HomeMy WebLinkAbout1993-05-03 Special Call Meeting
MINUTES OF THE SPECIAL CALL MEETING OF LA PORTE CITY COUNCIL
MAY 3, 1993
1. The meeting was called to order by Mayor Malone at 6:00 P.M.
Members of City Council Present: Mayor Norman Malone,
Councilpersons Guy Sutherland, Mike Cooper, Bob McLaughlin,
Deotis Gay, Jack Maxwell, Jerry Clarke
Members of City Council Absent: Councilpersons Bob Thrower,
Alton Porter
Members of City Staff Present: City Manager Bob Herrera, City
Attorney Knox Askins, City Secretary Sue Lenes, Assistant City
Manager John Joerns, Planning Director Chuck Harrington,
Police Chief Bobby Powell, Director of Administrative Services
Louis Rigby, Fire Chief Joe Sease, Golf Pro Alex Osmond, Buyer
Susan Kelley
Others Present: Citizen Barbara Neal
2. The invocation was given by Mayor Malone.
3. Council considered approving minutes of the regular meeting
held April 26, 1993.
Motion was made by Councilperson McLaughlin to approve the
April 26 minutes as presented. Second by Councilperson
Clarke. The motion carried, 7 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, Mclaughlin, Gay,
Maxwell, Clarke and Mayor Malone
Nays: None
4. Council canvassed votes and considered ordinance declaring
results of election held May 1, 1993.
The City Attorney read: ORDINANCE 93-1903 - AN ORDINANCE
DECLARING THE RESULTS OF THE ELECTION HELD IN THE CITY OF LA
PORTE ON MAY 1, 1993, FOR THE ELECTION OF COUNCILPERSON-AT-
LARGE-POSITION B; COUNCILPERSON DISTRICT 1; AND COUNCILPERSON
DISTRICT 6; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND
PROVIDING AN EFFECTIVE DATE HEREOF.
Motion was made by Councilperson Cooper to adopt Ordinance 93-
1903 as read by the City Attorney. Second by Councilperson
Clarke. The motion carried, 7 ayes and 0 nays.
Ayes: Councilpersons, Sutherland, Cooper, McLaughlin,
Gay, Maxwell, Clarke and Mayor Malone
Nays: None
•
Minutes, Special Called Meeting,
La Porte City Council
May 3, 1993, Page 2
~~
Mayor Malone asked Council if they would like to wait until
Councilperson Porter arrives to administer the oaths of
office. All were in agreement to wait.
5. Council considered ordinance appointing a Mayor Pro Tem for a
term to begin May 3, 1993 and ending May 3, 1994.
The City Attorney read: ORDINANCE 93-1904 - AN ORDINANCE
APPOINTING A MEMBER OF THE CITY COUNCIL TO SERVE AS MAYOR PRO
TEM OF THE CITY OF LA PORTE, FOR THE TERM MAY 3, 1993, UNTIL
MAY 3, 1994; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW;
AND PROVIDING AN EFFECTIVE DATE HEREOF.
3 1993 and end May 3, 1994. Second by Councilperson Gay.
Mayor Malone asked if there were other nominations.
Motion was made by Councilperson Gay to accept the nomination
of Councilperson Clarke by acclimation. Second by
Councilperson Sutherland. The motion carried, 7 ayes and 0
nays.
Ayes: Councilpersons Sutherland, Cooper, McLaughlin, Gay,
Maxwell, Clarke and Mayor Malone
Nays: None
6. Council considered ordinance approving and authorizing a
contract with Dow Fencing and Supply for golf course fencing.
Motion was made by Councilperson Sutherland to authorize
contract with Dow Fencinq and Supply for golf course fencinc.
Second by Councilperson McLaughlin. The motion carried, 4
ayes and 3 nays.
Ayes: Councilpersons Sutherland, Cooper, McLaughlin and
Mayor Malone
Nays: Councilpersons Gay, Maxwell and Clarke
7. Council considered ordinances approving and authorizing a
contract with Luedemann & Associates and Dominy Ford &
McPherson, Inc, for appraisals and review appraisals on City
of La Port Airport Project F.A.A. 03-48-0127-06-93.
(Councilperson Porter was seated at the council table at 6:10
P.M.)
•
Minutes, Special Called Meeting,
La Porte City Council
May 3, 1993, Page 3
The City Attorney read: ORDINANCE 93-1906 - AN ORDINANCE
APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA
PORTE AND LUEDEMANN & ASSOCIATES, FOR THE APPRAISAL OF PARCELS
OF REAL PROPERTY TO BE ACQUIRED FOR CLEAR ZONE PROTECTION AT
THE LA PORTE MUNICIPAL AIRPORT, AND APPROPRIATING $13,200.00
TO FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS
RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN
MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF.
The City Attorney read: ORDINANCE 93-1907 - AN ORDINANCE
APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA
PORTE AND DOMINY, FORD, & McPHERSON, TO PERFORM A REVIEW
APPRAISAL OF 14 PARCELS OF REAL PROPERTY TO BE ACQUIRED FOR
CLEAR ZONE PROTECTION AT THE LA PORTE MUNICIPAL AIRPORT, AND
APPROPRIATING $9,500.00 TO FUND SAID CONTRACT; 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 Maxwell to adopt ordinances
93-1906 and 93-1907 as read by the Citv Attorney. Second by
Councilperson Clarke. The motion carried, 8 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, McLaughlin,
Porter, Gay, Maxwell, Clarke and Mayor Malone
Nays: None
Mayor Malone administered the Oath of Office to Councilperson
Alton Porter At-Large-B; Councilperson Guy Sutherland District
1; Councilperson Jerry Clarke District 6.
8. Council considered resolution authorizing City Secretary to
sign forms for vehicle registration applications.
Motion was made by Councilperson Clarke to approve the
resolution 93-06. Second by Councilperson Gay. The motion
carried, 8 ayes and 0 nays.
Ayes: Councilpersons Sutherland, Cooper, McLaughlin,
Porter, Gay, Maxwell, Clarke and Mayor Malone
Nays: None
~ ~
Minutes, Special Called Meeting,
La Porte City Council
May 3, 1993, Page 4
9. Council considered approving purchase of vehicle for Police
Department.
Motion was made by Councilperson Maxwell to purchase a
replacement vehicle from Ron Craft Chevrolet. Second by
Councilperson McLaughlin. The Motion carried, 8 ayes and 0
nays.
Ayes: Councilpersons Sutherland, Cooper, McLaughlin,
Porter, Gay, Maxwell, Clarke and Mayor Malone.
Nays: None
10. Administrative reports.
City Manager Herrera advised Council there will be a meeting
in Austin on May 5 at 1:30 P.M. the 3rd Court of Appeals of
Travis County will be hearing a presentation both from Texas
Water Commission and Brent Ryan's firm and the firm
representing Houston Chemical Services. It will not be
necessary for the City of La Porte to have anyone in
attendance. Once the hearing is complete it may be 30 to 60
day before the Court actually renders its final decision.
City Manager Herrera also reported this Saturday, May 8, there
is a Police Banquet and it will be held at the Recreation
Fitness Center starting at 7:00 P.M.
il. Council Action: Councilpersons Gay, Maxwell, Clarke,
Sutherland, Cooper, McLaughlin, Porter and Mayor Malone
brought items to Council's attention.
12. Executive Session: There was no executive session.
13. There being no further business to come before the Council,
the meeting was adjourned at 6:26 P.M.
Respectfull submitted:
Sue Leases Cit Secretar
Y Y
Passed & approved this the 10th
day of May, 1993
N rman L. ~~ne `~Ma or
Y
ORDINANCE NO. 93- 1903
• C.. ~' .~
f
AN ORDINANCE DECLARING THE RESULTS OF THE ELECTION HELD IN THE CITY
OF LA PORTE ON MAY 1, 1993, FOR THE ELECTION OF COUNCILPERSON-AT-
LARGE--POSITION B; COUNCILPERSON DISTRICT 1; AND COUNCILPERSON,
DISTRICT 6; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND
PROVIDING AN EFFECTIVE DATE HEREOF.
WHEREAS, there was held in the City of La Porte on the 1st day
of May, 1993, an election for the purpose of electing Councilperson-
at-Large--Position B; Councilperson -- District 1; and Councilperson
-- District 6; all in accordance with Section 8.10 of the Home Rule
Charter of the City of La Porte; and
WHEREAS, there were cast at said election for the following
listed persons the number of votes opposite their respective names:
COIINCILPERSON AT LARGE--POSITION B
Alton Porter 839
COUNCILPERSON -- DISTRICT 1
Guy Sutherland 242
COIINCILPERSON -- DISTRICT 6
144
Edward G. (Jerry) Clarke
as shown in the official election returns heretofore delivered by
the Election Judge and officials to the Mayor and City Council of
the City of La Porte and submitted to the City Council.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF LA PORTE:
Section 1. That said election was duly called and notice
thereof given in accordance with law; that said election was held in
the manner required by law; that due returns of said election have
been made by the proper officers; that said returns have been
canvassed by the City Council of the City of La Porte; that said
election has resulted in the election of the following named
persons, to-wit:
ORDINANCE NO. 93-1903
COiTNCILPERSON AT LARGE--POSITION B
Alton Porter
COIINCILPERSON -- DISTRICT 1
Guy Sutherland
COUNCILPERSON -- DISTRICT 6
Edward G. (Jerry) Clarke
PAGE 2
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
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 from and after
its passage and approval, and it is so ordered.
PASSED AND APPROVED, this 3rd day of May, 1993.
CITY. OF LA PORTE
BY ~,
:Norman L. Ma one, Mayor
ATTEST:
Sue Lenes
City Secretary
APPD: ^^ ~ ~~
Knox W. Askins
City Attorney
RE 8T FOR CITY COIINCIL AGEND ITEM
Agenda Date Requested: May 3, 1993
Requested By: R. Herrera Department: City Manager
Report
Exhibits: Ordinance 93-1904
Resolution XX Ordinance
SII1~II~IARY ~ RECOMMENDATION
The La Porte City Charter, Section 2.05, states that "On the first
Monday next following the regular municipal election....city
council shall meet at the usual place for holding meetings, and the
newly elected members shall qualify and assume the duties of
office. At such meeting council shall select one of its members to
serve as mayor pro tem, who shall serve for a one year term and
until his successor is appointed and has qualified."
The attached ordinance appoints a member of Council as Mayor Pro
Tem for the term May 3, 1993 until May 3, 1994, as mandated in the
City Charter.
Action Required by Council: Adopt Ordinance 93-1904
Availability of Funds: N/A
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
Other
Account Number: Funds Available: YES NO
Approved for City Council Agenda
~~
Robert T. Herrera
City Manager
~ - 3v -~~
DATE
' t
~ ~ .
ORDINANCE NO. 93-1904
AN ORDINANCE APPOINTING A MEMBER OF THE CITY COUNCIL TO SERVE AS
MAYOR PRO TEM OF THE CITY OF LA PORTE, FOR THE TERM MAY 3, 1993,
UNTIL MAY 3, 1994; 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, TEXAS:
Section 1. The City Council of the City of La Porte hereby
appoints Edward G. (Jerry) Clarke , one of its members, to serve
as Mayor Pro Tem of the City of La Porte, for the term May 3, 1993,
through May 3, 1994, and until his successor shall have been duly
appointed and have qualified.
Section 2. Said appointee shall perform all the duties of the
Mayor in his absence or disability.
Section 3. 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 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 4. This Ordinance shall take effect and be in force
from and after its passage and approval, and it is so ordered.
PASSED AND APPROVED this the 3rd day of May, 1993.
CITY OF LA PORTE
i ~. .
t
i
~~ _ -- - ._
Norman L. Malone,-.Mayor
ATTEST:
Sue Lenes, City Secretary
APP VE
Knox W. Askins, City Attorney
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: May 3, 1993
Requested By: Alex Osmond ~ Department: Administration
Report
Resolution X Ordinance
Exhibits:
1) Interoffice Memorandum
2) Bid Tabulation
3) Bidders List
4) Ordinance
SUMMARY & RECOMMENDATION
On April 19, 1993, City staff opened sealed bids #0539 for golf
course fencing. Bid requests were mailed to ten (10) vendors with
four (4) returning bids.
Staff is requesting this item to aid in the prevention of vandalism
at the golf course.
Staff recommends awarding the contract to Dow Fencing and Supply,
low bidder meeting specifications for 3,200 ft. of 6 ft. fencing
(chain link) to be installed at Bay Forest Golf Course.
This item is not budgeted for Capital Improvement. Unforeseen
circumstances have occurred this year which deserve immediate
attention.
Staff recommends funds be approved for this project in the
following manner:
$18,880 for the installation and;
$ 1,000 set aside for contingency to be taken from the
golf course working capital account.
Action Required by Council:
Approve contract as recommended by City staff.
Availability of Funds:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
X Other
Account Number: 028-800-811-832 Funds Available: X YES _ NO
Approved for City Council Agenda
Q T. ~~-h- y a~ - q 3
Robert T. Herrera Date
City Manager
~ ~r'~ ,.~
ORDINANCE NO. 93-1905
AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE
CITY OF LA PORTE AND DOW FENCING AND SUPPLY, FOR THE INSTALLATION
OF GOLF COURSE FENCING; APPROPRIATING $18,880.00 PLUS A
CONTINGENCY OF $1,000.00 TO FUND SAID CONTRACT; MAKING VARIOUS
FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; 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. 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 all such
documents. City Council appropriates the sum of $18,880.00 plus
a contingency of $1,000.00 from the Golf Course Working Capital
Account to fund said contract.
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 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
ORDINANCE NO. 93-1905
Page 2
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 3rd day of May, 1993.
ATTEST:
C._.1~-~-~.
Sue Lenes
City Secretary
APP.ROV~
~ ,~/
r~~~~~r~ ~~~
•
CITY OF LA PORTE
Norman L. Malone
Mayor
Rffox W. 'Askins
City Attorney
• •
CITY OF LA PORTE
INTEROFFICE MEMORANDUM
APRIL 19, 1993
TO: ALEX OSMOND, GOLF PRO
FROM: SUSAN KELLEY, BUYER
3UBJSCT: SEALED BID ##0539 - GOLF COURSE EQUIPMENT
Advertised, sealed bids #0539 - golf course fencing were opened and
read on April 19, 1993. Bid requests were mailed to ten (10)
vendors with four (4) returning bids.
Low bid meeting specifications was submitted by Dow Fence & Supply
with a total cost of $18,880 for 3,200 feet of fencing.
Please submit your recommendation with an agenda request form by
the prescribed time before the next regular council meeting. If
there is a need to delay bringing this bid before council, please
notify me.
Attachment: Bid Tabulation
Bid List
xc: Dennis Hlavaty, Golf Course Superintendent
BID TABULATION
~i
BID #0539 - GOLF COURSE FENCING
DESCRIPTION DOW
FENCE WITHER'S
FENCE JESSE
FENCE HOUSTON
FENCE
900 FT - 1,500 FT $6.00/FT $6.10/FT $6.25/FT $7.55/FT
1,501 FT - 2,000 FT $6.00/FT $6.10/FT $6.20/FT $7.55/FT
2,001 FT - 2,500 FT $5.90/FT $6.00/FT $6.15/FT $7.55/FT
2,501 FT - 3,200 FT $5.90JFT $5.00jFT $6.10/FT $7.55/FT
TOTAL FOR 3,200 FT $18,880 $19,200 $19,520 $24,160
~ ~
BIDDER'S LIST
SEALED BID ##0539 - GOLF COURSE FENCING
DOW FENCE SUPPLY HOUSTON FENCE COMPANY, INC.
P.O. BOX 5370 13300 MURPHY ROAD
PASADENA, TX 77508 STAFFORD, TX 77477
920-1414 499-2516
ATTN: JOSEPH DOW SEALED BID ENCLOSED
FOSTER FENCE COMPANY
P.O. BOX 9611b
HOUSTON, TX 77213-6116
453-0165
JESSE FENCE COMPANY
12390 STATE HWY 249
HOUSTON, TX 77086
445-5100
SEALED BID ENCLOSED
WITHERS FENCE COMPANY
409 WEST MAIN STREET
LA PORTE, TX 77571
470-2449
ATTN: KEN WITHERS
AMERICAN FENCE & SUPPLY
2215 IH INTERSTATE 45
LEAGUE CITY, TX 77573
332-0511
SEALED BID ENCLOSED
MIWA FENCE COMPANY
P.O. BOX 270160
HOUSTON, TX 77277
977-7879
ATTN: ARLEN REESE
JEFF RAY INC.
P.O. BOX 1832
STAFFORD, TX 77497-1832
261-0402
ATTN: JEFF RAY
MINZE JAMES
9210 SHELL CREEK
HOUSTON, TX 77064
583-1655
SEALED BID ENCLOSED
ARIES FENCE CO.
2418 DUPONT
PASADENA, TX 77503
998-8381
ATTN: MIKE ATTN: LARRY FOX
• •
REQIIEST FOR CITY COIINCIL AGENDA ITEM
Agenda Date Requested: 5-3-93
Requested By: Charles Harrington C~/Department: Planning
Report Resolution X Ordinance
Exhibits:
1. Contract for Appraiser
2. Contract for Review Appraiser
3. Ordinance
SUMMARY & RECOMMENDATION
On February 22, 1993, the City staff received proposals from Real
Estate Appraisers for the purpose of appraising parcels of property
to be acquired for clear zone protection at the La Porte Municipal
Airport. These land purchases are a part of the Runway Extension
and Improvements Projects that are currently being proposed to the
Federal Aviation Administration.
Following the review of the proposals, the City staff selected the
firm of Luedemann & Associates to perform the appraisals in
accordance with published F.A.A. guidelines. Luedemann &
Associates proposes to conduct the appraisal on 14 parcels of land
for a total of $13,200.00. The staff also selected the firm of
Dominy, Ford, & McPherson, Inc. to perform the review appraisal in
accordance with published F.A.A. guidelines. Dominy, Ford, &
McPherson proposes to conduct the review appraisal on the 14
parcels for $9,500.00. The fees paid for both the appraisal and
review appraisal will be eligible for reimbursement from the F.A.A.
at a ratio of 90~/10~, federal/local share basis.
The staff recommends approval of the contracts with Luedemann &
Associates in the amount of $13,200.00 for appraisals and with
Dominy, Ford, & McPherson, Inc. in the amount of $9,500.00 for
review appraisals on the City of La Porte Airport Project F.A.A.
#03-48-0127-06-93.
Action Required by Council:
Approve an ordinance authorizing the City Manager to enter into
contracts with Luedemann & Associates in the amount of $13,200.00
and Dominy, Ford, & McPherson, Inc. in the amount of $9,500.00 for
appraisals and review appraisals on City of La Porte Airport
Project F.A.A. #03-48-0127-06-93.
Availability of Funds:
General
Capital
X Other
Account No.:
Funds Available: X Yes No
Approved for City Council Agenda
Q T.
Robert T. Herrera
City Manager
Fund Water/Wastewater
Improvements General Revenue
Sharing
y-a-~-q3
Date
~ •
ORDINANCE NO. 93-106
AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE
CITY OF LA PORTE AND LUEDEMANN & ASSOCIATES, FOR THE APPRAISAL OF
PARCELS OF REAL PROPERTY TO BE ACQUIRED FOR CLEAR ZONE PROTECTION
AT THE LA PORTE MUNICIPAL AIRPORT, AND APPROPRIATING $13,200.00
TO FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS
RELATING TO THE SUBJECT; 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. 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 all such
documents. City Council appropriates the sum of $13,280.00 from
the City of La Porte Airport Project F.A.A. Account #03-48-0127-
06-93 to fund said contract.
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 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
ORDINANCE NO. 93-1906
Page 2
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 3rd day of May, 1993.
CITY OF LA PORTE
Norman L. Ma one
Mayor
ATTEST:
Sue Lenes
City Secretary
APPROVED:
~//
Knox W. As ins
City Attorney
.~• , ~
._ ~~_~ ~~
ORDINANCE NO. 93-1907
AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE
CITY OF LA PORTE AND DOMINY, FORD, & McPHERSON, TO PERFORM A
REVIEW APPRAISAL OF 14 PARCELS OF REAL PROPERTY TO BE ACQUIRED
FOR CLEAR ZONE PROTECTION AT THE LA PORTE MUNICIPAL AIRPORT, AND
APPROPRIATING $9,500.00 TO FUND SAID CONTRACT; MAKING VARIOUS
FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; 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. 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 all such
documents. City Council appropriates the sum of $9,500.00 from
the City of La Porte Airport Project F.A.A. Account #03-48-0127-
06-93 to fund said contract.
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 public as required by law at all times during which
this ordinance and the subject matter thereof has been discussed,
n
considered and formally acted upon. The City Council further
NO. 93- Page 2
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 3rd day of May, 1993.
ATTEST: '~
<~
Sue"Lenes
City Secretary
APPROSLE-B,:
~'
i
nox W. s ins
City Attorney
CITY OF LA PORTE
.,
Norman L. Malone
Mayor
Appendix G
REAL ESTATE APPRAISAL CONTRACT
Contract No.
THIS CONTRACT, made and entered into this 4th day of May
19~ by and between ( Sponsor) Ci t.y of La Porte
Harris County. Texas (hereinafter referred to as the airport) and
the real estate appraiser (individual, partnership, firm, corporation)
residing at 5 Post Oak Park #1670 in the city of
Houston State of Texas (hereinafter referred
to as the contractor). In the event the contractor is a partnership,
firm or corporation, the services to be rendered under this contract
will be performed by the following designated appraisers whose
qualifications are approved and of record with the airport owner and
are employees or associates of the contractor in the performance of
this contract.
NAME ADDRESS
Waldo S. Luedemann, Jr., ~SAI 5 Post Oak Park #1670, Houston, Texas 77027
WITNESSETH
IT IS MUTUALLY AGREED by and between the parties hereto as follows:
1. The contractor shall furnish to the airport a written
professional opinion, adequately supported and documented, of the fair
market value of certain parcels of real estate, or designated parts
thereof, on all parcels listed below under paragraph 2, on the Airport
Improvement Program (AIP) project number RFP #0051 in
City of La Porte and, as required by the airport, the contractor
shall appear in court or before court appointed commissioners as an
expert witness on behalf of the airport to testify with respect to the
opinion of the fair market value of each parcel appraised.
2. (a) For and in consideration of services in furnishing said
appraisals, the contractor shall be paid for each parcel the sum set
forth as follows:
PARCEL NUMBER AMOUNT PARCEL NUMBER AMOUNT
See Attachment "A"
(b) For appearances in court or before court appointed
commissioners, or for appearances at conferences prior to trial or for
the purpose of the taking of depositions on behalf of the airport, the
contractor shall be paid at the rate of $150.00 dollars
04/04/91 88
•
Appendix G
($ 150.00 ) (per hour) or (~4~(X~d~Qt-) . Such rate of payment shall
include all expenses incurred in rendering such services.
(c) In the event the scope and character of the work as
provided herein is materially changed due to substantially revised
plans or additional work is required by the airport, the contractor
agrees to furnish the required revisions or supplements and to perform
the additional work requested by the airport in excess of that set
forth in the contract, for the sum of $ 100.00 dollars per
hour for the time required to prepare such revisions or to perform
such additional work.
(d) Statements by the contractor for payment for the
aforesaid services shall be itemized and submitted to the airport.
3. The contractor shall begin work not later than the
day of 19 and shall fully complete the
appraisals and furnish to the airport three ( 3 ) copies of
such appraisal within ( ) days after having been
notified of the approval of this contract. It is fully understood and
agreed that in the event the contractor shall fail to perform the work
within the time herein provided, the airport may, at its sole option,
consider the services of the said contractor terminated, and, upon
written notice thereof by certified mail to the contractor of such
termination, shall not be liable for payment for appraisals submitted
after the date; provided, however, that upon application by the
contractor, the airport in the event of extenuating circumstances,
may, in its discretion, expressly grant in writing an extension of
time to the contractor.
4. An appraisal for each parcel contracted for in this
agreement shall be submitted on either the forms provided or as a
complete narrative type of appraisal provided it compiles with current
Federal Aviation Administration appraisal standards as set forth in
Office of the Secretary of Transportation Regulations, 49 CFR Part 24
and Attachment of this contract.
5. Comparable sales data that is furnished to the contractor or
is made available to it by the airport, if any, shall be personally
checked and verified by the contractor as to accuracy and
completeness.
6. Contractor shall abide by decisions made by the sponsor on
questions concerning acceptability of any work performed on the
project. All decisions made by sponsor are final.
7. Contractor shall correct any deficient work performed by him
on the project and deliver corrected work to sponsor or as otherwise
instructed at his own expense. Corrected work shall be delivered to
the sponsor or review appraiser at sponsor office, or as instructed,
within 15 days from date of request for correction of item.
04/04/91 89
Appendix G
8. (a) The airport shall have the right to terminate this
contract with regard to any or all services provided for herein in the
event of changes in airport plans which obviate the necessity of any
such appraisal which may be involved. Such termination shall be given
by the airport to the contractor by written notice by certified mail
to the last known address of the contractor. In such event, the
airport will be liable to the contractor for only those services which
have been rendered prior to the date of mailing of such notice.
(b) In the event of the termination of any or all of the
work provided for under this contract, the contractor shall be paid a
proportionate part of the fee provided for with regard to the
particular parcels terminated in proportion to the work and services
actually completed on the parcel or parcels involved as of the date of
termination.
(c) Upon terminat-ion of this contract, or any part thereof,
for any reason provided for herein, any aZd all work actually
performed by the contractor shall become the property of the airport.
9. This contract may be supplemented in the event the scope and
character of the work as provided for herein is materially changed due
to substantially revised plans or additional work as may be required
by the airport. In such event, the supplemental contract covering
only such revisions or changes as agreed upon by the contractor and
the airport shall provide for equitable adjustments regarding the time
of performance including such appropriate increase or decrease in the
amount of compensation as was provided for in the basic contract.
10. The contractor warrants that any company or person has not
been employed or. retained, other than a bona fide employee working
solely for the contractor, to solicit or secure this agreement, and
that payment or an agreement has not been made to pay any company firm
or person, other than a bona fide employee working solely for the
contractor any fee, commission, percentage, brokerage fee, gift, or
any other consideration, contingent upon or resulting from the award
or making of this agreement. For breach or violation of this warranty,
the airport shall have the right to annul this agreement without
liability.
11. Any dispute concerning a question of fact in connection with
the work hereunder which is not otherwise disposed of by this
agreement, shall be decided by the airport, subject only to an
appropriate appeal to the court.
12. The contractor agrees to indemnify and save harmless the
airport, its officers, agents, and employees from any and all claims
and losses occurring or resulting to any and all persons, firms or
corporations furnishing work, services, materials or supplies in
connection with the performance of this contract, and from any and all
D/ 9 0
Appendix G
claims and losses occurring or
corporation who may be injured
performance of this contract.
resulting to any person, firm or
or damaged by the contractor in the
13. The parties hereto agree that the contractor, and any agents
and employees of the contractor, in the performance of this agreement,
shall act in an independent capacity and not as officers, employees or
agents of the Airport.
14. This agreement is not assignable by the contractor, either
in whole or in part, and no portion of the work may be sublet or
transferred to any other person or persons without prior written
approval of the airport.
15. The contractor shall comply with all Federal, State and
local laws and ordinances applicable to the work.
16. The contractor shall execute for each parcel a Certificate
of Appraiser, that complies with FAA Form 5100-41, as from time to
time may hereafter be revised.
17. It is mutually understood and agreed that no alteration or
variation of the terms of this contract shall be valid unless made in
writing and signed by the parties hereto, and that no oral
understanding or agreement not incorporated herein, nor any alteration
or variation of the terms hereof, unless made in writing between the
parties hereto, shall be binding on any of the parties hereto.
18. All information contained in the appraisal, and all parts
thereof, are to be treated as a privileged communication. The
contractor shall take all necessary steps to insure that there will
not be any information divulged concerning the appraisal except to a
duly authorized representative of the airport or a duly authorized
representative of the Federal Aviation Administration, or as otherwise
required by court order.
19. The contractor agrees that during the performance of this
contract equal employment opportunities shall be provided for all
qualified persons and that there shall not be any discrimination
against any employee or applicant because of race, color, sex,
religion or national origin. The contractor and associated
subcontractors shall comply with the Civil Rights Act of 1964 and with
Executive Order No. 11246, dated September 24, 1965, or with such
other executive orders and statutes concerning nondiscrimination which
may from time to time hereafter, be promulgated.
20. It is agreed by and between the parties hereto that in the
performance of the terms, conditions and provisions of this contract
by the contractor that time is of the essence.
04/04/91 91
Appendix G
,,, 21. Contractor shall be available for consultation (including,
but not limited to discussion of appraisal and market information,
appraisal notes, etc) with Sponsor and Federal representatives after
completion of this contract, should the need arise. Said consultation
shall be contracted for by a separate agreement in accordance with
sponsor policies, and shall not exceed those rates set forth in
Paragraph 2(b).
22. The Owner, the Federal Aviation Administration, the
Comptroller General of the United States, or any of their duly
authorized representatives, shall have access to any books, documents,
papers, and records of the Engineer which are directly pertinent to
this project for the purpose of making audit, examination, excerpts,
and transcriptions.
23. Title VI Assurances: During the performance of this
contract, the contractor, for itself, its assignees and successors in
interest (hereinafter referred to as the "contractor") agrees as
follows:
(a) Compliance with Regulations. The contractor shall
comply with the Regulations relative to nondiscrimination in Federally
assisted programs of the Department of Transportation (hereinafter,
"DOT") Title 49, Code of Federal Regulations, Part 21, as they may be
amended from time to time, (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a
part of this contract.
(b) Nondiscrimination. The contractor, caith regard to the
work performed by it during the contract, shall not discriminate on
the grounds of race, color, or national origin in the selection and
retention'of subcontractors, including procurements of materials and
leases of equipment. The contractor shall not participate either
directly or indirectly in the discrimination prohibited by Section
21.5 of the Regulations, including employment practices when the
contract covers a program set forth in Appendix B of the Regulations.
(c) Solicitations for Subcontracts Includina Procurements
of Materials and Ec.XUipment. In all solicitations either by
competitive bidding or negotiation made by the contractor for work to
be performed under a subcontract, including procurements of materials
or leases of equipment, each potential subcontractor or supplier shall
be notified by the contractor of the contractor's obligations under
this contract and the Regulations relative to nondiscrimination on the
grounds of race, color, or national origin.
(d) Information and Reports.
all information and reports required by
issued pursuant thereto and shall permit
accounts, other sources of information,
determined by the sponsor of the Federal
The contractor shall provide
the Regulations or directives
access to its books, records,
and its facilities as may be
Aviation Administration to be
04/04/91 92
Appendix G
pertinent to ascertain compliance with such Regulations, orders, and
instructions. Where any information required of a contractor is in
the exclusive possession of another who fails or refuses to furnish
this information, the contractor shall so certify to the sponsor or
the FAA, as appropriate, and shall set forth what efforts it has made
to obtain the information.
(e) Sanctions for Noncompliance. In the event of the
contractor's noncompliance with the nondiscrimination provisions of
this contract, the sponsor shall impose such contract sanctions as it
is or the FAA may determine to be appropriate, including, but not
limited to--
(1) Withholding of payments to the contractor under
the contract until the contractor complies, and/or,
(2) Cancellation, termination, or suspension of the
contract, in whole or in part.
(f) Incorporation of Provisions. The contractor shall
include the provisions of paragraphs 1 through 5 in every subcontract,
including procurements of materials and leases of equipment, unless
exempt by the Regulations or directives issued pursuant thereto. The
contractor shall take such action with respect to any subcontract or
procurement as the sponsor or the FAA may direct as a means of
enforcing such provisions including sanctions for noncompliance.
Provided, however, that in the event a contractor becomes involved in,
or is threatened with, litigation with a subcontractor or supplier as
a result of such direction, the contractor may request the sponsor to
enter into such litigation to protect the interests of the sponsor
and, in addition, the contractor may request the United States to
enter into such litigation to protect the interests of the United
States
DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCES
(a) Policy. It is the policy of the Department of
Transportation (DOT) that DBE business enterprises as defined in 49
CFR Part 23 shall have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with Federal
funds under this agreement. Consequently, the DBE requirements of 49
CFR Part 23 apply to this agreement.
(b) DBE Obligation. The contractor agrees to ensure that
minority business enterprises as defined in 49 CFR Part 23 have the
maximum opportunity to participate in the performance of contracts ai~a
subcontracts financed in whole or in part with Federal funds provided
under this agreement. In this regard, all contractors shall take all
04/04/91 93
Appendix G
necessary and reasonable steps in accordance with 49 CFR Part 23 to
ensure that minority business enterprises have the maximum opportunity
to compete for and perform contracts. Contractors shall not
discriminate o the basis of race, color, national origin, or sex in
the award and performance of DOT-assisted contracts.
IN WITNESS WHEREOF, the parties hereto have set their hands the
day and year first hereinabove set forth.
APPROVING OFFICIALS
DATE SPONSOR'S REPRESENTATIVE (TYPE NAME/TITLE)
SIGNATURE
DATE
APPRAISER (TYPE NAME/TITLE)
SIGNATURE
04/04/91 94
•
Appendix H
REAL ESTATE APPRAISAL REVIEW CONTRACT
Contract No.
THIS CONTRACT, made and entered into this day of
19 by and between
(hereinafter referred to as the airport) and Domin Ford & McPherson Inc.
the real estate appraiser ~(in ividual,
partnership, firm, corporation) residing at 855 Uvalde in the
city of Houston ~ State of Texas (hereinafter,
referred to as the contractor). In the event the contractor is a-
partnership, firm or corporation, the services to be rendered under
this contract will be performed by the following designated appraisers
whose qualifications are approved and of record with the airport owner
and who are employees or associates of the contractor in the
performance of this contract.
NAME
Jerry S. Domin.v, SREA, MAI*
David R. Domino, MAI*
lames T. Archibald*
*Al1 appraisers are State Certified
General Real Estate Appraisers
ADDRESS
855 Uvalde, Houston, Texas 77015
855 Uvalde, Houston. Texas 77015
855 Uvalde, Houston. Texas 77015
WITNESSETH
IT IS MUTUALLY AGREED by and between the parties hereto as follows:
1. The contractor shall furnish to the airport a written
professional opinion, in the form of an appraisal review, as to the
adequacy of appraisals prepared to estimate the fair market value of
certain parcels of real estate, or designated parts thereof, on all
parcels listed below under paragraph 2, on the Airport Improvement
Program (AIP) project number , in
2. (a) For and in consideration of services in furnishing said
appraisal reviews, the contractor shall be paid for each parcel the'
sum set forth as follows:
PARCEL NUMBER AMOUNT PARCEL NUMBER AMOUNT
LaPorte Municipal Airport expansion $9,500
(b) Statements by the contractor for payment for the
aforesaid services shall be itemized and submitted to the airport.
04/04/.91 95
C~
•
Appendix H
3. Appraisal review services will be performed pursuant to the terms
and conditions of all applicable federal, state, local laws, rules and
regulations including, but not limited to, the Uniform Relocation
Assistance and Real Property Acquisition Policies Act of 1970 (p.L.
91-646,as amended) as implemented by the United States Department of
Transportation in 49 C.F.R. Part 24, according to standards outlined
in the "Uniform Appraisal Standards for Federal Land Acquisitions" and
Attachments of this contract. The contractor will review appraisal
reports according to the techniques and standards contained in the
appraisal standards in Attachment A of this contract and existing
state law. The term appraisal reports as used herein shall include
narrative, form or value findings appraisals as may be required by the
sponsor.
4. Appraisal review services will be performed by a qualified employee ~
or associate of the contractor. All review appraisers must be a
qualified appraiser and meet the minimum standards as required by the
sponsor.
5. The contractor shall begin work upon receipt of a formal
notification by the sponsor and shall fully complete the review
appraisals and furnish to the sponsor ( * ) copies of such review
appraisal within ( * ) working days after having been notified of the
start-up date of this contract through receipt of appraisal reports.
6. Contractor shall abide by decisions made by the sponsor on
questions concerning acceptability of any work performed on the
project. All decisions made by sponsor are final.
7. Contractor shall correct any deficient work performed by him on the
project and deliver corrected work to sponsor at his own expense.
Corrected work shall be delivered to the sponsor at sponsor office
within 15 days from date of request for correction of item.
8. It is fully understood and agreed that in the event the contractor
shall fail to perform the work within the time herein provided, the
sponsor may, at its sole option, consider the services of the said
contractor terminated, and, upon written notice thereof by certified
mail to the contractor of such termination, shall not be liable for
payment for appraisal reviews submitted after the date; provided,
however, that upon application by the contractor, the sponsor in the
event of extenuating circumstances, may, at its discretion, expressly
grant in writing an extension of time to the contractor.
9. Upon receipt of appraisals from the sponsor, the contractor will
perform an appraisal review of each parcel to determine that the
appraisal meets the standards of Attachment~_. The contractor will b~
required to perform appraisal reviews of appraisal reports submitted
by property owners when requested by the sponsor. A review of this
type will receive compensation based on the parcel amount for that
parcel as set forth in Paragraph 2.
04/04/91 *As Requested 9~
•
Appendix H
10. After performing the appraisal review (s), the contractor will
recommend to the sponsor the amount to be offered to the property
owner and prepare a Review Appraisal Report and Statement of Just
Compensation and certification. The contractor must sign all review
appraisal reports, being responsible for the accuracy of data and
opinions therein.
11. When an appraisal report is rejected by the contractor and
returned to the appraiser because of error or deficiency, the
contractor will be required to complete a subsequent review of the
revised report without additional compensation. From time to time the
contractor will be available for conferences as found necessary to
discuss the appraisal aspect of the project.
12. Negotiation of mutual acceptance of major changes in the scope,
character, or estimated total cost of the work to be performed will be
agreeable to the sponsor and contractor as such changes become
necessary as the work progresses.
13. A review appraisal for each parcel contracted for in this
agreement shall be submitted on either the forms provided or as a
complete narrative type of appraisal review, provided it complies with
current Federal Aviation Administration appraisal review procedures as
set forth in FAA Order 5100.37 and 49 CFR Part 24.
14. The contractor shall make field inspections of the comparable
sales and the subject property. The conditions of the sales shall be
verified with the buyer or the seller, or both, to the extent
necessary to insure the accuracy of the data. Comparable sales data
that is furnished to t@e contractor or.is made available to it by the
sponsor, if any, shall be personally checked and verified by the
contractor as to the accuracy and completeness.
15. (a) The sponsor shall have the right to terminate this contract
with regard to any or all services provided for herein in the event of
changes in sponsor plans which obviate the necessity of any such
review appraisal which may be involved. Such termination shall be
given by the sponsor to the contractor by written notice by certified
mail to the last known address of the contractor. In such event, the
sponsor will be liable to the contractor for only those services which
have been rendered prior to the date of mailing of such notices.
(b) In the eve
provided for under
proportionate part
particular parcels
actually completed
termination.
ant of the termination of any or all of the work
this contract, the contractor shall be paid a
of the fee provided for with regard to the
terminated in proportion to the work and services
on the parcel or parcels involved as of the date of
i
D/
97
Appendix H
(c) Upon termination of this contract, or any part thereof, for
any reason provided for herein, any and all work actually performed by
the contractor shall become the property of the sponsor.
16. This contract may be supplemented in the event the scope and
character of the work as provided for herein is materially changed due
to substantially revised plans or additional work as may be required
by the sponsor. In such event, the supplemental contract covering only
such revisions or changes as agreed upon by the contractor and the
sponsor shall provide for equitable adjustments regarding the time of
performance including such appropriate increase or decrease in the
amount of compensation as was provided for in the basic contract.
17. The contractor warrants that no company or person has been
employed or retained, other than a bona fide employee working solely
for the contractor, to solicit or secure this agreement, and that
payment or an agreement has not been made to pay any company firm or
person, other than a bona fide employee working solely for the
contractor any fee, commission, percentage, brokerage fee, gift, or
any other consideration contingent upon or resulting from the award or
making of this agreement. For breach or violation of this warranty,
the sponsor shall have the right to annul this agreement without
liability.
18. Any dispute concerning a question of fact in connection with the
work hereunder which is not otherwise disposed of by this agreement,
shall be decided by the sponsor subject only to an appropriate appeal
to the court.
19. The contractor agrees to indemnify and save harmless the sponsor,
its officers, agents, and employees from any and all claims and losses
occurring or resulting to any and all persons, firms, or corporations
furnishing work, services, materials or supplies in connection with
the performance of this contract, and from any and all claims and
losses occurring or resulting to any person, firm, or corporation who
may be injured or damaged by the contractor in the performance of this
contract.
20. The parties hereto agree that the contractor, and any agents and
employees of the contractor, in the performance of this agreement,
shall act in an independent capacity and not as officers, employees or
agents of the sponsor.
21. This agreement is not assignable by the contractor, eittler in
whole or in part, and no portion of the work may be sublet or
transferred to any other person or persons without prior written
approval of the sponsor.
22. The contractor shall comply with all federal, state, and local
laws and ordinances applicable to the work.
04/04/91 98
Appendix H
23. It is mutually understood and agreed that no alteration or
variation of the terms of this contract shall be valid unless made in
writing and signed by the parties hereto, and that no oral
understanding or agreement not incorporated herein nor any alteration
or variation of the terms hereof, unless made in writing between the
parties hereto, shall be binding on any and all of the parties hereto.
24. All information contained in the appraisal(s) and review
appraisal, and all parts thereof, are to be treated as a privileged
communication. The contractor shall take all necessary steps to insure
that there will not be any information divulged concerning the review
appraisal .except to a duly authorized representative of the sponsor or
a duly authorized representative of the Federal Aviation
Administration, or as otherwise required by court order.
25. The Contractor shall be available for consultation (including, but
not limited to discussion of appraisal, review and other market
information, appraisal review notes, etc) with Sponsor and Federal
representatives after completion of this contract, should the need
arise. Said consultation shall be contracted for by a separate
agreement in accordance with sponsor policies, and shall not exceed $_
One Hundred dollars ($ 100 ) per hour or $ dollars ($ )
per day.
26. The contractor agrees that during the performance of this contract
equal employment opportunities shall be provided for all qualified
persons and that there shall not be any discrimination against any
employee or applicant because of race, color, sex, religion, or
national origin. The contractor and associated subcontractors shall
comply with the Civil Rights Act of 1964 and with Executive Order No.
11246, dated September 24, 1965, or with such other executive orders
and statutes concerning nondiscrimination which may from time to time
hereafter be promulgated; as set forth in Attachment I.
27. The Owner, the Federal Aviation Administration, The Comptroller
General of the United States, or any of their duly authorized
representatives, shall have access to any books, documents, papers,
and records of the contractor which are directly pertinent to this
project for the purpose of making audit, examination, excerpts, and
transcriptions.
28. It is agreed between the parties hereto that in the performance of
the terms, conditions and provisions of this contract by the
contractor that time is of the essence. The contractor shall be paid
one-half the payment as prescribed in Paragraph 2 above upon receipt
of the review appraisal report. The balance will be paid upon the
sponsor receiving evidence that the review appraisal had met all
04/04/91 99
. ,.,
Appendix H
requirements. Payment of the balance will not be delayed more than
ninety (90) days after initial receipt of the review appraisal report
unless the delay results from deficiencies in the review appraisal. In
the event the review appraisal reports are not received by the date
agreed in above, damages shall be assessed at the rate of twenty-five
dollars ($p5_n~ per day until received.
29. Title VI Assurances: During the performance of this contract,
the contractor, for itself, its assignees and successors in interest
(hereinafter referred to as the "contractor") agrees as follows:
(a) Compliance with Regulations. The contractor shall
comply with the Regulations relative to nondiscrimination in Federally
assisted programs of the Department of Transportation (hereinafter,
"DOT") Title 49, Code of Federal Regulations, Part 21, as they may he
amended from time to time, (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a
part of this contract.
(b) Nondiscrimination. The contractor, with regard to the
work performed by it during the contract, shall not discriminate on
the grounds of race, color, or national origin in the selection and
retention of subcontractors, including procurements of materials and
leases of equipment. The contractor shall not participate either
directly or indirectly in the discrimination prohibited by Section
21.5 of the Regulations, including employment practices when the
contract covers a program set forth in Appendix B of the Regulations.
(c) Solicitations for Subcontracts Including Procurements
of Materials and Equipment. In all solicitations either by
competitive bidding or negotiation made by the contractor for work to
be performed under a subcontract, including procurements of materials
or leases of equipment, each potential subcontractor or supplier shall
be notified by the contractor of the contractor's obligations under
this contract and the Regulations relative to nondiscrimination on the
grounds of race, color, or national origin.
(d) Information and Reports. The contractor shall provide
all information and reports required by the Regulations or directives
issued pursuant thereto and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be
determined by the sponsor of the Federal Aviation Administration to be
pertinent to ascertain compliance with such Regulations, orders, and
instructions. Where any information required of a contractor is in
the exclusive possession of another who fails or refuses to furnish
this information, the contractor shall so certify to the sponsor or
the FAA, as appropriate, and shall set forth what efforts it has made
to obtain the information.
04/04/91
100
Appendix H
(e) Sanctions for Noncompliance. In the event of the
contractor's noncompliance with the nondiscrimination provisions of
this contract, the sponsor shall impose such contract sanctions as it
is or the FAA may determine to be appropriate, including, but not
limited to:
(1) Withholding of payments to the contractor under
the contract until the contractor complies, and/or,
(2) Cancellation, termination, or suspension of the
contract, in whole or in part.,
(f) Incorporation of Provisions. The contractor shall
include the provisions of paragraphs 1 through 5 in every subcontract,
including procurements of materials and leases of equipment, unless
exempt by the Regulations or directives issued pursuant thereto. The
contractor shall taY.e such action with respect to any subcontract or
procurement as the sponsor or the FAA may direct as a means of
enforcing such provisions including sanctions for noncompliance.
Provided, however, that in the event a contractor becomes involved in,
or is threatened with, litigation with a subcontractor or supplier as
a result of such direction, the contractor may request the sponsor to
enter into such litigation to protect the interests of the sponsor
and, in addition, the contractor may request the United States to
enter into such litigation to protect the interests of the United
States
DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCES
(a) Policv. It is the policy of the Department of
Transportation (DOT) that DBE business enterprises as defined in 49
CFR Part 23 shall have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with Federal
funds under this agreement. Consequently, the DBE requirements of 49
CFR Part 23 apply to this agreement.
(b) DBE Obligation. The contractor agrees to ensure that
minority business enterprises as defined in 49 CFR Part 23 have the
maximum opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal funds provided
under this agreement. In this regard, all contractors shall take all
necessary and reasonable steps in accordance with 49 CFR Part 23 to
ensure that minority business enterprises have the maximum opportunity
to compete for and perform contracts. Contractors shall not
discriminate o the basis of race, color, national origin, or sex in
the award and performance of DOT-assisted contracts.
04/04/91 101
~~
Appendix H
IN WITNESS WHEREOF, the parties hereto have set their hands the day
and year herein set forth.
APPROVING OFFICIALS
Date Sponsor Representative (Type name/title)
Signature
'%~ l~ David R. Domino, MAI
Date Review Appraiser (type name/title)
Signature
04/05/91 102
RE ST FOR CITY COIINCIL AGENDA ITEM
Agenda Date Requested: May 3, 1993
Requested By: R. Herrera Department: City Manager
Report XX Resolution
Exhibits: Resolution 93-06
SIIMMARY & RECOMMENDATION
Ordinance
The attached Resolution is similar to Resolution 88-2, which
authorized the City Secretary to sign forms required for
applications for regular license plates to be used on unmarked City
vehicles. Resolution No. 93-06 is different in that it names Sue
Lenes as City Secretary. The resolution is necessary in order for
the Texas Department of Transportation to change their records to
reflect the name of the new authorized person.
A certified copy of the Resolution will be sent to the Texas
Department of Transportation.
Action Required by Council: Adopt Resolution 93-06
Availability of Funds: N/A
General
Capital
Other
Account Number:
Fund Water/Wastewater
Improvement General Revenue Sharing
Funds Available: YES NO
Approved for City Council Agenda
C~~k ~~ ~- a~ - ~3
Robert T. Herrera DATE
City Manager
RESOLUTION NO. 93-06
WHEREAS, the City of La Porte Police Department Personnel
often performs official duties requiring the use of unmarked cars;
and
WHEREAS, the unmarking of said cars is made at the discretion
of the City Council.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF LA PORTE, TEXAS
Section 1. That the vehicles used by La Porte Police
Department are exempt under V.C.S. 67oim-2 when used in the
performance of official duties.
Section 2. Be it further resolved that the City Council of
the City of La Porte requests the Texas Department of
Transportation to issue regular plates upon proper application.
Section 3. Be it further resolved that the person authorized
to sign forms required for such registration applications is Sue
d
Lenes, City Secretary of the City of La Porte.
Section 4. This resolution shall be in effect from and after
its date of passage.
PASSED AND APPROVED this the 3rd day of May, 1993.
CITY OF LA PORTE
Norman L. Malone, Mayor
ATTEST:
Sue Lenes, City Secretary
APPROVED:
Knox W. Askins, City Attorney
REQUEST FOR CITY COUNCIL AGENDA ITEM
Agenda Date Requested: May 3, 1993
Requested By: Bobby L. Powell Department: Police
X Report
Exhibits:
Resolution
SUMMARY & RECOMMENDATION
Ordinance
Criminal Investigation unit 56-19 was involved in an accident
April 16, 1993. It was determined the vehicle was totaled. We
checked with the local vendors and they did not have a vehicle
meeting our specifications.
We were referred to Ron Craft Chevrolet in Baytown who had a
vehicle that will meet our specifications. State Farm Insurance
Company paid $12,150.00. The remaining $63.80 will be paid from
the Motor Pool Replacement Fund.
This vehicle is:
Year Make Model Style Color Milage Total Cost
1992 Chevrolet Lumina Euro 4dr. Blue 13,000 $12,213.80
We are requesting your permission to purchase this vehicle.
ALTERNATIVE:
Try to locate another vehicle to meet the specifications.
Availability of Funds:
General Fund Water/Wastewater
Capital Improvement General Revenue Sharing
X Other (Motor Vehicle Fund)
X Insurance
Account Number:
Funds Available: X YES NO
Approved for City Council Agenda
C~?c~~ t , t~L~;~n~.~ Lt • 3c~~ R 3
Robert T. Herrera DATE
City Manager
* ~
LA FORTE POLICE DEPARTMENT
INTEROFFICE MEMO
TO: Mr. Bob Herrera, City Manager
FROM: Bobby L. Powell, Chief of Police
SUBJECT: CID Vehicle Purchase
DATE: April 27, 1993
Criminal Investigation unit 56-19 was involved in an accident April
16, 1993. Vehicle Maintenance determined the vehicle was totaled.
We checked with the local vendors and they did not have a vehicle
meeting our specifications.
We were referred to Ron Craft Chevrolet in Baytown who had a
vehicle that will meet our specifications. State Farm Insurance
Company paid $12,150.00. The remaining $63.80 will be paid from
the Motor Pool Replacement Fund.
This vehicle is:
Year Make Model Style Color Milaqe Total Cost
1992 Chevrolet Lumina Euro 4dr. Blue 13,000 $12,213.80
We are requesting your permission to purchase this vehicle.
BLP/web