100-1,000 gal.
2D. MC-30 - 55 gallon drum
2E, RC-2 - 55 gallon drum
2F. MC-800 - 55 gallon drum
LIQUID ASPHALT CEMENT
3A. AC-5 Del.- 5,000 gal. or more
3B. AC-10 Del.- 5,000 gal. or more
3C. AC-5 Del.- less than 1,500 gal.
3D. AC-10 Del.- less than 1,500 gal.
GATALYTICALLY BLOWN ASPHALT
JOINT AND CRACK SEALER
4. Sealer
ASPHALT RECYCLING AND
REJUVENATING AGENT
5. Agent
10.000 .90/gal $ 9,000.00
5,000 .90/gal $ 4,500.00
5 , 000 . 86/gal $ 4,300.00
1 , 000 2 .00/gal $ 2,000.00
2 , 500 2 .00/gal $ 5,000.00
1 , 000 2 .00/gal $ 2,000.00
TOTAL ITEM #2 $26,800.00
30, 000 .478/gal $14,340.00
10,000 .478/gal $ 4,780.00
3 , 000 . 48/gal $ 1,440.00
3,000 .48/gal $ 1,440.00
TOTAL ITEM #3 $22,000.00
30,000 .35/lb $14,000.00
10,000 No Bid
GRAND TOTAL $92,800.00
• • •
BID TABULATION - CONTINUED
SEALED BID X0433
OLD KATY WAREHOUSE
ITEM N0. OF UNIT TOTAL
N0. DESCRIPTION UNITS PRICE PRICE
CUT BACK ASPHALT - DELIVERED
1A. MC-30 - 1,000-5,000 gal. 10,000 No Bid
1B. RC-2 - 1,000-5,000 gal. 10,000
iG. MC-800 - 1,000-5,000 gal. 10,000
CUT BACK ASPHALT - PICK-UP
2A. MC-30 - 100-1,000 gal. 10.000
2B. RC-2 - 100-1,000 gal. 5,000
2G. MC-800 - 100-1,000 gal. 5,000
2D. MC-30 - 55 gallon drum 1,000
2E. RC-2 - 55 gallon drum 2,500
2F. MC-800 - 55 gallon drum 1,000
LIQUID ASPHALT CEMENT
3A. AC-5 Del.- 5,000 gal. or more 30,000
3B. AC-10 Del.- 5,000 gal. or more 10,000
3C. AC-5 Del.- less than 1,500 gal. 3,000
3D. AC-10 Del.- less than 1,500 gal. 3,000
CATALYTICALLY BLOWN ASPHALT
JOINT AND CRACK SEALER
4. Sealer
ASPHALT RECYCLING AND
REJUVENATING AGENT
5. Agent
No Bid
No Bid
30, 000 . 245%lb $ 9,800.00
10,000
GRAND TOTAL
No Bid
$9.800..00
•
BID TABULATION - CONTINUED
SEALED BID #10433
SHEPLER EQUIPMENT, INC.
ITEM
N0.
DESCRIPTION N0. OF UNIT TOTAL
UNITS PRICE PRICE
CUT BACK ASPHALT - DELIVERED
1A. MC-30 - 1,000-5,000 gal. 10,000 No Bid
1B. RC-2 - 1,000-5,000 gal. 10,000
1C. MC-800 - 1,000-5,000 gal. 10,000
CUT BACK ASPHALT - PICK-UP
2A. MG-30 - 100-1,000 gal.
2B. RG-2 - 100-1,000 gal.
2C. MG-800 - 100-1,000 gal.
2D. MG-30 - 55 gallon drum
2E. RC-2 - 55 gallon drum
2F. MG-800 - 55 gallon drum
LIQUID ASPHALT CEMENT
3A. AC-5 Del.- 5,000 gal. ar mare
3B. AC-10 Del.- 5,000 gal. or more
3C. AC-5 Del.- less than 1,500 gal.
3D. AC-10 Del.- less than 1,500 gal.
CATALYTICALLY BLOWN ASPHALT
JOINT AND CRACK SEALER
4. Sealer
ASPHALT RECYCLING AND
REJUVENATING AGENT
5. Agent
10.000
5,000
5,000
1,000
2,500
1,000
30,000
10,000
No Bid
No Bid
3,000
3,000
30,000
.28/lb
$11,200.00
10,000
GRAND TOTAL
No Bid
$11,200.00
•
BID TABULATION - CONTINUED
SEALED BID X0433
GATOR CHEMICAL INTERNATIONAL
ITEM N0. OF UNIT TOTAL
N0, DESCRIPTION UNITS PRICE PRICE
CUT BACK ASPHALT - DELIVERED
lA. MC-30 - 1,000-5,000 gal. 10,000 No Bid
iB. RC-2 - 1,000-5,000 gal. 10,000
1G. MC-800 - 1,000-5,000 gal. 10,000
CUT BACK ASPHALT - PICK-UP
2A. MC-30 - 100-1,000 gal. 10.000 No Bid
2B. RC-2 - 100-1,000 gal. 5,000
2C. MC-800 - 100-1,000 gal. 5,000
2D. MC-30 - 55 gallon drum 1,000
2E. RC-2 - 55 gallon drum 2,500
2F. MC-800 - 55 gallon drum 1,000
LIQUID ASPHALT CEMENT
3A. AC-5 Del.- 5,000 gal. or more 30,000 No Bid
3B. AC-10 Del.- 5,000 gal, or more 10,000
3C. AG-5 Del.- less than 1,500 gal. 3,000
3D. AC-10 Del.- less than 1,500 gal. 3,000
CATALYTICALLY BLOWN ASPHALT
JOINT AND CRACK SEALER
4. Sealer 30,000 No Bid
ASPHALT RECYCLING AND
REJUVENATING AGENT
5 . Agent 10 , 000 1 . 35/gal $13,500.00
GRAND TOTAL $13,50().00
•
• •
CITY OF LA PORTE
INTEROFFICE MEMORANDUM
TO: Robert T.
FROM: John J
City Manager J
DATE: July 2, 1991
City Manager
SUBJECT: Update: Spencer Highway Reconstruction
SDHPT/PASS Program
In a letter dated July 1, 1991, the SPHPT transmitted the Project Title Sheet, Traffic Signal
Agreement and discussed a "1/3 - 1/3 -1/3" payment option for utility
relocation/adjustments. Key information on each item follows.
Cover Sheet for Signature by Mayor
The SDHPT has transmitted the Project Title Sheet and requests signature by La
Porte indicating concurrence with the project plans and consenting to the Traffic
Signal Agreement. (Note: Hams County signed the Project Title Sheet on June
18, 1991.)
Traffic Signal Agreement
The SDHPT has transmitted an "Agreement for the Construction, Operation and
Maintenance of Traffic Signals".
This agreement replaces existing arrangements for traffic light ownership and
maintenance. Per the agreement, the SDHPT will install and own and the City will
operate and maintain the following traffic signals:
Signalized Intersections
1. Spencer Highway at Myrtle Creek Street
2. Spencer Highway at Valley Brook Street
3. Spencer Highway at Sens Road
4. Spencer Highway at 16th Street
School Zone Flashers
1. Spencer Highway at 879 feet West of Myrtle Creek Street (Southside)
2. Spencer Highway at 173 feet East of Myrtle Creek Street (Northside)
3. Spencer Highway at 323 feet West of Farrington Street (Southside)
4. Spencer Highway at 572 feet East of Farrington Street (Northside)
. 5. Spencer Highway at 717 feet West of 16th Street (Southside)
• . ~
Update: Spencer Highway Reconstruction
SDHPT/PASS Program
July 2, 1991
Page 2 of 3
Traffic Signal Agreement Continued
The City has been requested to execute this agreement and sign the cover sheet
(which references this agreement) as soon as practical. The proposed agreement has
been circulated to Public Works and Knox Askins for review.
Utility Relocation (La Porte Water and Sewer)
The SDHPT transmitted the latest project estimate. The current estimate is
$562,226.58. The state has agreed to an escrow agreement that provides for the
City's participation to be paid in three equal payments of approximately $ 187,409.
1st Payment: Due upon execution of the escrow agreement (estimated to be
on or about July 15, 1991).
2nd Payment: Due 90 days after execution of the agreement.
3rd Payment: Due 180 days after execution of the agreement.
Note: If the contractor's progress and payment requests exceed this schedule the
City may be required to accelerate it's payments.
Consideration of the Traffic Signal Agreement (the Project Title Sheet) and consideration
of adjustment to FY '90-'91 budget for utility relocation will be placed on Council's July 15,
1991 agenda.
The status of the pipeline adjustment and. ,installation of safety lights is as follows:
Pipeline Adjustment
As noted in earlier memorandum, dated June 4, 1991, the SDHPT has requested
execution of an "Agreement to Construction Funds" and $ 43,000: from the City
to cover expenses for pipeline relocation. La Porte has asked Harris County
Precinct 2 to consider absorbing this expense.
Also, the pipeline adjustment is not part of the SDHPT Plans and Specifications.
At this point the City is not sure who is contracting with the pipeline companies.
This item will be pursued/resolved prior to approving the $ 43,000 for pipeline
adjustment.
•
Update: Spencer Highway Reconstruction
SDHPT/PASS Program
July 2, 1991
Page 3 of 3
Safety Lights at SPRR overpass
As with the pipeline adjustment the City has asked Hams County Precinct 2 to
consider installation of the safety lights. As reported earlier, the SDHPT plans do
not include safety lighting at the overpass. Per Harris County consultants, Binkley
and Barfield, safety lights at the overpass do not meet state requirements. This
estimated cost is $ 38,000 ~ expenses for installation of bases and conduits.
If the City is unsuccessful in soliciting Harris County's participation, the SDHPT will likely
pursue execution of the agreement and contribution of $ 43,000 for the.pipeline adjustment.
Likewise, if Harris County does not consider installation of safety lights at the SPRR
overpass, the City will need to fund the installation or let the project proceed without them.
Attachments: Letter from SDHPT, dated July 1, 1991
•
~ .
:, ;~, -~
,:~f,
u
ENGINEER-DIRECTOR
COMMISSION STATE DEPARTMENT OF HIGHWAYS ARNOLD W. OLIVER, P.E.
RAY STOKER, JR., CHAIRMAN AND PUBLIC TRANSPORTATION _ ,
ROBERT H. DEDMAN P.O. BOx 13f6
WAYNE B. DUDDLESTEN HOUSTON, TEXAS 77251-1316
(713) i69~571
July 1, 1991
CONTACT:
DDE-CD
Harris County
CSJs 8020-12-011 & 013
Spencer Highway: From 200' E. of Willow Spring
Bayou to SH 146
Mr. John Joerns
Assistant City Manager
City of La Porte
P. O. Box 1115
La Porte, Texas 77572-1115
Dear Mr. Joerns:
This follows your discussion with Mr. Stephen Gbur, P.E. on June 20, 1991 and
July 1, 1991. We are transmitting the original project title sheet which
requires signature by the City of La Porte for concurrence with the proposed
project plans. A copy of the plans, specifications, and estimate has
previously been furnished.
The signature on the title sheet will also consent to the construction of the
highway traffic signal installations being part of "Agreement (Traffic
Signal-City)". The four attached original signal agreement forms for the
signal installations to be maintained by the City of La Porte must also be
executed. The four executed agreements must be returned for execution on
behalf of the State.
Also, accompanying this transmittal is a copy of the latest project agreement
estimate. The estimate shows that the City of La Porte's participation our
$562,226.58. An escrow agreement is currently being prepared by
headquarters in Austin and will be forwarded for signature when available.
The escrow agreement is for the cost of the City of La Porte's water line and
sanitary sewer line adjustments for pathis pro~ct. The agreement w t a~.s
prepared to provide the Cit s partici tion be id in three equal payme
An Equal OppoKunity Employer
ti
• •
Mr. John Joerns
July 1, 1991
Page 2
previously discussed. The first will be due upon execution of the escrow
agreement, the second will be due 90 days after execution of the agreement, and
the final payment will be due 180 days after execution of .the agreement. The
escrow agreement will soon be forwarded for execution-by the City of La Porte.
If you have further questions regarding these or other issues, please contact
Mr. Stephen Gbur, P.E.
Sincere y~~:.
~.
hn C. Holzwart , P.E.
istrict Design Engineer
District No. 12
SG:sls
Attachments
•
ADMINISTRATIVE REPORT
JULY 3, 1991
TO: Mayor Malone and City Council
Through: Robert T. Herrera, ity Manager~~
FROM: Joel H. Albrech , 'rector of Community Development
SUBJECT: East "E" Street U date
This memo is to further update the City Council on the status of
the East "E" Street project after the June 24th City Council
briefing. The staff directed Chris Claunch, our Project Manager,
to deliver to Angel Brother's Enterprises, Inc., a letter stating
our position. The letter to Angel Brothers Enterprises, Inc.
stated that Change Order No. 2 had to be executed and returned to
the City of La Porte no later than Monday, July 1, 1991 at 5:00
p.m. Should Change Order No. 2 not be received by the City at the
referenced time, the City would delete the following work from the
contract in the form of Change Order No. 3:
* Asphalt work, permanent driveways within transition areas;
ditches from inlet boxes through transition areas; and hydro
mulch seeding.
Mr. Claunch's letter was faxed to Angel Brother's Enterprises, Inc.
on June 26, 1991. The following morning Glenn Angel called Knox
Askins to confirm that the City should revise Change Order No. 2
to include the deletion work from his contract.
Staff currently is proceeding with the revision to the Change Order
and will seek bids for the work immediately. Per an exemption
provided by state law, the City waived the normal two week bidding
period. We propose to have the bids opened on the revised change
order in time for our review and recommendation to the City Council
for the regular Council meeting on July 22, 1991.
Advertise (1)
Advertise (2)
Pre-Bid Conference
Open Bids
Request for Council
Present to Council
Execute Contracts
Notice to Proceed
EAST "E" STREET
CHANGE ORDER NO. 3
BID SCHEDULE
JULY 3, 1991
*
*
• ,
Sunday 7-7-91
Wednesday 7-10-91
Thursday 7-11-91
(10:00 a.m.)
Tuesday 7-16-91
(10:00 a.m.)
Wednesday 7-17-91
(10:00 a.m.)
Monday 7-22-91
Friday 8-2-91
Monday 8-4-91
* Bayshore Sun only