Loading...
HomeMy WebLinkAbout1998-12-28 Regular Meeting of City Council e e', e e MINUTES OF THE REGULAR MEETING OF LA PORTE CITY COUNCIL DECEMBER 28, 1998 1. CALL TO ORDER The meeting was called to order by Mayor Norman Malone at 6:00 p.m. Members of City Council Present: Council persons Chuck Engelken, Howard Ebow, Alton Porter, Deotis Gay, Charlie Young, Jerry Clarke and Mayor Norman Malone. Members of Council Absent: Councilpersons Sutherland and Griffiths. Members of City Executive Staff and City Employees Present: City Manager Robert T. Herrera, Assistant City Manager John Joerns, Assistant City Manager Jeff Litchfield, City Attorney Knox Askins, City Secretary Martha Gillett, Assistant Chief of Police Aaron Corrales, Director of Public Works Steve Gillett, Crime Prevention Officer Jerome McKown, Patrol Officer Kelly Green, Patrol Officer Ronnie Head, Director of Administrative Services Louis Rigby and Planning Director Doug Kneupper. Others Present: Spero Pomonis and a number of La Porte Citizens. 2. The Invocation was delivered by Mayor Norman L. Malone. 3. Council considered approving the minutes of the Regular Meeting on December 14, 1998. Motion was made by Councilperson Clarke to ~prove the minutes of the Regular Meetin~ on December 14. 1998 as presented. Second by Councilperson Engelken. The motion carried unanimously. Ayes: Engelken, Ebow, Porter, Gay, Young, Clarke and Mayor Malone. Nays: None Abstain: None 4. PETITIONS, REMONSTRANCES, COMMUNICA nONS, AND CITIZENS AND TAX PAYERS WISHING TO ADDRESS COUNCIL There were no citizens or taxpayers wishing to address Council. s. Council considered approving an ordinance authorizing the City Manager to execute a contract with Pfeiffer & Son, Inc., in the amount of $71,105.58 and further authorizing $3,555 contingency for construction of the Little Cedar Bayou Park Ballfield Lighting Project. Planning Director Doug Kneupper presented summary and recommendation and addressed questions from City Council. e e Page 2 - Cowell Minutes 12-28-98 City Attorney Read: ORDINANCE 98-2203 - AN ORDINANCE APPROVING AND AUTHORIZiNG A CONTRACT BETWEEN THE CITY OF LA PORTE AND PFEIFFER AND SON, INC. FOR CONSTRUCTION OF THE LITILE CEDAR BAYOU PARK BALLFffiLD LIGHTING; APPROPRIATING $74,660.58 TO FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; PROVIDING AN EFFECTIVE DATE HEREOF. Motion was made by Councilperson Ebow to a>>,prove the Ordinance as read by the City AttomE&'. Second by Councilperson Young. The motion carried unanimously. Ayes: Engelken, Ebow, Porter, Gay, Young, Clarke and Mayor Malone. Nays: None Abstain: None 6. Council considered approving and authorizing the selection of Komputer + Peripherals as the vendor to furnish personal computer parts and related equipment in the amount of $44,163.00. Director of Administrative Services Louis Rigby presented the summary and recommendation information and answered Council's questions. Motion was made by Councilperson Enl!elken to approve the recommendation as presented by Mr. Rigby. Second by Councilperson Ebow. The motion carried unanimously. Ayes: Engelken, Ebow, Porter, Gay, Young, Clarke and Mayor Malone. Nays: None Abstain: None 7. Council considered approving the award of a bid to remove underground storage tan1cs to DNB Enterprises for a base bid of $29,220.00 with a total authorization of $60,000.00 for removal and possible remediation. Public Works Director Steve Gillett presented summary and recommendation and answered Council questions. Motion was made by Council person Gay to ap,prove the award of the bid as presented by Mr. Gillett. Second by Councilperson Clarke. The motion carried unanimously. Ayes: Engelken, Ebow, Porter, Gay, Young, Clarke and Mayor Malone. Nays: None Abstain: None 8. ADMINISTRATIVE REPORTS e e Page 3 - Minutes 12-28-98 City Manager Robert T. Herrera reminded Council of the following events: A. New Year's Holiday Observed - Friday, January 1, 1999 B. City Election - Saturday, January 16, 1999 9. COUNCIL ACTION CouncilpersollJS Engelken, Ebow, Porter, Gay , Young, Clarke and Mayor Malone brought items to Council's attention. 10. EXECUTIVE SESSION - PURSUANT TO PROVISION OF THE OPEN MEETINGS LAW, CHAPrER 551.071 THROUGH 551.076, AND 551.084, TEXAS GOVERNMENT CODE, - (CONSULTATION WITH ATIORNEY, DEUBERATION REGARDING REAL PROPERTY, DELIBERATION REGARDING PROSPECTIVE GIFf OR DONATION, PERSONNEL MATfERS, CONFERENCE WITH EMPWYEES DELIBERATION REGARDING SECURITY DEVICES, OR EXCLUDING A WITNESS DURING EXAMINATION OF ANOTHER WITNESS IN AN INVESTIGATION) SECTION 551.074 - (pERSONNEL MATfER) RECEIVE REPORT FROM CITY MANAGER ON PERSONNEL MATfER Council retired into Executive Session at 6:24 P.M. under Section 551.074 (personnel Matter), Receive report from City Manager on a personnel matter. Council returned to the table at 6:56 P.M., with no action taken. 11. CONSIDERATION AND POSSIBLE ACTION ON ITEMS CONSIDERED IN EXECUTIVE SESSION There was no action taken. 12. ADJOURNMENT There being no further business to come before Council, the Regular Meeting was duly adjourned at 6:58 P.M. Respectfully submitted, ~();t;(ka. /fA/)pj Martha A. Gillett City Secretary ~as ed and approved~_th!s 119Jr day of January, 1999. 1~7/7/?ff~ o . Malone, MaYer It e I REQ-IST FOR CITY COUNCIL A&DA ITEM Agenda Date Requested: December 28, 1998 Requested By: Doug Kneupper~ ~ Department: Planning Report U Resolution X Ordinance Exhibits: Ordinance Bid Tabulation Bidder's List Summary Be Recommendation As part of the FY 98-99 Budget for Capital Improvement Projects, City Council approved $200,000 for relocation of Girls Softball. Ballfield Lighting is a portion of the overall project. The Little Cedar Bayou Park Ballfield Lighting Project consists of constructing and installing a lighting system for a new softball field at La Porte's Little Cedar Bayou Park. The lighting system will have 6 new concrete poles, approximately 27 new light fixtures, electrical conduit, wiring and a new electrical rack. Survey, design and engineering were performed on this project utilizing City staff and Packard Engineering Associates. On December 21"\ 1998, the City received competitive bids from two qualified contractors (see attached Bid Tabulation). Pfeiffer & Son, Inc. of La Porte, Texas submitted the low bid in the amount of $71,105.58 Staff has reviewed the bids submitted and determined the low bid from Pfeiffer & Son, Inc. is within the budgeted amount and Pfeiffer & Son, Inc. is qualified to perform this work. Staff recommends that the City Council authorize the City Manager to execute a contract with Pfeiffer & Son, Inc. in the amount of $71,105.58 and further authorizing $3,555 (5%) contingency for construction of the Little Cedar Bayou Park Ballfield Lighting Project. Action Required by Council: Consider approving an ordinance authorizing the City Manager to execute a contract with Pfeiffer & Son, Inc. in the amount of $71,105.58 and further authorizing $3,555 contingency for construction of the Little Cedar Bayou Park Ballfield Lighting Project. Availability of Funds: General Fund X Capital Improvement Other Water /W astewater General Revenue Sharing Account Number: 01598927731100 Funds Available: X Yes No Approved for City Council Agenda G<~ T. ~ Robert T. Herrera City Manager \'d--d.~.q& Date e e ORDINANCE NO. 98- 2303 C,.., .. AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT BETWEEN THE CITY OF LA PORTE AND PFEIFFER & SON, INC. FOR CONSTRUCTION OF THE LITTLE CEDAR BAYOU PARK BALLFIELD LIGHTING; APPROPRIATING $74,660.58 TO FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; 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 $74,660.58 from Capital Improvement Fund 015 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 su bject 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, Chapter 551, Texas Government Code; and that this meeting has been e e ORDINANCE NOo 98- 2~3 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 December 28th, 1998. CITY OF LA PORTE By: ~~~~A Mayor ATTEST: ~O-&1M M ha Gillett, City Secretary ~D: d c~.zJ e~ Knox W. Askins, City Attorney CITY OF LA PORTE LITTLE CEDAR BAYOU PARK BALLFIELD LIGHTING CLP PROJECT #98-5204 BID TABULATION ~~,SE BIO " ." .. lmCEJVmi: :," Al?DENJ;>UM,#i" :.DA YS.'.TO~' , CQ~L-ar.E ...QUY 'ijQNn CONTRA, ':~. C~QR.N,~ . , , . l' . . '. . : ~ . . .'. . .' . -' . h' _ '.~' :;" , e e " BAY AREA ELECTRIC YES 60 YES $72,356.00 PFEIFFER & SON, INC. YES 60 YES $71,105.58 e e CITY OF LA PORTE LITTLE CEDAR BAYOU PARK BALLFIELD LIGHTING CLP PROJECT #98-5204 Advertising The Bayshore Sun - December 6th and 13th, 1998 La Porte-Bayshore Chamber of Commerce Bid Notice Faxed Mitchell Electric, Inc. 12722 Hwy 3, Suite C Webster, TX 77598 James Lilly Electric PO Box 1125 Kemah, TX 77565 Bay Area Electric 4800 Todville Seabrook, TX Moser Electric La Porte, TX Simplex Electric 8520 Sweet Water Houston, TX 77037 Texan Electric 7011 Dixie Drive Houston, TX 7087 Pfeiffer & Sons, Inc. PO Box 1116 La Porte, TX 77572 Contractors That Picked Up Plans & Specifications Pfeiffer & Sons. Inc. Mitchell Electric, Inc. PO Box 1116 12722 Hwy 3, Suite C LaPorte, TX 77572 Webster, TX 77598 Bay Area. Electric 4800 Todville Seabrook, TX \ : ~ , ., . . . , , , , ',. , .' ~~ ", ., . .' .. , ~ ~. . . . . ~ . , . ., '. . . ,.' I " . f' ~ .. . ., . .'. . . . r . ; , . .:. . '. .' " . . , e ~.~ e SPECIFICATIONS AND CONTRACT DOCUMENTS FOR . LITTLE CEDAR BAYOU PARK BALLFIELD LIGHTING . , - . . DECEMBER 1998 ClP PROJECT NO. 98-5204 ........ ~) ~AU.'-\ e e CITY OF LA PORTE LI1TLE CEDAR BAYOU PARK BALLFIELD LIGHTING CLP PROJECT NO. 98-5204 TABLE OF CONTENTS SEcrION.......................................................................................... PAGES Notice to Bidders................................................................................. 1 Scope of Work......... ~."........................................................... ............. . 1 IllStrlICtiCl[tS to lJiciciers ...........................................................................~ Pr-oposa.l................. ........................ .................... ........................ .......3 Agr'eement ......................................................................................... 2 Payment Bond..................................................................................... 2 l?erf()~ BoIlc1................................................................................~ General Conditions............................................................................... 42 SupplemeIltary C()ooiti()ns ................ ........... ..................... ............. ........ .14 }>>l~................................................................................................~ ~..,',... ---1:, OF 7:'"'\ ,,-~~~~.........f..a- ~ '\ .. * -:"'{.. , , .. ..u- ., , .. e. I 1'...... ....*..l L*: .." ~.... ....... .... ... ...........:. ..l J. DOUGLAS K. KNEUPPER ~ l....: ....... ...... .......... ..: ...ifI ',:f.. 77145 .~~ "~. ..~9ME"~~~o/ ~CfNXt ~ ~""""... 12...3 -18 e e REQUa FOR CITY COUNCIL AGENDA I:M Agenda Date Requested: partment: Administrative Services Requested By: x Ordinance Exhibits: SUMMARY & RECOMMENDATION Request for Proposals were mailed to nine area vendors who could provided personal computer parts and related equipment. On 16 November, 1998 the City received five offers in response to the request. Three of the responses had a total that exceeded Komputer + Peripherals and one did not meet the requirements of the RFP. The vendor who is selected shall provide the City with microcomputer systems and components for the next twelve months. It is recommended by the MIS Manager that the proposal made by Komputer + Peripherals for the amount of $44,163 be awarded for the purchase of microcomputer systems and components. Items to be purchased are budgeted and will be funded in the FY 98-99 budget. Action Required by Council: To select Komputer + Peripherals as the vendor to furnish personal computer parts and related equipment in the amount of $44,163. Availability of Funds: ...x...- General Fund_ WaterlWastewater _ Capital Improvement_ General Revenue Sharing Other Account Number: Multiple Accounts Funds Available: ..x.. YES NO Approved for City Council Agenda .G<~ T.~ Robert T. Herrera City Manager l'2..-~)-q6' Date e e Memo MIS Division To: Louis Rigby, Director of Administrative Services From: Lany Mabe, MIS Manager ~ Date: November 24,1998 ( Ref: PC Parts Proposals I have reviewed the five proposals submitted on November 16, 1998 in response to the Request for Proposal number seventy-four. The following comments are the basis for my recommendation to renew our contract with Komputer + Peripherals. HCI Computers Inc. Unadjusted proposed cost: $18,329 Adjustment Not Attempted . Vendor did not offer a proposed cost on ten (10) needed items in the proposal . PC cases offered are listed as "Generic" this gives MIS no indication as to the quality of the product offered. . Key Plus keyboards are not of the quality and reliability offered by Keytronics or other major keyboard manufacturers. The keyboard offered is of a lower quality than the keyboards offered by the other vendors.. I MIS has made an attempt to standardize motherboards to some degree. Remaining with Intel boards or at least Intel chip sets, allows MIS to eliminate incompatibility due to none Windows NT compliant chip sets. The motherboard offered does not meet our standard. The other vendors offered boards meeting our standard.. . The Relisys monitor is not the quality of the specified monitor. It does not have the same features that can be found on the ADI monitor which is offered by the other vendors. . Two applications require MIS to use a high quality modem like the Courier V. Everything. The other vendors quoted a price on this model. A "Generic" model gives no idea as to the quality or value on the modem offered. . The vendor substituted 3Com for Intel network adapters. MIS has standardized our adapters to the one brand to insure compatibility and reduce troubleshooting and diagnostic time on network problems. The other vendors responded with offers on the Intel Prof I 00. . Vendor has been in business for only two years. This vendor is not acceptable. e e PC OutJet Inc. Unadjusted proposed cost: $42,821 Adjusted: $45,310.50 . PC cases do not meet the specifications in the RFP. The drawer trays for the motherboards speed repair and troubleshooting. The lower cost cases with removable side panels are not cost effective. . Seagate IDE drives were offered as an alternate to the Western Digital IDE. We discontinued purchasing Seagate IDE drives due to the high failure rate MIS was experiencing on new IDE drives. . The A TI video card is generally a lower quality and cost than the specified Matrox G-I 00 video card specified. . The HP CD-R drive does not meet specifications. It is not a SCSI device. . The Acer notebook computer is not of the quality or has the support that the Compaq notebook specified. Assuming they quoted the same as the lowest proposed price cost on a Compaq notebook. . PC Outlets warranty excludes memory, power supplies and CPUs that MIS might purchase and install. This is not acceptable. MIS often perfonns upgrades and repairs on the users PCs and we have experienced times that new CPUs, power supplies and memory have failed in less than one year. . PC Outlet will not stand by their proposed prices for more than 90 days after the date of the bid opening. . Their delivery policy would also add a minimum of $625 to there proposal. It would probably be more over the next 12 months. This vendor is not acceptable. Houston Computer Center, Inc. Proposed totaJ cost: $43,806 Adjusted: $46,383 . Full tower A TX cases offered do not meet minimum requirements in number of exposed bays. . Vendor did not offer quote on ISA SCSI controller. · Vendor did not offer a 4X write CD-R as requested. The proposed CD-RW drives are lower cost but are not useful to us. . Vendor did not offer the Microsoft IntelliMouse that can be plugged into PS/2 or Serial connection. These are more expensive but will keep MIS from having to stock two different types for emergency replacements. . Vendor did not offer a Microsoft IntelliMouse USB as other vendors did. They substituted a lower quality mouse. . Vendor offered a lower quality notebook computer than the Compaq model requested. . This vendor does not deliver, but ships UPS and charges for insurance during shipment. Due to the number of times throughout the year that MIS returns items and has items delivered, this cost could be considerable. It has been estimated at $500 . With only two persons in the technical staff, support for products sold could be lacking. . Their return/exchange policy is in conflict with our requirement of a one year exchange of defective parts or equipment. This vendor is not acceptable. e e Komputer Plus Peripherals Proposed total cost: $44,523 Adjusted: $44,163 · Komputer Plus offered 333MHz Pentium processor. This is better than the requested specifications of300MHz. · Komputer Plus offered a 4.3GB hard drive. This is better than the requested specification of a 3.2GB hard drive. The cost is only $8 more per unit. · Komputer Plus offered the Matrox G-IOO video card with 8MB of memory rather than the specified 4MB of memory. This would offer better video performance. · RICHO CD-R drive does not meet specifications. It is not 4X a write device. This vendor has had an excellent history of service and support. They have always quickly exchanged defective parts. They deliver all orders without additional cost. This vendor is recommended as an acceptable supplier of computer parts and equipment. Multi - Com Computers & Systems, Inc. Proposed total cost: $44,652 Adjusted: $45,983 · Computer case does not meet specifications with pull-out tray · Vendor offered Microsoft mouse was not the same model as specified. Model specified offers PS/2 or serial connection compatibility. · Vendor did not offer proposal on USB mouse. This vendor is recommended as an acceptable alternate supplier of computer parts and equipment. e e e e REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: Public Works Requested By: S. Gillett xxx :Report _ Resolution _ Ordinance Exhibits: Engineer's Recommendation and Bid Tabulation SUMMARY & RECOMMENDATION On December 21, 1998, sealed bids were opened for the Removal of Underground Storage Tanks. This Project, identified in the FY 97-98 CIP Budget, is required to remove three (3) 10,000 gallon underground storage tanks at Public Works, one (1) 10,000 gallon underground storage tank at the Police Department, and one (1) 1,000 gallon storage tank at the Golf Course. The replacement of these tanks was awarded at the September 14, 1998 Council meeting. Bids were received from three (3) contractors. Low bid was submitted by DNB Enterprises for a base bid of $29,220.00. Extra work items were also bid to include costs associated with remediation of contaminated soil, if found. It is recommended that the total amount of the authorization by Council not exceed $60,000.00, including removal and any cleanup necessary. It is recommended that the bid from DNB Enterprises in the amount of $29,220.00 be accepted, and a total authorization of $60,000.00 for removal and possible remediation. A total of$300,OOO is budgeted in the FY 97-98 General Fund CIP Budget. Of this total, $60,000 is budgeted for removal. Action Requin~d by Council: Award bid to remove underground storage tanks to DNB Enterprises for a base bid of $29,220.00 with a total authorization of $60,000. 00 for removal and possible remediation. A vailability of Funds: General Fund WaterlWastewate.. X Capital Improvement_ General Revenue Shming Othcr Account Number: 015-9892-751-5100 Funds Available: .2L YES NO App,.oved for City Council A!:cnda G~ T. ~ 1'l.-"U..-1'6 Robcl1 T. Herrera Datc City Manager e . H. CARLOS SM"ITH ENGINEERS AND SURVEYORS, INC. 423 N. HWY. 146 P.O. .BOX 529 LA PORTE, TEXAS 77572-0529 (713) 471-4226 December 21, 1998 City of La Porte P. O. Box 1115 La Porte. Texas 77572-1115 Attn: Mr. Steve Gillett Director of Public Works Re: Removal, Disposal, Remediation and Restoration Existing Facilities Jc'b No. 3162,-98 eLP 97,-2201 Dear Mr. Gillett: Forwarded herewith are 3 copies of the bid tabulation of the above referenced project. The low bidder is DNB Enterprises, Inc., of Houston, Texas. DNB Enterprises, Inc., has removed and constructed tanks on the San Jacinto College District job, which this firm was the engineers for, last year. DNB did an excellent job for the District, and completed the work in a timely fashion. Mr. Tom Weir. a job superIntendent for DNB, is a resident of L~ Porte. We would recomm'~nd that. the low bid of DNB Enterprise.:., Inc., in the ~mount of $ 29,220.00 be accepted, and the contract be awarded to them. Very truly yours, H. Carlos Smith-Engineers & Surveyors, Inc. ~~!:.;~.~~~. L.S. PresiuEmt e e CITY OF LA PORTE PUBLIC WORKS DEPARTMENT REMOVAL, DISPOSAL, REMEDIATION AND RESTORATION OF EXISTING FACILITIES BID DATE: December 21, 1998--BID TIME: 2:00 P.M. TABULATION OF BIDS BID ADDEN eALEN ITEM 1 ITEM 2 ITEM 3 TOTAL - BIDDING COMPANY BOND 1 DAYS BASE BID BASE BID BASE BID BASE BID DNB ENTERPRISES - 12969 Hardy Houston,Texas 5% YES 60 $14,950 $9,370 $4,900 $29,220.00 GULF COAST REMEDIATION 3414 PERSIMMON Houston, 'I'exas 5% YES 90 $29,500 $12,250 $12,150 $53,900.00 CET ENVIRONMENTAL 3222 EAST PASADENA FREEWAY PASADENA, Texas NO BID U.S.A. ENVIRON- MENTAL SERVICES 100 Genoa Red Bluff Houston, Texas NO BID EAGLE CONSTRUCTION & ENVIRONMENTAL 5034 SPENCER HWY. PASADENA, TEXAS 5% YES 30 $31,776 $11,443.20 $4,180 $47,399.20 e MEETING HANDOUTS e -- . -~_-........... ~._--.""-""". ................I..oIII...._~.t!'-...:...:wIIiIo ......I.~I. .J.......L.::.........\ .lll..IIIrJ." . e '-' '- Clft OF LA POR,.E PUBLIC WORKS DEPARTMENT CONTRACT AND SPECIFICATIONS FOR REMOVAL, REMEDIATION AND RESTORATION OF EXISTING FACILITIES 1. KIBODEAUX PUBLIC WORKS CENTER 2963 NI 23rd STREET LA PORTE, TEXAS . 2. POLICE DEPARTMENT SITE . 915 SOUTH 8TH STREET '. LA PORTE, TEXAS 3. BAY FOREST GOLF COURSE SITE 1900 SOUTH "R" STREET LA PORTE, TEXAS - .;.~;;. PREPARED BY: (DH. CARLOS SMITH f ENGINEERS AND SURVEYORS, INC. P.O. BOX 529 423 N. HWY. 146 LA PORTE, TEXAS 77571 PH. (713) 471-4226FAX (713) 471-4228