Loading...
HomeMy WebLinkAbout09.12.2024 La Porte Redevelopment Authority/TIRZ Packet Agendas and Agenda Materials Meetings of the Boards of Directors La Porte Redevelopment Authority La Porte Tax Increment Reinvestment Zone September 12, 2024 *Persons with disabilities who plan to attend this meeting and would like to request auxiliary aids or services are requested to contact the Authority’s Executive Director at (713) 595-1200 at least three business days prior to the meeting so that the appropriate arrangements can be made. Pursuant to V.T.C.A Government Code, Chapter 551, as amended, the Board of Directors may convene in closed session to receive advice from legal counsel and discuss matters relating to pending or contemplated litigation, personnel matters, gifts and do nations, real estate transactions, the deployment, or specific occasions for the implementation of, security personnel or devices and or economic development negotiations. NOTICE OF JOINT MEETING OF LA PORTE REDEVELOPMENT AUTHORITY AND THE LA PORTE TAX INCREMENT REINVESTMENT ZONE NOTICE is hereby given of the joint meeting of the La Porte Redevelopment Authority and La Porte Tax Increment Reinvestment Zone to be held Thursday, September 12, 2024, at 6:30 p.m. in the City Council Chambers at City Hall, 604 West Fairmont Parkway, La Porte, Texas, open to the public, to consider, discuss, and adopt such orders, resolutions or motions, and take direct actions as may be necessary, convenient, or desirable, with respect to the following matters: AGENDA 1. Determine Quorum; and Call to Order. 2. Receive public comments. 3. Approve minutes of the joint La Porte Redevelopment Authority and La Porte Tax Increment Reinvestment Zone meeting held on August 8, 2024. 4. New Board Member Introduction; and Accept Oath of Office and Sworn Statement of New Board Member, Mercy Estrada. 5. Consider Amended Agreement with Hawes Hill & Associates LLP, in accordance with FY2025 Budget. 6. Receive update and recommendations regarding Capital Improvements Program: a. Receive Presentation regarding Main Street Master Plan. b. Discussion regarding intersection of W. Main and S. 16th Street. c. Receive updates and recommendations from Gauge Engineering. i. Feasibility Study. 1. Inclusion of park land. ii. Lakes at Fairmont Green Detention. 1. Consider Task Order for survey services. iii. M. Street Improvements: 1. Consider Pay Application No. 6, M Street Improvements, from Carter Construction LLC. 7. Receive Bookkeeper’s Report and consider approval or other action regarding authority invoices. 8. Receive updates from the city, developers, and staff about development within the Zone. 9. Board member comments. a. Matters appearing on agenda; and b. Inquiry of staff regarding specific factual information or existing policy 10. Adjournment. In compliance with the American Disabilities Act, the City of La Porte City will provide for reasonable accommodations for pe rsons attending public meetings. To better serve attendees, requests should be received 24 hours prior to the meetings. Please cont act the City Secretary, at 281-470-5019 or TDD 281-471-5030. A possible quorum of City Council members may be present at this meeting and participate in discussions but will take no action. _________________________ David W. Hawes, Executive Director LA PORTE REDEVELOPMENT AUTHORITY, CITY OF LA PORTE, TEXAS AGENDA MEMORANDUM TO: La Porte Redevelopment Authority Board of Directors FROM: Executive Director SUBJECT: Agenda Item Materials LA PORTE REDEVELOPMENT AUTHORITY c/o Hawes Hill & Associates LLP P.O. Box 22167 Houston TX 77227-2167 713-595-1200 or FAX 281-888-6314 3. Approve minutes of the joint La Porte Redevelopment Authority and La Porte Tax Increment Reinvestment Zone meeting held on August 8, 2024. MINUTES OF THE JOINT MEETING OF THE LA PORTE REDEVELOPMENT AUTHORITY and LA PORTE TAX INCREMENT REINVESTMENT ZONE BOARD OF DIRECTORS August 8, 2024 DETERMINE QUORUM; CALL TO ORDER. The Board of Directors of the La Porte Redevelopment Authority, City of La Porte, Texas, and La Porte Tax Increment Reinvestment Zone, held a regular joint meeting, open to the public, on Thursday, August 8, 2024, at 6:30 p.m., in the Council Chambers of City Hall, 604 West Fairmont Parkway, La Porte, Texas, and the roll was called of the duly appointed members of the Board, to-wit: Position 1 Peggy Antone, Secretary Position 6 Mark Goodwin, Vice-Chairman Position 2 Barry Beasley Position 7 Rick Helton Position 3 Alton Porter Position 8 David Janda, Chairman Position 4 Kent Remmel Position 9 Kristen Lee, Asst. Secretary Position 5 Nicole Havard and all of the above were present, with the exception of Directors Havard, Helton, and Lee, thus constituting a quorum. Also present were David Hawes, Naina Magon and Linda Clayton, Hawes Hill & Associates, LLP; Josh Huber, Blank Rome LLP; Matt Daeumer, Haley Bower and Sherry Rodriguez, City of La Porte; Taylor Risien, Ian Hudson and David Greaney, Gauge Engineering; and Mercy Estrada. Chairman Janda called the meeting to order at 6:30 p.m. RECEIVE PUBLIC COMMENTS. There were no public comments. APPROVE MINUTES OF THE JOINT LA PORTE REDEVELOPMENT AUTHORITY AND LA PORTE TAX INCREMENT REINVESTMENT ZONE MEETING HELD ON JUNE 13, 2024. Upon a motion made by Director Remmel, and seconded by Director Beasley, Directors Antone, Beasley, Remmel, Goodwin and Janda voted to approve the Minutes of the June 13, 2024, Board meeting. Director Porter abstained. The motion passed. RECEIVE UPDATE AND RECOMMENDATIONS REGARDING CAPITAL IMPROVEMENTS PROGRAM: a. Receive updates and recommendations from Gauge Engineering. i. Feasibility Study Mr. Greaney presented a draft of the feasibility study, included in the Board materials. He reviewed findings and recommendations for trails: West Connector along Spencer Highway and Big Island Slough and roadways: Boyette Street, G Street and H Street, Main Street, and 16th Street. 6:45 p.m. Director Kristen Lee arrived meeting. Mr. Hawes requested the Board to review the study and provide comments to staff by Thursday, August 22nd. No action from the Board was required. 2 | P a g e ii. Lakes at Fairmont Green Mr. Hudson reported Gauge Engineering evaluated the current condition of the Lakes at Fairmont Green detention basin. He provided a presentation on the findings and short-term and long-term recommendations, a copy of the presentation is included in the Board materials. He reported the design and lack of maintenance has caused the current issues with the detention. There was discussion regarding the responsibility of maintenance is the HOA of Lakes at Fairmont Green. He discussed short-term and long-term recommendations. He reported a survey needs to be conducted to estimate costs to determine whether earthwork is needed to improve the basin performance, including removing sediment forebays and de-silting the pond bottom. He reported short-term solutions include installing an aeration system to improve circulation and keeping the inflow and outflow pipes clear of sediment and vegetation. Director Porter stated we need to fix the system correctly before handing it back to the HOA to maintain. Mr. Hudson reported Gauge would provide a task order at the next meeting for survey services. No action from the Board was taken. iii. M Street Improvements: Mr. Risien provided an update on the M Street Improvements, a copy of the progress report is included in the Board materials. He reported the project is approximately 70% complete. 1) Ratify Pay Application No. 4, M Street Improvements, from Carter Construction LLC Mr. Risien reviewed Pay Application No. 4, M Street Improvements, from Carter Construction LLC in the amount of $202,554.00. He reported he has reviewed the pay application and concurs with the amount and quantities and is recommending for approval. 2) Consider Pay Application No. 5, M Street Improvements, from Carter Construction LLC. Mr. Risien reviewed Pay Application No. 5, M Street Improvements, from Carter Construction LLC in the amount of $8,143.20. He reported Hurricane Beryl impacted work on the construction; however, the contractor is still ahead of schedule. He reported he has reviewed the pay application and concurs with the amount and quantities and is recommending for approval. Upon a motion made by Director Goodwin, and seconded by Director Beasley, the Board voted unanimously to (1) ratify approval of Pay Application No. 4, M Street Improvements, from Carter Construction LLC in the amount of $202,554.00, as presented; and (2) approve Pay Application No. 5, M Street Improvements, from Carter Construction LLC in the amount of $8,143.20, as presented. CONVENE IN EXECUTIVE SESSION PURSUANT TO SECTION 551.071, TEXAS GOVERNMENT CODE, TO CONDUCT A PRIVATE CONSULTATION WITH ATTORNEY REGARDING PENDING OR CONTEMPLATED LITIGATION. The Board convened in Executive Session at 7:22 p.m. RECONVENE IN OPEN SESSION AND AUTHORIZE APPROPRIATE ACTIONS REGARDING PRIVATE CONSULTATION WITH ATTORNEY. The Board reconvened in Open Session at 7:30 p.m. Upon reconvening, the following action was taken: 3 | P a g e RECEIVE MEDIATOR’S PROPOSAL AND CONSIDER RELEASE AND SETTLEMENT AGREEMENT. Upon a motion made by Director Lee, and seconded by Director Porter, the Board accepted the Mediator’s proposal and approved the Release and Settlement Agreement with J. Morales, Inc. RECEIVE BOOKKEEPER’S REPORT AND CONSIDER APPROVAL OR OTHER ACTION REGARDING AUTHORITY INVOICES, INCLUDING APPROVAL OF DEVELOPER DISBURSEMENTS FOR TAX YEAR 2023; AND RATIFY PAYMENT OF JULY INVOICES. Ms. Magon reviewed the developer disbursements for tax year 2023 and balances due to developers, a copy is included in the Board materials. She reported the following developer disbursements are recommended: (1) 65 La Porte (Lakes at Fairmont) $14,980.30; (2) Beazer Homes $137,836.74; (3) Hawthorne at La Porte $758,778.49; Jabez-LB1 $271,923.94; and (4) Senior Associates $11,773.23. She reported 65 La Porte (Lakes at Fairmont) 2023 disbursement is $320,786.17; however, the developer was double-paid last year and never sent back the first check and cashed it which resulted in the amount due this year to $14,980.30. Ms. Magon reviewed the Bookkeeper’s Report and went over current invoices for payment and review of invoices paid in July for ratification, all included in the Board materials. Upon a motion made by Director Goodwin, and seconded by Director Antone, the Board voted unanimously to accept the Bookkeeper’s Report, approved payment of current invoices, including the developer disbursements as presented; and ratified payment of invoices paid in July, as presented. RECEIVE AND CONSIDER FY2025 BUDGET. Ms. Magon presented the proposed FY2025 Budget, included in the Board materials. She reported Hawes Hill is requesting an increase in fees to $4,000 per month. Mr. Hawes noted the administration fees for Hawes Hill have not increased in over 20 years. Upon a motion made by Director Goodwin, and seconded by Director Porter, the Board voted unanimously to approve the FY2025 Budget, as presented, including the increase in administration fees for Hawes Hill to $4,000 per month. RECEIVE UPDATES FROM THE CITY, DEVELOPERS, AND STAFF ABOUT DEVELOPMENT WITHIN THE ZONE. Mr. Daeumer reported he is anticipating the City will have the conceptual design for Main Street improvements at the next meeting. No action from the Board was required. BOARD MEMBER COMMENTS: a. Matters appearing on agenda; and b. Inquiry of staff regarding specific factual information or existing policy. None. ADJOURNMENT. There being no further business to come before the Board, Chairman Janda adjourned the meeting at 7:39 p.m. ______________________________________________ Secretary LA PORTE REDEVELOPMENT AUTHORITY, CITY OF LA PORTE, TEXAS AGENDA MEMORANDUM TO: La Porte Redevelopment Authority Board of Directors FROM: Executive Director SUBJECT: Agenda Item Materials LA PORTE REDEVELOPMENT AUTHORITY c/o Hawes Hill & Associates LLP P.O. Box 22167 Houston TX 77227-2167 713-595-1200 or FAX 281-888-6314 4. New Board Member Introduction; and Accept Oath of Office and Sworn Statement of New Board Member, Mercy Estrada. LA PORTE REDEVELOPMENT AUTHORITY, CITY OF LA PORTE, TEXAS AGENDA MEMORANDUM TO: La Porte Redevelopment Authority Board of Directors FROM: Executive Director SUBJECT: Agenda Item Materials LA PORTE REDEVELOPMENT AUTHORITY c/o Hawes Hill & Associates LLP P.O. Box 22167 Houston TX 77227-2167 713-595-1200 or FAX 281-888-6314 5. Consider Amended Agreement with Hawes Hill & Associates LLP, in accordance with FY2025 Budget. 1 FIRST AMENDMENT TO AGREEMENT BY AND BETWEEN LA PORTE REDEVELOPMENT AUTHORITY, REINVESTMENT ZONE NUMBER 1, CITY OF LA PORTE, TEXAS AND HAWES HILL & ASSOCIATES LLP This agreement is made by and between La Porte Redevelopment Authority and Reinvestment Zone Number 1, City of La Porte, (the “Clients”) and Hawes Hill & Associates, LLP (the "Contractor"). W I T N E S S E T H: WHEREAS, the Clients desire that the Contractor provide certain professional services with regard to the administration of the operations of the Authority and the Zone and management of programs and projects; and professional services related to amendments to the Zone’s project plan and finance plan for Tax Increment Reinvestment Zone Number 1, City of La Porte, Texas (“Zone”); WHEREAS, the Contractor has the employees, office operations, and knowledge to ably provide the professional and administrative services required by the Clients; NOW THEREFORE, for and in consideration of the premises and mutual covenants and agreements herein contained, it is agreed as follows: I. Engagement of Contractor The Clients hereby engage the Contractor, and the Contractor hereby agrees to provide, furnish, or perform certain professional and administrative services with respect to the Authority and Zone, including the services described on Exhibit A, attached hereto; and Exhibit B, attached hereto. Such services herein collectively referred to as the "Services." II. Compensation and Reimbursement to Contractor For and in consideration of the professional services to be performed by the Contractor specified in Exhibit “A,” Scope of Professional Consulting and Management Services, of this Agreement, the Clients agree to pay the Contractor a fixed fee of FOUR THOUSAND DOLLARS ($4,000.00) per month for all services performed during Clients’ 2025-2026 fiscal year. Thereafter, the Clients agree to pay for professional consulting services performed in connection with the Zone/Authority operations at the rate determined and established by the Board of Directors and adopted in the Zone/Authority’s operating budget each fiscal year. In addition, the Clients agree to compensate Contractor for professional services related to any amendments to the Zone’s project plan and finance plan for Tax Increment Reinvestment Zone Number 1, City of La Porte, Texas, specified in Exhibit “B” Scope of Professional Services - Plan Amendment of Tax Increment Reinvestment Zone Number One, of this Agreement, the Clients agree to pay the Contractor a fixed fee of TWENTY-FIVE THOUSAND DOLLARS ($25,000.00) due and payable upon submission of the amended Project Plan and Financing Plan to the City of La Porte, Texas. In addition, the Clients agree to compensate Contractor at the Reimbursable out-of-pocket expenses and other expenses and charges incurred by the Contractor in performing the Services under this Agreement shall be made on a monthly basis upon submission by the Contractor of invoices and other documentation setting forth such expenses and charges; provided, however, all expenses and charges proposed to be incurred by the Contractor for the performance of the Services shall be subject to the Clients' prior wr itten 2 approval. The Schedule of Maximum Charges and Rates of Hawes Hill & Associates LLP for the performance of the Services by the Contractor under this Agreement as set forth on Exhibit “C” attached hereto for reference are hereby approved by the Clients. The Clients expressly disclaim any liability for reimbursement to the Contractor of any amounts in excess of those approved in writing by the Client. Contractor shall tender to the Clients a detailed invoice of the services performed and the allowable reimbursable expenses incurred to the Clients each month during the term of this Agreement. Payments on account of services rendered and for reimbursable expenses incurred shall be made within thirty (30) days after the Clients receive Contractor’s detailed invoice therefor. In the event of a disputed or contested invoice, the Clients may withhold any such disputed or contested amount without penalty. III. Administrative Policies and Procedures The Contractor shall conduct the administrative activities of the Clients in accordance with the instructions and guidance of the Clients. IV. Accounts, Records, Accounting Reports and Audits The Contractor shall maintain the books of records and accounts of the Clients in order to establish the amount due by the Clients to the Contractor in accordance with this Agreement. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. The Contractor shall provide free access to the Clients and allow for inspection and audit of all work, data, documents, proceedings, and activities related to this Agreement. Such right of access and audit shall continue for a period three (3) years from the date of termination of this Agreement. V. Compliance With Applicable Laws Concerning Redevelopment Authorities, Local Government Corporations, and Tax Increment Reinvestment Zones The Contractor, in performance of its duties under this Agreement for the Clients, will comply with all applicable provisions of Texas law and municipal ordinances concerning redevelopment authorities, local government corporations, tax increment reinvestment zones and public improvement districts under which these entities are created. VI. Right of Ownership All data, information, maps, books, reports, files, photography, artwork, software, equipment, and materials purchased, created or maintained by the Clients or purchased, created or maintained by the Contractor on behalf of the Clients shall remain the property of the Clients. It shall be clearly marked as property of the Clients in such manner that it may at any time be removed from the premises of the Contractor. VII. Laws to be Observed In performing its obligations under this Agreement, the Contractor at all times shall observe and comply with all federal and state laws, local laws, ordinances, orders, and regulations of the federal, state, county, or city governments. The federal, state, and local laws, ordinances, and regulations which affect those engaged or employed in the work, or the equipment used in the work, or which in any way affects the 3 conduct of the work, shall be at all times in effect, and no pleas of misunderstanding will be considered on account of ignorance thereof. VIII. Successors and Assigns This Agreement shall bind and benefit the respective parties and their legal successors, and shall not be assignable, in whole or in part, by any party hereto without first obtaining the written consent of the other party. Nothing herein shall be construed as creating any personal liability on the part of any officer or director of the Authority or the Zone. IX. Character of Workers and Work Services provided for under this Agreement are being performed for the public benefit. The employees provided by the Contractor shall be competent and careful workers skilled in their respective trades. In performing its obligations under this Agreement, the Contractor shall not employ any person who engages in misconduct or is incompetent or negligent in the performance of his or her duties. The Clients retain the right to require the Contractor to remove from the performance of services provided for unde r this Agreement any employee who engages in (1) unethical or unprofessional conduct, (2) misconduct or other discourtesies toward the public, (3) conduct inconsistent with sound business practices or (4) other conduct inconsistent with the performance of work in an acceptable manner and at a satisfactory rate of progress to the Clients. Nothing herein is intended to, and the parties agree that this Agreement does not, create any third-party beneficiary rights for any employee or other person. It is intended that any employee who engages in any services provided for under this Agreement is an employee-at-will of the Contractor. X. Conflict of Interest In keeping with Contractor's duties to the Clients, Contractor agrees that it shall not, directly or indirectly, become involved in any conflict of interest, or upon discovery thereof, allow such a conflict to continue. Moreover, Contractor agrees that it shall promptly disclose to the Clients any facts, which might involve any reasonable possibility of a conflict of interest. XI. Term and Termination This Agreement shall become effective as of the date executed by the Clients and the Contractor as set forth on the signature page hereof and shall continue in force until such time as it may be terminated or amended by mutual agreement of both parties. Either party may terminate this Agreement without cause at any time by giving the other party at least thirty (30) days’ prior written notice thereof, specifying in such notice the effective date of such termination. In the event of termination, it is understood and agreed that only the amounts due the Consultant for services provided and expenses incurred to the date of termination will be due and payable. No penalty will be assessed for termination of this Agreement. XII. Amendment or Modification Except as otherwise provided in this Agreement, this Agreement shall be subject to change, amendment, or modification only upon the written consent of the parties hereto. 4 XIII. Disclaimer of Political Support or Affiliation The Clients expressly disclaim any political support or affiliation with the Contractor. Further, the Clients prohibit the Contractor, and the Contractor hereby agrees to comply with such prohibition, from expending any Zone or Authority funds, directly or indirectly, including any funds to be reimbursed by th e Zone or Authority, on any political candidate, cause, party, organization or activity. (EXECUTION PAGE FOLLOWS) 5 AGREED and ACCEPTED this ____ day of September, 2024. On Behalf of Hawes Hill & Associates LLP By: ___________________________ Name: David W. Hawes, Managing Partner On Behalf of Reinvestment Zone Number 1 La Porte, Texas By: _________________________________ David Janda, Chairman ATTEST: By: _________________________________ Name/Title:______________________________ On Behalf of La Porte Redevelopment Authority: By: _________________________________ David Janda, Chairman ATTEST: By: _________________________________ Name/Title:______________________________ Exhibit “A” Scope of Professional Consulting and Management Services Hawes Hill & Associates, LLP, will provide the following services: Professional Planning and Development Consulting Provide full professional management, administrative and technical support services to the Authority and Zone. Serve as the Clients’ liaison and advocate with the City of La Porte, Harris County, agencies and departments of the State of Texas, and other interested parties. Provide expert testimony in public meetings and proceedings as requested by the respective Boards of Directors. Coordinate and provide professional services in conjunction with Clients’ attorney concerning legal matters related to Board operations, implementation of Zone plan, and development agreements. Assist developers with regard to their development projects within the Zone. Work with City to resolve infrastructure issues as they arise. Work with developers to ensure that development agreement procedures are followed. Coordinate and work with City to prepare financing packages to reimburse developers for eligible project -related costs defined in each developer reimbursement agreement. This includes, but is not limited to, providing the City with necessary zone information, verifying eligible project costs and providing information briefings to elected City officials. Board Development and Administration Coordinate and arrange all meetings of the respective Boards of Directors and their committees. Prepare all meeting agendas and ensure proper notification is made in accordance with state statutes and such other governing documents as may apply. Take and prepare minutes of Board meetings. Prepare resolutions, certificates and other official documents as may be required. Assemble and distribute reports and information packets for use at Board meetings. Develop and implement an orientation program to assist new Board members to carry out their duties and responsibilities and to understand the Zone’s history, policies and procedures, and pertinent laws. Information and Communications Management Assist in the coordination, communication and interface between the Boards of Directors, government officials and employees, contractors, developers, property owners, citizens, and others regarding planned and actual Zone projects. 7 Prepare or cause to be prepared reports, maps, charts and exhibits as requested by the respective Boards of Directors. Receive inquiries and respond to property owners, real estate agents and brokers, and other interested parties with respect to development issues that pertain to the Zone and the Redevelopment Authority. Maintain records and files of the Authority and Zone consistent with the Texas Public Information Act, the Local Government Records Act, and all other applicable laws, rules and regulations. Monitor regulations and comply with reporting requirements of Secretary of State, City of La Porte, and other regulatory bodies. Financial Administration Oversee all accounting and financial administration procedures of the Authority and Zone. Administer the Authority, Zone and District budgets, including tracking income and monthly expenses in reference to the annual budget, monitoring expenses, preparing budget reports, assisting with annual budget preparation Arrange for Authority’s independent audit, providing necessary information and documentation. Oversee the Clients’ consultant responsible for tracking zone values to assure that Clients’ receive all monies due. Coordinate and work with financial consultants, the City of La Porte, and others on preparation of documents, financial projections, and related information. Contract Administration and Project Management Prepare requests for proposals or qualifications for professional services and bids for contract services as needed and as determined by the Boards of Directors. Analyze proposals and bids from prospective contractors and provide summary analyses for consideration of the Boards of Directors in decision-making. Provide management oversight for all contractors, including such service providers as engineering/project management consultants, legal counsel, bookkeepers and financial advisors, public infrastructure construction contractors, security services, landscape services, and others that the Clients may employ from time to time. Interface with developers on development, financing, and property acquisitions issues. 8 Exhibit "B" Scope of Professional Services relating to Plan Amendments Hawes Hill & Associates will carry out the scope of professional consulting services described below. These services apply to Tax Increment Reinvestment Zone 1 and are broken down into three distinct Phases: (I) activities associated with the preparation of the preliminary analyses and studies supporting the planned amendment; (II) activities necessary to inform and educate public officials and stakeholders on the plan amendment and to gather additional information that may be needed to refine the final proposed Amended Project Plan and Project Financing Plan; and {Ill) approval of Amended Project Plan and Financing Plan by the City of La Porte. Phase I: Analysis and preparation of documentation to initiate amendment to the current Project Plan and Project Financing Plan • Perform an initial analysis of the Zone and plan amendment. The analysis will include: a) a complete review of all ad valorem values in the Zone; b) existing land uses; c) documentation of blighted conditions; d) identification of tracts where development is impeded due to faulty lot layout; e) analysis of any other relevant factors impeding development or redevelopment of the area. • Prepare a draft Amended Project Plan and Reinvestment Zone Financing Plan for use in briefings on the amendment, including costs of all proposed public improvements. The amended plan will include the following: a) maps showing the existing uses and conditions of real property in the zone and maps showing proposed improvements to and use of that property; b) proposed changes to any ordinances applicable to the area; c) a list of the estimated non-project costs; and, d) a statement of the method of relocating persons to be displaced as a result of the implementation of the project plan. The amended financing plan will include: a) a detailed list of the estimated project costs of the zone, including administrative expenses; b) a statement listing the kind, number, and location of all proposed public works or public improvements in the zone; c) the estimated amount of bonded indebtedness to be incurred; d) the time when related costs or monetary obligations are to be incurred; e) a de- scription of the methods of financing all estimated project costs and the expected sources of revenue to finance or pay project costs, including the percentage of tax increment to be derived from the property taxes of each taxing unit that levies taxes on real property in the zone. Phase II: Preparation of preliminary documents required for amendment of the Project Plan and Project Financing Plan • As necessary, conduct meetings with elected officials/staffs from all proposed participating jurisdictions regarding the plan amendment. Provide financial impact information to each, and work with any elected body commit- tees to review the amended plan and how it will impact the jurisdiction's tax base and further each jurisdiction's economic development goals and objectives. • Conduct meetings, when necessary, with all area stakeholders regarding the proposed amendment. Garner their input and feedback regarding the redevelopment needs in the area and factor those needs into the development of the draft Amended Project and Reinvestment Zone Financing Plan. • Conduct a workshop (if needed or required) with City Council on the plan amendment. Present the proposed redevelopment strategy, the process for amending the reinvestment zone, and the administrative issues associated with implementation of the Amended Project Plan and Reinvestment Zone Financing Plan 9 and serve as support staff to City staff in their role as advisors to the elected leadership. • Make any recommended revisions to the Amended Project Plan and Reinvestment Zone Financing Plan prior to the public hearing. • Prepare and deliver to City Secretary the public notice of the hearing and provide copies of the amended project plan and project financing plan for distribution. Serve as the point of contact for any questions/issues that arise related to the hearing before the hearing is held. • Assist the City in conducting a public hearing on the plan amendment. We will either conduct the hearing on the City's behalf or be present to serve as technical advisor to the City during the hearing. • Prepare a Final Amended Project Plan and Reinvestment Zone Financing Plan for presentation to the Client's Board of Directors, incorporating any changes based on the public hearing process, for their consideration and approval. Phase III: Preparation and submission of final documentation with regards to the Amended Project Plan and Project Financing Plan to the City. • Prepare and submit to the City Legal Department an ordinance to approve the zone's amended project plan and reinvestment zone financing plan. • Assist the Redevelopment Authority with final participation agreements with other taxing jurisdictions. Each agreement will set forth the rate of participation for the jurisdiction, the term of the agreement, and any special negotiated provisions required by the jurisdiction for their participation in the TIRZ. • Present agreements to the Client's Board of Directors for approval. • Prepare ordinances to submit to the City Legal Department to approve the participation agreements for other taxing jurisdictions. 10 Exhibit "C" Schedule of Maximum Charges and Rates of Hawes Hill & Associates, LLP Professional Consulting & Administrative Services Fiscal Year October 1, 2024 – September 30, 2025 monthly fixed fee: $4,000.00 Future fiscal years to be determined annually by Board approved Budget Professional Services for Project Plan and fixed fee per amendment: $25,000.00 Financing Plan Amendments Board Development and Administration bid as package Information and Communications Management bid as package Financial Administration bid as package Contract Administration and Project Management bid as package REIMBURSABLE OUT-OF-POCKET EXPENSES Photocopies Billed at actual cost. Binding Supplies Billed at actual cost Supplies: Special supplies required for a specific project billed at actual cost Postage Billed at actual cost Delivery Services: Billed at actual cost Mileage: Billed at maximum rate per mile allowed by IRS regulations GIS Mapping: $150.00 per hour, plus actual costs for printing, paper, ink and special mounting. LA PORTE REDEVELOPMENT AUTHORITY, CITY OF LA PORTE, TEXAS AGENDA MEMORANDUM TO: La Porte Redevelopment Authority Board of Directors FROM: Executive Director SUBJECT: Agenda Item Materials LA PORTE REDEVELOPMENT AUTHORITY c/o Hawes Hill & Associates LLP P.O. Box 22167 Houston TX 77227-2167 713-595-1200 or FAX 281-888-6314 6. Receive update and recommendations regarding Capital Improvements Program: a. Receive Presentation regarding Main Street Master Plan. b. Discussion regarding intersection of W. Main and S. 16th Street. c. Receive updates and recommendations from Gauge Engineering. i. Feasibility Study. 1. Inclusion of park land. ii. Lakes at Fairmont Green Detention. 1. Consider Task Order for survey services. iii. M. Street Improvements: 1. Consider Pay Application No. 6, M Street Improvements, from Carter Construction LLC. PROGRESS REPORT AUGUST 2024 LA PORTE REDEVELOPMENT AUTHORITY/TIRZ 1 11750 Katy Freeway, Suite 400 Houston, TX 77079 TASK ORDER #4: LA PORTE REDEVELOPMENT AUTHORITY/TIRZ #1 FEASIBILITY STUDY Activities This Period: • Presented preliminary findings and recommendations to La Porte Redevelopment Authority. • Continued report text. • Continued roadway schematic. • Next steps: o Discuss the Authority's feedback on presentation and incorporate them. o Advance draft report towards completion o Continue schematics Bird Sanctuary Property (Taylor’s Bayou Conservancy) o See attached exhibit. o Benefits: ▪ Remove the threat of losing wildlife habitat ▪ Protect local air quality ▪ Protect open and green space ▪ Promote flood mitigation ▪ Protect wildlife corridor ▪ Promote conservation education TASK ORDER #5: LAKES AT FAIRMONT GREENS DETENTION BASIN EVALUATION Activities This Period: • Requested and received survey proposal. Proposed Walking Trail Proposed Bird Feeder Proposed Wildlife Feeders Proposed Fence Proposed Pond 2023 Parcels LEGEND LA PORTE REDEVELOPMENT AUTHORITY - TIRZ 1 FEASIBILITY STUDY BIRD SANCTUARY PROPERTY EXHIBIT TASK ORDER NO. 5A 3200 Wilcrest Drive, Suite 220 • Houston, Texas 77042 • 832.318.8800 September 5, 2024 Mr. David Janda, Chairman Co. Mr. David Hawes, Administrator La Porte Redevelopment Authority/TIRZ #1 9600 Long Point Road, Sute 200 Houston TX 77035 Re: Lakes at Fairmont Greens Detention Basin Evaluation – Proposal for Additional Survey Services Dear Mr. Janda, Gauge Engineering, LLC (Gauge) is pleased to submit this proposal for providing additional survey services for the Lakes at Fairmont Greens Detention Basin. The scope will cover the following: • Topographic Survey • Subconsultant Management and QA/QC (15% of Survey Cost) We propose to perform this work for a Lump Sum amount of $20,136.00. A detailed breakdown of the scope items and fee can be found under Exhibit “A” respectively. Please feel free to contact me at (713) 254-5946 if you have any questions or need additional information. Sincerely, Accepted For La Porte Redevelopment Authority/TIRZ #1 Muhammad Ali, P.E. Principal Signature Date Print Attachments: Exhibit A – Survey – Kuo & Associates 9-12-2024 David Janda, Chair 10300 Westoffice Drive, Ste. 800 Houston, TX 77042 Phone: (713) 975-8769 Fax: (713) 975-0920 Engineering Firm Reg. No. F-4578 Surveying Firm Reg. No. 10075600 www.kuoassociates.com September 3, 2024 Ian Hudson, PE, CFM Project Manager Gauge Engineering 11750 Katy Freeway, Suite 400 Houston, TX 77079 RE: Lakes at Fairmont Greens Detention Basin Topographic Surveying Services Dear Mr. Hudson, Kuo & Associates, LLC is pleased to submit this proposal to perform topographic surveying services for the above referenced project. SCOPE OF WORK Topographic Survey: Survey shall conform to all requirements of Category 6, Condition 1 survey of TSPS Manual, as applicable. In general, the scope for survey will be including the following tasks: 1. Horizontal and vertical controls will be established and tied to the Texas State Plane Coordinate System, South Central Zone NAD 83 and datum NAVD 88. 2. The nearby TSARP monument will be tied to the survey as benchmark. 3. Survey cross sections across the detention pond at intervals not to exceed 100 feet. 4. Cross section will include elevation/location at high bank, toe, pond bottom, water surface elevation, ROW line, etc. 5. All planimetric features will be surveyed within the existing detention pond. 6. All visible existing utilities (i.e. manholes, culverts, power poles, etc.) will be located and pipe size and flow line measure downs in the manholes and inlets (that can be opened) will be obtained. 7. Delineate estimated property lines/ROW lines based on available record information and found property corners. 8. Texas one-call system will be notified and pipeline companies will be contacted to probe and mark their pipeline (if any) locations to be tied to the survey. 9. Plan view drawings will be prepared containing all topographic information and visible utility features in AutoCAD and/or MicroStation format. 10. DTM and Geopak TIN files will be prepared for delineation of ground contours. To our understanding, your office will coordinate with HOA for access to the site. Deliverables will include the following:  Signed and sealed drawing of topographic survey of detention basin area (11x17 size, 1” =100 scale)  AutoCAD/MicroStation drawings for the same  DTM/TIN model  Survey data ASCII file To our understanding the following and any other items not mentioned above are excluded from the scope of this proposal  Any boundary category survey  Any QL-A, B and D SUE works  Surveying QL-A & QL-B SUE marks by others (if any)  Surveying drilled boreholes by others (if any)  Locating trees by survey within wooded/semi-wooded area EXHIBIT A September 3, 2024 Lakes at Fairmont Greens DB Proposal for Survey Page No. 2  Any Tree survey for canopy, condition assessment, etc.  Any profile work.  Any survey control map.  Obtaining Right of Entry to enter the property. FEE & SCHEDULE We estimate a lump sum fee of $17,510.00 for topographic surveying. Details on the level of efforts are shown in the attached table. We estimate 3 to 4 weeks to complete the work upon authorization to proceed. We appreciate this opportunity to submit this proposal. If you need further information, please do not hesitate to contact me. Sincerely, Accepted by: Kutubul A. M. Mainuddin, PE, RPLS __________________ Name: Title: Firm: September 3, 2024 Lakes at Fairmont Greens DB Proposal for Survey Page No. 3 Level of Efforts- Topographic Survey ITEM Principal RPLS SIT CADD Crew Crew with boat Cost $220.00 $150.00 $110.00 $95.00 $160.00 $190.00 Tie to Benchmark 0.5 1 $215.00 Setting Survey Control 0.5 4 $695.00 GPS Horizontal controls 1 2 $430.00 Level for vertical controls 1 1 4 $900.00 Topographic survey outside water 16 $2,560.00 Cross Section Survey at 100 ft interval 1 2 16 16 $5,970.00 Estimated ROW delineation 1 2 4 $1,010.00 DTM/Contour 12 4 $1,700.00 Topo and utility plan 2 16 $1,740.00 OC/QA 2 1 4 8 $2,070.00 Project Management 1 $220.00 Total Cost $17,510.00 . . Legend 800 ft N➤➤N Limits of Survey PROJECT LOCATION The project is located along M Street between South 16th and North High- way 146 in La Porte Texas. • The planned roadway improvements are in Harris County within the La Porte city limits. PROJECT OBJECTIVES La Porte Redevelopment Authority (TIRZ #1) is committed to constructing a local roadway and utility improvements within undeveloped right-of-way. These road- way improvements will provide connectiv- ity to 16th Street & Highway 146 and greater ingress/egress for future develop- ment along M Street. PROGRESS REPORT— AUGUST 2024 M STREET IMPROVEMENT PROJECT Project No. 75-19 PROJECT BACKGROUND Gauge Engineering was contracted by the La Porte Redevelopment Authority (TIRZ #1) to prepare the design docu- ments and manage construction & in- spection for the M Street Improvement Project. FUNDING • La Porte Redevelopment Authority (TIRZ #1) La Porte Redevelopment Authority (TIRZ #1) M-STREET TYPICAL SECTION PROJECT STATUS NEXT STEPS PAYMENT ESTIMATES PROGRESS PHOTOS 48” Outfall Installation Roadway Excavation Applying Lime Slurry Lime Stabilized Subgrade Mixing and Manipulation Original Contract Amount $2,491,925.00 Change Order Amount to Date - Current Contract Amount $2,491,925.00 Previous Payments $1,500,106.32 Current Payment(s) Due $100,804.37 Contract Completion Date 11/13/2024 Balance Remaining with Retainage $713,135.35 PROGRESS REPORT— AUGUST 2024 M STREET IMPROVEMENT PROJECT Project No. 75-19 CONSTRUCTION TIME • Original Contract Time: 240 Days • Notice to Proceed Date: March 18, 2024 CONTACT INFORMATION Construction Manager: Gauge Engineering 11750 Katy Freeway, Suite 400 Houston, TX 77079 Contractor: Carter Construction, 7615 FM 3180, Baytown, TX 77523 La Porte Redevelopment Authority (TIRZ #1) 11750 Katy Freeway, Suite 400 • Houston, TX 77089 September 5, 2024 Mr. David Janda, Chairman Co. Mr. David Hawes, Administrator La Porte Redevelopment Authority (TIRZ #1) 9600 Long Point Road, Suite 200 Houston, Texas 77035 Reference: M Street Improvement Project Proj. No. 75-19 Carter Construction, LLC. Payment No. 06 Dear Mr. Janda: Carter Construction, LLC has submitted estimate No. 06 in the amount of $100,804.37 for construction services rendered through August 31, 2024. Based on our review, Carter Construction has complied with all requirements stated in the estimate and we recommend payment of $100,804.37 to Carter Construction. The following billing information is to be used for payment: Carter Construction, LLC 7615 FM 3180 Baytown, TX 77523 If you have any questions or require additional information, please feel free to contact me at (832) 318-8800. Sincerely, Muhammad Ali, P.E. Principal Enclosures: Carter Construction Pay Est. No. 06 Estimate No. Cut off Date Estimate Date :240 :0 :240 166 :In Place :74 Date 6 City of La Porte / La Porte Redevelopment Authority (TIRZ #1) Estimate and Certificate for Payment Unit Price Work08/31/24 09/05/24 Project Name : M Street Improvement Project Contractor Name :Carter Construction, LLC Address :7615 FM 3180, Baytown, TX 77523 Proj No.75-19 CONTRACT TIME IN CALENDAR DAYS Contract Date 1/25/2024 Original Contract Time : Start Date 3/18/2024 Approved Extensions : Current Contract Completion Date 11/13/2024 Total Contract Time : Days Used to Date : Percentage By Time 69.17%71.38%Days Remaining to Date : Date Insurance Exp. :1/24/2025 Drug Policy Due Date:N/A Schedule Update Received : CONTRACT AMOUNT TO DATE : 1-Original Contract Amount $2,491,925.00 2-Approved Change Orders No.Date Ext.Days Amount Total Approved Extentions 0 Total Change Orders to Date $0.00 3-Approved Work Change Directives No.Date Ext.Days Amount Total Pending Work Change Directives to Date $0.00 TOTAL CONTRACT AMOUNT (excludes WCDs)$2,491,925.00 A. EARNINGS TO DATE Current Month Billing $112,004.85 1-Work Completed to Date 71.38%Complete $1,778,789.65 2-Material Stored on Site $0.00 3-Material Stored in Place $0.00 4-Balance-Materials Accepted Not in Place $0.00 @ 85%$0.00 5-Work Change Directives - In Place $0.00 TOTAL EARNINGS TO DATE $1,778,789.65 B. DEDUCTIONS 1-Retainage 10%Of $1,778,789.65 $177,878.97 2-Retainage Release 0%Of $1,778,789.65 $0.00 3-Total Retainage $177,878.97 4-Liquidated Damages 0.00 Days @ $0.00 5-Assessments $0.00 6-Inspector Overtime Costs $0.00 TOTAL DEDUCTIONS $177,878.97 C. AMOUNT DUE THIS PERIOD 1-Total Earnings to Date $1,778,789.65 2-Total Deductions $177,878.97 3-Total Payments Due $1,600,910.69 4-Less Previous Payments $1,500,106.32 5-Restoration Adjustment $0.00 TOTAL AMOUNT DUE CONTRACTOR THIS DATE $100,804.37 BALANCE REMAINING $713,135.35 Prepared By 9/5/2024 Reviewed By 9/5/2024 Taylor Risien, P.E.Date Muhammad Ali, P.E. Approved By:9/12/2024 La Porte Redevelopment Authority Date I I I Project Name: Contract Awarded: Covering Period: Contractor: Amount Retained: Total Deduction: ESTIMATE No. Six M Street Improvement Project 11/16/2023 7/27/2024 Carter Construction, LLC $177,878.97 $1,677,985.29 Owner: Total Contract Amount: Through Total Done To Date: Previous Payment: Total Due for Payment: Job No. 2323 Date 9/5/2024 Sheet: of La Porte Redevelopment Authority $2,491,925.00 8/31/2024 $1,778,789.65 $1,500,106.32 $100,804.37 To the best of my knowledge, I certify that all items, quantities, and prices of work and materials shown on the face of this estimate are correct; that all work has been performed and materials supplied in full accordance with the terms and conditions of the corresponding construction contractual documents between the Owner and the Contractor, all changes authorized thereto; that the foregoing is a true and correct statement of the contract account up to and including the last day of the period covered by this estimate and that no part of the "AMOUNT DUE FOR PAYMENT" has been received. I further certify that all pervious payments for labor, material, and expendable equipment employed in the performance of said contract have been applied to discharge my obligations in connection with the work covered by prior applications for payment. Date· ____ S_e..,!.p_te_m_b_e_r _5'--, 2_0_2_4 _____ _ STATE OF TEXAS COUNTY OF CHAMBERS COUNTY § § fJiL-By: ----------------Paul Fowler, Project Manager BEFORE ME, the undersigned Notary Public in and for the State of Texas, on this day personally appeared ___ P_a_u_l _F_o_w_le_r ____ known to me (or proved to me on the oath of __________ _, to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed. day of September , 20~. Notary Public in and for the State of Texas (Notary Seal) My Commission Expires: (p ... Jq.,,~{,o 57 CONTRACTOR'S RELEASE OF LIENS, LEIN WAIVER, AND AFFIDAVIT Reference is hereby made to that certain Agreement between La Porte Redevelopment Authority (hereinafter called "Owner") and Carter Construction, LLC (hereinafter called "Contractor), dated January 25, 2024 , on the project known as: M Street Improvement Project being erected upon the real property described in Exhibit A attached hereto and made a part hereof. Reference is also made to those certain invoices of the Contractor to Owner set forth in Exhibit B attached hereto and made a part hereof. The Contractor does hereby represent and warrant, subject to contractual retain age not yet due, if any: A That all bills for materials and all labor and services furnished by or through it on said project from the commencement of the work thereon to the date hereof have been or will be fully paid and discharged by it out of the proceeds received or to received pursuant to the Owner's draw request of even date herewith, save and except those listed below, if any: and, B That the receipted material bills and the certified payrolls attached to this lien waiver have been fully paid and discharged by the Contractor and represent work, materials, and labor actually furnished on said project and constitute all of the work, materials, and labor furnished by or through the Contractor on said project as of the date hereof. C The schedule of account for the Contractor is as follows: Total Contract Amount Total Completed to Date Less Agreed Retainage Total Earned Less Retainage Less Previous Payment Received Amount Paid Incident to this Lien Waiver $2,491,925.00 $1,778,789.65 $ 177,878.97 $ 1,600,910.69 $ 1,500, 106.32 $ 100,804.37 Upon the receipt by the Contractor of the Owner's remittance for the amount of said invoice and the final clearance and payment of said remittance, the Contractor. 1. Agrees to and does hereby waive and release said property, project, Owner, and all bond or payment sureties and guarantors of said Owner, if any, from, and does hereby agree to protect, indemnify, defend, and hold harmless said property, project. Owner, lenders, sureties, and guarantors against, a. Any and all liens, statutory, constitutional, or otherwise, and, b. Any and all obligations under any bond or guaranty for payment, if any, furnished by said Owner, whether pursuant to agreement or requirement of law, and, c. Any and all other claims whatsoever, statutory, constitutional or otherwise, for any and all work, labor, and materials furnished by or through the Contractor. The remittance of said Owner, identified as payment of said invoices and endorsed by the Contractor and marked "paid" or "canceled" by the bank against which said remittance was drawn, shall constitute 63 conclusive proof that said invoice was paid and that payment thereof was received by the Contractor, and thereupon, this lien waiver shall become effective automatically and without requirement of any further act, acknowledgment or receipt on the part of the Contractor. The undersigned representative of the Contractor does hereby certify under oath that the warranties and representations herein contained are true and correct and that he or she is fully authorized and empowered to execute this instrument for and on behalf of the Contractor and to bind the Contractor hereto. Dated this 5th day of __ S_e~p_te_m_b_e_r __ , 2024. By: LJR Name: Paul Fowler Title: Project Manager 64 STA TE OF TEXAS § COUNTY OF CHAMBERS COUNTY § SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, by Paul Fowler Project Manager of Carter Construction, LLC --------------------''---------'----, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, t11is 5th day of September ,2024 ~Texas _l]e,/issu Uims Printed or Stamped Name of Notary (Notary Seal} My Commission Expires: (£;-:,,/q..-{).(p 65 9-5-2024 I CA.~T== CONSTRUCTION, LLC I APPLICATION FOR PAYMENT Owner: City of La Porte I La Porte Redevelopment Authority 604 W Fairmont Parkway La Porte, TX 77571 Attn: Gauge Engineering, Taylor Risien, P.E. Contractor: Carter Construction, LLC 7615 FM 3180 Baytown, TX 77523 Date: September 5, 2024 Estimate No.: 6 begin end Estimate Period: 07/27/24 08/31/24 Carter Constr. Job No.:l.__ __ 2_3_2_3 __ __. CONTRACT FOR: M Street Improvement Project PAYMENTS Mar $ Work Completed Time Used Original Contract Amount: $ Change Orders: _$ _______ ___,, 2,491,925.00 2 Apr $ 3 May $ Current Contract Amount: 4 Jun $ 5 Jul $ TOTAL WORK COMPLETE: I 71.4% I $ 1,778,789.65 6 Aug COMPLETED CHANGE ORDER TOTAL: $ 7 Sep BILLED INVENTORY: _$-'------------1 8 Oct TOTAL WORK COMPLETED INCL. CHANGE ORDERS: $ 1,778,789.65 RETAINAGE (10%): _$""--_-~1_7_7~,8_7_8_.9_7-'-I SUBTOTAL LESS RETAINAGE: $ 1,600,910.69 LESS PREVIOUS ESTIMATES: $ 1,500,106.32 • Work Completed ■ Days Used ■ Days Remaining ■ Work Balance Remaining TOTAL AMOUNT DUE FOR PAYMENT: $ 100,804.37 Contractor: Carter Construction, LLC Engineer: Gauge Engineering SIGNED: SIGNED: Paul Fowler, Project Manager DATE: 73,539.00 764,265.87 451,604.25 202,554.00 8,143.20 1,500,106.32 DATE: _________ S_e~p_te_m_b_e_r 4~•~2_0_2_4 ________ _ ------------------------t SCHEDULE OF VALUES PROJECT: M Street Improvement Project ESTIMATE No.:I 6 I ESTIMATE PERIOD: 7/27/24 • 8/31/24 BID DESCRIPTION CONTRACT UNIT UNIT TOTAL QUANTITY AMOUNT QUANTITY AMOUNT TOTAL TOTAL PERCENT ITEM QTY. PRICE THIS THIS PREVIOUS PREVIOUS QUANTITY AMOUNT COMPLETE PERIOD PERIOD PERIODS PERIODS TO DATE TO DATE SITE PREPARATION AND EARTHWORK ITEMS: 1 Mobilization 1.00 LS $96 000.00 $96 000.00 $0.00 1.00 $96 000.00 1.00 $96 000.00 100.00% 2 ProiAr.lSian 1.00 LS $1100.00 $1 100.00 $0.00 1.00 $1 100.00 1.00 $1 100.00 100.00% 3 Clearina and Grubbina 2.23 AC $28 000.00 $62 440.00 $0.00 2.23 $62 440.00 2.23 $62 440.00 100.00% 4 Removina Old Concrete /Sidewalk Drivewav and Ramo\ /All Thicknesses\ /Rem. and Diso.l 13.00 SY $25.00 $325.00 $0.00 12.00 $300.00 12.00 $300.00 92.31% 5 Removini:i Old Concrete (Pavement) (All Thicknesses) (Removal and Disoosal) 506.00 SY $15.00 $7 590.00 228.00 $3 420.00 150.00 $2 250.00 378.00 $5 670.00 74.70% 6 Removini:i Old Concrete (Concrete Curb) (Removal and Disoosal) 271.00 LF $2.50 $677.50 $0.00 160.00 $400.00 160.00 $400.00 59.04% 7 Raadwav Excavation with 3" Striooina 3 070.00 CY $9.00 $27 630.00 2963.00 $26 667.00 $0.00 2963.00 $26 667.00 96.51% 8 Removina Old Structures /Inlets\ /All Deothsl /Removal and Disoosall 1.00 EA $600.00 $600.00 $0.00 1.00 $600.00 1.00 $600.00 100.00% 9 Removini:i Old Structures (!Pipes) (All Types Sizes & Depths) (Removal and Disoosal) 16.00 LF $15.00 $240.00 $0.00 58.00 $870.00 58.00 $870.00 362.50% SUBGRADE AND PAVING ITEMS: 10 Lime Stabilized Subarade Manioulation 6" Thick 6 000.00 SY $5.00 $30 000.00 1448.33 $7 241.65 $0.00 1448.33 $7 241.65 24.14% 11 Lime Slurrv (8% by Drv Weii:iht) 125.00 TON $305.00 $38 125.00 122.04 $37 222.20 $0.00 122.04 $37 222.20 97.63% 12 Reinforced Concrete Pavement Hiah Early Strenath (Drivewav). 7" Thick 87.00 SY $83.00 $7 221.00 $0.00 $0.00 0.00 $0.00 0.00% 13 Reinforced Concrete Pavement (Road\. 6" Thick 5 144.00 SY $62.00 $318 928.00 $0.00 $0.00 0.00 $0.00 0.00% 14 Bank Run Sand 2" Thick 32.00 CY $25.00 $800.00 $0.00 $0.00 0.00 $0.00 0.00% 15 Reinforced Concrete Retainina Wall 61.00 CY $710.00 $43 310.00 $0.00 $0.00 0.00 $0.00 0.00% 16 Cement Stabilized Sand Comolete in Place 6" Thick 87.00 SY $32.00 $2 784.00 $0.00 $0.00 0.00 $0.00 0.00% 17 Reinforced Concrete Curbs 6" 3 200.00 LF $4.50 $14 400.00 $0.00 $0.00 0.00 $0.00 0.00% 18 Reinforced Concrete Curbs 6" /Dowledl 75.00 LF $9.00 $675.00 $0.00 $0.00 0.00 $0.00 0.00% 19 Reinforced Concrete Sidewalk 4" Thick 1 694.00 SY $71.00 $120 274.00 $0.00 $0.00 0.00 $0.00 0.00% 20 Concrete ADA Ramo T""" 7 6.00 EA $1 600.00 $9 600.00 $0.00 $0.00 0.00 $0.00 0.00% TRAFFIC CONTROL ITEMS: 21 Traffic Control and Reaulation 8.00 MO $500.00 $4 000.00 1.00 $500.00 4.50 $2 250.00 5.50 $2 750.00 68.75% SIGNING AND STRIPING ITEMS: 22 Aluminum Sians /Ground Mounted\ -Furnish and Install 3.00 EA $800.00 $2 400.00 $0.00 $0.00 0.00 $0.00 0.00% 23 Reflectorized Pavement Markini:is (Y) (4") (SLD) -Furnish and Applied 2 942.00 LF $1.00 $2 942.00 $0.00 $0.00 0.00 $0.00 0.00% 24 Reflectorized Pavement Markinas /WI (12") (SLD) -Furnish and APPiied 221.00 LF $3.00 $663.00 $0.00 $0.00 0.00 $0.00 0.00% 25 Reflectorized Pavement Markinas IW\ 124"1 /SLDl -Furnish and Aoolied 50.00 LF $7.00 $350.00 $0.00 $0.00 0.00 $0.00 0.00% 26 Raised Reflective Pavement Marker Tvoe II-A-A -Furnish and Install 72.00 EA $6.00 $432.00 $0.00 $0.00 0.00 $0.00 0.00% DRAINAGE ITEMS: 27 Trench Safetv Svstem 5-10' 1 461.00 LF $3.50 $5 113.50 $0.00 1768.00 $6 188.00 1768.00 $6 188.00 121.01% 28 Reinforced Concrete Pioe C76 Class Ill Rubber Gasket 112"1 /Reslrictorl 8.00 LF $120.00 $960.00 $0.00 8.00 $960.00 8.00 $960.00 100.00% 29 Reinforced Concrete Pioe C76 Class Ill Rubber Gasket 118"l /Restrictorl 7.00 LF $125.00 $875.00 $0.00 7.00 $875.00 7.00 $875.00 100.00% 30 Reinforced Concrete Pioe C76 Class Ill Tonaue and Groove 124"l 1Culvertl 60.00 LF $135.00 $8 100.00 $0.00 55.00 $7 425.00 55.00 $7 425.00 91.67% 31 Reinforced Concrete Pioe C76 Class Ill Rubber Gasket (24") 412.00 LF $135.00 $55 620.00 $0.00 410.00 $55 350.00 410.00 $55 350.00 99.51% 32 Reinforced Concrete Pioe C76 Class Ill Rubber Gasket 130") 30.00 LF $170.00 $5 100.00 $0.00 30.00 $5 100.00 30.00 $5 100.00 100.00% 33 SET-PD TYP II 16:1124" RCP /With Pioe Runners) 2.00 EA $3 700.00 $7 400.00 $0.00 2.00 $7 400.00 2.00 $7 400.00 100.00% 34 Precast Standard Manhole 14' Diameterl /With Additional Deoth Greater than 5 Feetl 3.00 EA $3 600.00 $10 800.00 $0.00 3.00 $10 800.00 3.00 $10 800.00 100.00% 35 Precast Modified Manhole (4' Diameter) (Connection to and on too of RCBl 4.00 EA $2 000.00 $8 000.00 $0.00 2.00 $4 000.00 2.00 $4 000.00 50.00% 36 Precast Standard Manhole (6' Diameter) /With Additional Deoth Greater than 5 Feetl 2.00 EA $6100.00 $12 200.00 $0.00 2.00 $12 200.00 2.00 $12 200.00 100.00% 37 Junction Box -8'X8' 1.00 EA $6 000.00 $6 000.00 $0.00 1.00 $6 000.00 1.00 $6 000.00 100.00% 38 Junction Box -10'X10' 2.00 EA $6 000.00 $12 000.00 $0.00 2.00 $12 000.00 2.00 $12 000.00 100.00% 39 Standard Tvne "C" Inlet (With Additional Deoth Greater than 6 Feet) 5.00 EA $5400.00 $27 000.00 $0.00 2.50 $13 500.00 2.50 $13 500.00 50.00% 40 Modified T= "C" Inlet (Connection to and on too of RCBl 3.00 EA $4 200.00 $12 600.00 $0.00 1.50 $6 300.00 1.50 $6 300.00 50.00% 41 Standard T""" "C-1" Inlet /With Additional Deoth Greater than 6 Feetl 4.00 EA $6400.00 $25 600.00 $0.00 2.00 $12 800.00 2.00 $12 800.00 50.00% 42 Standard T""" "A" Inlet 2.00 EA $3 000.00 $6 000.00 $0.00 2.00 $6 000.00 2.00 $6 000.00 100.00% 43 8'X4' Reinforced Concrete Box 731.00 LF $885.00 $646 935.00 $0.00 731.00 $646 935.00 731.00 $646 935.00 100.00% 44 8'X4' Reinforced Concrete Box Bend - 8 Dea 2.00 EA $7100.00 $14 200.00 $0.00 2.00 $14 200.00 2.00 $14 200.00 100.00% 45 6'X3' Reinforced Concrete Box 550.00 LF $655.00 $360 250.00 $0.00 550.00 $360 250.00 550.00 $360 250.00 100.00% 46 Brick Plua 2.00 EA $2 000.00 $4 000.00 $0.00 2.00 $4 000.00 2.00 $4 000.00 100.00% WATER AND SANITARY SEWER ITEMS: 47 Trench Safetv Svstem 5-10' 1 242.00 LF $2.00 $2484.00 $0.00 1241.00 $2 482.00 1241.00 $2 482.00 99.92% 48 12-inch bv 6-inch Taooina Sleeve and Valve with Box 1.00 EA $6 500.00 $6 500.00 $0.00 1.00 $6 500.00 1.00 $6 500.00 100.00% 49 Fire Hvdrant Assemblv. All Deoths lncludino 6-inch Diameter Gate Valve and Box 5.00 EA $6 800.00 $34 000.00 $0.00 5.00 $34 000.00 5.00 $34 000.00 100.00% 50 6-inch Diameter Fire Hvdrant Branch bv Ooen-Cut 34.00 LF $24.00 $816.00 $0.00 35.00 $840.00 35.00 $840.00 102.94% 51 12-inch Diameter C-900 Water Line bv Ooen-Cut 1190.00 LF $122.00 $145 180.00 $0.00 1190.00 $145 180.00 1190.00 $145 180.00 100.00% 52 12-inch Diameter C-900 Water Line in Steel Casino bv Ooen-Cut 18.00 LF $100.00 $1 800.00 $0.00 18.00 $1 800.00 18.00 $1 800.00 100.00% 53 12-inch Diameter Wet Connection 2.00 EA $2 600.00 $5 200.00 $0.00 3.00 $7 800.00 3.00 $7 800.00 150.00% 54 Cut Plua. and Abandon Existina 12-inch Diameter Water Line 2.00 EA $600.00 $1 200.00 $0.00 2.00 $1 200.00 2.00 $1 200.00 100.00% 55 Adiust Existina Valve Box to New Grade 4.00 EA $150.00 $600.00 $0.00 $0.00 0.00 $0.00 0.00% 56 12-inch Diameter SDR26 Sanitarv Sewer bv Ooen-Cut 396.00 LF $96.00 $38 016.00 $0.00 403.00 $38 688.00 403.00 $38 688.00 101.77% 57 12-inch Diameter Pressure-rated SDR26 Sanitarv Sewer bv Ooen-Cut 46.00 LF $68.00 $3 128.00 $0.00 46.00 $3 128.00 46.00 $3 128.00 100.00% 58 12-inch Diameter SDR26 Sanitarv Sewer in Steel Casino bv Ooen-Cut 18.00 LF $100.00 $1 800.00 $0.00 18.00 $1 800.00 18.00 $1 800.00 100.00% 59 Adiust Existina Manhole Frame and Cover to New Grade 2.00 EA $600.00 $1 200.00 $0.00 1.00 $600.00 1.00 $600.00 50.00% 60 4-Foot Diameter Shallow Deoth Precast Manhole /Cover Bolted to Rina\ 3.00 EA $9 500.00 $28 500.00 $0.00 3.00 $28 500.00 3.00 $28 500.00 100.00% STORMWATER POLLUTION PREVENTION PLAN ITEMS: 61 Soddina 4 500.00 SY $5.00 $22 500.00 $0.00 $0.00 0.00 $0.00 0.00% TPDES General Permit No. TXR 150000, Notice of Intent (NOi) Application Fees 62 I (Contracto~s NOi Fee & Harris Countv's NOi Fee Each Fee shall be set orice of $325.00l 2.00 EA $350.00 $700.00 $0.00 2.00 $700.00 2.00 $700.00 100.00% Reinforced Filter Fabric Barrier (60% of unit cost for furnish and installation and 40% of unit cost 63 for removal) 99.00 LF $7.00 $693.00 $0.00 40.00 $280.00 40.00 $280.00 40.40% Inlet Protection Barrier (Stage 1, With Fiber Rolls; 60% of unit cost for furnish and installation, and 64 40% of unit cost for removal\ 1.00 EA $200.00 $200.00 $0.00 0.60 $120.00 0.60 $120.00 60.00% Stabilized Construction Access (Type 1-Rock; 60% of unit cost for furnish and installation, and 65 40% of unit cost for removal\ 133.00 SY $31.00 $4 123.00 $0.00 79.80 $2 473.80 79.80 $2 473.80 60.00% Concrete Truck Washout Structures (60% of unit cost for furnish and installation, and 40% of unit 66 cost for removal) 2.00 EA $1 500.00 $3 000.00 $0.00 $0.00 0.00 $0.00 0.00% 9-5-2024 Inlet Protection Barrier (For Stage II Inlets, Gravel Bags; 60% of unit cost for furnish and 67 installation, and 40% of unit cost for removal) 12.00 EA $50.00 $600.00 $0.00 $0.00 0.00 $0.00 0.00% 68 SWPPP lnsoection and Maintenance /Min. Bid -$2 000/Monthl 8.00 MO $2 000.00 $16 000.00 1.00 $2,000.00 4.50 $9 000.00 5.50 $11 000.00 68.75% EXTRA WORK ITEMS (TO BE AUTHORIZED BY ENGINEER): 69 Borrow (Min. Bid $10/CY) 400.00 CY $10.00 $4,000.00 $0.00 $0.00 0.00 $0.00 0.00% 70 Groundwater Control/Well Pointinp (Min. Bid $25/LF) 1,753.00 LF $25.00 $43 825.00 $0.00 $0.00 0.00 $0.00 0.00% 71 Uniformed Peace Officers (Min Bid $45.00/HR) 80.00 HR $45.00 $3 600.00 $0.00 $0.00 0.00 $0.00 0.00% CASH ALLOWANCE: 72 Cash Allowance (see additional work items summary paAe) 1.00 LS $100,000.00 $100,000.00 0.34954 $34,954.00 0.23200 $23,200.00 0.58154 $58,154.00 58.15% TOTALS $2,491,925.00 $112,004.85 $1,666,784.80 $1,778,789.65 71.38% SCHEDULE OF VALUES CERTIFICATION: CONTRACTOR: Carter Construction, LLC ENGINEER: Gauge Engineering SIGNED: SIGNED: Paul Fowler, Project Manager a DATE: 9-4-2024 DATE: Additional Work Items Summary (Field Changes} M Street Improvement Project ESTIMATE No.,I 6 I ESTIMATE PERIOD: 7/27/24 • 8/31/24 BID DESCRIPTION BID UNIT UNIT TOTAL QUANTITY AMOUNT QUANTITY AMOUNT TOTAL TOTAL PERCENT ITEM QTY. PRICE THIS THIS PREVIOUS PREVIOUS QUANTITY AMOUNT COMPLETE PERIOD PERIOD PERIODS PERIODS TO DATE TO DATE Cash Allowance Items -See bid item 72 Waterline Offset (RFI 2323-02) 73 Exoloratorv excavation to locate existina WL 1.00 LS $ 600.00 $ 600.00 $ -1.00 $ 600.00 1.00 $ 600.00 100.00% 74 Remove Existino 12" Tee 1.00 EA $ 400.00 $ 400.00 $ -$ -0.00 $ -0.00% 75 Remove Existina 12" C900 WL 20.00 LF $ 50.00 $ 1 000.00 $ -20.00 $ 1 000.00 20.00 $ 1 000.00 100.00% 76 Install 12" Tee at 45 Degree Angle 1.00 EA $ 1,500.00 $ 1,500.00 $ -$ -0.00 $ -0.00% 77 Install 12" DR14 C900 WL 35.00 LF $ 200.00 $ 7 000.00 $ -33.00 $ 6 600.00 33.00 $ 6 600.00 94.29% Replace Existing 36" RCP (RFI 2323--041 78 Adiust Existina Storm Manhole 1.00 EA $ 600.00 $ 600.00 $ -1.00 $ 600.00 1.00 $ 600.00 100.00% 79 Reinforced Concrete Pioe, C76, Class Ill, Rubber Gasket (36"\ 48.00 LF $ 300.00 $ 14 400.00 $ -48.00 $ 14 400.00 48.00 $ 14 400.00 100.00% Replece Existing 48" Outfall "B" Pipe (RFI 2323-05) 80 6" Pumo 6.00 DAY $ 800.00 $ 4,800.00 4.38 $ 3,504.00 $ -4.38 $ 3,504.00 73.00% 81 48" HOPE 60.00 LF $ 275.00 $ 16 500.00 60.00 $ 16 500.00 $ -60.00 $ 16 500.00 100.00% 82 Rio-Rao 50.00 SY $ 125.00 $ 6,250.00 42.00 $ 5,250.00 $ -42.00 $ 5,250.00 84.00% 83 48" Timber Bent 1.00 EA $ 3 500.00 $ 3 500.00 1.00 $ 3 500.00 $ -1.00 $ 3 500.00 100.00% 84 Sodding (Pond Slooe) 200.00 SY $ 5.00 $ 1,000.00 $ -$ -$ -0.00% Offsed 12" Water Line Over 48" HDPE (RFl-2323-06) 85 Remove Existina 12" C900 WL 20.00 LF $ 50.00 $ 1 000.00 20.00 $ 1 000.00 $ -20.00 $ 1 000.00 100.00% 86 Install 12" DR14 C900 WL (includes bedding, backfill, and all fittings) 35.00 LF $ 200.00 $ 7,000.00 26.00 $ 5,200.00 $ -26.00 $ 5,200.00 74.29% TOTALS $65,550.00 $34,954.00 $23,200.00 $58,154.00 88.72% LA PORTE REDEVELOPMENT AUTHORITY, CITY OF LA PORTE, TEXAS AGENDA MEMORANDUM TO: La Porte Redevelopment Authority Board of Directors FROM: Executive Director SUBJECT: Agenda Item Materials LA PORTE REDEVELOPMENT AUTHORITY c/o Hawes Hill & Associates LLP P.O. Box 22167 Houston TX 77227-2167 713-595-1200 or FAX 281-888-6314 7. Receive Bookkeeper’s Report and consider approval or other action regarding authority invoices. La Porte Redevelopment Authority Statement of Revenue & Expenditures - Actual vs. Budget August 2024 Aug 24 Budget Oct - Aug 24 YTD Budget Annual Budget Income 4000 · Tax Increments - County 90,632.00 90,632.00 996,944.00 996,944.00 1,087,576.00 4010 · Tax Increments - City 203,740.00 203,740.00 2,241,131.00 2,241,131.00 2,444,871.00 4020 · Tax Increments - ISD 405,450.00 405,450.00 4,459,950.00 4,459,950.00 4,865,399.00 4100 · Interest Income 97,761.22 834.00 971,614.02 9,166.00 10,000.00 Total Income 797,583.22 700,656.00 8,669,639.02 7,707,191.00 8,407,846.00 Expenses TIRZ M&O Expenses 6010 · Administration & Project Mgmt 2,000.00 2,000.00 24,000.00 22,000.00 24,000.00 6015 · Legal 9,978.76 1,166.00 31,510.13 12,834.00 14,000.00 6020 · Agreed Upon Procedures Report 0.00 916.00 0.00 10,084.00 11,000.00 6025 · Annual Audit 0.00 959.00 11,200.00 10,541.00 11,500.00 6040 · Operating Expenses 441.55 250.00 2,010.97 2,750.00 3,000.00 6045 · Bank Fees 217.00 184.00 1,771.60 2,016.00 2,200.00 6050 · Planning Services 0.00 1,250.00 0.00 13,750.00 15,000.00 Total TIRZ M&O Expenses 12,637.31 6,725.00 70,492.70 73,975.00 80,700.00 Transfers 6101 · City Administration 10,187.00 10,187.00 112,057.00 112,057.00 122,244.00 6110 · Educational Facilities 127,944.00 127,944.00 1,407,377.00 1,407,377.00 1,535,321.00 Total Transfers 138,131.00 138,131.00 1,519,434.00 1,519,434.00 1,657,565.00 Capital Improvement Projects 6131 · M Street Improvement Project 365,244.39 250,000.00 2,277,611.92 2,750,000.00 3,000,000.00 6132 · Feasibility Study 9,443.29 0.00 55,228.85 0.00 0.00 6133 · Lakes at Fairmont Greens 2,984.00 0.00 10,106.80 0.00 0.00 TIRZ Developer Reimbursements 6152 · Beazer Homes Texas LP 0.00 0.00 137,836.74 132,928.00 132,928.00 6153 · Senior Associates 0.00 0.00 11,773.23 10,075.00 10,075.00 6154 · Jabez-LB1 LLC 0.00 0.00 271,923.94 178,706.00 178,706.00 6155 · Hawthorne at La Porte 0.00 0.00 758,778.49 594,289.00 594,289.00 6161 · 92 Fairmont Lakes, Inc.0.00 0.00 320,786.17 314,980.00 314,980.00 Total TIRZ Developer Reimbursements 0.00 0.00 1,501,098.57 1,230,978.00 1,230,978.00 Total Capital Improvement Projects 377,671.68 250,000.00 3,844,046.14 3,980,978.00 4,230,978.00 Total Expenses 528,439.99 394,856.00 5,433,972.84 5,574,387.00 5,969,243.00 Net Income 269,143.23 305,800.00 3,235,666.18 2,132,804.00 2,438,603.00 Page 1 La Porte Redevelopment Authority Bank Registers As of September 12, 2024 Type Date Num Name Memo Amount Balance 1001 · Amegy Bank Operating 25,477,348.17 Bill Pmt -Check 08/09/2024 1028 J. Morales, Inc.-210,000.00 25,267,348.17 Deposit 08/31/2024 DEP Amegy Bank August Interest 97,761.22 25,365,109.39 Check 08/31/2024 Debit Amegy Bank July Acct Analysis Fee -217.00 25,364,892.39 Bill Pmt -Check 09/12/2024 1029 Blank Rome LLP Client ID#166495 -9,978.76 25,354,913.63 Bill Pmt -Check 09/12/2024 1030 Carter Construction, LLC Job #2323 - Payment Application #6 -100,804.37 25,254,109.26 Bill Pmt -Check 09/12/2024 1031 City of La Porte TIRZ - 5% Admin Fee -125,564.23 25,128,545.03 Bill Pmt -Check 09/12/2024 1032 Gauge Engineering -55,666.83 25,072,878.20 Bill Pmt -Check 09/12/2024 1033 Hawes Hill & Associates LLP August 2024 Prof Consulting & Admin Fee -2,441.55 25,070,436.65 Total 1001 · Amegy Bank Operating -406,911.52 25,070,436.65 TOTAL -406,911.52 25,070,436.65 Page 2 La Porte Redevelopment Authority Contract Status Report As of September 12, 2024 Invoice Amount Contract Date Invoice #Invoiced Balance J. Morales Inc. M Street Improvement Project - Engineering Services 2/20/2020 19704, 19772 42,000.00 4/20/2020 19820, 19853 24,000.00 12/14/2020 20053 12,000.00 5/11/2021 20212, 20264 8,400.00 9/10/2021 20431 1,096.00 7/6/2022 20934 2,400.00 89,896.00 Gauge Engineering, LLC M Street Improvement Project - Task Order No. 1 Miscellaneous Tasks & Bid Phase Original Contract Amount 15,450.00 9/29/2022 2027 (2,855.00) 12,595.00 (2,855.00) 12,595.00 Gauge Engineering, LLC M Street Improvement Project - Task Order No. 2 Design and Bid Phase Services Original Contract Amount 217,660.50 12/7/2022 2068 (7,908.20) 209,752.30 1/30/2023 2181 (39,981.24) 169,771.06 6/16/2023 2340, 2402, 2438 (90,711.96) 79,059.10 9/18/2023 2494, 2557, 2604 (45,841.33) 33,217.77 11/14/2023 2677 (15,273.54) 17,944.23 10/31/2023 2772 (18,044.23) (100.00) (217,760.50) (100.00) Gauge Engineering, LLC M Street Improvement Project - Task Order No. 3 Construction Phase, Materials Testing and Management & Inspection Services Original Contract Amount 398,725.00 12/15/2023 2843 (12,000.00) 386,725.00 2/16/2024 2961 (1,289.20) 385,435.80 4/2/2024 3078 (21,247.58) 364,188.22 Page 3 La Porte Redevelopment Authority Contract Status Report As of September 12, 2024 Invoice Amount Contract Date Invoice #Invoiced Balance 5/1/2024 3158 (31,894.61) 332,293.61 6/5/2024 3260 (34,554.58) 297,739.03 7/2/2024 3332 (45,417.13) 252,321.90 7/31/2024 3397 (65,861.86) 186,460.04 8/31/2024 3478 (43,239.54) 143,220.50 (255,504.50) 143,220.50 Gauge Engineering, LLC M Street Improvement Project - Task Order No. 4 Feasibility Study Original Contract Amount 159,790.00 5/1/2024 3159 (1,147.25) 158,642.75 6/5/2024 3261 (17,066.75) 141,576.00 7/2/2024 3331 (15,035.63) 126,540.37 7/31/2024 3398 (12,535.93) 114,004.44 8/31/2024 3479 (9,443.29) 104,561.15 (55,228.85) 104,561.15 Gauge Engineering, LLC M Street Improvement Project - Task Order No. 5 Lakes at Fairmont Green Detention Basin Evaluation Original Contract Amount 11,400.00 7/2/2024 3330 (1,930.80) 9,469.20 7/31/2024 3399 (5,192.00) 4,277.20 8/31/2024 3480 (2,984.00) 1,293.20 (10,106.80) 1,293.20 Carter Construction M Street Improvement Project - Construction Services Original Contract Amount 2,491,925.00 3/31/2024 Pay App #1 (81,710.00) 2,410,215.00 4/30/2024 Pay App #2 (849,184.30) 1,561,030.70 5/31/2024 Pay App #3 (501,782.50) 1,059,248.20 6/30/2024 Pay App #4 (225,060.00) 834,188.20 7/31/2024 Pay App #5 (9,048.00) 825,140.20 8/31/2024 Pay App #6 (112,004.85) 713,135.35 (1,778,789.65) 713,135.35 Total Remaining Contract Balances 974,705.20 Page 4 Paid with Check #1029 BLAN KROME 7 l 7 TEXAS A VENU E SUITE 14 00 HOUSTON , TEXAS 77002 (7 l 3) 228-660 l FEDERAL TAX l.D . NO.23-1311 87 4 ORTE.REDEV£LOPMENI UTHORI W ATTN : DA YID HA WES HA WES HI LL & ASSOCIATES LLP 9600 LONG POINT ROAD INVOI CE DA TE: CLIENT ID : MATTER NUMBER: INVOICE NUMBER: AUGUST 0 7, 2024 16 6495 166495-00601 02752 22 13643 SUITE 200 HOUSTON , TX 77055 REGARDING : LA PORTE REDEVELOP MENT AUTH ORITY J. MORALES, INC. DATE 07 /05 /2024 INVOICE 2206398 A MO UNT $4,534.25 CREDITS $0.0 0 BALAN CE FORWARD FOR LEGAL SERVICES RENDERED THROUGH 7/31/24 FOR DISBURSEMENTS ADVANCED THRO UGH 7/31/24 CURRENT INVOICE TOT A L TOTAL AMOUNT DUE, INCLUDING BALANCE FORWARD Bank Name Address: Account Title : Account Number: ABA Number: Swift Code ACH/WIRE Citizens Bank Philadelphia, PA Blank Rome LLP 6238669326 036076150 (Domestic) CTZI US33 (International) Mail Blank Rome LLP Attn: Finance Department One Logan Square $9 ,955.00 $23 .76 130 North 18th St Philadelphia , PA 19103-6998 To Electronic Funds Transfer, vis it www.BlankRome.com/Pa ments BALANCE $4,534.25 $4,534.25 $9,978.76 $14,513.01 PENN SYLVAN IA NE W YORK NEW JERSEY DELAWARE WASHI N GTON , DC F LORIDA CALIFORNIA OHIO TEXAS ILLINOIS SHANG HAI Paid with Check #1030 September 5, 2024 Mr . David Janda, Chairman Co . Mr . David Hawes, Administrator La Porte Redevelopmeot Autho rity (Tl RZ #1) 9600 Long Point Road, Suite 200 Houston, Texas 77035 Reference: M Street Improvement Project Proj. No. 75-19 Carter Construction, LLC . Payment No. 06 Dear Mr . Janda : Carter Construction, LLC has submitted estimate No . 06 in the amount of $100,804.37 for construction services rendered through August 31, 2024 . Based on our review, Carter Construction has complied with all requirements stated in the estimate and we recommend payment of $100,804 .37 to Carter Construction_. The follow ing billing information is to be used for payment: Carter Construction , LLC 7615 FM 3180 Baytown, TX 77523 If you have any questions or require additional information, please feel free to contact me at (832) 318-8800 . Sincerely , Muhammad Ali, P.E . Principal Enclosures : Carter Construction Pay Est. No. 06 11750 Katy Freeway, Suite 400 • Houston, TX 77089 Paid with Check #1030 Estimate No. 6 Cut off Date 08/31 /24 Estimate Date 09/05/2 4 City of La Porte I La Porte Redevelopment Authority (TIRZ #1) Estimate and Certificate for Payment Unit Price Work Project Name Contractor Name Address Contract Date Start Date Current Contract Completion Date M Street Improvement Project Carter Construction , LLC 7615 FM 3180 , Baytown , TX 77523 1/25/2024 3/18/2024 11/13/2024 In Place : 71 .38% Percentage By Time Date Insurance Exp. : : 69 .17% 1/24/2025 Drug Policy Due Date : NIA CONTRACT AMOUNT TO DATE: 1-Original Contract Amount 2-Approved Change Orders 3-Approved Work Change Directives No. Date Total Approved Extentions No. Date Ext.Days 0 Ext.Days Amount Amount Proj No . 75-19 CONTRACT TIME IN CALENDAR DAYS Original Contract Time Approved Extensions Total Contract Time Days Used to Date Days Remaining to Date Schedule Update Received Total Change Orders to Date $2,491,925.00 $0.00 240 0 240 166 74 Total Pending Work Change Directives to Date $0 .00 A. EARNINGS TO DATE 1-Work Completed to Date 2-Material Stored on Site 3-Material Stored in Place 4-Balance-Materials Ac cepted Not in Place 5-Work Change Directives -In Place B. DEDUCTIONS 1-Retainage 10% 2-Retainage Release 0% 3-Total Retainage 4-Liquidated Damages 5-Assessments 6-Inspector Overtime Costs C. AMOUNT DUE THIS PERIOD 1-Total Earnings to Date 2-Total Deductions 3-Total Payments Due 4-Less Previous Payments 5-Restoration Adjustment Prepared By Approved By: Of Of 71.38% Complete $0.00 $1 ,778 ,789 .65 $1 ,778 ,789 .65 0.00 Days@ $0 .00 $0.00 9/5/2024 Date 9/12/2024 La Porte Redevelopment Authority Date TOTAL CONTRACT AMOUNT (excludes WCDs) $2,491 ,925.00 Current Month Billing $112 ,004.85 @85% $177 878 .97 $0 .00 $1,778,789.65 $0.00 $0.00 $177 ,878 .97 $0.00 $0.00 $0.00 $1,778,789 .65 $177 ,878 .97 TOTAL EARNINGS TO DATE $1,778,789.65 TOTAL DEDUCTIONS $177,878.97 $1,600 ,910.69 $1,500,106.32 $0 .00 TOTAL AMOUNT DUE CONTRACTOR THIS DATE $100,804.37 BALANCE REMAINING $713,135.35 Reviewed By 9/5/2024 Date Paid with Check #1030 Project Name : Contract Awarded : Covering Period : Contractor : Amount Retained Total Deduction : ESTIMATE No. Six M Street Improvement Project 11/16/2023 7/27/2024 Carter Construction, LLC $177,878.97 $1,677,985.29 Job No . 2323 Da te: 9/5/2024 Sheet: of Owner: La Porte Redevelopment Authority Total Contract Amount: $2,491,925.00 Through _8_/3_1_/2_0_24 _____ _ Total Done To Date : $1,778,789.65 Previous Payment · $1,500,106.32 Total Due for Payment: $100,804.37 To the best of my knowledge , I certify that all items, quantities , and prices of work and materials shown on the face of this estimate are correct ; that all work has been performed and materials supplied in full accordance with the terms and conditions of the corresponding construction contractual documents between the Owner and the Contractor , all changes authorized thereto : that the foregoing is a true and correct statement of the contract account up to and including the last day of the period covered by this estimate and that no part of the ·'AMOUNT DUE FOR PAYMENT' has been received . I further cert ify that all pervious payments for labor , material, and expendable equipment employed in the performance of said contract have been applied to discharge my obligations in connection with the work covered by prior applications for payment. oate · ____ S_e__,p_t_e_m_b_e_r _5 ,_2_0_2_4 ____ _ STATE OF TEXAS COUNTY OF CHAMBERS COUNTY § § LJR-By : ---------------- Paul Fowler, Project Manager BEFORE ME , the undersigned Nota ry Public in and for the State of Texas , on this day personally appeared ___ P_a_u_l _F_o_w_le_r ___ known to me ( or proved to me on the oath of __________ _, to be the person whose name is subscribed to the foregoing instrument , and acknowledged to me that he executed the same for the purposes and consideration therein expressed . ~~ =2s: Notary Public in and for the State of Texas (Notary Seal) My Commission Expires : {cJ"" Jq.,,~{o 57 Paid with Check #1030 CONTRACTOR'S RELEASE OF LIENS, LEIN WAIVER, AND AFFIDAVIT Reference is hereby made to that certain Agreement between La Porte Redevelopment Authority (hereinafter called 11 0wner") and Carter Construction; LLC (hereinafter called 11 Contractor)1 dated January 25, 20.24 t on the project known as: M Street Improvement Project being erected upon the real property described in Exhibit A attached hereto and made a part hereof. Reference is also made to those certain invoices of the Contractor to Owner set forth in Exhibit B attached hereto and made a part hereof. The Contractor does hereby represent and warrant, subject to contractual retainage not yet due, if any: A That all bills for materials and all labor and services furnished by or through it on said project from the commencement of the work thereon to the date hereof have been or will be fully paid and discharged by it out of the proceeds received or to received pursuant to the Owner's draw request of even date herewithf save and except those listed below, if any; and, B That the receipted material bills and the certified payrolls attached to this lien waiver have been fully paid and discharged by the Contractor and represent work, materials, and labor actually furnished on said project and constitute an of the work, materials, and labor furnished by or through the Contractor on said project as of the date hereof. C The schedule of account for the Contractor is as follows: Total Contract Amount Total Completed to Date Less Agreed Retainage Total Earned Less Retainage Less Previous Payment Received Amount Paid Incident to this Lien Waiver $2,491,925.00 $1,778,789.65 $ 177,878.97 $1,600,910.69 $ 11500, 106,32 $ 100,804.37 Upon the receipt by the Contractor of the Owner's remittance for the amount of said invoice and the final clearance and payment of said remittance1 the Contractor. 1. Agrees to and does hereby waive and release said property, project, Owner, and all bond or payment sureties and guarantors of said Owner, if any, from, and does hereby agree to protect, indemnifyl defend, and hold harmless said property, project, Owner, lendersj sureties, and guarantors against, a. Any and all liens, statutory, constitutional, or otherwise, and, b. Any and all obligations under any bond or guaranty for payment if any, furnished by said Owner, whether pursuant to agreement or requirement of law, and, c. Any and all other claims whatsoever, statutory, constitutional or otherwise. for any and all work! labor, and materials furnished by or through the Contractor. The remittance of said Owner, identified as payment of said invoices and endorsed by the Contractor and marked "paid" or "canceled 11 by the bank against which said remittance was drawn, shall constitute 63 Paid with Check #1030 conclusive proof that said invoice was paid and that payment thereof was received by the Contractor , and thereupon , this lien waiver shall become effective automatically and without requirement of any further act , acknowledgment or receipt on the part of the Contractor . The undersigned representative of the Contractor does hereby certify under oath that the warranties and representations herein contained are true and correct and that he or she is fully authorized and empowered to execute this instrument for and on behalf of the Contractor and to bind the Contractor hereto . Dated this 5th day of __ S_e_p_te_m_b_er __ , 2024. By : Name : Paul Fowler Title : Project Manager 64 Paid with Check #1030 ST A TE OF TEXAS § COUNTY OF CHAMBERS COUNTY § SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, by Paul Fowler Project Manager of Carter Construction, LLC , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this 5th day of September ,2024 ~Texas Printed or Stamped Name of Notary (Notary Seal) My Commission Expires: ~-"fq~f)..(p 65 Paid with Check #1030I CAi=IT= CONSTRUCTION, LLC I APPLICATION FOR PAYMENT Owner: City of La Porte / La Porte Redevelopment Authority 604 W Fairmont Parkway La Porte, TX 77571 Attn: Gauge Engineering, Taylor Risien, P.E. Contractor: Carter Construction, LLC 7615 FM 3180 Baytown, TX 77523 CONTRACT FOR: M Street Improvement Project Work Completed Time Used Original Contract Amount: Change Orders: Current Contract Amount: TOTAL WORK COMPLETE: I 71.4% COMPLETED CHANGE ORDER TOT AL: BILLED INVENTORY: TOT AL WORK COMPLETED INCL. CHANGE ORDERS: RETAINAGE (10%): SUBTOTAL LESS RET AINAGE: LESS PREVIOUS ESTIMATES: • Work Completed • Days Used ■ Days Remaining • Work Balance Remaining TOTAL AMOUNT DUE FOR PAYMENT: Date: September 5, 2024 Estimate No.: 6 begin end Estimate Period: 07/27/24 08/31/24 2323 Carter Constr. Job No.:~I ____ _ PAYMENTS 1 Mar $ $ 2,491,925.00 2 Apr $ $ 3 May $ $ 2,491,925.00 4 Jun $ 5 Jul $ I$ 1,778,789.65 6 Aug $ 7 Sep $ 8 Oct $ 1,778,789.65 $ 177,878.97 $ 1,600,910.69 $ 1,500,106.32 +-----$ $ 100,804.37 Contractor: Carter Construction, LLC Engineer: Gauge Engineering SIGNED: SIGNED: Paul Fowler. Project Manager DATE: __________ S_e_,_p_te_m_b_e_r_4_, _2_02_4 ________ _ DATE: 73,539.00 764,265.87 451,604.25 202,554.00 8,143.20 1,500,106.32 Paid with Check #1030SCHEDULE OF VALUES PROJECT: M Street Improvement Project ESTIMATE No.:I 6 I ESTIMATE PERIOD: 7/27/24 - 8/31/24 BID DESCRIPTION CONTRACT UNIT UNIT TOTAL QUANTITY AMOUNT QUANTITY AMOUNT TOTAL TOTAL PERCENT ITEM QTY. PRICE THIS THIS PREVIOUS PREVIOUS QUANTITY AMOUNT COMPLETE PERIOD PERIOD PERIODS PERIODS TO DATE TO DATE SITE PREPARATION AND EARTHWORK ITEMS: 1 Mobilization 1.00 LS $96,000.00 $96,000.00 $0.00 1.00 $96,000.00 1.00 $96,000.00 100.00% 2 Project Siqn 1.00 LS $1,100.00 $1,100.00 $0.00 1.00 $1,100.00 1.00 $1,100.00 100.00% 3 Clearino and Grubbino 2.23 AC $28,000.00 $62,440.00 $0.00 2.23 $62,440.00 2.23 $62,440.00 100.00% 4 Removinq Old Concrete (Sidewalk, Driveway and Ramp) (All Thicknesses) (Rem. and Disp.) 13.00 SY $25.00 $325.00 S0.00 12.00 $300.00 12.00 $300.00 92.31% 5 Removino Old Concrete (Pavement) (All Thicknesses) (Removal and Disoosal) 506.00 SY $15.00 $7,590.00 228.00 $3,420.00 150.00 $2,250.00 378.00 $5,670.00 74.70% 6 Removino Old Concrete (Concrete Curb) (Removal and Disposal) 271.00 LF $2.50 $677.50 $0.00 160.00 $400.00 160.00 $400.00 59.04% 7 Roadwav Excavation with 3" Striopino 3 070.00 CY $9.00 $27,630.00 2963.00 $26,667.00 $0.00 2963.00 $26,667.00 96.51% 8 RemovinQ Old Structures (Inlets) (All Depths) (Removal and Disposal) 1.00 EA $600.00 $600.00 $0.00 1.00 $600.00 1.00 $600.00 100.00% 9 Removino Old Structures (IPioes) (All Tvpes, Sizes & Deothsl /Removal and Disoosall 16.00 LF $15.00 $240.00 SO.OD 58.00 $870.00 58.00 $870.00 362.50% SUBGRADE AND PAVING ITEMS: 10 Lime Stabilized Suborade Manioulation, 6" Thick 6 000.00 SY $5.00 $30,000.00 1448.33 $7,241.65 $0.00 1448.33 $7,241.65 24.14% 11 Lime Slurrv (8% by Dry Weiqht) 125.00 TON $305.00 $38,125.00 122.04 $37,222.20 $0.00 122.04 $37 222.20 97.63% 12 Reinforced Concrete Pavement, Hioh Early Strenoth (Driveway), 7" Thick 87.00 SY $83.00 $7,221.00 S0.00 $0.00 0.00 $0.00 0.00% 13 Reinforced Concrete Pavement (Road), 6" Thick 5,144.00 SY $62.00 $318,928.00 S0.00 $0.00 0.00 $0.00 0.00% 14 Bank Run Sand. 2" Thick 32.00 CY $25.00 $800.00 $0.00 $0.00 0.00 $0.00 0.00% 15 Reinforced Concrete Retainino Wall 61.00 CY $710.00 $43,310.00 $0.00 $0.00 0.00 $0.00 0.00% 16 Cement Stabilized Sand, Complete in Place 6" Thick 87.00 SY $32.00 $2,784.00 $0.00 $0.00 0.00 $0.00 0.00% 17 Reinforced Concrete Curbs, 6" 3,200.00 LF $4.50 $14,400.00 SO.OD $0.00 0.00 $0.00 0.00% 18 Reinforced Concrete Curbs, 6" (Dowled) 75.00 LF $9.00 $675.00 SO.OD $0.00 0.00 $0.00 0.00% 19 Reinforced Concrete Sidewalk, 4" Thick 1,694.00 SY $71.00 $120,274.00 $0.00 $0.00 0.00 $0.00 0.00% 20 Concrete ADA Ramp Tvpe 7 6.00 EA $1,600.00 $9,600.00 $0.00 $0.00 0.00 S0.00 0.00% TRAFFIC CONTROL ITEMS: 21 Traffic Control and Reoulation 8.00 MO $500.00 S4.000.00 1.00 $500.00 4.50 $2,250.00 5.50 $2,750.00 68.75% SIGNING AND STRIPING ITEMS: 22 Aluminum SiQns (Ground Mounted) -Furnish and Install 3.00 EA $800.00 $2,400.00 $0.00 $0.00 0.00 S0.00 0.00% 23 Reflectorized Pavement Markinos (Y) /4'') (SLD) -Furnish and Applied 2,942.00 LF $1.00 $2,942.00 S0.00 $0.00 0.00 $0.00 0.00% 24 Reflectorized Pavement Markinas (W) /12") /SLD\ -Furnish and Aoolied 221.00 LF $3.00 $663.00 $0.00 $0.00 0.00 $0.00 0.00% 25 Reflectorized Pavement Markinas (W) (24") (SLD) -Furnish and Applied 50.00 LF $7.00 $350.00 $0.00 $0.00 0.00 $0.00 0.00% 26 Raised Reflective Pavement Marker Tvpe II-A-A -Furnish and Install 72.00 EA $6.00 $432.00 S0.00 $0.00 0.00 $0.00 0.00% DRAINAGE ITEMS: 27 Trench Safetv System 5-10' 1,461.00 LF $3.50 $5,113.50 S0.00 1768.00 $6,188.00 1768.00 $6,188.00 121.01% 28 Reinforced Concrete Pioe, C76, Class Ill, Rubber Gasket (12") /Restrictor) 8.00 LF $120.00 $960.00 $0.00 8.00 $960.00 8.00 $960.00 100.00% Paid with Check #103029 Reinforced Concrete Pipe, C76, Class Ill, Rubber Gasket /18") (Restrictor) 7.00 LF $125.00 $875.00 $0.00 7.00 $875.00 7.00 $875.00 100.00% 30 Reinforced Concrete Pipe, C76. Class Ill, Tonque and Groove (24") /Culvert) 60.00 LF $135.00 $8,100.00 $0.00 55.00 $7,425.00 55.00 $7,425.00 91.67% 31 Reinforced Concrete Pipe, C76, Class 111, Rubber Gasket (24") 412.00 LF $135.00 $55,620.00 SO.GO 410.00 $55,350.00 410.00 $55,350.00 99.51% 32 Reinforced Concrete Pipe, C76, Class 111, Rubber Gasket (30") 30.00 LF $170.00 $5,100.00 $0.00 30.00 $5,100.00 30.00 $5,100.00 100.00% 33 SET-PD TYP II (6:1) 24" RCP (With Pipe Runners) 2.00 EA $3,700.00 $7,400.00 $0.00 2.00 $7,400.00 2.00 $7,400.00 100.00% 34 Precast Standard Manhole (4' Diameter) (With Additional Depth Greater than 5 Feet) 3.00 EA $3,600.00 $10.800.00 $0.00 3.00 $10,800.00 3.00 $10,800.00 100.00% 35 Precast Modified Manhole (4' Diameter) (Connection to and on too of RCBl 4.00 EA $2 000.00 $8,000.00 $0.00 2.00 $4,000.00 2.00 $4,000.00 50.00% 36 Precast Standard Manhole /6' Diameter) (With Additional Deoth Greater than 5 Feet) 2.00 EA $6,100.00 $12,200.00 $0.00 2.00 $12,200.00 2.00 $12,200.00 100.00% 37 Junction Box -8'X8' 1.00 EA $6,000.00 $6,000.00 $0.00 1.00 $6,000.00 1.00 $6,000.00 100.00% 38 Junction Box -10'X10' 2.00 EA $6,000.00 $12,000.00 $0.00 2.00 $12,000.00 2.00 $12,000.00 100.00% 39 Standard Type "C" Inlet (With Additional Depth Greater than 6 Feet) 5.00 EA $5 400.00 $27 000.00 $0.00 2.50 $13 500.00 2.50 $13,500.00 50.00% 40 Modified Type "C" Inlet (Connection to and on top of RCB) 3.00 EA $4 200.00 $12,600.00 $0.00 1.50 $6,300.00 1.50 $6,300.00 50.00% 41 Standard Type "C-1" Inlet (With Additional Depth Greater than 6 Feet) 4.00 EA $6,400.00 $25,600.00 $0.00 2.00 $12,800.00 2.00 $12,800.00 50.00% 42 Standard Type "A" Inlet 2.00 EA $3,000.00 $6,000.00 $0.00 2.00 $6,000.00 2.00 $6,000.00 100.00% 43 8'X4' Reinforced Concrete Box 731.00 LF $885.00 $646,935.00 S0.00 731.00 $646,935.00 731.00 $646,935.00 100.00% 44 8'X4' Reinforced Concrete Box Bend - 8 Dea 2.00 EA $7,100.00 $14,200.00 $0.00 2.00 $14,200.00 2.00 $14,200.00 100.00% 45 6'X3' Reinforced Concrete Box 550.00 LF $655.00 $360,250.00 $0.00 550.00 $360,250.00 550.00 $360,250.00 100.00% 46 Brick Pluo 2.00 EA $2,000.00 $4,000.00 $0.00 2.00 $4,000.00 2.00 $4,000.00 100.00% WATER AND SANITARY SEWER ITEMS: 47 Trench Safetv Svstern 5-10' 1,242.00 LF $2.00 $2,484.00 $0.00 1241.00 $2,482.00 1241.00 $2,482.00 99.92% 48 12-inch by 6-inch Tappino Sleeve and Valve with Box 1.00 EA $6,500.00 $6,500.00 $0.00 1.00 $6,500.00 1.00 $6,500.00 100.00% 49 Fire Hvdrant Assemblv, All Deoths, lncludino 6-inch Diameter Gate Valve and Box 5.00 EA $6,800.00 $34,000.00 $0.00 5.00 $34,000.00 5.00 $34,000.00 100.00% 50 6-inch Diameter Fire Hydrant Branch by Open-Cut 34.00 LF $24.00 $816.00 S0.00 35.00 $840.00 35.00 $840.00 102.94% 51 12-inch Diameter C-900 Water Line by Open-Cut 1,190.00 LF S122.00 $145,180.00 S0.00 1190.00 $145,180.00 1190.00 $145,180.00 100.00% 52 12-inch Diameter C-900 Water Line in Steel Casino by Open-Cut 18.00 LF $100.00 $1 800.00 $0.00 18.00 $1,800.00 18.00 $1,800.00 100.00% 53 12-inch Diameter Wet Connection 2.00 EA $2,600.00 $5,200.00 $0.00 3.00 $7,800.00 3.00 $7,800.00 150.00% 54 Cut, Plua, and Abandon Existina 12-inch Diameter Water Line 2.00 EA $600.00 $1,200.00 $0.00 2.00 $1 200.00 2.00 $1,200.00 100.00% 55 Adjust Existinq Valve Box to New Grade 4.00 EA $150.00 $600.00 $0.00 $0.00 0.00 $0.00 0.00% 56 12-inch Diameter SDR26 Sanitarv Sewer by Open-Cut 396.00 LF $96.00 $38,016.00 S0.00 403.00 $38,688.00 403.00 $38,688.00 101.77% 57 12-inch Diameter Pressure-rated SDR26 Sanitarv Sewer bv Open-Cut 46.00 LF $68.00 $3,128.00 $0.00 46.00 $3,128.00 46.00 $3,128.00 100.00% 58 12-inch Diameter SDR26 Sanitary Sewer in Steel Casinq by Open-Cut 18.00 LF $100.00 $1,800.00 $0.00 18.00 $1,800.00 18.00 $1,800.00 100.00% 59 Adiust Existinq Manhole Frame and Cover to New Grade 2.00 EA $600.00 $1,200.00 $0.00 1.00 $600.00 1.00 $600.00 50.00% 60 4-Foot Diameter Shallow Depth Precast Manhole (Cover Bolted to Ring) 3.00 EA $9,500.00 $28,500.00 $0,00 3.00 $28,500.00 3.00 $28,500.00 100.00% STORMWATER POLLUTION PREVENTION PLAN ITEMS: 61 Soddinq 4,500.00 SY $5.00 $22,500.00 $0.00 $0.00 0.00 $0.00 0.00% TPDES General Permit No. TXR 150000, Notice of Intent (NOi) Application Fees 62 I/Contractor's NOi Fee & Harris Countv's NOi Fee, Each Fee shall be set price of $325.00) 2.00 EA $350.00 $700.00 $0.00 2.00 $700.00 2.00 $700.00 100.00% Reinforced Filter Fabric Barrier (60% of unit cost for furnish and installation and 40% of unit cost 63 for removal) 99.00 LF $7.00 $693.00 $0.00 40.00 $280.00 40.00 $280.00 40.40% Inlet Protection Barrier {Stage 1, With Fiber Rolls; 60% of unit cost for furnish and installation, and 64 40% of unit cost for removal) 1.00 EA $200.00 $200.00 $0.00 0.60 $120.00 0.60 $120.00 60.00% Stabilized Construction Access (Type 1-Rock; 60% of unit cost for furnish and installation, and 65 40% of unit cost for removal l 133.00 SY $31.00 $4,123.00 $0.00 79.80 $2,473.80 79.80 $2,473.80 60.00% Concrete Truck Washout Structures {60% of unit cost for furnish and installation, and 40% of unit 66 cost for removal) 2.00 EA $1,500.00 $3,000.00 $0.00 $0.00 0.00 SO.GO 0.00% Paid with Check #1030Inlet Protection Barrier (For Stage II Inlets, Gravel Bags; 60% of unit cost for furnish and 67 installation, and 40% of unit cost for removal) 12.00 EA $50.00 $600.00 $0.00 $0.00 0.00 $0.00 0.00% 68 SWPPP Inspection and Maintenance (Min. Bid -$2,000/Month} 8.00 MO $2,000.00 $16,000.00 1.00 $2,000.00 4.50 $9,000.00 5.50 $11,000.00 68.75% EXTRA WORK ITEMS (TO BE AUTHORIZED BY ENGINEER): 69 Borrow (Min. Bid $10/CY) 400.00 CY $10.00 S4,000.00 $0.00 $0.00 0.00 $0.00 0.00% 70 Grouridwater Control/Well Pointinq (Min. Bid $25/LF) 1 753.00 LF $25.00 $43 825.00 $0.00 $0.00 0.00 $0.00 0.00% 71 Uniformed Peace Officers (Min Bid $45.00/HR) 80.00 HR $45.00 $3,600.00 $0.00 $0.00 0.00 $0.00 0.00% CASH ALLOWANCE: 72 Cash Allowance /see additional work items summarv oaae\ 1.00 LS $100,000.00 $100,000.00 0.34954 $34,954.00 0.23200 $23,200.00 0.58154 $58,154.00 58.15% TOTALS $2,491,925.00 $112,004.85 $1,666,784.80 $1,778,789.65 71.38% SCHEDULE OF VALUES CERTIFICATION: CONTRACTOR: Carter Construction, LLC ENGINEER: SIGNED: SIGNED: Paul Fowler, Project Manager Gauge Eng;nee,;gt. DATE: 9-4-2024 DATE: 9-5-2024 Paid with Check #1030Additional Work Items Summary (Field Changes) M Street Improvement Project ESTIMATE No.:I 6 I ESTIMATE PERIOD: 7 /27 /24 • 8/31 /24 BID DESCRIPTION BID UNIT UNIT TOTAL QUANTITY AMOUNT QUANTITY AMOUNT TOTAL TOTAL PERCENT ITEM QTY. PRICE THIS THIS PREVIOUS PREVIOUS QUANTITY AMOUNT COMPLETE PERIOD PERIOD PERIODS PERIODS TO DATE TO DATE Cash Allowance Items -See bid item 72 Waterline Offset (RFI 2323-02) 73 Exploratory excavation to locate existing WL 1.00 LS 1$ 600.00 $ 600.00 $ 1.00 $ 600.00 1.00 $ 600.00 100.00% 74 Remove Existing 12" Tee 1.00 EA $ 400.00 $ 400.00 $ $ 0.00 $ 0.00% 75 Remove Existing 12" C900 WL 20.00 LF $ 50.00 $ 1,000.00 $ 20.00 $ 1,000.00 20.00 $ 1,000.00 100.00% 76 Install 12" Tee at 45 Degree Angle 1.00 EA $ 1,500.00 $ 1,500.00 $ $ 0.00 $ 0.00% 77 Install 12" DR14 C900 WL 35.00 LF $ 200.00 $ 7,000.00 $ 33.00 $ 6,600.00 33.00 $ 6,600.00 94.29% Replace ExistinQ 36" RCP (RFI 2323-04) 78 Adjust Existinq Storm Manhole 1.00 EA $ 600.00 $ 600.00 $ 1.00 $ 600.00 1.00 $ 600.00 100.00% 79 Reinforced Concrete Pipe, C76, Class Ill, Rubber Gasket (36") 48.00 LF $ 300.00 $ 14.400.00 $ 48.00 $ 14,400.00 48.00 $ 14,400.00 100.00% Replece Existing 48" Outfall "B" Pipe (RFI 2323-05) 80 6" Pump 6.00 DAY $ 800.00 $ 4,800.00 4.38 $ 3,504.00 $ 4.38 $ 3,504.00 73.00% 81 48" HOPE 60.00 LF $ 275.00 $ 16,500.00 60.00 $ 16,500.00 $ 60.00 $ 16,500.00 100.00% 82 Rip-Rap 50.00 SY $ 125.00 $ 6,250.00 42.00 $ 5,250.00 $ 42.00 $ 5,250.00 84.00% 83 48" Timber Bent 1.00 EA $ 3,500.00 $ 3,500.00 1.00 $ 3,500.00 $ 1.00 $ 3,500.00 100.00% 84 Soddinq (Pond Slope) 200.00 SY $ 5.00 $ 1,000.00 $ $ $ 0.00% Offsed 12" Water Line Over 48" HOPE (RFl-2323-06) 85 Remove Existinq 12" C900 WL 20.00 LF $ 50.00 $ 1,000.00 20.00 $ 1,000.00 $ 20.00 $ 1,000.00 100.00% 86 Install 12" DR14 C900 WL (includes beddinq, backfill, and all fittinqs) 35.00 LF $ 200.00 $ 7,000.00 26.00 $ 5,200.00 $ 26.00 $ 5,200.00 74.29% TOTALS $65,550.00 $34,954.00 $23,200.00 $58,154.00 88.72% Paid with Check #1031 CITY OF LA PORTE 604 WEST FAIRMONT PARKWAY LA PORTE, TX 77571 INVOICE 281-4 70-5020 To: La Porte Redeve l o pment Authori ATTN: DAVID HAWES PO BOX 22167 HOUSTON, TX 77227 Date Description 08 /06 /24 TIRZ -5% Admin Fee Customer Number: coooo19os Invoice Number: Invoice Date: Due Date: Total Due AR012924 08 /06 /24 09 /06 /24 Amount 125,564.23 125,564.23 PLEASE RETURN THIS PORTION WITH YOUR PAYMENT Please make checks payable to: CITY OF LA PORTE 604 WEST FAIRMONT PARKWAY LA PORTE, TX 77571 281-4 70-5020 Customer Number: Invoice Number: Invoice Date: Total Amount Due $ C00001905 A,R012924 08 /06 /24 125,564.23 Total Payment $ _______ _ Paid with Check #1032 Gauge Engineering 11750 Katy Freeway , Suite 400 Houston , TX 77079 La Porte TIRZ 9600 Long Point Road Suite 200 Houston , TX 77055 Professional Services Provided Through August 31 , 2024 Contract Descript ion Amount Detention Basin Evaluation 11 ,200 .00 Expenses 200 .00 Total 11 ,400.00 Aging Summary Invoice Number Invoice Date Outstanding 3480 09/05/2024 2,984.00 Total 2,984.00 La Porte TIRZ Percent Complete 90.00 13.40 88.66 Curre nt 2 ,984 .00 2,984.00 Invoice number 3480 Page 1 Invoice number 3480 Date Project Prior Billed 7,096.00 26 .80 7,122.80 Over 30 0.00 09/05/2024 1355 LAPORTE -LAKES AT FAIRMONT GREENS Total Billed Remaining Current Billed 10,080.00 1,120.00 2,984.00 26.80 173.20 0.00 10,106.80 1,293.20 2,984.00 Invoice total I 2,984.001 Over60 Over90 Over 120 0.00 0.00 0.00 Please note new mailing address Please make checks payable to : Gauge Engineering, LLC 11750 Katy Freeway , Su ite 400 Houston , TX 77079 Invo ice date 09/05 /2024 Paid with Check #1032 Gauge Engineering 11750 Katy Freeway, Suite 400 Houston, TX 77079 La Porte Tl RZ 9600 Long Point Road Suite 200 Houston, TX 77055 Professional Services Provided Through August 31, 2024 Contract Description Amount Infrastructure Projects Basic Services 15,040.00 Roadway Analysis/Design 51,260.00 Drainage Analysis 31,700.00 Subtotal 98,000.00 Pedestrian/Bicyclist Improvements Basic Services 5,960.00 Trail/Sidewalk Analysis/Design 20,040.00 Subtotal 26,000.00 Project 35,300.00 Mgmt/Coordination/Cost/QA/QC Expenses 490.00 Total 159,790.00 Aging Summary Invoice Number Invoice Date Outstanding 3479 09/05/2024 9,443.29 Total 9,443.29 La Porte TIRZ Invoice number 3479 Date Project Percent Prior Complete Billed 66.50 8,685.60 46.50 21,529.20 4.50 1,426.50 35.98 31,641.30 75.25 4,484.90 26.75 4,008.00 37.87 8,492.90 28.25 5,558.23 30.00 93.13 34.56 45,785.56 Current Over30 9,443.29 9,443 .29 0.00 Invoice number 3479 Page 1 09/05/2024 1336 LAPORTE -FEASIBILITY STUDY Total Billed Remaining Current Billed 10,001.60 5,038.40 1,316.00 23,835.90 27,424.10 2,306.70 1,426.50 30,273.50 0.00 35,264.00 62,736.00 3,622.70 4,484.90 1,475.10 0.00 5,360.70 14,679.30 1,352.70 9,845.60 16,154.40 1,352.70 9,972.25 25,327 .75 4,414.02 147.00 343.00 53.87 55,228.85 104,561.15 9,443.29 Invoice total I 9,443.291 Over 60 Over 90 Over120 0.00 0.00 0.00 Please note new mailing address Please make checks payable to: Gauge Engineering, LLC 11750 Katy Freeway , Suite 400 Houston, TX 77079 Invoice date 09/05/2024 Paid with Check #1032 Gauge Engineering 11750 Katy Freeway , Suite 400 Houston , TX 77079 La Porte Tl RZ 9600 Long Point Road Suite 200 Hou ston , TX 77055 Professional Services Provided Through August 31 , 2024 Contract Description Amount Construction Phase Services Construction Phase Services 49 ,140 .00 Printing and 1,835 .50 Reproduction/Mileage/Deliveries TDLR Review/Inspections 1,500 .00 Extra Engineering Effort 12,000.00 Subtotal 64,475.50 Construction Materials Testing Construction Materials Testing & 109,664.50 Inspection -Terracon Subtotal 109 ,664 .50 Construction Management & Inspection Construction Management 35 ,360.00 Construction Inspection 181 ,125 .00 Expenses 8 ,100.00 Subtotal 224,585 .00 Total 398,725.00 Aging Summary Invoice Number Invoice Date Outstanding 3478 09/05/2024 43,239.54 Total 43 ,239 .54 La Porte TIRZ Invoice numb e r 3478 Date Project Percent Prior Complete Billed 58.00 25,307.10 19.53 296.78 0.00 0.00 100.00 12 ,000 .00 63.37 37 ,603.88 58 .56 53,497.89 58 .56 53,497.89 60 .39 18,475 .60 70.35 101,430.00 20.19 1,257.59 66 .98 121,163.19 64 .08 212,264.96 Current Over30 43 ,239 .54 43,239 .54 0.00 Inv oice number 3478 Page 1 09/05/2024 1299 M STREET -CPS , CMT, CM&I Tota l Billed Remaining Current Billed 28,501 .20 20,638.80 3,194.10 358.42 1,477.08 61 .64 0.00 1,500.00 0.00 12 ,000.00 0.00 0.00 40,859.62 23,615.88 3,255 .74 64 ,223 .89 45,440.61 10,726.00 64,223.89 45 ,440.61 10,726 .00 21 ,355 .60 14,004.40 2,880 .00 127,430.00 53,695.00 26,000.00 1,635 .39 6,464 .61 377.80 150,420.99 74,164 .01 29,257 .80 255,504.50 143,220.50 43,239 .54 Invoice total I 43,239 .541 Over60 Over 90 Over120 0.00 0.00 0.00 Please note new mailing address Please make checks payable to: Gauge Engineering , LLC 11750 Katy Freeway , Suite 400 Houston , TX 77079 Inv oi ce date 09/05/2024 Paid with Check #1033 INVOICE BILL TO La Porte RedevelopmentAuthor ity.1fTIRZ #1 604 W Fairmont Pkwy. LaPorte, TX 77571 United States DESCRIPTION Professional Consulting and Admin i stration Fee : August 2024 In-House Postage , Photocopies, Binding , Etc.: August 2024 Fed Ex Delivery: 8/14/2024 Fed Ex Delivery: 8/16/2024 Fed Ex Delivery: 8/21/2024 BALANCE DUE Page 1 of 1 INVOICE DATE 2108 09/01/2024 AMOUNT 2 ,000 .00 267 .51 45 .85 67.68 60.51 $2,441.55 Paid with Check #1033 LA PORTE RDA/TIRZ #1 In-house Postage, Photocopies, Binding, etc. Postage Date 8/9/2024 Photocopies@ $0 .15 Amount $ 2 .76 $ 2.76 Date Pages Amount 8/1/2024 1665 $ 249.75 Total $ 249 .75 Color Photocopies @ $0.50 $ Total $ Binding sets @ $1.00 Date Sets 8/1/2024 Total Total, all Items Postage Photocopies Color Photocopies Binding sets TOTAL Amount 15 $ 15.00 $ 15.00 $ 2.76 $ 249.75 $ $ 15.00 $ 267.51 Paid with Check #1033FedEx® Billing Online □□ SUMMARY □□ CJ INVOICES !--! MANAGE PAYMENTS 'v' @ ADMINISTRATION lJl!l REPORTING 0 HELP ~ RETURN TO LEGACY << Invoices > Invoice Details > Shipment Details SHIPMENT DETAILS Tracking ID 777889948175 L_ Shipment ➔ "-2 of 2 BILLING INFORMATION TRANSACTION DETAILS Tracking ID number 777889948175 Sender information Invoice number 4-660-62936 Randy Carr Hawes Hill & Associates Account number 2021-8784-2 9600 Long Point Suite 222 Invoice date 08/14/2024 HOUSTON TX 77055 Due date 08/29/2024 us Total billed $45.85 Recipient information B. Nelson Mitchell, Jr. Tracking ID balance $0.00 Jabez-LB 1, LLC due 1038 Texan Trail, Bldg. 1 Status Closed GRAPEVINE TX 76051 us ASKFEDEX Paid with Check #1033FedEx® Billing Online □□ SUMMARY □□ CJ INVOICES !--! MANAGEPAYMENTS v @ ADMINISTRATION V lJJJJ. REPORTING G) HELP <1-¢ RETURN TO LEGACY << Invoices> Invoice Details > Shipment Details SHIPMENT DETAILS Tracking ID 777890674395 ~ Shipment ➔ 1 of2 BILLING INFORMATION Tracking ID number Invoice number Account number Invoice date Due date Total billed Tracking ID balance due Status TRANSACTION DETAILS 777890674395 Sender information Randy Carr 4-662-18522 Hawes Hill & Associates 2021-8784-2 9600 Long Point Suite 222 08/16/2024 HOUSTON TX 77055 08/31/2024 us $67.68 Recipient information Doak Brown $0.00 Hawthorne at La Porte, LLC 559 WESTMINSTER DR Closed HOUSTON TX 77024 us Paid with Check #1033FedEx® Billing Online DO SUMMARY DD CJ INVOICES !--1 MANAGE PAYMENTS v @ ADMINISTRATION v lJJlJ. REPORTING CD HELP ~ RETURN TO LEGACY << Invoices > Invoice Details > Shipment Details SHIPMENT DETAILS Tracking ID 777890283116 L__ Shipment ➔ ~ 1 of1 BILLING INFORMATION TRANSACTION DETAILS Tracking ID number 777890283116 Sender information Invoice number 4-666-71865 Randy Carr Hawes Hill & Associates Account number 2021-8784-2 9600 Long Point Suite 222 Invoice date 08/21/2024 HOUSTON TX 77055 Due date 09/05/2024 us Total billed $60.51 Recipient information Greg Coleman Tracking ID balance $0.00 Beazer Homes Texas LP due 10235 W LITTLE YORK SUITE 150 Status Closed Suite 200 HOUSTON TX 77040 us ASK FEDEX LA PORTE REDEVELOPMENT AUTHORITY, CITY OF LA PORTE, TEXAS AGENDA MEMORANDUM TO: La Porte Redevelopment Authority Board of Directors FROM: Executive Director SUBJECT: Agenda Item Materials LA PORTE REDEVELOPMENT AUTHORITY c/o Hawes Hill & Associates LLP P.O. Box 22167 Houston TX 77227-2167 713-595-1200 or FAX 281-888-6314 8. Receive updates from the city, developers, and staff about development within the Zone. LA PORTE REDEVELOPMENT AUTHORITY, CITY OF LA PORTE, TEXAS AGENDA MEMORANDUM TO: La Porte Redevelopment Authority Board of Directors FROM: Executive Director SUBJECT: Agenda Item Materials LA PORTE REDEVELOPMENT AUTHORITY c/o Hawes Hill & Associates LLP P.O. Box 22167 Houston TX 77227-2167 713-595-1200 or FAX 281-888-6314 9. Board Member comments: a. Matters appearing on agenda; and b. Inquiry of staff regarding specific factual information or existing policy