Loading...
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