HomeMy WebLinkAbout12-14-20 Regular Meeting of the La Porte City Council
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December14, 2020
Requested By:Source of Funds:N/A
Mayor Rigby
Department:
Account Number:N/A
Amount Budgeted:N/A
ReportResolutionOrdinance
Amount Requested:N/A
Exhibits: Proposed Election Services Contract fromHarris
Budgeted Item:YesNo
County, Exhibits A and B
SUMMARY
Thegeneral election for the City of La Porte was held jointly with Harris County on
November 3, 2020,and resulted in a runoff for the Councilperson-District 6race.
The runoff election will be held on December 12, 2020. The City is currently awaiting
anelection services contract from Harris County. Should it not be received soon enough
for reviewforthe canvassmeeting, the Mayor or Council will needto hold aspecial
meetingfor that item.Harris County has indicated they understand the urgency and will
provide the document as soon as they are able.
RECOMMENDEDMOTION
Approve anagreement with Harris County to provide election services for the
runoffelection.
AGREEMENT BETWEEN HARRIS COUNTY AND CITY OF LA PORTE, RELATING
TO RUNOFF ELECTION TO BE HELD
DECEMBER 12, 2020
THIS AGREEMENT is made and entered into by and between Harris County, a body corporate and
politic under the laws of the State of Texas, , on behalf of the Harris County Elections
Administrator, Isabel Longoria,
Code and CITY OF LA PORTE (hereinafter referred to as the Entity. The effective date is the date
countersigned below.
RECITALS:
The Entity contemplates holding a runoff election on December 12, 2020 to be conducted by the
County; and
Part or all of the Entity lies within the boundaries of Harris County.
The Joint Election shall be conducted utilizing county-wide polling places pursuant to Section
43.007(a)(5) of the Texas Election Code.
The County will be using an electronic voting system, eSlatethat has
been duly approved by the Secretary of State and duly approved by the United States Justice Department for use
in Harris County; and
The Entity desires to use the County's Voting System in its election and agrees to compensate the
County for such use and certain other expenses connected with such election in accordance with the Texas
Election Code; and
The Entity is willing to conduct a joint election with other entities as agreed with the Contracting
Officer; and
The Contracting Officer desires to provide certain election services to the Entity for its election to be
held on December 12, 2020; and
WHEREFORE in consideration of the mutual covenants, agreements and benefits to the parties, IT IS
AGREED as follows:
TERMS:
I. Entity
1. In Generals governing body will approve this agreement with the Contracting
Official for election services and will appoint Isabel Longoria, Harris County Elections Administrator, as the
Early Voting Clerk and Central Count Manager in the Election Order. Additionally, the Entity will appoint
Isabel Longoria, Harris County Elections Administrator, to perform duties as the election officer and custodian
of records, requiring her to maintain election records except for those records the Entity is responsible for
generating and maintaining including, but not limited to, candidate filings, posting, notices, and canvass reports.
The Entity is responsible for preparation of election orders, resolutions, notices and other pertinent documents
for adoption or execution by the appropriate officer of the Entity with regard to the election; and is responsible
for making their own submissions, if any is required or desired, to the United States Department of Justice; and
receives candidate filings. The Entity will compensate the Contracting Official for use of equipment and to
share in certain other expenses connected with the election; pay the cost incurred by the Contracting Official for
the voting system equipment, furniture, telephones, supplies, delivery and transportation services, personnel,
polling locations and administrative cost; provide the Contracting Official with a list of candidate names and
ballot positions for the election and proposition titles and proposition language in four languages (English,
Spanish, Vietnamese and Chinese-Traditional); and prepare, post and publish any and all notices required of the
Entity by state law for the election.
2. Ballot Language & Ballot Style. The Entity agrees that it has furnished the Contracting Officer
with a list of race titles and proposition titles, if any, for the December 12, 2020 Election. All information must
be provided in all four languages.
3. The Entity agrees it has provided the Contracting Officer
ballot positions for the December 12, 2020 Election and has proofread and approved the ballot provided by the
Contracting Officer.
4. Further, the Entity agrees to use the same jurisdictional boundaries (including any and all
separate districts) and the total number of Harris County precincts required by those jurisdictional boundaries as
used in the November 3, 2020 General Election.
5. Early Voting. The Entity will approve Early Voting Supervisors and Clerks; approve Early
Voting locations; provide dates and times of early voting: and accept appointment of Presiding and Alternate
Judge for Early Voting Ballot Board by the Early Voting Clerk.
6. The Entity shall agree to appoint the following positions: the Early Voting Clerk, all Election
Day Presiding and Alternate Judges, Early Voting Ballot Board and Central Count Presiding and Alternate
Judges, Central Count Manager and Tabulation Supervisor. The Entity agrees to approve the Early Voting and
Election Day polling places.
7. Election Day. The Entity will approve Presiding and Alternate Judges and approve Election Day
Locations. Neither the Entity nor the Contracting Official hereto shall have any authority or control over the
presiding judges and/or clerks in connection with, or in any manner relating to, things and acts done, or to be
done, by the presiding judges and/or clerks as the presiding judges and/or clerks of any election held at the
expense of the other party.
8. The Entity agrees to prepare, post and publish any and all notices required of the Entity by state
law for the December 12, 2020 Election. Unless otherwise expressly provided herein, the Entity agrees to do all
things that may be required of it in connection with the December 12, 2020 Election. The Entity is responsible
for the preparation of election orders, resolutions, notices and other pertinent documents for adoption or
execution by the appropriate officer of the Entity with regard to the December 12, 2020 Election. The
Contracting Officer shall not have any responsibility or duty in connection with such preparations by the Entity.
The Entity is responsible for making their own submissions, if any is required or desired, to the United States
Justice Department pursuant to the Voting Rights Act of 1965, as amended, and the Contracting Officer Entity
shall have no responsibility or duty in connection with such submission relating to the December 12, 2020
Election.
9. The County shall require all poll workers to adhere to safety protocols outlined by the County
including but not limited to wearing masks at all times, utilizing Personal Protective Equipment (PPE), and
social distancing. The County shall have the authority to remove any poll worker from employment if they do
not follow safety protocols outlined by the County.
Election Runoff Agreement - December 12, 2020
2
10. Central Count. The Entity will appoint Isabel Longoria as Presiding Judge of Central Count,
conduct their own canvass, perform oaths and/or recognition of victorious candidates, and report to the
Secretary of State the names and offices of victorious candidates. The Entity agrees that the central counting
station will be located at the NRG Arena.
II. Contracting Officer
11. The Contracting Officer agrees that the Harris County Clerk will supervise the performance of
the following duties to be performed by the Contracting Officer.
12. The Contracting Officer will perform its obligations in accordance with all applicable laws and
agrees to follow the Texas Election Code in the conduct of the December 12, 2020 Runoff Election. The
Contracting Officer agrees to provide mail ballots to all vot
The Contracting Officer shall provide space on the ballot sufficient to encompass all candidate races and issues
of the Entity. All required election materials, documents, notices and postings will be in English, Spanish,
Vietnamese and Chinese. The Contracting Officer, where able, will assume lead responsibility in providing
Spanish, Vietnamese and Chinese speaking poll workers in areas of high concentration of Spanish, Vietnamese
or Chinese voters. The Contractor Officer will train early voting and Election Day personnel.
13. Logic & Accuracy. The Contracting Officer will assemble the Logic and Accuracy Board and
perform the Logic & Accuracy Test for the ballot.
14. Early Voting In Person. The Contracting Officer will secure and arrange for the delivery of the
Voting system equipment and supplies used in Early Voting; secure early voting locations; provide all
equipment and supplies used in early voting; provide a list of election officers for the main early voting
Central Office at the close of early Voting.
15. Early Voting Ballot by Mail. The Contracting Officer will employ or use personnel as necessary
to prepare and conduct early voting by mail, provide materials for voting by mail, and provide all equipment
and supplies used in early voting ballot by mail. Additionally, the Contracting Officer will provide a list of
pay the presiding judge and clerks of the Signature Verification Committee and the Early Voting Ballot Board.
The Contracting Officer is authorized to employ or use such personnel, as it deems necessary or desirable, to
prepare and conduct early voting by mail. The procedure for appointing the early voting ballot board for the
December Runoff Election is set out in Tex. Elec. Code Ann. §87.002.
16. Election Day. The Contracting Officer will secure all the voting places, provide voting system
equipment, tables, chairs, supplies etc. for holding the election on Election Day, and secure drop off location(s)
for Election Day. The Contracting Officer agrees to pay the presiding judges and their clerks for services in
connection with Election at the expense of the entity, and hire, train and pay for technical support.
17. Central Count. The Contracting Officer will pay the presiding judge of the Central Count at the
expense of the Entity, employ such personnel as it deems necessary to program and operate the automatic
tabulating equipment, and provide precinct by precinct report to the Secretary of State.
18. The Contracting Officer shall provide a list of presiding and alternate election judges for each
Early Voting location, each county election precinct with a polling location and the central counting station, the
Early Voting Ballot Board, Central Count Manager and Tabulation Supervisor according the Texas Election
Code for the appointment by the governing body of the Entity. Necessary additional appointments shall be
Election Runoff Agreement - December 12, 2020
3
made under the Texas Election Code. The Contracting Officer agrees to pay the Early Voting and Election Day
judges and their clerks, for their services in connection with the December 12, 2020 Runoff Election at the
expense of the Entity. The Contracting Officer agrees to pay the presiding judge and clerks of the Early Voting
Ballot Board to process early voting results at the expense of the Entity.
19. The Contracting Officer agrees to perform its obligations under this Agreement in accordance
with all applicable federal and state laws, rules and regulations.
III. Compensation
20. s Voting System, equipment,
supplies, and staff and for other services provided for administration of the election is detailed in the itemized
list of estimated election expenses under Exhibit A, attached hereto and incorporated herein. The Entity agrees
to pay costs to the Contracting Officer for the Voting System, equipment, furniture, telephones, election kits,
Early Voting Ballot by Mail, printing, supplies, delivery and transportation services, personnel, polling places,
technical support, training, administrative costs and any other costs incurred by the Entity under this Agreement
for the December 12, 2020 Runoff Election held by the Entity and to pay the cost of the December 12, 2020
Election in accordance with the terms of this Agreement.
21. costs will be computed by attributing the total number of registered voters in each
Contracting Officer in the December 12, 2020 Election. The
Voter Registry of the Entity, as of seventy (70) days before the November 3, 2020 Election, will be used to
total cost is attached and incorporated herein as Exhibit A
incurred by the Contracting Officer for the December 12, 2020 Election necessary for the purposes
contemplated by this Agreement shall be made by the Contracting Officer and its decision shall be final.
22. The fair and reasonable value of the general overall supervision and advisory services of the
Contracting Officer in connection with decisions to be made and actions to be taken by officers of the Entity is
ten percent (10%) of the total amount of the Agreement for the Entity, in accordance with the Texas Election
Code. The Entity agrees to pay the Contracting Officer this ten percent (10%) fee for advisory services for its
December 12, 2020 Runoff Election. It is understood that the fees paid for these advisory services shall be
deposited in a separate fund in the County treasury, in accordance with the Texas Election Code.
23. The Entity agrees to deliver sixty percent (60%) of their respective total estimated cost for its
share of the December 12, 2020 Runoff Election to the Contracting Officer within ten (10) days of the
execution of this Agreement. The Contracting Officer agrees to furnish a final accounting of the December 12,
2020 Runoff Election expenses actually incurred within ninety (90) days after the December 12, 2020 Runoff
Election. The Entity agrees to pay the Contracting OfficerDecember 12, 2020
Runoff Election expenses within thirty (30) days of receipt of the invoice. Payments, in the name of Harris
County, must be submitted to Isabel Longoria, Harris County Clerk, Attn: Elections Division, P.O. Box 1148,
Houston, TX 77251-1148. Copies of all related invoices, records or documentation used in calculating the total
cost of the elections will be made available as soon as practicable by the Contracting Officer upon written
request to the Contracting Officer at the address above. Within ten (10) days of execution of this Agreement,
the Contracting Officer
County Auditor. Each payment by the Entity to the Contracting Officer shall reference and include their
respective PEID number.
24. Waiver of any penalty fees imposed upon the Entity under this Agreement is at the discretion of
the Contracting Officer.
IV. Additional Entities
Election Runoff Agreement - December 12, 2020
4
25. It is understood that other political subdivisions may be conducting a Runoff Election on the
December 12, 2020. To the extent that equipment and/or personnel will be used for the same purpose, the
expense will be split on a prorate share based on the reg.
V. Cancellation of Election
26. December 12, 2020 Runoff Election is enjoined or canceled, or if for
any reason whatsoever the Entity shall decide not to proceed with its December 12, 2020 Runoff Election, the
Entity agrees that it shall be responsible for its share of any costs and expenses incurred by the Contracting
Officer up to the cancellation date. In the event the Entity cancels the election, the official Entity
Representative shall immediately and without delay contact the Contracting Officer of such cancellation via
electronic mail AND in writing, on official Entity letterhead, mailed to the Administrator of Elections as
provided in this contract.
VI. Presiding Judges and Clerks
27. Presiding Judges and clerks shall be selected pursuant to the Texas Election Code Chapter 32.
Regarding powers and duties, the presiding judge is in charge of and responsible for the management and
conduct of the election at the polling place of the election precinct that the judge serves. See Texas Election
Code Section 32.071.
VII. Notice
28. Any notices permitted or required to be given under this Agreement must be made by certified
mail, return receipt requested or hand-delivered to the parties at the following addresses:
Contracting Officer:
Harris County Election Administrator
th
1001 Preston, 4 Floor
Houston, TX 77002
Attention: Maureen Fisbeck
Entity: City of La Porte
604 Fairmont Parkway
La Porte, Texas 77571
Attention: Ms. Lee Woodward
VIII. Termination
29. Each party may terminate this agreement upon thirty days (30) notice as provided in this
agreement. Should the Entity terminate this contract, the Entity shall be responsible for its pro rata share of
expenses incurred up unto the time of termination or as described herein specifically.
IX. Reporting Requirements
30. Each party is responsible for making the submission, if any is required or desired, to the United
States Justice Department or the Texas Secretary of State and no party hereto shall have any responsibility or
Election Runoff Agreement - December 12, 2020
5
duty in connection with the submission relating to the election to be held at the expense of any other party
hereto.
X. Miscellaneous
31. Third Party Beneficiaries. The Contracting Officer is not obligated or liable to any party other
than the Entity for the performance of this Agreement. Nothing in the Agreement is intended or shall be deemed
or construed to create or increase any additional rights or remedies in any third party, or the duties or
responsibilities of the Contracting Officer with respect to any third party.
32. Successors and Assigns. The Contracting Officer and Entity bind themselves and their
successors, executors, administrators, and assigns to the other party of this Agreement and to the successors,
executors, administrators and assigns of such other party, in respect to all covenants of this Agreement.
Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of any
public body, which may be a Party hereto.
33. Applicable Law and Venue. This Agreement is governed by the laws of the State of Texas. The
Agreement is subject to Texas state and federal laws, orders, rules, and regulations. Each Party shall comply
with all applicable federal, state, and local laws, ordinances, rules, and regulations concerning the performance
of this Agreement. The venue shall be Harris County, Texas.
34. Entire Agreement. This instrument contains the entire agreement between the parties. Any oral
or written representations or modifications concerning this instrument shall be of no force and effect excepting a
subsequent modification in writing signed by both parties to this Agreement.
35. Severability. If any provision of this Agreement is construed to be illegal or invalid, this will not
affect the legality or validity of any of the other provisions hereof. The illegal or invalid provisions will be
deemed stricken and deleted here from to the same extent and effect as if never incorporated herein.
36. Subtitles. The subtitles in this Agreement are provided for organizational purposes only and do
not provide substantive meaning to the Agreement.
37. Multiple Counterparts. This Agreement will be executed in several counterparts, each of which
shall be an original and all of which shall constitute but one instrument.
EXECUTED on this the ______ day of ________________, 2020.
ATTEST: HARRIS COUNTY
_______________________________ ___
ISABEL LONGORIA
Harris County Elections Administrator
Election Runoff Agreement - December 12, 2020
6
APPROVED AS TO FORM:
VINCE RYAN
County Attorney
By: _________________________________
Scott Lemond
Assistant County Attorney
ENTITY
Name: ____________________________________
Title: _____________________________________
COUNTERSIGNED BY:
Name: ____________________________________
Title: _____________________________________
Election Runoff Agreement - December 12, 2020
7
December 12, 2020 General and Special Elections
EXHIBIT A - COST ESTIMATE
ItemQty.CostTotalQty.CostTotal
EARLY VOTING
Early Voting/AbsenteePersonnel
$425,000.00
Ballot Board
$12,000.00
Early Voting Polling Places$5,000.00
Sheriff/Constables (security)$25,000.00
Ballot by Mail
Postage$15,440.39
Absentee/Early Print & Supply$9,611.72
$492,052.11
Equipment - 14 EV locations
JBC31$129.75$4,022.25
DAU30$156.24$4,687.20
eSlate218$132.49$28,882.82
Caddy34$29.25$994.50
$38,586.77
ELECTION DAY
Judge/Clerk Payroll, eSlate
Judge/Clerk Payroll, ADA & Procedures Training, Judge Supply Pickup,
training, Judge Supply PickupLaw School, ePoll$136,000.00
Training Sites$0.00
Technical Support$0.00
Polling Places63$27,000.00
Election Day Print & Supplies$10,000.00
63
$173,000.00
Equipment - 63 ED locations
JBC252$129.75$32,697.00
DAU252$156.24$39,372.48
eSlate812$132.49$107,581.88
Caddy150$29.25$4,387.50
$184,038.86
ELECTION NIGHT
Sheriff/Constables (security)$5,000.00
Election Night Drop Off site (usage)$15,000.00
SERVICES
Coding fee1$1,800.00$1,800.00
Tally Equipment 1$220.00$220.00
Delivery
Early Voting14$5,000.00
Election Day63$8,500.00
ETC Pickup and Deliveries0$0.00
$35,520.00
Miscellaneous$40,000.00
Base Contract Total$963,197.74
10% Fee \[TEC Sect. 31.100 (d)$96,319.77
Estimated TOTAL$1,059,517.51
Page 1
December 12, 2020 Joint Runoff Elections
Exhibit B Final
% ShareBase CostAdmin 10%DTV sitesTotalDeposit
100.00%$963,197.74$96,319.77$1,059,517.51
CITY OF HOUSTON80.11%$771,617.71$77,161.77$14,000.00$862,779.48$517,667.69
CITY OF BAYTOWN8.27%$79,656.45$7,965.65$7,000.00$94,622.10$56,773.26
CITY OF HUMBLE6.15%$59,236.66$5,923.67$0.00$65,160.33$39,096.20
CITY OF LA PORTE2.88%$27,740.09$2,774.01$0.00$30,514.10$18,308.46
CITY OF NASSAU BAY2.59%$19,984.90$1,998.49$0.00$21,983.39$13,190.03
LOUIS RIGBY
BILL BENTLEY
Mayor
CouncilpersonDistrict 3
BRANDON LUNSFORD
THOMAS GARZA
CouncilpersonAt Large A
CouncilpersonDistrict 4
STEVE GILLETT
JAY MARTIN
CouncilpersonAt Large B
CouncilpersonDistrict 5
DANNY EARP
NANCY OJEDA
CouncilpersonDistrict 1
CouncilpersonDistrict 6
CHUCK ENGELKEN
CouncilpersonDistrict 2
Mayor ProTem
MINUTES OF THE REGULAR MEETING OF THE
CITY COUNCIL OF THE CITY OF LA PORTE
NOVEMBER9, 2020
The City Council of the City of La Portemet in a regularmeetingonMonday, November9, 2020,at the City Hall
Council Chambers, 604 West Fairmont Parkway, La Porte, Texas, at 6:00p.m., with the following in attendance:
Councilpersons present: Louis Rigby, Steve Gillett, Danny Earp,Chuck Engelken, Bill Bentley, Thomas Garza(left at
6:02p.m.), Jay Martin, Nancy Ojeda
Councilpersons attending remotely: None
Councilpersons absent: Brandon Lunsford
Council-appointed officers present: Corby Alexander, City Manager; Lee Woodward, City Secretary; Clark Askins,
Assistant City Attorney
1.CALL TO ORDER Mayor Rigbycalled the meeting to order at 6:01 p.m.Mayor Rigby reminded Councilperson Garza
The
Mayor reminded Councilperson Garza that he had the opportunity to attend the meeting electronically and could go to
his office in City Hall. Councilperson Garza said he was exempted from wearing a face covering for medical reasons
and would not be wearing one. The Mayorasked the Sergeant-at-Arms to remove Councilperson Garza. Councilperson
Garza moved that the Council oppose, which he termed asillegal. The motion did not receive a
second and was not considered.Councilperson Garza was escorted from the room.
2. INVOCATION The invocation was given by Pastor Philip Dunn, Lighthouse Baptist Church, and pledgeswereled by
CouncilpersonChuck Engelken.
3. CITIZENCOMMENT(Generally limited to five minutes per person; in accordance with state law, the time may be reduced
if there is a high number of speakers or other considerations.)
There were no speakers.
4.CONSENTAGENDA(Approval of Consent Agenda items authorizes each to be implemented in accordance with staff
recommendations provided. An item may be removed from the consent agenda and added to the Statutory Agenda for
full discussion upon request by a member of the Council present at this meeting.)
a.Approve the minutes of the City Council meeting held on October 26, 2020.\[Louis R.Rigby, Mayor\]
b.Authorize the City Manager to execute an agreement with Vista-Companion for Stop Loss insurance for the
2021 plan year \[Matt Hartleib, HR Manager\]
c.Authorize the City Manager to execute a contract with Emergicon, LLC for EMS Billing Services in response
to RFP#20510 -EMS Billing Service. \[Lisa Camp, EMS Chief\]
d.Approval purchase order bulk fuel delivery with Apache Oil Company for interim period, in an amount not
to exceed $108,580.00 \[Ray Mayo, Public Works Director\]
e.Approve FY 2020 audit/asset forfeiture report and associated financial records as required by Chapter 59
of the Texas Code of Criminal Procedure. \[Steve Deardorff, Chief of Police\]
Page 1of 4
November9, 2020,Council Meeting Minutes
f. Approve award of Bid # 20018 to Deerskin Manufacturing, Inc. for purchase of trailer for Animal Control
Mobile Adoptions, in the amount of $51,300.00. \[Steve Deardorff, Chief of Police
g.Authorize purchase of Neptune meters and parts from Core and Main of Houston, as sole source provider.
\[Michael Dolby, Finance Director\]
h.Adopt Resolution 2020-28 authorizing the resale of tax delinquent property described as Lots 18 & 19, Block
1114, Town of La Porte. \[Shelley Wolny, Treasurer\]
i.Adopt Resolution 2020-29 authorizing the resale of tax delinquent property described as Lot 20, Block 1114,
Town of La Porte. \[Shelley Wolny, Treasurer\]
j.Adopt Resolution 2020-30 authorizing the resale of tax delinquent property described as Lots 20 & 21, Block
50, Bay Front Addition to the Town of La Porte. \[Shelley Wolny, Treasurer\]
k.Adopt Resolution 2020-31 authorizing the resale of tax delinquent property described as Lots 29, 30 & 31,
Block 1118, Town of La Porte. \[Shelley Wolny, Treasurer\]
l.Approve an Interlocal Tax Collection Agreement with Goose Creek Consolidated Independent School
District. \[Michael Dolby, Finance Director\]
m. Adopt Resolution 2020-32 authorizing the resale of tax delinquent property described as Lots 9, 10 & 11,
Block 422, Town of La Porte. \[Shelley Wolny, Treasurer\]
n.Adopt Resolution 2020-33 authorizing the resale of tax delinquent property described as Lot 12, Block 422,
Town of La Porte. \[Shelley Wolny, Treasurer\]
o.Adopt Ordinances 2020-IDA-155 through 2020-IDA-161, authorizing the execution of Industrial District
Agreements with companies in the Battleground and Bayport Industrial Districts, for a twelve- (12-) year
term beginning January 1, 2020. \[Corby Alexander, City Manager\]
Councilperson Earp has previously filed an affidavit of conflict of interest regarding IDAs and did not participate in
the discussion or vote on the item. Mayor Pro Tem Engelken moved to adopt Ordinances 2020-IDA-155 through
2020-IDA-161, authorizing the execution of Industrial District Agreements with companies in the Battleground and
Bayport Industrial Districts, for a twelve- (12) year term beginning January 1, 2020; the motion was seconded by
Councilperson Bentley; the motion was adopted, 6-0.
5. PUBLIC HEARINGS AND ASSOCIATED ORDINANCES
a. The City Council will hold a public hearing to receive comments regarding a recommendation by the
Planning and Zoning Commission to adopt Ordinance 2020-3805 amending the Code of Ordinances of the
-92000001, a change from High Density
Residential (R-3) to Planned Unit Development (PUD) for a 5.798-acre tract of land located at the 1300 Blocks
-16, Lots 17-32, and
abandoned alley, Block 1159, Lots 4-29 and Tracts 3A and 30A, Block 1160, La Porte Subdivision, Lot 5,
Block 19, Sylvan Beach Subdivisions and a portion of the East L St. and Texas Ave. rights-of-way; followed
by discussion and possible action to consider adopting Ordinance 2020-3805 amending the Code of
Change #20-92000001, a change
from High Density Residential (R-3) to Planned Unit Development (PUD) for a 5.798-acre tract of land located
-
16, Lots 17-32, and abandoned alley, Block 1159, Lots 4-29 and Tracts 3A and 30A, Block 1160, La Porte
Subdivision, Lot 5, Block 19, Sylvan Beach Subdivisions and a portion of the East L St. and Texas Ave.
rights-of-way. \[Ian Clowes, City Planner\]
Mayor Rigby opened the public hearing at 6:22 p.m. Ian Clowes, City Planner gave a presentation on both items.
There were no requests to speak from members of the public. Mayor Rigby closed the public hearing at 6:33 p.m.
Councilperson Martin moved to uphold the Planning and adopt Ordinance
2020-
Change #20-92000001, a change from High Density Residential (R-3) to Planned Unit Development (PUD) for a
5.798-acre tract of land located at the 1300 Blocks of South Broadway and Oregon Streets and legally described
-16, Lots 17-32, and abandoned alley, Block 1159, Lots 4-29 and Tracts 3A and 30A, Block
1160, La Porte Subdivision, Lot 5, Block 19, Sylvan Beach Subdivisions and a portion of the East L St. and Texas
Ave. rights-of-way; the motion was seconded by Councilperson Ojeda; the motion was adopted, 7-0.
Page 2 of 4
November 9, 2020, Council Meeting Minutes
b. The City Council will hold a public hearing to receive comments regarding a recommendation by the
Planning and Zoning Commission to adopt Ordinance 2020-3806 amending the Code of Ordinances of the
-91000001, to allow
for a mixed residential development on a 5.798-acre tract of land, located at the 1300 Blocks of South
-16, Lots 17-32, and Abandoned
alley, Block 1159, Lots 4-29 & Tracts 3A and 30A, Block 1160, La Porte Subdivision, Lot 5, Block 19, Sylvan
Beach Subdivisions and a portion of the East L St. and Texas Ave. rights-of-way in the Planned Unit
Development (PUD) zoning district; followed by discussion and possible action to consider adopting
Ordinance 2020-
granting Special Conditional Use Permit #20-91000001 to allow for a mixed residential development on a
5.798-acre tract of land, located at the 1300 Blocks of South Broadway and Oregon Streets and legally
-16, Lots 17-32, and abandoned alley, Block 1159, Lots 4-29 and Tracts 3A
and 30A, Block 1160, La Porte Subdivision, Lot 5, Block 19, Sylvan Beach Subdivisions and a portion of the
East L St. and Texas Ave. rights-of-way in the Planned Unit Development (PUD) zoning district. \[Ian Clowes,
City Planner\]
Mayor Rigby opened the public hearing at 6:34 p.m. There were no public comments. Mayor Rigby closed the
public hearing at 6:35 p.m. Councilperson Martin moved to
recommendation to adopt Ordinance 2020-3806 amending the Code of Ordinances of the City of La Porte, Chapter
-91000001 to allow for a mixed residential development
on a 5.798-acre tract of land, located at the 1300 Blocks of South Broadway and Oregon Streets and legally
-16, Lots 17-32, and abandoned alley, Block 1159, Lots 4-29 and Tracts 3A and
30A, Block 1160, La Porte Subdivision, Lot 5, Block 19, Sylvan Beach Subdivisions and a portion of the East L St.
and Texas Ave. rights-of-way in the Planned Unit Development (PUD) zoning district; the motion was seconded by
Mayor Pro Tem Engelken; the motion was adopted, 7-0.
6. STATUTORY AGENDA
a.Presentation, discussion, and possible action authorizing the City Manager to execute a contract with
Ardurra Group, Inc. to perform a Copper Water Effect Ratio Study for an amount not to exceed $51,000.00.
\[Ray Mayo, Public Works Director\]
Councilperson Gillett moved to authorize the City Manager to execute a contract with Ardurra Group, Inc. to perform
a Copper Water Effect Ratio Study for an amount not to exceed $51,000.00; the motion was seconded by
Councilperson Bentley; the motion was adopted, 7-0.
b.Presentation, discussion, and possible action to approve the purchase and installation of a UV Light
Sterilization System at City facilities from TDIndustries, Inc. under BuyBoard Contract #552-17. \[Ray Mayo,
Public Works Director\]
Councilperson Earp moved to approve the purchase and installation of a UV Light Sterilization System at City
facilities from TDIndustries, Inc. under BuyBoard Contract #552-17, and providing that the lights be FAR UVC; the
motion was seconded by Mayor Pro Tem Engelken; the motion was adopted, 7-0.
7.REPORTS
a.Receive report of the Drainage and Flooding Committee meeting. \[Councilperson Martin\]
Councilperson Martin reported the Committee received updates on existing projects and the preliminary engineering
report on Bayside Terrace from Halff Associates, the Commission selected an option that will be presented to the City
Council at a future meeting, and set December 14 as the next meeting.
8.ADMINISTRATIVE REPORTS
Special City Council meeting, November 16 or November 17
Planning and Zoning Commission meeting, November 19
Fiscal Affairs Committee meeting, December 14
City Council meeting, December 14
Page 3 of 4
November 9, 2020, Council Meeting Minutes
City Manager Corby Alexander said there were no reports.
9.COUNCIL COMMENTS Hear announcements concerning matters appearing on the agenda; items of community
interest; and/or inquiries of staff regarding specific factual information or existing policy from the Mayor,
Councilmembers, and City staff, for which no formal action will be discussed or taken.
Councilpersons thanked outgoing Councilpersons Earp, Ojeda, and Gillett for their leadership, knowledge, and effort,
who also thanked their co-Councilpersons; thanked Pastor Dunn and said how nice it was to see him back; expressed
pleasure at the voter turnout in this election and dismay at the campaign signs still present around polling locations;
thanked the City Secshared the recognition and celebration of newly sworn
officers and employees of the quarter at the Police Department last week; and reminded the Council of the canvass
meetings coming up next week.
10. EXECUTIVE SESSION
a. City Council will meet in closed session as authorized by Texas Government Code Section 551.074
Deliberative Regarding Economic Development Negotiations Meet with City Manager to discuss
commercial and financial information received from a business prospect regarding a project to locate a
new business in La Porte, and deliberate offer of financial incentive for said project.
The Council adjourned into executive session at 7:04 p.m.
11. RECONVENE into regular session and consider action, if any, on item(s) discussed in executive session.
a. Discussion and possible action regarding direction to the City Manager in negotiating economic
development agreement with business prospect for a new business in La Porte.
The Council reconvened into open session at 7:53 p.m. The Mayor said the Council had provided the City Manager
with direction on negotiating an economic development agreement with a business prospect for a new business in
La Porte.
ADJOURN Without objection, Mayor Rigby adjourned the meeting at 7:53 p.m.
_______________________________
Lee Woodward, City Secretary
Page 4 of 4
November 9, 2020, Council Meeting Minutes
LOUIS RIGBY BILL BENTLEY
MayorCouncilpersonDistrict 3
BRANDON LUNSFORD
THOMAS GARZA
CouncilpersonAt Large A
CouncilpersonDistrict 4
STEVE GILLETT
JAY MARTIN
CouncilpersonAt Large B
CouncilpersonDistrict 5
DANNY EARP
NANCY OJEDA
CouncilpersonDistrict 1
CouncilpersonDistrict 6
CHUCK ENGELKEN
CouncilpersonDistrict 2
Mayor Pro-Tem
MINUTES OF THE SPECIALMEETING OF THE
CITY COUNCIL OF THE CITY OF LA PORTE
NOVEMBER16, 2020
The City Council of the City of La Portemet in a specialmeetingonMonday,November16,2020,at the City Hall
Council Chambers, 604 West Fairmont Parkway, La Porte, Texas, at 5:00p.m., with the following in attendance:
Councilpersons present: Louis Rigby, Brandon Lunsford, Steve Gillett, Danny Earp,Chuck Engelken, Bill Bentley,
Thomas Garza(left at 5:01p.m.), Jay Martin
Councilpersons attending remotely: None
Councilpersons absent: Nancy Ojeda
Council-appointed officers present: Corby Alexander, City Manager; Lee Woodward, City Secretary; Clark Askins,
Assistant City Attorney
1.CALL TO ORDER Mayor Rigbycalled the meeting to order at 5:00p.m.Mayor Rigby reminded Councilperson Garza
The
Mayor reminded Councilperson Garza that he had the opportunity to attend the meeting electronically and could go to
his office in City Hall. Councilperson Garza said he was exempted from wearing a face covering for medical reasons
and would not be wearing one. The Mayorasked the Sergeant-at-Arms to remove Councilperson Garza. Councilperson
Garza moved that the Council oppose, which he termed asillegal. The motion did not receive a
second and was not considered.Councilperson Garza was escorted from the room.
2. CITIZENCOMMENT(Generally limited to five minutes per person; in accordance with state law, the time may be reduced
if there is a high number of speakers or other considerations.)
There were no comments.
3. ELECTION MATTERS
a.Presentation, discussion, and possible action to adopt Ordinance 2020-3808, canvassing the returns of the
2020 General Election held on November 3, 2020, for the election of Councilperson-at-Large Position B,
Councilperson-District 1, and Councilperson-District 6. \[Mayor Louis R. Rigby\]
Mayor Pro Tem Engelken movedtoadopt Ordinance 2020-3808, canvassing the returns of the 2020 General
Election held on November 3, 2020, for the election of Councilperson-at-Large Position B, Councilperson-District 1,
and Councilperson-District 6;the motion was seconded by Councilperson Bentley; the motion wasadopted, 7-0.
Mayor Rigby presented certificates of election to Brent McCaulley and Trey Kendrick.
b.Presentation, discussion, and possible action to adopt Ordinance 2020-3807 calling a runoff election to be
held on December 12, 2020, for the election of a Councilperson-District 6. \[Mayor Louis R. Rigby\]
Mayor Pro Tem Engelkenmoved toadopt Ordinance 2020-3807 calling a runoff election to be held on December
12, 2020, for the election of a Councilperson-District 6.; the motion was seconded byCouncilperson Bentley; the
motion was adopted, 7-0.
Page 1of 2
November 16, 2020,Council Meeting Minutes
c. Presentation, discussion, and possible action to approve an election services contract between Harris
County and the City of La Porte, relating to the City's Councilperson-District 6 runoff election to be held on
December 12, 2020. \[Mayor Louis R. Rigby\]
The agreement has not been received from Harris County and a special session has been posted for Thursday at 5
p.m. and a special session on Monday will be considered if the agreement is further delayed.
4.STATUTORY AGENDA
a.Presentation, discussion, and possible action regarding Quote No. OPP0076381 to TDIndustries under
BuyBoard Contract # 552-17 for the purchase and installation of UV-C Light Sterilization Systems at City
facilities. \[Corby Alexander, City Manager\]
Councilperson Earp moved to approve the purchase and installation of UV-C Light Sterilization Systems at City
facilities from TDIndustries under BuyBoard Contract #552-17, as regards Quote No. OPP0076381; the motion was
seconded by Councilperson Bentley; the motion was adopted, 7-0.
5.COUNCIL COMMENTS Hear announcements concerning matters appearing on the agenda; items of community
interest; and/or inquiries of staff regarding specific factual information or existing policy from the Mayor,
Councilmembers, and City staff, for which no formal action will be discussed or taken.
Councilpersons congratulated Brent McCaulley and Trey Kendrick and thanked Councilpersons Earp and Gillett; offered
appreciation of the LPISD ; and shared -marathon.
ADJOURN Without objection, Mayor Rigby adjourned the meeting at 5:15 p.m.
_______________________________
Lee Woodward, City Secretary
Page 2 of 2
November 16, 2020, Council Meeting Minutes
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:032 Grant Fund
Requested By:Corby Alexander, City Mgr.
Department:Administration/CMO
Account Number:
Amount Budgeted:$600,000.00
ReportResolutionOrdinance
Amount Requested:$124,300.00
Exhibits:
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
In response to COVID-19, the Coronavirus Relief Fund (CRF) was established by the
CARES Act, which appropriated $150 billion to help state and local governments
address the economic impacts of the coronavirus. Harris County received a direct
allocation from the U.S. Treasury, and has established a Small Cities Assistance
Program (SCAP) to provide appropriate reimbursement of Coronavirus Relief Funds
(CRF) to the respective small cities within the county. Expenses that are eligible for
reimbursement under the SCAP must be incurred during the period that begins on
March 1, 2020 and ends on December 30, 2020. The program allows Cities to take
advantage of funding of up to $55 per capita, provided the City meets County
requirements.
The CRF allocation for La Porte is a maximum of $1,948,265.00. On September 28,
2020, City Council approved a CRF Funding Plan that allocated $300,000.00 fora
Small Business Relief Fund for small businesses in La Porte, and $300,000.00 for an
Emergency Household Assistance Program for residents of La Porte. The program
guidelines were approved by City Council on October 12, 2020 and October 26, 2020,
respectively.
The initial application period for the La Porte Cares Small BusinessRelief Fund opened
on October 23, 2020, and closed on November 4th. In this initial period, the City
receiveda total of 25 applications. Of the 25 applications received, 17 weredetermined
to be eligible. The Subcommittee of the La Porte Community Development Board and
first met on November 11, 2020 to review applications. After
meeting over a period of two days, the Subcommitteeawarded a total of $133,600 to
16 of the eligibleapplicants. Since the full $300,000.00 allocation was not expended
during the initial period, the Cityopened Round Two of theSmall Business Relief Fund
on November 13, 2020, which then closed on November 20, 2020. In totalfor Round
Two, ten (10) new applications were submitted and three (3) previously submitted
applications were updated and resubmitted. The La Porte Development Corporation
Board subcommittee met again on December 7, 2020 to review the applications for
Round Two, and granted awards totaling $42,100.00 to five (5) eligible applicants. In
summary for the Small Business Relief Fund, 21 of 35 applicants received awards
totaling $175,700.00. Of the $300,000 allocation approved by City Council, there is a
remaining balance of $124,300.00.
The La Porte Cares Emergency Household Assistance Program application period
opened on November 6, 2020 and closed on November 13, 2020. A total of 220
applications were submitted for the program. Staff conducted a thorough review of each
application to determine eligibility. The La Porte Rotary Subcommittee received the first
list of applicants to review on November 20, 2020. As staff completed additional
reviews, the Subcommittee was provided with more lists of applicants to review. All
personal information was redacted before the Subcommittee received the lists to
ensure applicant confidentiality and an unbiased decision process. The Subcommittee
reviewed the information provided, and determined the award recipients and amounts.
Of the 220 applications received, 170 applicants received awards totaling $294,935.00.
Of the $300,000 allocation approved by City Council, there is a remaining balance of
$5,065.00.
Throughout this process, staff determined there was a much stronger demand for the
residential assistance program than with the small business program. Between the two
programs, there is a total of $129,365.00 that was not awarded. Staff would like to
utilize these remaining funds to open a Round Two of the Emergency Household
Assistance Program. This would allow the City to provide much needed financial
assistance to even more residents of La Porte.
Staff Recommendation:
Staff recommends reallocating the remaining $124,300.00 from the Small Business
Relief Fund to allow for a Round Two of the La Porte Cares Emergency Household
Assistance Program.
ACTION REQUIRED BY CITY COUNCIL
Approve reallocation of remaining CRF funds from the Small Business Relief
Fund to the Emergency Household Assistance Program.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
015General CIP
Source of Funds:
Requested By:Rosalyn Epting, Director
Department:Parks & Recreation
015-8080-552.80-02
Account Number:
$523,950 Budgeted
ReportResolutionOrdinance
$492,170 Remaining
Amount Budgeted:
N/A
Amount Requested:
Exhibits:Bid Access Report, Bid Tabulation
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
Bid #21002 for the Northwest Park Soccer Field LightingRenovation Project was
opened and read on October 27, 2020. Twenty-eight (28) vendors downloaded the bid
packet and four (4) bids were received. The Notice to Bidders was advertised in the
Bay Area Observer on October 8 and October 15, 2020, as well as posted on Public
. The Bid Access Report and Bid Tabulation are
attached.
The budget for this project is as follows:
BUDGET
Project Estimate$499,000
5% Contingency$ 24,950
Total Budget for Northwest Park Lighting$523,950
EXPENSES TO-DATE
Contract Engineer$31,780
REMAINING BUDGET$492,170
The lowest bid received was$498,469, which is over budget by $6,299. Staff is working
with ourcontract engineer, Huitt-Zollars, to make changes to the plans in aneffort to
lower the cost of the project. The original design placed a lot of restraints on vendors
due the specified system, which resulted in those vendors not submitting bids. For the
new design, the previous design elements of galvanized steel poles, LED light fixtures,
and remote on/off controls will remain. Items being evaluated for design changes are
as follows:
The concrete foundation is currently specified to be four (4) feet in diameter and
16 feet deep for the 11 inch diameter pole. The new design will allow direct burial
of galvanized steel poles. This type of design is currently used at Pecan Park
and Little Cedar Bayou Park.
The lighting system currently specified has options so that each light fixture can
be individually controlled and are higher in cost. The new system specifications
will allow more options for light fixtures, as long as the lighting output
requirements are met.
Staff recommends City Council reject bid #21002 for the Northwest Park Soccer Field
Lighting Renovation Project.
ACTION REQUIRED BY CITY COUNCIL
Reject bid #21002 for the Northwest Park Soccer Field Lighting Project.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
Access Report
AgencyCity of La Porte (TX)
Bid Number21002
Bid TitleNorthwest Park Soccer Fields Lighting Renovation
Vendor NameAccessed First TimeDocuments
Daybreak LED LLC2020-10-12 09:33 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Solar Surveying, LLC2020-10-08 09:31 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
RNDI Companies, Inc2020-10-09 10:47 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
CMS2020-10-08 11:40 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
ConstructConnect2020-10-15 04:41 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Genrg Electrical Solutions LLC 2020-10-08 09:06 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Construction Journal2020-10-09 03:20 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Wayne Enterprises2020-10-08 01:54 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Dodge Data & Analytics2020-10-09 03:07 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
CMD2020-10-12 10:51 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
L&L Supplies2020-10-08 10:53 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
IMS2020-10-09 07:32 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Starbrite Electric, Inc2020-10-26 01:33 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
ConstructConnect2020-10-21 09:52 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Durba Construction2020-10-20 04:46 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
54 Construction2020-10-23 11:48 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Pfeiffer and Son2020-10-08 09:30 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
aztec remodeling &landscaping company2020-10-16 12:20 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Construction Software Technologies2020-10-12 10:56 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Dodge Data & Analytics2020-10-08 06:30 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Hearn Company2020-10-08 10:31 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Tukmol General Contractor2020-10-13 08:16 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Perkens WS Corporation2020-10-11 08:05 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
wagners CFT, LLC2020-10-08 02:45 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Baytown Electric Company2020-10-12 12:05 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
The Blue Book Building & Construction Netw2020-10-18 07:21 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
McDonald electric2020-10-13 10:22 AM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
Musco Sports Lighting, LLC2020-10-12 01:06 PM CDTBid 21002 Northwest Park Soccer Fields Lighting Renovation.pdf
BID TABULATION
SEALED BID #21002-NORTHWEST PARK SOCCER FIELDS LIGHTING RENOVATION
BID OPENING-October 27, 2020 AT 2:00 PM
C.F. MCDONALD BAYTOWN
PFEIFFER & SONSLEGGIO ELECTRIC
ELECTRIC, INC.ELECTRIC
ITEM
Northwest Park Soccer Fields Lighting Renovation
Per Specifiations
Lump Sum$498,469.00$562,500.00$585,000.00$655,000.00
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
General CIP& EDC
Source of Funds:
Requested By:Rosalyn Epting, Director
015-8080-552.11-00&
Department:Parks & Recreation
015-8080-552.11-01
Account Number:
ReportResolutionOrdinance
$360,000
Amount Budgeted:
$315,664.61
Amount Requested:
Exhibits:Northwest Park Playground Quote,
Northwest Park Playground Rendering, Fairmont
Budgeted Item:YesNo
Park WestPlayground Quote, Fairmont Park WestPlayground
th
Rendering, 14Street Park Playground
th
Quote, 14Street Park Playground Rendering
SUMMARY& RECOMMENDATION
This current annual budget includes $360,000 for three (3)playground replacements.
These playgrounds will be located at Northwest Park, Fairmont Park West Park, and
th
14Street Park. The budgeted funds are split between $55,000 in the General Fund
(for Fairmont Park West)and$305,000in the Economic Development Corporation
th
Fund($250,000 for Northwest Parkand $55,000 for 14Street Park).
The quotes received fromGameTime for each of the replacement playgrounds areas
follows:
Northwest Park Playground$ 213,686.42
Fairmont Park West Playground$ 55,356.58
th
14Street Park Playground$ 39,126.34
SUB TOTAL(before discount and freight)$ 308,169.34
Discount($ 9,607.63)
Freight$ 17,102.90
TOTAL$315,664.61
The playground at Northwest Park will be an inclusiveplayground installed by the
vendordue to the pour-in-place rubber fall surfacing that will be placed under the
equipment. Theinstallationand pour-in-placecosts are included in the quote. The
th
playgrounds at Fairmont Park West Park and 14Street Park will be installed by City
th
staff. The quotes for Fairmont Park Westand 14Street Park do not include the
engineered wood fiber fall surface ground coveringthat looks similar to mulch. The
ground cover will be purchased from a separate vendor with remaining funds.
Currently, GameTime has a grant program where they will match up to 100% of the
cost of the play structure, depending on the specific play structure selected. The grant
funds do not cover side playground elements like swings, climbers, spring toys, and
etcetera. The funds are available until they are exhausted. We have taken advantage
of this grant for multiple years. The purchase of these playgrounds from GameTime will
save $82,794.74 when combining the $73,187.11 in grant funds with the $9,607.63 in
discounts.
Staff recommends City Council approve the purchase of playground equipment in the
amount of $315,664.61 from GameTime, through BuyBoard Contract #592-19, for
th
replacement playgrounds at Northwest Park, Fairmont Park West, and 14 Street Park.
ACTION REQUIRED BY CITY COUNCIL
Approve the purchase of playground equipment in the amount of $315,664.61
from GameTime, through BuyBoard Contract #592-19, for replacement
th
playgrounds at Northwest Park, Fairmont Park West, and 14 Street Park.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
001 General Fund
Source of Funds:
Requested By:Steve Deardorff, Chief
Department:Police
001-5253-521-8021
Account Number:
$60,000.00
Amount Budgeted:
ReportResolutionOrdinance
Amount Requested:$55,502.54
Exhibits:Bid #21001 for Intercomp Scale System
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
The City of La Porte City Council approved the addition of three (3)La Porte Police
Department DOT Officer positions for Fiscal Year 2020-2021. Also, all the necessary
equipment for these officers was budgeted, to include new ramp scales and a trailer.
The scales will be deployed throughout the City on random days and locations.
Randomly deploying the scales makes it difficult for companies to circumvent weight
regulations by anticipating when the DOT officers are conducting weight enforcement
checks.
stth
Bid #21001 for Intercomp Scale System was advertised on October 1and 8in the
Bay Area Observer, posted on Public Purchase and the C. A total of12
vendors downloaded the bid documents; however, onlyone bid was received from Nicol
Scales and Measurement in the amount of $55,502.54.
Staff recommends award of the Intercomp Scale System to Nicol Scales and
Measurement.
ACTION REQUIRED BY CITY COUNCIL
Approval of the award of Bid # 21001 to Nicol Scales and Measurementfor the
purchase of ramp scales in the amount of $55,502.54.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
N/A
Source of Funds:
Requested By:Michael Dolby, Director
Department:Finance
N/A
Account Number:
N/A
Amount Budgeted:
ReportResolutionOrdinance
Amount Requested:N/A
Exhibits:Encumbrance Rollover Report
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
on September 30, 2020. There were17outstanding
purchase orders staff is requesting to roll over to Fiscal Year 2021. The purchase orders
represent goods and services that wereordered and budgeted funds committed to
procure items necessary to operate the City.
A breakdown of the open purchase orders, encumbrances, and budget rollover
requests by operating funds are as follows:
FundNumberAmount
General Fund8$335,731.63
Vehicle Replacement Fund 3$946,871.34
La Porte Area Water Authority Fund 1$30,559.84
Vehicle Maintenance Fund 2$49,893.08
Emergency District Fund 2$29,638.08
Section 4B Sales Tax Fund 1$5,200.00
Totals17$1,397,893.97
The above encumbrances will not have an impact on the projected working capital
balances for Fiscal Year 2021, because they were budgeted in Fiscal Year 2020 and
following approval by City Council, the system will automatically increase each line
item.
ACTION REQUIRED BY CITY COUNCIL
Approve rollover of the requested encumbrances from City of La Porte Fiscal
Year 2020 budget to City of La Porte Fiscal Year 2021 budget.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
CITY OF LA PORTE
ENCUMBRANCE ROLLOVER REPORT
FISCAL YEAR SEPTEMBER 30, 2020
Vendor NameEncumbrance AmountDescription
SC Fuels$219,256.49Bulk Fuel
Ron Cox Consulting$4,210.80Strategic Plan Consultant
QSCEND$46,212.00Customer Relations Software
Modern Air Condtioning$6,626.90A/C Replacement at City Hall
Sungard$34,586.44Financial Software
HDR Engineering$2,611.02Professional GIS Services
Magic in the Sky$18,427.98Fireworks for July 4, 2021
Alpha Testing$3,800.00Materials Testing
General Fund$335,731.63
Stuphen Corporation$501,278.34Fire Truck
Rush Truck Center$346,248.00Refuse Truck
Rush Truck Center$99,345.00Brush Body Truck
Vehicle Replacement Fund$946,871.34
City of Houston$30,559.84SEWPP CIP True Up Payment
La Porte Area Water Authority$30,559.84
UUSI LLC$2,818.08Generator Repair
Asset Works$47,075.00Fleet Maintenance Software
Vehicle Maintenance Fund$49,893.08
UUSI LLC$2,818.08Generator Repair
Casco Industries$26,820.00Gear for Firefighters
Emergency Services District $29,638.08
Up Art Studio$5,200.00Art Graphics for Traffic Boxes
Section 4B Sales Tax Funds$5,200.00
Total Encumbrances$1,397,89.7
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:N/A
Requested By:Michael Dolby, Director
Department:Finance
Account Number:N/A
Amount Budgeted:N/A
ReportResolutionOrdinance
Amount Requested:N/A
Exhibits:Financial advisor agreement-draft, financial
Budgeted Item:YesNo
advisoragreement draft (RL), G-42 Disclosure letter
for Municipal Advisor Clients, evaluation summary
SUMMARY& RECOMMENDATION
The City of La Porte Finance Department staff published aRequest for Proposal (RFP)
for a financial advisoron June 11, 2020 and June 18, 2020. The RFPs were opened
on June 30, 2020, and staff received five (5) respondents. The evaluation committee
reviewed the proposals and selected RBC Capital Marketas the best value for
providing financial advisory services to the City.
A financial advisor provides the financial expertise of analyzing and structuring the
current debt and any future debt of the City. They develop plans for issuance of debt,
adviceof current market conditions, organizeand coordinate the financing team, they
work with bond counsel to prepare the bond proceedings, and coordinate the process
of working with rating agencies.
Currently, the City of La Porte utilizes the financial advisory services of RBC Capital
Market and has a great working relationship with them and staff recommends City
Council approving the agreement with RBC Capital Market to continue to provide
financial advisory services to the City of La Porte.
ACTION REQUIRED BY CITY COUNCIL
Approvean agreement with RBC Capital Marketto provide financial advisory
services to the City of La Porte.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
RFP 20508 FINANCIAL ADVISOR SERVICES
EVALUATION SUMMARY
RBC
ESTRADA HILLTOP
Criteria% WeightCAPITAL STIFELPFM
HINOJOSASECURITIES
MARKET
Qualifications30%8.46.97.87.48.1
Understanding the Needs of the City30%8.16.97.27.58.3
Reasonableness of Costs20%5.63.64.74.25.0
References10%2.92.62.72.92.9
Completeness/Responsiveness10%2.82.52.82.72.8
Final Scores10027.822.525.224.727.1
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:N/A
Requested By:Shelley Wolny, Treasurer
Department:Finance
Account Number:N/A
Amount Budgeted:N/A
ReportResolutionOrdinance
Amount Requested:N/A
Exhibits:ResolutionandInvestment Policy
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
The City Council of the City of La Porte originally adopted an Investment Policy on
January 13, 1992, by Ordinance No. 1802. The Investment Policy governs how the
Investment Officers to follow for the preservation of capital. The Public Funds
Investment Act requires that a City must present the Investment Policy to Council
annually for review or amendment. The policy was last amended on November 13,
2017.
The Finance Department presented the Investment Policy to the Fiscal Affairs
Committee for review. The only change that staff is recommending to the policy is to
change the training requirements to 8 (eight) hoursevery two years. This adjustment
ACTION REQUIRED BY CITY COUNCIL
Approveor deny Resolution 2020-34 amendingthe Investment Policy.
Approved for the City Council meeting agenda
Corby D. Alexander, City ManagerDate
RESOLUTION NO. 2020-34
A RESOLUTION OF THE CITY OF LA PORTE, TEXAS, ADOPTING AN INVESTMENT POLICY
FUNDS, INCLUDING, BUT NOT BY WAY OF LIMITATION, THE PUBLIC FUNDS INVESTMENT
ACT, CHAPTER 2256, TEXAS GOVERNMENT CODE; FINDING COMPLIANCE WITH THE OPEN
MEETINGS LAW; AND SETTING AN EFFECTIVE DATE THEREOF.
WHEREAS, the City of La Porte requires that funds be invested in a manner which will
preserve the principal of funds invested while meeting daily cash flow demands of the City; and
WHEREAS, the Public Funds Investment Act requires the adoption of certain investment
policies and controls regarding the investment of its funds; and
WHEREAS, the Public Funds Investment Act further requires that the governing body of an
investing entity shall adopt a written investment policy by resolution, and shall further state that it has
reviewed the investment policy and investment strategies adopted, and that the written policy adopted
shall record any changes made to either the investment policy or investment strategies previously
adopted; and
WHEREAS, the City will endeavor to earn a return on funds invested at the highest return
possible after taking into account the primary goals of preservation of liquidity of funds invested,
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LA PORTE,
THAT:
SECTION 1. The findings and recitations set out in the preamble to this Resolution are found to be
true and correct and that they are hereby adopted by the City Council of the City of La Porte and
made a part hereof for all purposes.
SECTION 2. The City of La Porte hereby designates the, City of La Porte, Texas Investment
Policy, a true copy of which is on file in the office of the City Secretary of the City of La Porte and that
it is hereby adopted by the City of La Porte and made a part hereof for all purposes.
SECTION 3. The City Council officially finds, determines, recites, and declares that a sufficient written
notice of the date, hour place and subject of this meeting of the City Council was posted at a place
convenient to the public at City Hall of the City for the time required by law preceding this meeting, as
required by the Open Meetings Law, Chapter 551, Texas Government Code; and that this meeting
has been open to the public as required by law at all times during which this Resolution and the
subject matter thereof has been discussed, considered and formally acted upon. The City Council
further ratifies, approves and confirms such written notice and the contents and posting thereof.
SECTION 4. This resolution shall be effective upon its passage and approval.
INTRODUCED, READ and PASSED by the affirmative vote of a majority of the City Council of
th
the City of La Porte, Texas, on this the 14 day of December, 2020.
Louis R. Rigby,
Mayor
Lee Woodward,
City Secretary
CityofLaPorte,Texas
InvestmentPolicy
AdoptedbytheCityCouncil
OftheCityofLaPorte
OnJanuary13,1992,by
OrdinanceNo.1802
Amended:CityofLaPorte,Texas
November1995
MichaelG.Dolby,CPA
August1997
DirectorofFinance
November2000
February2003
ShelleyWolny
February2005
Treasurer
October2005
July2009
May2011
October2013
October2014
November2017
I.POLICY
ItisthepolicyoftheCityofLaPorte,Texas(the"City")toadministerandinvestitsfundsina
mannerwhichwillpreservetheprincipalandmaintaintheliquiditythroughlimitationsand
diversificationwhilemeetingthedailycashflowrequirementsoftheCity.TheCitywillinvestall
availablefundsinconformancewithlegalandadministrativeguidelines,seekingtooptimize
interestearningstothemaximumextentpossible.
Thepurposeofthisinvestmentpolicyistocomplywithallstatutesgoverningtheinvestmentof
the/źƷǤƭfunds,includingthePublicFundsInvestmentAct,Chapter2256oftheTexas
GovernmentCode(theͻ!ĭƷͼΜͲwhichrequirestheCitytoadoptawritteninvestmentpolicy
regardingtheinvestmentofitsfundsandfundsunderitscontrol.TheInvestmentPolicy
addressesthemethods,proceduresandpracticesthatmustbeexercisedtoensureeffectiveand
judiciousfiscalmanagementofthe/źƷǤƭfunds.
II.SCOPE
TheCitywillstrivetoearnareturnonfundsinvestedatthehighestinvestmentreturnpossible
aftertakinginconsiderationtheprimarygoalsofpreservationofprincipalandliquidityoffunds
invested,consistentwiththepolicyobjectivesdescribedbelow.Thisinvestmentpolicyappliesto
theinvestmentactivitiesofthegovernmentoftheCityofLaPorte,Texas.
FUNDSINCLUDEDThe/źƷǤƭfunds,whicharepooledtogetherandconstitutetheinvestment
portfolio,includeallfinancialassetsofallfundsmanagedbytheCity,includingbutnotlimitedto
receiptsoftaxrevenues,chargesforservices,bondproceeds,interestincomes,loansandfunds
receivedbytheCitywheretheCityperformsacustodialfunction.Thesefundsareaccountedfor
inthe/źƷǤƭComprehensiveAnnualFinancialReport(CAFR)andinclude:
GeneralFund
SpecialRevenueFunds
DebtServiceFunds
CapitalProjectsFunds
EnterpriseFunds
InternalServiceFunds
Investmentincomewillbeallocatedtothevariousfundsbasedontheirrespectiveparticipation
andinaccordancewithgenerallyacceptedaccountingprinciples.
III.OBJECTIVES
SAFETYTheprimaryobjectiveoftheCity'sinvestmentactivityisthepreservationofcapitaland
theprotectionofinvestmentprincipalintheoverallportfolio.Eachinvestmenttransactionshall
seekfirsttoensurethatcapitallossesareavoided,whethertheyarefromsecuritiesdefaultsor
erosionofmarketvalue.TheCitywillstrivetominimizecreditriskbylimitinginvestmentstothe
safesttypesofinvestments,prequalifyingthefinancialinstitutionsandbroker/dealerswithwhich
theCityconductsbusiness,anddiversifytheinvestmentportfoliosothatpotentiallosseson
individualissuerswillbeminimized.Tominimizeinterestraterisk,theCitywillladderthe
portfolioandmatchinvestmentswithfuturecashrequirementsandinvestoperatingfundsin
shorter,moreliquidsecuritiesandinvestments.
LIQUIDITYTheCity'sinvestmentportfoliowillremainsufficientlyliquidtoenabletheCitytomeet
operatingrequirementsthatmightbereasonablyanticipated.Liquidityshallbeachievedby
matchinginvestmentmaturitieswithforecastedcashflowrequirementsandbyinvestingin
securitieswithactivesecondarymarkets.Becauseallpossiblecashdemandscannotbe
anticipated,aportionoftheportfoliowillbeinvestedinsharesofmoneymarketmutualfundsor
localgovernmentinvestmentpoolsthatoffersamedayliquidity.
PUBLICTRUSTAllparticipantsintheinvestmentprocessshallseektoactresponsiblyas
custodiansofthepublictrust.InvestmentOfficialsshallavoidanytransactionthatmightimpair
publicconfidenceintheCity'sabilitytogoverneffectively.Thegoverningbodyrecognizesthatin
adiversifiedportfolio,occasionalmeasuredlossesduetomarketvolatilityareinevitable,and
mustbeconsideredwithinthecontextoftheoverallportfolio'sinvestmentreturn,providedthat
adequatediversificationhasbeenimplemented.
YIELD(OptimizationofInterestEarnings)TheCity'scashmanagementportfolioshallbedesigned
withtheobjectiveofregularlymeetingorexceedingtheaveragerateofreturnonU.S.Treasury
Billsatamaturitylevelcomparabletothe/źƷǤƭweightedaveragematurityindays.The
investmentprogramshallseektoaugmentreturnsabovethisthresholdconsistentwithrisk
limitationsidentifiedhereinandprudentinvestmentprinciples.
INVESTMENTSTRATEGYTheCitymaintainsacommingledportfolioforinvestmentpurposes
whichincorporatesthespecificusesandtheuniquecharacteristicsofthefundsintheportfolio.
Theinvestmentstrategyhasasitsprimaryobjectiveassurancethatanticipatedliabilitiesare
matchedandadequateinvestmentliquidityprovided.TheCityshallpursueconservativeportfolio
managementstrategy.Thismaybeaccomplishedbycreatingaladderedmaturitystructurewith
someextensionforyieldenhancement.Themaximumdollarweightedaveragematurityof2
yearsorlesswillbecalculatedusingthestatedfinalmaturitydateofeachsecurity.
IV.RESPONSIBILITYANDCONTROL
OversightResponsibilityfortheinvestmentactivityoftheCityofLaPorteshallrestwiththeFiscal
AffairsCommitteeandtheCityManager.Theywilldesignateinvestmentofficer(s),receiveand
reviewquarterlyreporting,approveandprovideforinvestmentofficertraining,approve
broker/dealers,andreviewandadopttheInvestmentPolicyandStrategyatleastannually.
DELEGATIONManagementresponsibilityfortheinvestmentprogramisherebydelegatedtothe
DirectorofFinance,whoshallestablishwrittenproceduresfortheoperationoftheinvestment
program,consistentwiththisinvestmentpolicy.Suchproceduresshallincludeexplicitdelegation
ofauthoritytopersonsresponsibleforinvestmenttransactions.
SUBORDINATESAllpersonsinvolvedininvestmentactivitieswillbereferredtoas"Investment
Officers."Nopersonshallengageinaninvestmenttransactionexceptasprovidedunderthe
termsofthispolicyandtheproceduresestablishedbytheDirectorofFinance.TheDirectorof
Financeshallberesponsibleforalltransactionsundertaken,andshallestablishasystemof
controlstoregulatetheactivitiesofSubordinateInvestmentOfficers.Allinvestmentofficers,
includingtheDirectorofFinance,willdemonstratecompetenceintheexecutionoftheĭźƷǤƭ
investments.AllInvestmentOfficerswillinsurecompliancewiththeinvestmentprogramwith
ongoingtrainingandevaluationbymanagement.
PRUDENCEInvestmentsshallbemadewithjudgmentandcare,underprevailingcircumstances,
thatapersonofprudence,discretionandintelligencewouldexerciseinthemanagementofthe
ƦĻƩƭƚƓƭownaffairs,notforspeculation,butforinvestment,consideringtheprobablesafetyof
capitalandtheprobableincometobederived.InvestmentOfficersactinginaccordancewith
writtenproceduresandthisinvestmentpolicyandexercisingduediligenceshallberelievedof
personalresponsibilityforanindividualsecurity'screditriskormarketpricechanges,provided
deviationsfromexpectationsarereportedinatimelyfashionandtheliquidityandthesaleof
securitiesarecarriedoutinaccordancewiththetermsofthispolicy.
IMDEMNIFICATIONTheDirectorofFinanceandtheInvestmentOfficer,actinginaccordance
withwrittenproceduresandexercisingduediligence,shallnotbeheldpersonallyresponsiblefor
aspecificźƓǝĻƭƷƒĻƓƷƭcreditriskormarketpricechanges,providedthatthesedeviationsare
reportedimmediatelyandtheappropriateactionistakentocontroladversedevelopments.
ETHICSDISCLOSUREANDCONFLICTSOFINTERESTOfficersandemployeesinvolvedinthe
investmentprocessshallrefrainfrompersonalbusinessactivitythatcouldconflictwithproper
executionandmanagementoftheinvestmentprogram,orwhichcouldimpairtheirabilityto
makeimpartialinvestmentdecisions.EmployeesandInvestmentOfficersshalldisclosetothe
CityManageranymaterialinterestsinfinancialinstitutionsthatconductbusinesswiththeCityof
LaPorte,andshallfurtherdiscloseanypersonalfinancialorinvestmentpositionsthatcouldbe
relatedtotheperformanceoftheCity'sinvestmentportfolio.EmployeesandInvestmentOfficers
shallrefrainfromundertakingpersonalinvestmenttransactionswiththesameindividualwith
whichbusinessisconductedonbehalfoftheCityofLaPorte.
AnInvestmentOfficeroftheCityofLaPortewhohasapersonalbusinessrelationshipwithan
organizationseekingtosellaninvestmenttotheCityofLaPorteshallfileastatementdisclosing
thatpersonalbusinessinterest.AnInvestmentOfficerwhoisrelatedwithintheseconddegree
byaffinityorconsanguinitytoanindividualseekingtosellaninvestmenttotheCityofLaPorte
shallfileastatementdisclosingthatrelationship.Astatementrequiredundersubsection
2256.005(i)oftheActmustbefiledwiththeTexasEthicsCommissionandthegoverningbodyof
theCityofLaPorte.
TRAININGInvestmentOfficersshallattend10hoursofinvestmenttrainingwithin12months
aftertakingofficeorassumingduties,and108hourseverysucceedingtwoyearsthatbeginson
st
thefirstdayofthefiscalyear,whichisOctober1,andconsistsofthetwoconsecutivefiscalyears
afterthatdate.Theinvestmentstrainingshallbeprovidedfromanindependentsourceapproved
bytheFiscalAffairsCommitteetoinsurethequalityandcapabilityofinvestmentmanagementin
compliancewiththeAct.Forthepurposesofthispolicy,an"independentsource"isdefinedasa
professionalorganization,aninstituteofhigherlearningoranyothersponsorotherthana
BusinessOrganizationwithwhomtheCitymayengageininvestmenttransactions.Trainingshall
beinaccordancewiththeActandshallincludeeducationininvestmentcontrols,securityrisks,
strategyrisks,marketrisks,diversificationofinvestmentportfolio,andcompliancewithstatutes
governingtheinvestmentofpublicfunds.
V. REPORTING
InvestmentreportsshallbepreparedquarterlyandbesignedandsubmittedbytheInvestment
Officers,inatimelymanner.ThesereportswillbesubmittedtotheCityManagerandCityCouncil.
ThisreportshalldescribeindetailtheinvestmentpositionoftheCity,disclosethemarketvalue
andbookvalueofeachfundgroupaswellaseachseparateinvestment,andstatethematurity
dateofeachsecurityandaccruedinterestforthereportingperiod.Thereportshallincludeall
informationasrequiredbySection2256.023oftheAct.Itmustalsoexpresscomplianceofthe
portfoliototheinvestmentstrategycontainedinthe/źƷǤƭInvestmentPolicyandtheAct.
MONITORINGThemarketpriceofeachinvestmentshallbeobtainedmonthlyfromasourcesuch
astheWallStreetJournalnewspaper,the/źƷǤƭcustodialbank,areputablebrokeragefirmor
securitypricingserviceandreportedontheinvestmentreports.Investmentswithminimum
ratingrequirementswillbemonitoredforratechangesandliquidationofsuchinvestmentswill
bedeterminedatsuchtime.
MonitoringcreditratingsΑTheInvestmentOfficershallmonitor,onnolessthanamonthlybasis,
thecreditratingonallauthorizedinvestmentsintheportfoliobaseduponindependent
informationfromanationallyrecognizedratingagency.Ifanysecurityfallsbelowtheminimum
ratingrequiredbyPolicy,theInvestmentOfficershallnotifytheCityManagerofthelossofrating,
andliquidatetheinvestmentwithinoneweek.
MonitoringFDICStatusforMergersandAcquisitionsΑTheInvestmentOfficershallmonitor,on
nolessthanaweeklybasis,thestatusandownershipofallbanksissuingbrokeredCDsownedby
theCitybaseduponinformationfromtheFDIC.Ifanybankhasbeenacquiredormergedwith
anotherbankinwhichbrokeredCDsareowned,theInvestmentOfficerorAdvisorshall
immediatelyliquidateanybrokeredCDwhichplacestheCityabovetheFDICinsurancelevel.
VI.INVESTMENTS
ACTIVEPORTFOLIOMANAGEMENTTheCityintendstopursueactiveversuspassiveportfolio
managementphilosophy.Thatis,securitiesmaybesoldbeforetheymatureifmarketconditions
presentanopportunityfortheCitytobenefitfromthetrade.
AUTHORIZEDINVESTMENTSThefollowingareauthorizedinvestmentsfortheCityandallare
authorizedandfurtherdefinedbytheAct.Onlythoseinvestmentslistedinthissectionare
authorized.
A. OBLIGATIONSOF,ORGURANTEEDBYGOVERNMENTALENTITIES
Obligations,includinglettersofcredit,oftheUnitedStatesoritsagenciesand
instrumentalities;directobligationsofthisstateoritsagenciesandinstrumentalities;
otherobligations,theprincipalandinterestofwhichareunconditionallyguaranteedor
insuredby,orbackedbythefullfaithandcreditof,thisstateortheUnitedStatesortheir
respectiveagenciesandinstrumentalities,includingobligationsthatarefullyguaranteed
orinsuredbytheFederalDepositInsuranceCorporationorbytheexplicitfullfaithand
creditoftheUnitedStates;obligationsofstates,agencies,counties,cities,andother
politicalsubdivisionsofanystateratedastoinvestmentqualitybyanationallyrecognized
investmentratingfirmnotlessthanAoritsequivalent;andinterestbearingbanking
depositsthatareguaranteedorinsuredby:theFederalDepositInsuranceCorporationor
itssuccessor;ortheNationalCreditUnionShareInsuranceFundoritssuccessor.(Section
2256.009(a)oftheAct)
ThefollowingarenotauthorizedinvestmentsunderSection2256.009(b)oftheAct:
obligationswhosepaymentrepresentsthecouponpaymentontheoutstanding
principalbalanceoftheunderlyingmortgagebackedsecuritycollateralandpaysnot
principal(Interestonlybonded);
obligationswhosepaymentrepresentstheprincipalstreamofcashfromthe
underlyingmortgagebackedsecuritycollateralandpaysnointerest(Principalonly
bonds);
collateralizedmortgageobligationsthathaveafinalstatedmaturitydateofgreater
than10years;and
collateralizedmortgageobligations,theinterestrateofwhichisdeterminedbyan
indexthatadjustsoppositetothechangesinamarketindex.
B. CERTIFICATESOFDEPOSIT
Fullycollateralizedcertificatesofdepositissuedbyadepositoryinstitutionoran
approvedbrokerthathasitsmainofficeorbranchofficeinTexas,selectedfromalist
adoptedbytheCity,andguaranteedorinsuredbytheFederalDepositInsurance
CorporationoritssuccessorortheNationalCreditUnionShareInsuranceFundorits
successor;securedbyobligationsauthorizedbythissubchapter,orsecuredinanyother
mannerandamountprovidedbylawfordepositsoftheCity.DICinsured,brokered
certificatesofdepositsecuritiesfromadepositoryinstitutionthathasitsmainofficeora
branchofficeinTexas,deliveredversuspaymenttotheCitysafekeepingagent,notto
exceedoneyeartomaturity.Beforepurchase,theInvestmentOfficermustverifythe
FDICstatusofthebankonwww.fdic.govtoassurethatthebankisFDICinsured.(Section
2256.010oftheAct)
C. MONEYMARKETMUTUALFUNDS
Anoloadmoneymarketmutualfundispermittedasanauthorizedinvestmentifitis
registeredwithandregulatedbytheSecuritiesandExchangeCommission;andcomplies
withfederalSecuritiesandExchangeCommissionRule2a7(17C.F.R.Section270.2a7),
promulgatedundertheInvestmentCompanyActof1940(15U.S.C.Section80a1etseq.).
TheFundmustprovidetheCitywithaprospectusandotherinformationrequiredbythe
SecuritiesandExchangeActof1934(15U.S.C.Section78aetseq.)ortheInvestment
CompanyActof1940(15U.S.C.Section80a1etseq.);
Inadditiontoanoloadmoneymarketmutualfundpermittedasanauthorized
investmentasdescribedabove,anoloadmutualfundisanauthorizedinvestmentifthe
mutualfundisregisteredwiththeSecuritiesandExchangeCommission;hasanaverage
weightedaveragematurityoflessthantwoyears;andeither(1)hasadurationofone
yearormoreandisinvestedexclusivelyinobligationsapprovedinSubchapterAofthe
Act,or(2)hasadurationoflessthanoneyearandantheinvestmentportfolioislimited
toinvestmentgradesecurities,excludingassetbackedsecurities.
TheCityisnotauthorizedbySection2256.014(c)oftheActto:
investintheaggregatemorethan15percentofitsmonthlyaveragefundbalance,
excludingbondproceedsandreservesinotherfundsheldfordebtservice,inmutual
fundsdescribedintheAct(Section2256.014);
investanyportionofbondproceeds,reservesandfundsheldfordebtservice,in
mutualfundsdescribedintheAct(Section2256.014);or
investitsfundsorfundsunderitscontrol,includingbondproceedsandreservesand
otherfundsheldfordebtservice,inanyonemutualfunddescribedin
theAct(Section
2256.014)inanamountthatexceeds10percentofthetotalassetsofthemutual
fund.
D. INVESTMENTPOOLS
Investmentpools,asauthorizedbytheCityCouncil,mustbeAAAorAAAMrated,oran
equivalentratingbyatleastonenationallyrecognizedratingservice.Apublicfunds
investmentpoolthatusesamortizedcostorfairvalueaccountingmustmarkitsportfolio
tomarketdaily,andtotheextentreasonablypossible,stabilizeata$1.00netassetvalue,
whenroundedandexpressedtotwodecimalplaces.Tomaintaineligibilitytoreceive
fundsfromandinvestonbehalfoftheCity,aninvestmentpoolmustadheretoreporting
andinvestmentrequirementsdefinedbySection2256.016oftheAct.
EXISTINGINVESTMENTSTheInvestmentOfficerisnotrequiredtoliquidateinvestmentsthat
wereauthorizedinvestmentsatthetimeofpurchase.Anyinvestmentscurrentlyheldthatdonot
meettheguidelinesofthispolicyshallbereviewedtodeterminetheabilitytoliquidate.An
investmentthatrequiresaminimumratingunderthissubchapterdoesnotqualifyasan
authorizedinvestmentduringtheperiodtheinvestmentdoesnothavetheminimumrating.An
entityshalltakeallprudentmeasuresthatareconsistentwithitsinvestmentpolicytoliquidate
aninvestmentthatdoesnothavetheminimumrating.Iftheinvestmentcannotbeliquidated
becauseofmaterialadversechangeinthevaluesincethetimeofpurchase,andholdingthe
investmenttomaturitydoesnotnegativelyaffectdisbursementsorcashflow,arecommendation
ofholdingsaidinvestmenttomaturityisacceptable.
MAXIMUMMATURITIESThemaximumstatedmaturity,fromthedateofpurchase,forany
individualinvestmentmaynotexceed5yearsandthemaximumdollarweightedaverage
maturityforthepooledfundgroup(investmentportfolio)maynotexceed2years.
DIVERSIFICATIONItisthepolicyoftheCitytodiversifyitsinvestmentportfolios.Assetsheldin
thepooledinvestmentportfolioshallbediversifiedtoeliminatetheriskoflossresultingfrom
overconcentrationofassetsinaspecificmaturity,specificissuerorspecificclassofsecurities.
DiversificationstrategiesshallbedeterminedandrevisedperiodicallybytheFiscalAffairs
Committee.
FINANCIALINSTRUMENTSMaximumallowablepercentagesofthetotalportfolioforinvestments
arestatedasfollows:
InvestmentTypeMaximumLimit
1.InvestmentPools100%
2.MoneyMarketAccounts10%
3.CertificatesofDeposit60%
4.U.S.GovernmentSecurities80%
5.U.S.AgencySecurities80%
VII.SELECTIONOFFINANCIALINSTITUTIONSANDBROKERDEALERS
SELECTIONOFFINANCIALINSTITUTIONSDepositoriesshallbeselectedthroughtheCity'sbanking
servicesprocurementprocess,whichshallincludeaformalrequestforproposal(RFP)issued
everyfive(5)years.Inselectingdepositories,theservicesavailable,servicecosts,andcredit
worthinessofinstitutionsshallbeconsidered,andtheDirectorofFinanceshallconducta
comprehensivereviewofprospectiveķĻƦƚƭźƷƚƩźĻƭcreditcharacteristicsandfinancialhistory.
ThedepositorycontractwillprovideforcollateralifbalanceexceedsFDICInsuranceamounts.
TheCityshallselectfinancialinstitutionsfromwhichtheCitymaypurchasecertificatesofdeposit
inaccordancewiththeActandthispolicyandwillhaveawrittendepositoryagreementwiththe
selectedinstitution,whichwasapprovedbyresolutionofthe.ğƓƉƭBoardifcollateralisrequired.
TheInvestmentOfficershallmonitorthefiscalconditionoffinancialinstitutionswherecertificates
ofdepositareheld.
AUTHORIZEDFINANCIALBROKER/DEALERSANDINSTITUTIONSTheInvestmentOfficershall
maintainalistofbroker/dealersandfinancialinstitutionsauthorizedtoprovideinvestment
services.ThesemayincludeprimarydealersorregionaldealersthatqualifyunderSecurities&
ExchangeCommissionRule15C31(uniformnetcapitalrule).Allfinancialinstitutionsand
broker/dealerswhodesiretobecomequalifiedbiddersforinvestmenttransactionsmustsubmit:
auditedfinancialstatements,proofofFinancialIndustryRegulatoryAuthority(FINRA)
certification,andproofofstateregistration.
Beforeengagingininvestmenttransactionswithafinancialinstitutionsorbroker/dealers,the
InvestmentOfficershallhavereceived,fromaQualifiedRepresentativeofsaidfirm,asigned
CertificationForm.(ExhibitB)ThisformshallattestthattheindividualresponsiblefortheCity's
accountwiththatfirmhas(1)receivedandreviewedtheinvestmentpolicyoftheCity;and(2)
acknowledgedthatthebusinessorganizationhasimplementedreasonableproceduresand
controlsinanefforttoprecludeinvestmenttransactionsconductedbetweentheCityandthe
organizationthatarenotauthorizedbythe/źƷǤƭinvestmentpolicy,excepttotheextentthat
thisauthorizationisdependentonananalysisofthemakeupofthe/źƷǤƭentireportfolioor
requiresaninterpretationofsubjectiveinvestmentstandards.InvestmentOfficersoftheCity
maynotacquireorotherwiseobtainanyauthorizedinvestmentdescribedintheinvestment
policyfromapersonwhohasnotdeliveredasignedCertificationForm.TheFiscalAffairs
Committeeshallatleastannuallyreview,revise,andadoptalistofqualifiedbroker/dealersand
otherfinancialinstitutionsthatareauthorizedtoengageininvestmenttransactionswiththeCity.
(ExhibitA)
COMPETITIVEBIDDINGAllinvestmenttransactionsmustbecompetitivelytransactedand
executedwithbroker/dealersorfinancialinstitutionsthathavebeenauthorizedbytheCity.The
Citywillobtainatleastthreecompetitiveoffers.Exception:Newissueswillnotberequiredto
becompetitivelytransactedasallbroker/dealerswouldshowthesamepriceandyield.
VIII.COLLATERAL
COLLATERALIZATIONOFPUBLICDEPOSITSCollateralizationrequirementsaregovernedbythe
TexasGovernmentCodeChapter2257(PublicFundsCollateralAct).Allbankdeposits,certificates
ofdeposit,andrepurchaseagreementsshallbesecuredbypledgedcollateral.Inorderto
anticipatemarketchangesandprovidealevelofsecurityforallfunds,therequiredminimum
collaterallevelwillbeamarketvalueequaltonolessthan102%ofthedeposits.Collaterallevels
shouldbemonitoredandmaintainedbythefinancialinstitution.Repurchaseagreementsshall
bedocumentedbyspecificagreementnotingthecollateralpledgedineachagreementandshould
bemonitoreddaily.Collateralshallbereviewedmonthlytoassurethemarketvalueofthe
securitiespledgedequalsorexceedstherelatedbankbalances.
Collateralshallalwaysbeheldinthe/źƷǤƭnamebyanindependentthirdpartywithwhomthe
CityofLaPortehasacurrentcustodialagreement.Evidenceofthepledgedcollateralshallbe
maintainedbyawrittenagreement.AsafekeepingreceiptmustbesuppliedtotheCityofLa
Porteforanytransactioninvolvingsales/purchases/maturitiesofsecuritiesand/orunderlying
collateral,whichtheCityofLaPortewillretain.Therightofcollateralsubstitutionisgranted
providedthesubstitutionhaspriorapprovaloftheCityandisfollowedbythedeliveryofan
originalsafekeepingreceipttotheCity,andreplacementcollateralisreceivedpriortotherelease
oforiginalcollateral.
COLLATERALDEFINEDTheCityshallacceptonlythefollowingsecuritiesascollateral:
A. FDICinsurancecoverage;
B. UnitedStatesTreasuriesandAgencies;
C. Obligations,includinglettersofcredit,oftheUnitedStatesoritsagenciesand
instrumentalities.
D. OthersecuritiesasapprovedbytheFiscalAffairsCommittee.
SUBJECTTOAUDITAllcollateralshallbesubjecttoinspectionandauditbytheDirectorofFinance
ortheCity'sindependentauditors.
IX.SAFEKEEPINGANDCUSTODY
SAFEKEEPINGAGREEMENTAllsecuritiesownedbytheCityshallbeheldinthe/źƷǤƭdesignated
thirdpartysafekeeping.Thethirdpartycustodianshallberequiredtoissuesafekeepingreceipts
totheCitylistingeachspecificsecurity,description,maturity,cusipnumberyieldand/orcoupon,
marketvalueandotherpertinentinformation.Eachsafekeepingreceiptshallclearlyindicatethat
theinstrumentisheldfortheCityofLaPorte.Allsafekeepingarrangementsshallbedocumented
bytheInvestmentOfficer.
DELIVERYVERSUSPAYMENTAllinvestmenttransactionsshallbeexecutedonadeliveryversus
paymentbasis.Thatis,fundsshallnotbewiredorpaiduntilverificationhasbeenmadethatthe
collateralwasreceivedbytheTrustee.ThecollateralshallbeheldinthenameoftheCity.The
Trustee'srecordsshallassurethenotationoftheCity'sownershipoforexplicitclaimonthe
securities.TheoriginalcopyofallsafekeepingreceiptsshallbedeliveredtotheCity.
X.MANAGEMENTANDINTERNALCONTROLS
TheDirectorofFinanceshallestablishasystemofinternalcontrols,whichshallbereviewedby
anindependentauditor.Thecontrolsshallbedesignedtopreventlossesofpublicfundsarising
fromfraud,employeeerror,misrepresentationbythirdparties,unanticipatedchangesinfinancial
markets,orimprudentactionsbyemployeesorInvestmentOfficersoftheCity.
Controlsandmanagerialemphasisdeemedmostimportantthatshallbeemployedwhere
practicalare:
A.Controlofcollusion
B.Separationofduties
C.Separationoftransactionauthorityfromaccountingandrecordkeeping
D.Custodiansafekeepingreceiptsrecordsmanagement
E.Avoidanceofphysicaldeliverysecurities
F.Cleardelegationofauthoritytosubordinatestaffmembers
G.Documentationoninvestmentbiddingevents
H.Writtenconfirmationoftransactionsforinvestmentsandwiretransfers
I.Reconcilementandcomparisonsofsecurityreceiptswiththeinvestmentsubsidiaryrecords
J.Compliancewithinvestmentpolicies
K.Accurateandtimelyreports
L.Validationofinvestmentmaturitydecisionswithsupportingcashflowdata
M.AdequatetraininganddevelopmentofInvestmentOfficers
O.Reviewoffinancialconditionofallbrokers,dealersandfinancialinstitutions
P.Stayinginformedaboutmarketconditions,changes,andtrendsthatrequireadjustmentsin
investmentstrategies
Q.Monitorcreditratings
R.MonitorFDICstatusformergersandacquisitionsforbrokered/5ƭ
COMPLIANCEAUDITTheCityshallperform,inconjunctionwithitsannualfinancialaudit,a
complianceauditofmanagementcontrolsoninvestmentsandadherencetotheentity's
establishedinvestmentpolicies.Theauditshallincludeaformalreviewofthequarterly
investmentreportsbyanindependentauditorandtheresultsreportedtothegoverningbodyby
theindependentauditor.Also,thegoverningbodyshallreviewitsinvestmentpolicyand
investmentstrategynotlessthanannuallyandadoptawritteninstrumentbyrule,order,
ordinance,orresolutionstatingthatithasreviewedtheinvestmentpolicyandstrategy,and
recordedanychangesmadetothem.
ExhibitA
CityofLaPorte
ApprovedListofBrokers/DealersandInvestmentPools
Brokers/Dealers
WellsFargo
FHNFinancial
HilltopSecurities
AmegyBank
InvestmentPools
TexPool
LOGICInvestmentPool
TexasClass
TexStar
ExhibitB
TEXASPUBLICFUNDSINVESTMENTACTCERTIFICATIONFORM
AsrequiredbyTexasGovernmentCode2256.005(kl)
CITYOFLAPORTE,TEXAS
ThiscertificationisexecutedonbehalfoftheCityofLaPorte,Texas(theInvestor)and
___________________________(theSeller)pursuanttothePublicFundsInvestmentAct,
Chapter2256,GovernmentCode,TexasCodesAnnotated(theAct)inconnectionwith
investmenttransactionsconductedbetweentheInvestorandDealer.
TheUndersignedQualifiedRepresentativeoftheSellerherebycertifiesonbehalfoftheSeller
that:
1. TheQualifiedRepresentativeisdulyauthorizedtoexecutethisCertificationonbehalfof
theSeller,and
2. TheQualifiedRepresentativehasreceivedandreviewedtheInvestmentPolicyfurnished
bytheInvestor,and
3. TheSellerhasimplementedreasonableproceduresandcontrolsinanefforttopreclude
investmenttransactionsconductedbetweentheSellerandtheInvestorthatarenot
totheextentthatthisauthorization
authorizedbytheĻƓƷźƷǤƭinvestmentpolicy,except
isdependentonananalysisofthemakeupoftheĻƓƷźƷǤƭentireportfolioorrequiresan
interpretationofsubjectiveinvestmentstandards.
QualifiedRepresentative
________________________________
Signature
________________________________
Name(Printed):
________________________________
Title:
________________________________
Date:
ExhibitC
CityofLaPorte,Texas
InvestmentStrategyStatement
TheCityofLaPorte,Texas(the"City")willstrivetoadministerandinvestitspooledfundsatthe
highestinvestmentreturnpossiblewhilealwaystakingintoaccounttheprimarygoalsof
preservationofprincipalandliquidityoffundsinvestedconsistentwiththeCity'sinvestment
policy.
arepooledtogetherandconstitutetheinvestmentportfolio,includeall
TheCity'sfunds,which
financialassetsofallfundsmanagedbytheCity,includingbutnotlimitedtoreceiptsoftax
revenues,chargesforservices,bondproceeds,interestincomes,loansandfundsreceivedbythe
CitywheretheCityperformsacustodialfunction.
Citywillneverinvestitsfundsinasecuritythatisdeemedunsuitabletothefinancial
The
requirementsoftheCity.Maturitieswillbestaggeredinamannerthatmeetsthecashflow
needsoftheCity.
Theprimaryinvestmentobjectiveisthepreservationandsafetyofprincipal.Eachinvestment
transactionshallseekfirsttoensurethatprincipallossesareavoided,whethertheyarefrom
securitydefaultsorerosionofmarketvalue.
TheCity'sinvestmentportfoliowillremainsufficientlyliquidtoenabletheCitytomeetoperating
requirementsthatmightbereasonablyanticipated.Liquidityshallbeachievedbymatching
investmentmaturitieswithforecastedcashflowrequirementsandbyinvestinginsecuritieswith
activesecondarymarkets.
TheCityshallalwaysmaintainahighlydiversifiedinvestmentportfolioinordertoreducethe
amountofcreditandmarketriskexposedtotheCity'sportfolio.
Afterfirstconsideringsafetyandliquidity,theCity'sinvestmentportfolioshallbedesignedwith
theobjectiveofregularlyexceedingtheaveragerateofreturnonU.S.TreasuryBillsatamaturity
levelcomparabletothe/źƷǤƭweightedaveragematurityindays.TheCityshallseektoaugment
returnsabovethisthresholdconsistentwithrisklimitationsidentifiedintheCity'sinvestment
policyandprudentinvestmentprinciples.
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:001 General Fund
Requested By:Jason Weeks, Asst. City Mgr.
Department:Administration/CMO
Account Number:001-6030-510.99-97
Amount Budgeted:$44,489.00
ReportResolutionOrdinance
Amount Requested:$37,202.49
Exhibits:Chapter 380 Agreement,Confirmed
Budgeted Item:YesNo
investment schedule, and Certificate of Occupancy
SUMMARY& RECOMMENDATION
On March 27, 2017, the La Porte City Council entered into a Chapter 380 Agreement
with Oakland Land &Development, Inc. for the development of Sector 23. Sector 23
office/industrial/warehouse buildings
within a 30-acre area in La Porte, between West G Street and West D Street and
th
bordered to the west by South 15The City
agreed to reimburse up to $362,457.94 the developer paid to abandon City right-of-way
in exchange for $12,000,000 of capital investment in buildings over 3,000 square feet
in sizeand must have received a Certificate of Occupancy for that particular building.
On July 10, 2017, theCity Council approved the first payment of $66,547.28
towards the $362,457.94incentivetotalin relation to $2,202,997.34 capital
investment(18.36% of $12 million minimum investment).
On April 23, 2018, the City Council approved payment of $96,558.79 for
$3,153,727.24 capital investment (cumulative 45% of $12 million minimum
investment)in the buildings at 631 S. 14th Street and 1306 W. F Street.
On January 14, 2019, the City Council approved payment of $19,645.90 for
$650,422.50 capital investment (cumulative 50.06% of $12 million minimum
investment) inthe building at 605 S. 16th Street.
On October 28, 2019, the City Councilapproved payment of $38,659.28for
$1,295,997.23 capital investment (cumulative 60.86% of $12 million minimum
th
investment) inthe building at 601 S. 14Street.
The developer has provided staff with 123 invoices to support a capital investment of
$1,275,691.41 in the building at 1502 S. 14th Street. Staff reviewed all invoices and
supporting documentation to validate the capital investment. The attached spreadsheet
provides details of the 123 invoices and analysis of validating invoice payments.
Subsequent to the developers submittal for payment, staff requested further
documentation to validate payments such as cleared checks, credit card receipts,
documentation identifying location of expenses, wire/ACH verification, as well as
documentation that assisted in reconciling payment with invoices. Staff was able to
validate payment on 121 of the 123 invoices due to two (2) payments/invoices being
for the wrong project; therefore, staff has adjusted the total capital investment for
payment request #5 to $1,259,341.41, which makes the applicant eligible for
$37,202.49 incentive payment ($362,457.94 X 71.35% = $258,613.74 - $221,411.35).
City staff verified that the developer received a Certificate of Occupancy for this latest
parcel on August 19, 2020.
To-date, this brings the total confirmed investment of all buildings up to $8,562,485.72,
which is 71.35% (cumulative) of the required $12 million minimum capital investment.
ACTION REQUIRED BY CITY COUNCIL
Approve payment of $37,202.49 to Oakland Land and Development according to
the Chapter 380 Agreement.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
Sector 23 - 380 Agreement
Payment Request #5 - 1502 W. F Street
Summary of Payments
Outstanding Items Coding:
1Need Bank Statement to identify & validate Check cleared
2Need Credit Card receipt or Credit Card Statement to identify & validate payment
3Need documentation of location (invoice or receipt did not properly identify location of product or service)
4Need documentation of invoice
5Need wire/ACH verification
6Documentation on how arrived at payment amount
7Invoice doesn't match payment
Need documentation of payment
8
PAYMENT OUTSTANDING ISSUE
PAYMENTVENDORAMOUNTCLEARED O/S ISSUES
DATECODING
103/14/2019124569ACW Engineering$2,000.001Validated Payment
Had to re-issue check - Check
#125278 for $144.00 to Bill
204/02/20191661ACW Engineering$144.001Campbell (has not cleared bank)
304/10/20191672EIC Surveying Company$1,800.001Validated Payment
407/22/20191737ACW Engineering$1,500.001Validated Payment
508/01/20191744EIC Surveying Company$340.001Validated Payment
608/01/20191743Courthouse Specialists$319.801Validated Payment
708/05/20191006City Of La Porte$210.001Validated Payment
808/13/20191763Rigid Building Systems$14,028.001Validated Payment
909/12/20191777EIC Surveying Company$451.051Validated Payment
1010/09/20191818ACW Engineering$6,167.001Validated Payment
1111/06/20191861Construction Eco Services$1,150.001Validated Payment
1211/06/20191854ACW Engineering$5,067.001Validated Payment
1311/25/2019124841EIC Surveying Company$340.001Validated Payment
1411/26/20191877ACW Engineering$5,100.001Validated Payment
1511/26/20191879Construction Eco Services$988.321Validated Payment
1611/27/2019Credit CardTexas Outhouse$175.802Validated Payment
1711/27/2019Credit CardEZ Waste$666.76NoneN/A
1812/02/20191894Construction Eco Services$291.221 & 3Validated Payment
1912/20/20191910Jenergy Inspections, Inc$575.001Validated Payment
2012/20/20191908Brian Stanton Associates, LLC$625.001Validated Payment
2112/31/2019Online PymntMcCoy's Corporation$892.50NoneN/A
2201/03/2020124885Brian Stanton Associates, LLC$100.001 &4Validated Payment
2301/15/20201943Coastal Testing Laboratories, Inc$931.001Validated Payment
2402/06/2020124916Texas Outhouse$123.901Validated Payment
2502/10/20205051Unitas Construction$124,343.001Validated Payment
2602/10/20205053Michael Westergren$488.111Validated Payment
2702/10/20205052Liberatos/Westergren$10,184.851Validated Payment
2802/14/20205054ACW Engineering$1,125.001Validated Payment
2902/21/20205059Construction Eco Services$357.231 & 3Validated Payment
3003/04/2020124932Texas Outhouse$123.901Validated Payment
3103/10/20201966Michael Westergren$201.081Validated Payment
3203/10/20201965Unitas Construction$96,541.151Validated Payment
3303/12/20201969Liberatos/Westergren$7,723.291Validated Payment
3403/12/20201972Michael Westergren$998.741Validated Payment
3503/20/20201982Dynamic Plumbing$16,000.001Validated Payment
3603/20/20201979Construction Eco Services$1,200.001 & 3Validated Payment
3703/31/2020124949Coastal Testing Laboratories, Inc$1,488.001Validated Payment
3803/31/2020124953Juan Pena$9,296.501Validated Payment
3903/31/2020Wire/ACHRigid Building Systems$63,569.943 & 5Validated Payment
4004/03/2020124961Unitas Construction$205,621.271 & 6Validated Payment
414/7/2020Credit CardMeridian Brick$3,076.872Validated Payment
4204/16/20201999Juan Pena$9,296.501Validated Payment
434/17/2020Credit CardBay Star Insulation Co$7,145.70NoneN/A
4404/21/20202000Camacho's Steel Erectors$15,000.001Validated Payment
4504/27/2020Credit CardGlobal Specialties Direct, Inc$4,803.003Validated Payment
4604/30/2020Credit CardBelle Oil/Texas Outhouse$123.902Validated Payment
4704/30/2020124978Construction Eco Services$400.001 & 3Validated Payment
4804/30/2020124992Michael Westergren$811.881 & 3Validated Payment
4904/30/2020Online PymntMcCoy's Corporation$7,288.54NoneN/A
5005/01/2020124996Coastal Testing Laboratories, Inc$2,800.001Validated Payment
5105/01/20202002Camacho's Steel Erectors$13,000.001Validated Payment
5205/08/20205093Gonzalez Construction $4,122.501Validated Payment
5305/08/20205094Spring Overhead Door$15,793.541Validated Payment
5405/08/20205095Joe Torres$4,750.001Validated Payment
5505/15/2020125001Joe Torres$3,750.001Validated Payment
Sector 23 - 380 Agreement
Payment Request #5 - 1502 W. F Street
Summary of Payments
Outstanding Items Coding:
1Need Bank Statement to identify & validate Check cleared
2Need Credit Card receipt or Credit Card Statement to identify & validate payment
3Need documentation of location (invoice or receipt did not properly identify location of product or service)
4Need documentation of invoice
5Need wire/ACH verification
6Documentation on how arrived at payment amount
7Invoice doesn't match payment
Need documentation of payment
8
PAYMENT OUTSTANDING ISSUE
PAYMENTVENDORAMOUNTCLEARED O/S ISSUES
DATECODING
565/15/2020125000Gonzalez Construction $3,922.501 & 7Validated Payment
5705/26/2020Credit CardEagle Traffic$178.613Validated Payment
5805/26/2020Online PymntHome Depot$3,400.44NoneN/A
5905/27/20205096Unitas Construction$197,907.201Validated Payment
6005/29/2020Online PymntMcCoy's Corporation$16,649.48NoneN/A
6105/29/2020Credit CardEagle Traffic$893.06NoneN/A
6206/05/20202004Gonzalez Construction $5,510.001Validated Payment
6306/05/20202042Sequeal Electrical Supply$6,291.827Validated Payment
6406/05/20202009Michael Westergren$259.691Validated Payment
6506/05/20202023Construction Eco Services$400.001 & 3Validated Payment
6606/05/20202025Dynamic Plumbing$18,200.001Validated Payment
6706/05/20202040R. A. Weaver Electric, Inc.$28,253.001Validated Payment
6806/05/20201017Texas Evergreen$3,500.00NoneN/A
1 & 6 (easier to discuss via
6906/05/20202006Liberatos/Westergren$35,934.46phone)Validated Payment
7006/05/20202005Herrera Concrete Construction$2,850.001Validated Payment
7106/05/20202033Joey's Glass$14,531.481Validated Payment
7206/05/20202003ACW Engineering$5,844.521Validated Payment
7306/08/20202010Jose Luis Martinez$1,350.001 & 3 & 7Invoice for wrong project
7406/09/20202031Jose Hernandez$2,495.001Validated Payment
7506/09/2020Credit CardBelle Oil/Texas Outhouse$123.902Validated Payment
7606/10/20202051Liberatos/Westergren$50,825.081 & 7 (Pd $100 too much)Validated Payment
7706/18/20202503Gonzalez Construction $8,660.001Validated Payment
7806/25/20202078Sherwin Williams$3,304.131Validated Payment
7906/25/20202085Texas Evergreen$3,536.251Validated Payment
8006/25/20202075R. A. Weaver Electric, Inc.$3,656.001Validated Payment
8106/25/20202082Stroud Interiors/API$4,000.001Validated Payment
8206/25/2020Credit CardTexas Outhouse$123.902Validated Payment
8306/25/20202057Barrett's Heating & A/C$18,140.001Validated Payment
8406/26/2020125009Gonzalez Construction $1,650.001Validated Payment
8506/29/2020Online PymntHome Depot$2,060.08NoneN/A
867/3/2020Credit CardSherwin Williams$47.73NoneN/A
877/6/2020Credit CardMcCoy's Corporation$1,247.222Validated Payment
887/8/2020Credit CardBarber's Nursery, Inc$3,552.511Validated Payment
897/14/2020125039Michael Westergren$787.471Validated Payment
907/14/2020125019Construction Eco Services$800.001Validated Payment
917/14/2020125024Gonzalez Construction $4,450.001Validated Payment
927/14/2020125040Williams Insulation$8,152.001Validated Payment
937/14/2020125028Liberatos/Westergren$4,244.431 & 6Validated Payment
947/14/2020125036Sequeal Electrical Supply$4,563.441Validated Payment
957/17/2020125041Unitas Construction$27,256.561Validated Payment
967/21/2020Online PymntMcCoy's Corporation$3,126.83NoneN/A
977/24/2020125066Sherwin Williams$173.081Validated Payment
987/24/2020125065Sequeal Electrical Supply$9,610.311Validated Payment
997/24/2020125069Stroud Interiors/API$2,952.001Validated Payment
1007/24/2020125057Dynamic Plumbing$6,200.001Validated Payment
1017/24/2020125064R. A. Weaver Electric, Inc.$30,041.001Validated Payment
1027/24/2020125059Gonzalez Construction $2,390.001Validated Payment
location at 1532 F Street, not
1037/24/2020125049Camacho's Steel Erectors$15,000.001502)Invoice for wrong project
1048/3/2020125085Jose Hernandez$2,495.001Validated Payment
1058/3/2020125086Joey's Glass$633.001Validated Payment
1068/3/2020125079Carpet Plus$7,472.001Validated Payment
1078/3/2020125091Sherwin Williams$1,877.551Validated Payment
1088/6/2020Credit CardHome Depot$116.793Validated Payment
1098/7/2020Credit CardSherwin Williams$181.733Validated Payment
1108/10/2020Credit CardHome Depot$195.90NoneN/A
Sector 23 - 380 Agreement
Payment Request #5 - 1502 W. F Street
Summary of Payments
Outstanding Items Coding:
1Need Bank Statement to identify & validate Check cleared
2Need Credit Card receipt or Credit Card Statement to identify & validate payment
3Need documentation of location (invoice or receipt did not properly identify location of product or service)
4Need documentation of invoice
5Need wire/ACH verification
6Documentation on how arrived at payment amount
7Invoice doesn't match payment
Need documentation of payment
8
PAYMENT OUTSTANDING ISSUE
PAYMENTVENDORAMOUNTCLEARED O/S ISSUES
DATECODING
1118/10/2020Credit CardBrian Stanton Associates, LLC$500.00NoneN/A
1128/12/20205098Gonzalez Construction $480.001Validated Payment
1138/14/2020Credit CardTexas Outhouse$98.381 & 3 & 8Validated Payment
1148/14/2020Credit CardM & M Hardware$650.951 & 3 & 8Validated Payment
1158/17/2020Credit CardBarber's Nursery, Inc$671.36NoneN/A
1168/18/2020Online PymntMcCoy's Corporation$779.67NoneN/A
1178/19/2020125129Sherwin Williams$308.351Validated Payment
1188/19/2020125104Coastal Testing Laboratories, Inc$7,387.001Validated Payment
1198/19/2020125103Construction Eco Services$400.001Validated Payment
1208/19/2020125109Home Depot$1,221.321Validated Payment
1218/19/2020125110Liberatos/Westergren$5,392.731 & 7Validated Payment
1228/19/2020125126Michael Westergren$169.411Validated Payment
1238/28/2020125130ACW Engineering$204.251Validated Payment
Total Amount Paid for 5th Payment Request on Sector 23 Agreement$1,259,341.41
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:032 -Grant Fund
Requested By:Ray Mayo, Director
Department:Public Works
Account Number:Various
Amount Budgeted:$130,000.00
ReportResolutionOrdinance
Amount Requested:$65,192.00
Exhibits:Plumbing retro-fit quote Charlies Plumbing
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
The Coronavirus Relief Fund (CRF) was established by the CARES Act, which
appropriated $150 billion to help state and local governments address the economic
impacts of the coronavirus. Harris County received a direct allocation from the U.S.
Treasury, and has established a Small Cities Assistance Program (SCAP) to provide
appropriate reimbursement of Coronavirus Relief Funds (CRF) to the respective small
cities within the county. Expenses that are eligible for reimbursement under the SCAP
must be incurred during the period that begins on March 1, 2020 and ends on
December 30, 2020. The program allows Cities to take advantage of funding of up to
$55 per capita, provided the City meets County requirements.
The CRF allocation for La Porte is a maximum of $1,948,265.00. On August 24, 2020,
City Council approved an Interlocal Agreement with Harris County for the Small Cities
Assistance Program (SCAP).On October 26, 2020, City Council approved the updated
CRF Funding Plan, which allocated $130,000.00 for the purchase andinstallation of
touchless restroom devicesat certain City facilitieswith high public use.
In response to COVID-19, City staff have identified opportunities to improvedisinfection
effortsat City facilities. Touchless restroom devices andwater bottle filling stationsare
justone of many efforts tobetter protect employees and visitors from the spread of
COVID-19 and other airborne diseases.Staff will continue other best practices for
disinfection of public areas and frequently touched surfaces.Staff has received
preliminary approval from Harris County for this project.
Staff is proposing installation of touchless flush valves, sink faucets, air hand-dryers
and bottle filling stationsat thefollowing locations that see the highest public use.
Benefits:
These devices greatly reduce the number of public touch-points
Automatic flush valves and lavatory valves are proven water saving devices
Standardization of devices is encouraged with multiple facilities
Liabilities:
Devices will require battery replacement
Flush Hand Bottle
Buildings Address Valve Lavatory Dryer Filler
Animal Shelter 10901 Spencer 2 2 2 1
Charles Walker -
th
322 N. 4 St. 10 10 4 1
Jennie Riley Center
City Hall 604 W. Fairmont 6 4 4 1
Community Library 600 S Broadway St. 8 6 2 1
Evelyn Kennedy Civic
618 San Jacinto St. 5 2 2 1
Center
Golf Course 201 Bay Forest Dr. 8 10 4 1
Municipal Court 3005 N. 23rd Street 6 2 2 1
Police Department 3001 North 23rd St. 4 4 2 1
Recreation & Fitness
1322 S. Broadway 20 14 5 1
Center/Senior Center
Special Programs
1302 S Broadway 8 4 2 1
Center
77 58 29 10
Staff recommends utilizing an approved BuyBoard vendor, Charlies Plumbing
(Contract #558-18) to provide and install automatic flush valves and faucets for
$65,192.00.
The hand dryers will be purchased and installed as a separate turn-key project as
27 of these will require a dedicated electrical circuit; cost is estimated at $28,385.00.
The water bottle filling stations and drinking fountain retrofits will be purchased and
installed by facility maintenance staff; cost is estimated at $10,690.35. Additional
incidental parts and wall repair materials are estimated at $1,000.00.
Staff will coordinate with the Purchasing Division to expedite the process to meet
project deadlines.
ACTION REQUIRED BY CITY COUNCIL
Approval or other action for use of CRF grant funds for touchless flush valves
and faucets utilizing BuyBoard Contract #558-18 for $65,192.00.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
10114 Thermon St
Houston, Texas 77075
Phone: (713) 941-3162 | Fax: (713) 941-7203
www.charliesplumbing.com
MPL#43063
December 3rd, 2020
City of La Porte
1322 South Broadway
La Porte, Texas 77571
RE: Proposal to replace or modify fixtures
Attn: David Hefner
We propose to replace or modify existing fixtures at 10locations across the city of La Porte as reflected in attached
spreadsheet provided by the City of La Porte. (See attached)This quote includes all labor, materials and supplies to
complete the proposed work.
Quantity of fixtures tobe replaced or modified as follows:
77Existing flush valves will be retrofitted with Zurn Zerk sensor kits (side handle style). In accordance with Buyboard
requirements
58Lavatory Faucets will be replaced with new Zurn Z6913 battery powered sensor faucets.In accordance with Buyboard
requirements
65,192
-Quote does not include the replacement of lavatory angle stops or shut off valves
Exclusions: Overtime labor done on nights, weekends or holidays, repairs to existing plumbing not included in this
proposal, concrete repairs, sheetrock, fire prevention, tile repairs, condensate lines or leaks caused by water shutdowns.
All material is guaranteed to be as specified and work is to be performed in a workmanlike manner according to
standard practices. Any alteration or deviation from the above specifications involving extra costs will become an extra
charge over and above this proposal. Owner is responsible for fire, storm and other necessary insurance. Unforeseen
underground obstacles will be the responsibility of the owner for repairs. Non-payment will void any and all warranties.
Terms are net 30 days from invoice. We may withdraw this proposal if not accepted within 30 days.
Submitted by Logan WhittBuyBoard #558-18
The above prices, specifications and conditions are satisfactory and hereby
to perform the work as specified. Payment will be made as outlined above.
__________________________________ Date __________________________________
Signature
Printed Name and Title _________________________________________________
Regulated by the Texas State Board of Plumbing Examiners. PO Box 4200 Austin, TX 78765-4200
800-845-6584
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:015-General Fund
Requested By:Ray Mayo, Director
Department:Public Works
Account Number:015-7070-530-1100
Amount Budgeted:$75,000.00
ReportResolutionOrdinance
Amount Requested:$48,745.00
Exhibits:Huitt-Zollars amended Proposal
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
City staff andarchitectural consultant,Huitt-Zollars have been formulating a re-direction
strategy for improvements at the Public Works Service Center. The previous design
elements and scopeof improvementseluded to a budget that was unfavorable. Huitt-
Zollars has provided an amended proposal that incorporates direction received from
City Council.
Major elements of the proposal focus on re-utilization of the existing structure, a
reduced number of site improvements and a Preliminary Engineering Report to
examine constructability, utility routing and construction phasing alternatives to
minimize impacts and maintain operations during construction activity.
This re-direction causes a duplication of efforts on some work previously conducted.
The original proposal costsfor the Facility Assessment($49,385.00)along with the
amended proposal costs will exceed $50,000.00, thus requiring approval by City
Council.
Benefits:Huitt-Zollars has an in-depthknowledge of this project
operation and needs.
Liabilities:Selection ofanother consultant at this stage would result in a complete
duplication of efforts.
Staff recommends acceptance of this amended conceptual design proposal from Huitt-
Zollars for $23,225.00 and Preliminary Engineering Report for $24,920.00 and
reimbursable expenses of $600.00, for a total expenditure of $48,745.00
ACTION REQUIRED BY CITY COUNCIL
Approval or other action to authorize the City Manager to sign a professional
services agreement with Huitt-Zollars for conceptual design and PER for Public
Works Service Center in the amount of $48,745.00.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
October 19, 2020
Ray Mayo
Public Works Director
City of La Porte
rd
2963 N. 23 Street
La Porte, Texas 77571
Reference: Public Works Facility
Subject: Additional Services for Public Works Facility Preliminary Design
Dear Mr. Mayo,
Huitt-Zollars, Inc. (Huitt-Zollars) appreciates the opportunity to provide this proposal for professional
architectural and engineering design services to the City of La Porte (City) for additional services for
rd
preliminary design of the Public Works Facility located on 23 Street in La Porte, Texas (Project). Our
proposal is based upon efforts completed during the initial proposal dated Jan 3, 2019 and input made
recently from City Council on June 8, 2020 to look for repurposing opportunities or renovating existing
structures. This proposal is based on the following scope of services, hourly rate sheet, staffing
workbook, schedule, and terms and conditions. The below no charges and fees for Tasks C thru G, are
contingent that outstanding Invoice 3105510114 dated 7/24/2020 for the amount $4135.95 is paid in full
within 14 business days.
SCOPE OF SERVICES:
1.0 Basic Services:
A. Task A - Programming Questionnaire: Completed on or before June 8, 2020
B. Task B - Conduct a site visit to assess the condition of the facility. Completed on or before June
8, 2020
C. Task C Update and revised space program. Based on floor plan mark ups Huitt Zollars
received on 8/7/2020 from Public Works Staff, Huitt Zollars will revise / update space program as initial
starting point. Also during this initial task there will be discussions with staff to determine which program
pieces of Equipment Services can be re:programmed into existing structures.
D. Task D - Based on feedback from City Council on June 8, 2020 and floor plan markups
received from Public Works on Aug. 7, 2020 - Huitt-Zollars will develop alternative layouts for the new
building floor plan, floor plans of how existing buildings could be modified and site layouts.
a. Council encouraged repurposing and/or renovating existing structures in order to reduce
anticipated costs.
b. The new site layout will be developed with an emphasis on safety and efficiency in
regards to circulation patterns, ingress and egress routes, and site area relationships to
include facilities, vehicle parking, employee and visitor parking, yard storage and
deliveries.
c. The floor layouts will emphasize functionality and efficient operations.
d. Re-utilize the existing structure for all of the non-conditioned storage space. This will in
some cases reduce the storage footprint to 1250 square feet to maintain the existing bay
layout (25 x 50)
e. Re-design of Equipment Services bays within the existing structure. Evaluate
requirements for new lift equipment, air, lubrication, fluid, and storage needs.
f. Redesign of the warehouse space within the existing structure.
g. Eliminate the large training room (we would like to perhaps include this later as a phase
II improvement)
h. Eliminate the additional Equipment shed (Phase II improvement)
i. Reduce the area paving (Phase II improvement)
j. Eliminate the separate division restrooms and showers in favor of one, larger, centralized
restroom/ shower.
k. Re-design of the existing restroom space and replacement of water supply lines in
existing building.
l. Address building code issues in existing structure.
m. Re-coating of exposed structure at the equipment wash bay.
n. Replace existing roll-up doors.
o. Initial design items to keep - The fiber run between Public Works and PD (this may be a
separate project).
p. Initial design items to keep - Covered Canopy for Equipment Services.
q. Evaluate existing structure and determine selective demolition plan and/or use of second
floor space
E. Task E - Huitt-Zollars will conduct a meeting with selected members of the City
meeting, we will discuss and evaluate the updated site plan and floor plans with City. Topics shall
include: No charge
1) Site: Access, circulation, parking, utilities, landscaping, lighting, security, communications, drainage
and location.
2) Energy Efficiencies, Natural Lighting, Indoor Air Quality, Recycling, Materials Reuse, etc.
3) Public Utilities: Water and wastewater, natural gas, etc.
4) Private Utilities: Electricity, Natural Gas, Phone, Cable, Internet
5) Drainage Features
6) Foundation: Performance requirements for foundations (wind ratings) and other related items
7) Superstructure: Performance requirements for floor, roof, stairs, and other structural elements
8) Exterior closure: Exterior design material, performance requirements for walls, doors, and windows
9) Roofing: Performance requirements for roofing elements
10) Interior construction: Requirements for partitions, finishes, and specialties.
11) Mechanical systems: Requirements for plumbing, HVAC, fire protection, custodial and any need for
special mechanical systems
12) Electrical and lighting systems: Requirements for lighting, electrical systems, and any special needs
13) Clearance requirements (doors, aisle widths, overhead)
14) Finishes: Floors, walls (interior and exterior) and ceilings
15) Communications (voice and data) and IT
16) Audiovisual equipment requirements
17) Security and Access Management requirements (site and building)
18) Fueling and Fuel Management Systems
19) Shop Equipment to include vehicular lifts, cranes and exhaust systems
20) Compressed air and lubrication distribution in maintenance shops
21) Functional areas and equipment items within each area to be included on an emergency power system
22) Lighting levels and type of lighting for exterior areas
23) HVAC and/or ventilation requirements and design temperatures for each functional area
24) Shared Use Spaces: Restrooms, conference rooms, breakrooms, training rooms, etc.
25) Establish functional area relationships both between areas and between workstations within areas
with primary considerations to be workflow, supervision, and safety
26) Identify major equipment items to be located in each functional area
27) Parking for City, employee, visitor and ADA parking
Following this discussion, the conceptual design with the best value shall be recommended to City.
F. Task F Based on selection of the best value concept by City and input during the design charrette,
Huitt-Zollars, Inc. will finalize the conceptual design documents for the project. These documents shall
include:
a. Exterior Elevations - 3-D views of building. No charge
b. Probable construction estimate, with phasing as applicable.
G. Task G - Huitt-Zollars will meet with the City to review the conceptual design documents and
present to the City/or City Council as required.
H. Task H After Huitt-Zollars performs Tasks C thru G, Huitt-Zollars will perform a Preliminary
Engineering Report (PER) based on the updated floor plans, site plan and exterior 3D views. The report
will provide the following information:
a. Examine constructability and possible construction phasing alternatives.
b. Examine routing of the following: water, sanitary sewer, storm sewer, electrical
c. Emergency generator requirements and placement, use of natural gas
d. Verify site drainage, site detention and verify property is above base flood elevation
e. Evaluate necessity to upgrade of lighting fixtures and/or additional security lighting needed
f. Evaluate storage and shelving requirements and options
g. Evaluate security requirements and IT requirements for security cameras & controlled access
h. Examine construction materials and protective coatings options for new and existing building(s)
i. Update Opinion of Probable Construction Cost
2.0 Additional Services:
Because the effort required for some items of work varies considerably from project to project, and because
some items of work are sometimes provided separately by the City, these items of work are not included in
the basic services fees and are charged separately. Additional Services, mutually agreed upon and
authorized separately by the City in writing, shall be completed on a lump sum or an hourly basis in
accordance with the attached Hourly Rate Sheet. Such additional services may include:
A. Final Design Services
B. Bidding Services
C. Construction Phase Services
D. Measured drawings of existing conditions
E. Making revisions in drawings, specifications or other documents when such revisions are
inconsistent with written approvals or instructions previously given, are required by enactment or
revision of codes, laws or regulations subsequent to the preparation of such documents or are due
to other causes not solely within the control of Huitt-Zollars
F. Fees associated with Agency Reviews, Plats, Recordation, Tax Certificates, Title Commitments,
Private Utility Information, Permitting and/or Inspections
G. Any other service not otherwise included in the Basic Services
3.0 City Provided Services:
City shall provide Huitt-Zollars with the following:
A. Access to the Project Sites
B. As-Built Drawings of the facilities and site
C. Any Available Reports
COMPENSATION:
1.0 Fee Budget
Our estimated fee budget for the above scope of services; is $48,145.00 (lump sum).
The breakdown is the following;
Task A = Completed
Task B = Completed
Task C = $1750.00 lump sum
Task D = $19860.00 lump sum
Task E = No Charge
Task F = $1615.00 lump sum
Task G = No Charge
Tasks C thru D = $23225.00
Task H (PER) = $24920.00 lump sum
2.0 Reimbursable Expenses
Reimbursable expenses include mileage, tolls, outside (out of office) services, such as overnight mailings,
printing, or other fees required by agencies. These expenses are not included in the above fees. A
probable not to exceed estimate for reimbursable expenses is $ 600.00.
3.0 Total Proposed Budget
Our total proposed budget is estimated to be $ 48,745.00 (lump sum).
4.0 Invoicing
Invoices will be submitted monthly. Lump sum tasks shall be invoiced based upon the percent of work
accomplished during the invoice period. Reimbursable expenses shall be reimbursed based on the
attached Hourly Rate Sheet to a maximum not to exceed amount authorized by the Client.
SCHEDULE:
We anticipate completion of the Basic Services within forty five (45) calendar days from receipt of notice to
proceed.
TERMS & CONDITIONS
1. AUTHORIZATION FOR WORK TO PROCEED
Signing of this AGREEMENT for services shall be authorization by the City for Huitt-Zollars, Inc. to
proceed with the work.
2.
Construction cost estimates provided by Huitt-Zollars are prepared from experience and judgment. Huitt-
Zollars has no control over market conditions or construction procedures and does not warrant that
proposals, bids, or actual construction costs will not vary from Huitt-Zollars estimates.
3. STANDARD OF CARE
Services performed by Huitt-Zollars under this AGREEMENT will be conducted in a manner consistent
with that level of care and skill ordinarily exercised by members of the profession currently practicing in the
same locality under similar conditions. No other representation, expressed or implied, and no warranty or
guarantee is included or intended in this AGREEMENT, or in any report, opinion, document or otherwise.
4. TAXES
All taxes, including but not limited to gross receipts tax, sales tax, etc., required to be paid will be billed to
the City in addition to fees.
5. BILLING AND PAYMENT
The City, recognizing that timely payment is a material part of the consideration of this AGREEMENT,
shall pay Huitt-Zollars for services performed in accordance with the rates and charges set forth herein.
Invoices will be submitted by Huitt-Zollars on a monthly basis and shall be due and payable within thirty
(30) calendar days of invoice date. If the City objects to all or any portion of an invoice, the City shall so
notify Huitt-Zollars in writing within ten (10) calendar days of receipt of the invoice in question, but will
pay, when due, that portion of the invoice not in dispute.
The City shall pay an additional charge of one-and-one-half percent (1.5%) (or the maximum percentage
allowed by law, whichever is lower) of the invoiced amount per month for any payment received by Huitt-
Zollars more than forty-five (45) calendar days from date of the invoice, excepting any portion of the
invoiced amount in dispute and resolved in favor of City. Payment thereafter shall first be applied to accrued
interest and then to the principal unpaid amount.
If City, for any reason, fails to pay an invoice or the undisputed portion of a Huitt-Zollars invoice within
sixty (60) calendar days of invoice date, Huitt-Zollars will notify the City by registered mail that Huitt-
Zollars shall cease work on the project in ten (10) calendar days if the invoice in question is not paid. In this
case, the City shall waive any claim against Huitt-Zollars, and shall defend and indemnify Huitt-Zollars
from and against any claims for injury or loss stemming from Huitt-
also pay Huitt-Zollars the cost associated with premature project demobilization. In the event the project is
remobilized, City shall also pay the cost of remobilization, and shall renegotiate appropriate contract terms
and conditions, such as those associated with budget, schedule or scope of service.
In the event any invoice or portion thereof is disputed by City, City shall notify Huitt-Zollars within ten (10)
calendar days of receipt of the bill in question, and City and Huitt-Zollars shall work together to resolve the
matter within forty-five (45) days of its being called to Huitt-er is
not attained within forty-five (45) calendar days, either party may terminate this AGREEMENT.
6. CONSEQUENTIAL DAMAGES
The City shall not be liable to Huitt-Zollars and Huitt-Zollars shall not be liable to the City for any
consequential damages incurred by either due to the fault of the other, regardless of the nature of this fault,
or whether it was committed by the City or Huitt-Zollars, their employees, agents or subcontractors.
Consequential damages include, but are not limited to loss of use and loss of profit.
7. TERMINATION
In the event termination becomes necessary, the party (City or Huitt-Zollars) effecting termination shall so
notify the other party, and termination will become effective fourteen (14) calendar days after receipt of the
termination notice. Irrespective of which party shall effect termination or the cause of termination, the City
shall within thirty (30) calendar days of termination remunerate Huitt-Zollars for services rendered and costs
incurred up to the effective time of termination, in accordance with Huitt-
and Expense Reimbursement Policy.
8. ADDITIONAL SERVICES
Any services beyond those specified herein will be provided for separately under a mutually agreed upon
Scope of Services, Budget and Schedule and an additional written authorization from the City.
9. GOVERNING LAW
The laws of the State of Texas will govern the validity of this AGREEMENT, its interpretation and
performance. Any litigation arising in any way from this AGREEMENT shall be brought to the courts of
that State.
10. HAZARDOUS MATERIALS--SUSPENSION OF SERVICES
As used in this Agreement, the term hazardous materials shall mean any substances, including without
limitation asbestos, toxic or hazardous waste, PCBs, combustible gases and materials, petroleum or
radioactive materials (as each of these is defined in applicable federal statues) or any other substances under
any conditions and in such quantities as would pose a substantial danger to persons or property exposed to
such substances at or near the Project site.
Both parties acknowledge that Huitt-
presence of any hazardous or toxic materials. In the event Huitt-Zollars or any other party encounters any
hazardous or toxic materials, or should it become known to Huitt-Zollars that such materials may be present
on or about the jobsite or any adjacent areas that may affect the performance of Huitt-
Huitt-Zollars may, at its sole option and without liability for consequential or any other damages, suspend
performance of its services under this AGREEMENT until the City retains appropriate consultants or
contractors to identify and abate or remove the hazardous or toxic materials and warrants that the jobsite is
in full compliance with all applicable laws and regulations.
11. CONSTRUCTION OBSERVATION
If Construction Phase Services are part of this AGREEMENT, Huitt-Zollars shall visit the site at intervals
agreed to in writing by the City and Huitt-Zollars, in order to observe the progress and quality of the Work
completed by the Contractor. Such visits and observation are not intended to be an exhaustive check or a
-Zollars to become generally
familiar with the Work in progress and to determine, in general, if the Work is proceeding in accordance
with the Contract Documents.
Based on this general observation, Huitt-Zollars shall keep the City informed about the progress of the Work
and shall advise the City about observed deficiencies in the Work.
If the City desires more extensive project observation or fulltime project representation, the City shall
request that such services be provided by Huitt-Zollars as Additional Services in accordance with the terms
of this AGREEMENT. Huitt-
nor have any responsibility for the construction means, methods, techniques, sequences or procedures
selected b
Work. These rights and responsibilities are solely those of the Contractor in accordance with the Contract
Documents.
Huitt-Zollars shall not be responsible for any acts or omissions of the Contractor, any subcontractor, any
entity performing any portions of the Work, or any agents or employees of any of them. Huitt-Zollars does
not guarantee the performance of the Contractor and shall not be responsible for the Contractor's failure to
perform its Work in accordance with the Contract Documents or any applicable laws, codes, rules or
regulations.
12. JOBSITE SAFETY
Neither the professional activities of Huitt-Zollars, nor the presence of Huitt-Zollars or its employees and
subconsultants at a construction/project site, shall impose any duty on Huitt-Zollars, nor relieve the
Contractor of its obligations, duties and responsibilities including, but not limited to, construction means,
methods, sequence, techniques or procedures necessary for performing, superintending and coordinating the
Work in accordance with the Contract Documents and any health or safety precautions required by any
regulatory agencies. Huitt-Zollars and its personnel have no authority to exercise any control over any
construction contractor or its employees in connection with their work or any health or safety programs or
procedures. The City agrees that the Contractor shall be solely responsible for jobsite and worker safety and
warrants that this
The City also agrees that the Contractor shall defend and indemnify the City, Huitt-Zollars and Huitt-
-Zollars and Huitt-
The City
shall furnish to Huitt-Zollars certificates of insurance from the Contractor evidencing the required
coverage specified above. The certificates shall include a provision that Huitt-Zollars shall receive thirty
(30) days minimum written notification in the event of cancellation, non-renewal or material change of
coverage.
13. RIGHT TO RELY ON CITY-PROVIDED INFORMATION
City shall be responsible for, and Huitt-Zollars may rely upon, the accuracy and completeness of all
requirements, programs, instructions, reports, data, and other information furnished by City or any of its
other consultants (collectively the City) to Huitt-Zollars pursuant to this Agreement. Huitt-Zollars may
use such requirements, programs, instructions, reports, data, plans and information in performing or
furnishing services under this Agreement. Any increased costs incurred by Huitt-Zollars due to changes
in or the incorrectness of information provided by the City shall be compensable to Huitt-Zollars.
14. OWNERSHIP OF INSTRUMENTS OF SERVICE
All reports, drawings, specifications, computer files, field data, notes and other documents and instruments
prepared by Huitt-Zollars as instruments of service shall remain the property of Huitt-Zollars. Huitt-Zollars
shall retain all common law, statutory and other reserved rights, including the copyright thereto.
15. SEVERABILITY
Any term or provision of this AGREEMENT found to be invalid under any applicable statute or rule of law
shall be deemed omitted and the remainder of this AGREEMENT shall remain in full force and effect.
16. ASSIGNMENT
Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest in this
Agreement, including but not limited to monies that are due or monies that may be due, without the prior
written consent of the other party. Subcontracting to subconsultants, normally contemplated by Huitt-Zollars
as a generally accepted business practice, shall not be considered an assignment for purposes of this
Agreement.
17. DISPUTE RESOLUTION
17.1 Huitt-Zollars will be the initial interpreter of the requirements of the Contract Documents and judge
of the acceptability of the Work thereunder, Claims, disputes and other matters relating to the acceptability
of the Work or the interpretation of the requirements of the Contract Documents pertaining to the
performance and furnishing of the Work in respect of changes in the Contract Price or Contract Times will
be referred initially to Huitt-Zollars in writing with a request for a formal decision in accordance with this
paragraph. Written notice of each such claim, dispute, or other matter will be delivered by the claimant to
the other party of the Agreement promptly (but in no event later than thirty \[30\] days) after the start of the
occurrence or event giving rise thereto, and written supporting data will be submitted to Huitt-Zollars and
the other party within forty-five (45) days after start of such occurrence or event unless Huitt-Zollars allows
an additional period of time for the submission of additional or more accurate data in support of such claim,
dispute or other matter. The opposing part shall submit any response to Huitt-Zollars and the claimant
-Zollars allows additional
time). Huitt-Zollars will render a formal decision in writing within thirty (30) days after receipt of the
-
formal decision shall be a condition precedent to further dispute resolution actions.
The General process for dispute resolution shall be:
Huitt-Zollars renders a decision
Senior representatives meet to resolve further dispute
Mediation
17.2 CONFERENCE BETWEEN SENIOR REPRESENTATIVES:
Subsequent to the decision by the Huitt-Zollars, the disputing party shall give the other party written
notice of appeal of the dispute including the Huitt-Zollars. Within ten (10) days after receipt of said
notice, the receiving party shall submit to the other a written response. The notice and response shall
ry of the evidence and arguments supporting its
position, and (b) the name and title of the executive officers who will represent that party. The
executive officers shall meet at a mutually acceptable time and place within twenty (20) days of the date
of tthereafter as often as they reasonably deem necessary to exchange relevant
information and to attempt to resolve the dispute.
17.3 MEDIATION
If the controversy or claim has not been resolved within thirty (30) days of the meeting of the Senior
Representatives, the parties agree to settle the dispute by mediation administered by the American Arbitration
Association under its Construction Industry Mediation currently in effect. The request may be made
concurrently with the filing of a demand for litigation, but, in such event, mediation shall proceed in
advance of litigation, which shall be stayed pending mediation for a period of sixty (60) days from the
date of filing, unless stayed for a longer period by agreement of the parties. Request for mediation shall
be filed in writing with the other party to the Contract and with the American Mediation Association.
The parties shall share the
place where the Project is located, unless another location is mutually agreed upon. Agreements reached
in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof.
For any controversy or claim to mediation under the terms of thtotal
disclosed claim or counter-claim exceeds $75,000, exclusive of interest, the parties shall participate in
mediation under the Fast Track Procedures as set forth in the Construction Industry Mediation Rules
of the American Arbitration Association.
parties
agree, the dispute shall be resolved by submission of documents, as provided for in Rule F-9 of the Fast
Track Procedures of the Construction Industry Mediations Rules of the American Arbitration Association.
17.4 LIMITATION ON CONSOLIDATION OR JOINDER:
No mediation shall include, by consolidation or joinder or any other manner, parties other than the
City, Contractor and other persons substantially involved in a common question of fact or law whose
presence is required if complete relief is to be accorded in mediation. No person or entity other than
the City or Contractor shall be included as an original third party or additional third party to a mediation
whose interest or responsibility is insubstantial. Consent to mediation involving an additional person or
entity shall not constitute consent to mediation of a Claim not described therein or with a person or
entity not described therein. The foregoing agreement to mediate and other agreements to mediate with an
additional person or entity duly consented to by parties to the Agreement shall be specifically enforceable
under applicable law in any court having jurisdiction thereof.
17.5 CLAIMS AND TIMELY ASSERTION OF CLAIMS:
The party filing a notice to demand for mediation must assert in the demand all Claims then known to
that party on which mediation is permitted to be demanded.
17.6 NON-JURY TRIAL:
Any claims disputes or controversies between the parties arising out of or relating to the Agreement, or
the breach thereof, which have not been resolved in accordance with the procedures set forth above
shall be resolved through litigation. The parties stipulate that venue for any such proceedings shall be in
the district courts Harris County, Texas. In the event the parties are forced to litigate their disputes,
owner and contractor agree to each waive their right to a trial by jury and further agree that the judge
shall be the sole finder of fact and rule on the law of the case, without a jury.
AUTHORIZATION:
Should this proposal meet with your approval and acceptance, please sign below and return a copy of this
Agreement. We will schedule the above services as soon as we receive your written authorization. If you
have any questions, please call.
Respectfully submitted,
Accepted and Approved for
Huitt-Zollars, Inc.
City of La Porte, Texas
(Signature)
Chris M. Casey, AIA., LEED AP
(Name)
Vice President
Attachments
(Title)
(Date)
Houston
2020
HOURLY RATE SHEET
Engineering/ArchitectureInterior Design
Principal$255.00Sr. Interior Designer$ 140.00
Design Principal$235.00Interior Designer$ 120.00
Sr. Project Manager$235.00Interior Designer Intern$ 90.00
QA Manager$230.00
Project Manager$200.00 Survey
Sr. Civil Engineer$200.00Survey Manager$ 170.00
Sr. Structural Engineer$200.00Sr. Project Surveyor$ 155.00
Sr. Mechanical Engineer$190.00Project Surveyor $ 140.00
Sr. Electrical Engineer$190.00Survey Technician$ 130.00
Civil Engineer$185.00Surveyor Intern$ 115.00
Structural Engineer$185.00
Mechanical Engineer$165.00 Survey Crews
Electrical Engineer$165.001-Person Survey Crew$ 100.00
Plumbing Engineer$150.002-Person Survey Crew$ 150.00
Engineer Intern$135.003-Person Survey Crew$ 175.00
Sr. Architect$195.00
Architect$160.00 Construction
Architect Intern 1$100.00Construction Manager $ 190.00
Architect Intern 2$120.00Resident Engineer$ 185.00
Architect Intern 3$150.00Sr. Project Representative$ 135.00
Sr. Landscape Architect $175.00Resident Project Representative $ 100.00
Landscape Architect$135.00
Landscape Architect Intern$100.00 Administrative
Sr. Planner $250.00Sr. Project Support$ 100.00
Planner$160.00Project Support $ 80.00
Planner Intern $100.00
Sr. Designer$155.00 Reimbursable Expenses
Designer $130.00ConsultantsCost + 10%
Sr. CADD Technician$140.00Other Direct CostsCost + 10%
Mileage IRS Standard Business Mileage Rate
CADD Technician$100.00
PROJECT BUDGET WORKSHEET - Houston 2020
Client:City of La Porte 10/19/2020
Date:
Project Name:
La Porte Public Works Facility
Project Number:#VALUE!
Contract No.:
Project Template:A-E Services
Project No.:
Labor Code Schedule:HO20
PM
Chris Casey
PIC
Phase Number12345666666 RMB
TASK C - TASK D - TASK E - No TASK F -Cost TASK G - No Reimbursable
Phase DescriptionTASK H - PERTASK H - PERTASK H - PERTASK H - PERTASK H - PERTASK H - PER
ProgrammingSchematicChargeEstiimationChargeExpenses
Task Number11111123456
HZ LABOR BUDGET
Civil Structural Mechanical Electrical
Task DescriptionArchitectureArchitectureArchitectureArchitectureArchitectureArchitecturePlumbing
EngineeringEngineeringEngineeringEngineering
Phase/Task Manager
LSLSLSLSLSLSLSLSLSLSLS
Lump Sum or Hourly
Column TotalColumn TotalColumn TotalColumn TotalColumn TotalColumn TotalColumn TotalColumn TotalColumn TotalColumn TotalColumn TotalColumn Total
Labor CodeLabor ClassificationHourly Rate$ 1,750.00$ 19,860.00$ -$ 1,615.00$ -$ 1,505.00$ 10,175.00$ 4,000.00$ 3,800.00$ 3,040.00$ 2,400.00$
600.00 TOTAL HOURSTOTAL BUDGET
PICPrincipal-In-Charge$ 255.000$ -
DPXDesign Principal$ 235.000$ -
SPMSr. Project Manager$ 235.00241310$ 2,350.00
PMXProject Manager$ 200.0010541231$ 6,200.00
QAMQA Manager$ 230.0044$ 920.00
SCESr. Civil Engineer$ 200.002525$ 5,000.00
CEXCivil Engineer$ 185.0011516$ 2,960.00
EITEngineer Intern$ 135.000$ -
SSESr. Structural Engineer$ 200.002020$ 4,000.00
STEStructural Engineer$ 185.000$ -
SMESr. Mechanical Engineer$ 190.002020$ 3,800.00
MEXMechanical Engineer$ 165.000$ -
SEESr. Electrical Engineer$ 190.001616$ 3,040.00
SEXElectrical Engineer$ 165.000$ -
PEXPlumbing Engineer$ 150.0016
16$ 2,400.00
SAXSr. Architect$ 195.0011$ 195.00
AXXArchitect$ 160.008100108$ 17,280.00
AI1Architect Intern 1$ 100.000$ -
AI2Architect Intern 2$ 120.000$ -
AI3Architect Intern 3$ 150.000$ -
SLASr. Landscape Architect$ 175.000$ -
LAXLandscape Architect$ 135.000$ -
LAILandscape Architect Intern$ 100.000$ -
SPXSr. Planner$ 250.000$ -
PXXPlanner$ 160.000$ -
PIXPlanner Intern$ 100.000$ -
SIDSr. Interior Designer$ 140.000$ -
IDXInterior Designer$ 120.000$ -
IDIInterior Designer Intern$ 90.000$ -
SDXSr. Designer$ 155.000$ -
DXXDesigner$ 130.000$ -
SCTSr. CADD Technician$ 140.000$ -
CTXCADD Technician$ 100.000$ -
SMXSurvey Manager$ 170.000$ -
SPSSr. Project Surveyor$ 155.000$ -
PSXProject Surveyor$ 140.000$ -
SIXSurveyor Intern$ 115.000$ -
STXSurvey Technician$ 130.000$ -
SC11-Person Survey Crew$ 100.000$ -
SC22-Person Survey Crew$ 150.000$ -
SM22-Person Survey Member$ -0$ -
SC33-Person Survey Crew$ 175.000$ -
SM33-Person Survey Member$ -0$ -
CMXConstruction Manager$ 190.000$ -
REXResident Engineer$ 185.000$ -
PRSSr. Project Representative$ 135.000$ -
RPRResident Project Representative$ 100.000$ -
SpecsPSSSenior Project Support$ 100.000$ -
PROProject Support$ 80.000$ -
Total Manhours per
1011808075220201616267
Phase/Task
HZ Labor per Phase/TaskHZ Labor
$ 1,750.00$ 19,860.00$ -$ 1,615.00$ -$ 1,505.00$ 10,175.00$ 4,000.00$ 3,800.00$ 3,040.00$ 2,400.00$ 48,145.00
Direct Expenses (Distribute among Phases/Tasks as applicable)Direct Expenses
$ -$ -$ -$ -$ -$ -
Direct Consultants (Distribute among Phases/Tasks as applicable)Direct Consultants
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
RMB ExpensesRMB Expenses
$ 600.00$ 600.00
RMB Consultants (Distribute among Phases/Tasks as applicable)RMB Consultants
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
Total Fee per Phase/TaskCONTRACT SUM
$ 1,750.00$ 19,860.00$ -$ 1,615.00$ -$ 1,505.00$ 10,175.00$ 4,000.00$ 3,800.00$ 3,040.00$ 2,400.00$ 600.00$ 48,745.00
LAPORTE PW Complex A-E PROJECT WORKBOOK 2020_Add Services.xls / PROJECT BUDGET - HZ
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
019-Drainage Fund
Requested By:Ray Mayo, Director
Source of Funds:018-Sewer Rehabilitation
Department:Public Works
019-9881-690-1100
Account Number:018-9881-669-1100
ReportResolutionOrdinance
Amount Budgeted:$70,000.00
Exhibits:Bid 21004 Tabulation, Notification and Access Report
Amount Requested:$68,500.00
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
th
On Tuesday, November 10,2020, bids were opened for Bid #21004 -TV Inspection
and Cleaning of Sanitary and Storm Sewer Lines. The bids were advertised in the Bay
Area Observer and posted on Public Purchase. Eighty-three (83) vendors were notified
with 35vendors downloading the bid documents. Four (4) vendors submittedbids. The
low bid was submitted byAAA Flexible Pipe Cleaning, Inc.at $29,200.00for Storm
Sewer and $39,300.00for Sanitary Sewer for a total cost of $68,500.00.
The contract will be established for a 1-year periodwith two (2) additional1-year
renewal options with the agreement of both parties. This contract establishes unit
prices, with total expenditures to not to exceed the annual budgeted amounts.
Staff recommends award of Bid #21004 to AAA Flexible Pipe Cleaningsince they have
performed excellent work for the City in the past.
Benefits: Utilization ofa local contractor is efficient, as they respond promptly to work
orders. This contractor owns a wide range of equipment that is required for this type of
work.
Liabilities:Higher costs per linear foot result with the other bidders.
ACTION REQUIRED BY CITY COUNCIL
Approval or other action to award Bid #21004 to AAA Flexible Pipe CleaningInc.
in the total amount of $68,500.00.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
Notifications & Access Report to Sealed Bid #21004 - T.V. Inspection and Cleaning of Storm a
NOTIFICATION:
Vendor NameReason
AAA Flexible Pipe Cleaning Co. Bid Notification
Ace Pipe Cleaning, Inc.Bid Notification
Ace Pipe Cleaning, Inc.Bid Notification
AECSIBid Notification
AIMS/PVIC Bid Notification
AIMS/PVIC Bid Notification
All Points Inspection Services, IBid Notification
Amani Engineering, Inc.Bid Notification
ANA-LAB CORPORATIONBid Notification
Anderson Pollution Control, Inc.Bid Notification
Aquacoustic Remote Technolog Bid Notification
Aquacoustic Remote Technolog Bid Notification
AZTEC Engineering GroupBid Notification
Bartholow Rental CompanyBid Notification
Baukus ElectricBid Notification
BCAC Underground LLCBid Notification
BidClerkBid Notification
Boyer, Inc.Bid Notification
CDM SmithBid Notification
Charlie's Plumbing Inc.Bid Notification
Chief Solutions, Inc.Bid Notification
Clarkson Refinery Municipal Cle Bid Notification
Cobb, Fendley & AssociatesBid Notification
Commercial Chemical Products Bid Notification
Construction JournalBid Notification
CrowderGulfBid Notification
CSI Consolidated LLC dba Clea Bid Notification
D DavilaBid Notification
Dale DobbinsBid Notification
DeAngelo Brothers LLCBid Notification
DRC Emergency ServicesBid Notification
Durba ConstructionBid Notification
GPM Pump and SealBid Notification
Granite InlinerBid Notification
Griffin Pump & Eqpt., IncBid Notification
Gunda CorporationBid Notification
HDR Engineering, Inc.Bid Notification
Hearn CompanyBid Notification
HR Green, Inc.Bid Notification
HVJ Associates, Inc.Bid Notification
IMSBid Notification
ISC Global Services, Inc.Bid Notification
K2 Services, LLCBid Notification
KAP Technologies, Inc.Bid Notification
KESPE LLCBid Notification
KING SOLUTION SERVICES LBid Notification
L&L SuppliesBid Notification
LJA Engineering, Inc.Bid Notification
National PowerRodding Corp. Bid Notification
National Works, Inc.Bid Notification
North America Procurement CoBid Notification
OnviaBid Notification
OTHON, INC.Bid Notification
Perkens WS CorporationBid Notification
Phillips Family Enterprises LLCBid Notification
PLW Waterworks, LLCBid Notification
Polston Applied Technologies CBid Notification
Pro-Pipe, Inc.Bid Notification
R J Construction Company, IncBid Notification
R.H. Shackelford, Inc.Bid Notification
Reliance ConstructionBid Notification
SAK Construction, LLCBid Notification
Schaumburg & Polk, Inc.Bid Notification
SevenoutsourceBid Notification
SevenoutsourceBid Notification
Specialized Maintenance Servic Bid Notification
Storm-Tex Services, LLCBid Notification
Surveying and Mapping, Inc.Bid Notification
Synagro Bid Notification
t gray utility & rehabBid Notification
texas pride utilities, llcBid Notification
Texas Pride Utilities, LLCBid Notification
Texas Pride Utilities, LLCBid Notification
Texas Underground, Inc.Bid Notification
The Blue Book Building & Cons Bid Notification
The Blue Book Building & Cons Bid Notification
The Blue Book of Building and CBid Notification
The Blue Book of Building and CBid Notification
Trigon Associates, llcBid Notification
Univar USA Inc.Bid Notification
VistraticBid Notification
WebtechBid Notification
WebtechBid Notification83
ACCESS:
Vendor NameDocuments
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
AAA Flexible Pipe Cleaning Co.
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Ace Pipe Cleaning, Inc.
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
AIMS/PVIC
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
All Points Inspection Services, I
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
All Points Inspection Services, I
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
All Points Inspection Services, I
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Aquacoustic Remote Technolog
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
BCAC Underground LLC
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
BidClerk
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Charlie's Plumbing Inc.
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Chief Solutions, Inc.
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Clarkson Refinery Municipal Cle
Sewer Lines.pdf
CMS
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Cobb, Fendley & Associates
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Commercial Chemical Products
Sewer Lines.pdf
ConstructConnect
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Construction Journal
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Construction Software Technolo
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
CSI Consolidated LLC dba Clea
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Dale Dobbins
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
DeAngelo Brothers LLC
Sewer Lines.pdf
Dodge Data & Analytics
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Durba Construction
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Hearn Company
Sewer Lines.pdf
IMS
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
KING SOLUTION SERVICES L
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
L&L Supplies
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
National Works, Inc.
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
North America Procurement Co
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Onvia
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Perkens WS Corporation
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Pro-Pipe, Inc.
Sewer Lines.pdf
School Wholesale Supplies LLC
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Sevenoutsource
Sewer Lines.pdf
Shoreline Foundation, Inc.
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
SmartProcure
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Specialized Maintenance Servic
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Texas Pride Utilities, LLC
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
The Blue Book Building & Cons
Sewer Lines.pdf
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
The Blue Book of Building and C
Sewer Lines.pdf
Tukmol General Contractor
Wayne Enterprises
Bid 21004 TV Inspection and Cleaning of Storm Sewer Lines and Sanitary
Webtech
Sewer Lines.pdf
and Sanitary Sewer Lines
Sealed Bid #21004 - T.V. Inspection & Cleaning of Storm Sewer Lines & Sanitary Sewer Lines
AAA Flexible Pipe
Storm Sewer
Cleaning Co., Inc.
All Points Inspection Services, Inc.AIMS Companies Pro-Pipe, Inc.
Extended PriceExtended PriceExtended PriceExtended Price
Description
ItemUoM QuantityUnit PriceUnit PriceUnit PriceUnit Price
Clean 12 inch and 15 inch sewer
1lines, less than 1/3 pipe debris (LF)LF4,0001.09$4,360.000.75$3,000.001.25$5,000.002.82$11,280.00
Clean 18" & 24" sewer lines less
than 1/3 plipe debris (LF)
2LF4,0001.50$6,000.000.90$3,600.001.80$7,200.003.15$12,600.00
Clean 30" & 36" sewer lines, less
than 1/3 pipe debris
3LF4,0001.65$6,600.001.25$5,000.002.50$10,000.004.8$19,200.00
Clean 42" & 48" sewer lines, less
than 1/3 pipe debris
4LF2,0001.85$3,700.001.80$3,600.003.00$6,000.009$18,000.00
Pipe Cleaning sub total$20,660.00$15,200.00$28,200.00$61,080.00
T.V. inspection in conjunction with
cleaning 12" through 24" sewer
5linesLF16,0000.89$14,240.000.75$12,000.000.80$12,800.001.31$20,960.00
T.V. inspection only for trunk main
survey, 30" through 72"
6LF4,0000.99$3,960.000.50$2,000.001.00$4,000.003.2$12,800.00
T.V. Inspection sub total$18,200.00$14,000.00$16,800.00$33,760.00
Total base Quote items, 1-6
$38,860.00$29,200.00$45,000.00$94,840.00
Extra Work Items 7-10
Clean 12" & 15" sewer lines, more
7than 1/3 ipe debris (linear feet)LF1.05$4.002.504.03
Clean 18" & 24" sewer lines, more
8than 1/3 pipe debris (linear feet)LF1.10$5.00360.004.03
Clean 30" & 36" sewer lines, more
9than 1/3 pipe debris (linear feet)LF1.15$6.005.0010.00
Clean 42" & 48" sewer line, more
than 1/3 pipe
10LF1.25$8.006.0012.00
Pipe Cleaning Total$20,660.00$15,200.00$28,200.00$61,080.00
T.V. Inspection & Report$18,200.00$14,000.00$16,800.00$33,760.00
Total Annual Base Bid STORM SEWER$38,860.00$29,200.00$45,000.00$94,840.00
Sealed Bid #21004 - T.V. Inspection & Cleaning of Storm Sewer Lines & Sanitary Sewer Lines
Sanitary Sewer
Cleaning Co., Inc.
All Points Inspection Serv AIMS Companies Pro-Pipe, Inc.
Clean 6", 8" & 10" sewer less than
11/3 pipe debrisLF350000.99$34,650.000.50$17,500.000.95$33,250.001.47$51,450.00
Clean 12" & 15" sewer less than 1/3
pipe debris
2LF4,0001.15$4,600.000.50$2,000.000.95$3,800.002.48$9,920.00
Clean 18" & 21" sewer less than 1/3
plipe debris
3LF1,0001.20$1,200.000.80$800.000.95$950.006.23$6,230.00
Pipe Cleaning sub total$40,450.00$20,300.00$38,000.00$67,600.00
Sewers 6" through 21" in
1conjunction with cleaningLF35,0000.74$25,900.000.50$17,500.000.50$17,500.001.36$47,600.00
2Trunk main survey 36" through 66"LF3,0001.00$3,000.000.50$1,500.001.00$3,000.004.6$13,800.00
T.V. Inspection sub total
$28,900.00$19,000.00$20,500.00$61,400.00
Pipe Cleaning Total$40,450.00$20,300.00$38,000.00$67,600.00
T.V. Inspection & Report$28,900.00$19,000.00$20,500.00$61,400.00
Total Annual Base Bid SANITARY SEWER$69,350.00$39,300.00$58,500.00$129,000.00
Cleaning Co., Inc.
EXTRA Work Items All Points Inspection Serv AIMS Companies Pro-Pipe, Inc.
Clean 6", 8" & 10" sewer more than
11/3 pipe debrisLF NA 1.253.002.002.50
Clean 12" & 15" sewer more than
21/3 pipe debrisLF NA 1.506.003.002.88
Clean 18" & 21" sewer more than
31/3 pipe debrisLF NA 1.656.005.004.03
4Root removal in sewers 8" & 10"NA 3.008.003.004.03
5Root removal in sewers 12" & 15"LF NA 3.008.003.004.03
Root removal in sewers 18" & 21"
6LF NA 3.0012.005.004.03
Bid tabulation is preliminary only and not an indication of award. Other factors may apply.
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:015-General CIP
Requested By:Ray Mayo, Director
Department:Public Works
Account Number:015-9892-530-1100
Amount Budgeted:$1,428,019.00
ReportResolutionOrdinance
Amount Requested:$453,755.00
Exhibits:Professional Services Agreement;
Budgeted Item:YesNo
Aerial Map
SUMMARY& RECOMMENDATION
Little Cedar Bayou (F216) is a three and a half mile(3.5 mi)long drainage conveyance
that discharges into Galveston Bay.Segments of Little Cedar Bayouwere identified for
phased improvements to provide additional drainage capacity within the conveyance
system. Phase I wascompleted in 2011 and included a 28 acre regional detention basin
south of W. Main Street. Phase II, completedJuly 2019,consistedof 1.3 miles of bayou
widening from the Madison St. right-of-way(ROW)to 450 feet south of Spencer
Highway generally alongthe 13th, 14th & 15th Street rights-of-way.Phase III will initiate
Cedar
Bayou changes direction, turning west to the upstream end of the bayou at Sens Rd.
esponse to RFQ #19601 for Engineering Services for Grant
Projects was evaluated and 5Engineering was short-listed as one of the top four
respondents for drainage related grant projects. Staff requested a proposal from
5Engineeringto perform a drainage analysisnear the intersection of Sens Road and H
flooding mitigation options.
committee and discussed at the November 11, 2019 Drainage Committee Meeting.
Since the drainage issue at the intersection of Sens Rd and H Street seems to be a
function of the downstream conditions of the unimproved section of Little Cedar Bayou,
the Sens Rd and H Street analysis was planned to synchronize with the proposed scope
of work associated with the Little Cedar Bayou Phase III improvements.
Staff has coordinated the F216Phase III project with Harris County Flood Control
District (HCFCD) and arranged to include the project as part of the 2018 HCFCD Bond
Program. The project is identified with Bond ID number C-57 within the HCFCD Bond
Program, with an estimated HCFCD Bond allocation of $8,000,000. Estimated $2
million of partnership funding is to be the City of La Por,
for a total estimated project budget of $10,000,000 (including design and construction).
During this phase of the project, the City and HCFCD will evenly share (50/50) the cost
($329,125, which includes a $30,000 contingency) for preliminary engineering
associated with the F216 scope. HCFCD preparing an interlocal agreement to commit
iture by
$164,562.50.
Also, included in this effort is a scope of work associated with evaluating potential
drainage improvements to mitigate flooding at the intersection of H Street and Sens
Road. Being that both H Street and
jurisdiction, staff attempted to coordinate cost sharing with Precinct 2 for this scope of
work; however, Precinct 2 was not able to commit to cost sharing at this time. Thus, the
City will fund the $124,630 (includes $20,000 of contingency) cost associated with the
scope of work relative to the H Street and Sens Road intersection.
Staff recommends authorizing the City Manager to execute a professional services
agreement with 5engineeing, LLC to allow for Phase III of the Little Cedar Bayou
Drainage Improvements project to be initiated.
Benefits:
Project initiates final phase of three phased drainage improvement project.
Project has an allocation within the Harris County Bond Program
Harris County Flood Control District has agreed to 50/50 cost share for F216
scope.
Liabilities:
Flooding condition at Avenue H and Sens Road intersection is prolonged if
study is not initiated.
Failure to move forward could suggest lower priority to other agencies.
ACTION REQUIRED BY CITY COUNCIL
Authorize the City Manager to execute a professional services contract with
5engineering, LLC, for the Avenue H/Sens Road & Little Cedar Bayou Drainage
Study for $453,755.00.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
11200 Westheimer Rd. #353, Houston TX 77042|832-800-3483|2020.11.05_0094_PR_01_LTR.docx
November 5, 2020
Mr. LorenzoWingate, P.E.
City Engineer
City of La Porte
rd
2963 N 23Street
La Porte, TX 77571
Re:Avenue H/Sens Road Drainage Study&
Little Cedar Bayou(F216-00-00) Drainage Study
Dear Mr. Wingate:
5engineering, llc (5e)is pleased to offer our services for theAvenue H/Sens Road Drainage Study and
the Little Cedar Bayou(F216-00-00) Drainage Study.
AVENUE H/SENS ROADDRAINAGE ANALYSIS
Sens Road was expanded in 2014, and the plans included a detention pond west of Sens Road between
North D Street and North Avenue H, directly across Sens Road from Little Cedar Bayou (HCFCDUnit
#F216-00-00). This analysis includes determining the existing drainage areas, contributing flows, and
developing hydrologic and hydraulic (H&H) models to illustrate the drainage patterns and capacities in
the area. The study area will be focused onthe area of detention, the roadside ditches, and culvert
crossingsalong North H Avenue, and Sens Road.
The following scope of services is organized into Basic and Additional Services. Basic Services are those
assignments that are well defined and known to be necessary to accomplish the project goals.
Additional Services are those tasks that are not known to be necessary at this time but may be
determined as necessary through the course of the Basic Services.
BASIC SERVICES
A.Project Management
1.Meetingsand Coordination: 5eanticipates three (3) meetings for this project, including a project
kick-off meeting with La Porte and another meeting to discuss preliminary findings of the
modeling oncethe project is finalized. The third meeting will take place with Harris County Flood
Control District (HCFCD) for the impact analysis portion of the project.
2.Collect & Review As-Builts/Reports: As-builts and/or reports pertinent to the analysis will be
collected from the City of La Porte, Harris County, and other entities. This information will be
reviewed for incorporation into the modeling tasks detailed below.
3.Field Visit: 5ewill performa field visit to collect information on the Sen’s Road drainage system
for use in the analysis detailed below.
4.Monthly Reporting:5ewill provide monthly status reports to the Cityof La Porte,including
subconsultants’ work progress for the duration of the project.
B.Existing Hydrology
This task includes developing the hydrologic parameters and drainage areasfor the Sens Road
roadway area and Phase III on F216-00-00.
1.Delineate Drainage Areas: The 2018 LiDAR will be used to determine existing flow paths and
other drainage area characteristics necessary to delineate drainage areas.
2.Develop Hydrologic Parameters: Hydrologic parameterswill be developed for each
drainage area consistent with current criteria and methodology.
3.Develop Rational Peak Flows: Harris County Flood Control District has adopted Atlas 14
rainfall. The Rational peak flows for the 2-, 5-, 10-, and 100-year storm frequencies will be
developed consistent with HCFCD’s latest criteria and methodology.
4.IterateSWMM Hydrographs: Using the Rational peak flows, the storage coefficient (R) will be
iterated within HEC-HMS to develop hydrographs to be used in the SWMM modeling.
C.Existing Hydraulics(Roadway)
This task includes developing new hydraulic model for Sens Rd.
1.Develop 1D-2D SWMM Model: Using available as-builts, reports,and LiDAR data, a1D-2D SWMM
model will be developedusing LiDAR 2018 supplemented with available survey.
2.Perform Simulations for2-, 5-, 10-,and 100-Yr Runs (2D SWMM): Using the existing conditions
hydrologic model hydrographs, the 2-, 5-, 10-and 100-year SWMM simulations will be developed.
3.CreatePonding Depth Maps: Ponding depths maps will be created from the SWMM models for
the 2-, 5-, 10, and 100-year storm events.
4.Quantify WSEs: Water surface elevations (WSEs) will be quantified for the SWMM for the 2-, 5-, 10-,
and 100-year storm events.
D.Proposed Roadway Hydraulics
This task includes developing three (3) improvement alternatives for Sens Rd.
1.Alternative 1(Reconfigure Storm Sewer and Pond Connections): Alternative 1 will consider
reconfiguring the storm sewer and pond connections to the existing detention pond on the west
side of Sens Road.
2.Alternative 2 (Additional Conveyance Along Sens Road): Alternative 2 will consider increasing
the conveyance along Sens Road.
3.Alternative 3 (Expand Pond): Alternative 3 will consider expanding the existing detention pond
on the west side of Sens Road.
4.Quantify WSEs: Water surface elevations (WSEs) will be quantified for the SWMM for the 2-, 5-, 10-,
and 100-year storm eventsfor each alternative.
Avenue H/Sens Road Drainage Study &Page 2
E.Construction Cost Estimates
Construction cost estimateswill be developed for the 3 Sens Road alternates to assist the City in selecting
a desired alternative.
F.Deliverables
This task includes an alternatives technical memo to document the 3 alternatives presented and an
impact analysis to submit the selected project to HCFCD.
1.Alternative Summary Technical Memo: The deliverable will include a technical memo that
includes documentation of the procedures and methodologies usedfor the project. Three
alternatives will be presented including construction cost estimates. Exhibits will be developed
as meeting material to help clarify the modeling results. The hydraulic (HEC-RAS/SWMM) and
hydrologic (HEC-HMS) models will also be provided to the City as part of this analysis.
2.Impact Analysis: The deliverablewill include an impact reportfor the selected alternativeto be
submitted to HCFCDfor their review and approval.
ADDITIONAL SERVICES
Contingency –Limited investigation into utilities, surveying or ROW may be required as part of a
constructability review of the proposed alternatives in Basic Services. 5ewill make every effort to utilize
existing data, including LiDAR, and will not use this additional services scope, unless necessary and
authorized by the City. The estimated fee is $20,000. If needed, a specific scope of services will be
provided to the City.
Fee and Schedule–The fee for performing the above scope of servicesfor the Avenue H/Sens Road
Drainage Studyis $124,630andwill be billed monthly(see Exhibit Afor detailed break-down). The
proposed services will be completed within 6monthsof notice to proceedand receipt of as-built plans
and reports (if available).
LITTLE CEDAR BAYOU(F216-00-00)DRAINAGESTUDY
STUDY PHASE AND DRAINAGE REPORT
The City of La Portehas engaged 5engineering, llc(Engineer)to perform a drainage study for Little
Cedar Bayou(HCFCD Unit No. F216-00-00), which includes the Phase III improvements from Sens Road
to W. Main Street. The intent of this study is to create a conceptual Watershed Plan to identify strategies
for mitigation of existing flooding problems and to address improved drainage infrastructure required to
achieve 100-year channel level-of-service within the study limits. The 100-year level-of-service is based
on 100-year Atlas14 rainfall data or 500-year current rainfall data. The study is located in Harris County
Precinct 2 and is funded from the 2018 Bond proceeds. It is identified as bond project ID C-57.
The following scope of services is organized into Basic and Additional Services. Basic Services are those
assignments that are well defined and known to be necessary to accomplish the project goals.
Additional Services are those tasks that are not known to be necessary at this time but may be
determined as necessary through the course of the Basic Services.
BASIC SERVICES
A.Project Management and Coordination
1.Project Management: The Engineer shall perform project management services necessary to
complete the project including submittingmonthly invoices with progress reports, developing
and maintaining a detailed project schedule, and managing and monitoring sub-consultants.
Avenue H/Sens Road Drainage Study &Page 3
2.Quality Control:The Engineer shall perform a documented QA/QC process throughout the study.
A quality plan will be developed that identifies designated reviewers with appropriate expertise
for their review responsibility. All deliverables will be reviewed prior to submission.
3.Meetings: The following meetings are anticipated based on a 9-month project schedule.
a.Coordination meetings with HCFCD:Attend project kickoff and monthly status meetings
(9 meetings) to present work activities and results of the study and discuss project issues.
The Engineer will prepare agendas for eachmeeting and will distribute meeting minutes
within 5 days of each meeting.
b.HCFCD Technical Workshop:The Engineer will attend two (2)workshops. One workshop
will discuss the problem areas and potential project concepts. The second workshop will
discuss the recommended project.
c.Stakeholders meetings: It is anticipated that the Engineer will attend five(5) meetings
withvarying stakeholders throughoutthe course of the project to present study results
and receive stakeholder input to be incorporated into the proposed improvements. Two
of these meetings will involve HarrisCounty Precinct 2. This effort includes preparing for
the stakeholder meetings with appropriate materials such as basic exhibits, or a small
PowerPoint presentation slide decks, as well as attending and documenting the minutes
of the meetings.
4.CommunityEngagement: F216-00-00is part of the HCFCD bond (Bond Project ID C-57). The
standard community engagement process for bond projects will be followed.The Engineer shall
prepare for and attend one (1) community engagement meeting. A proposal from Hollaway
Environmental to perform services forcommunity engagement is reflected in the overall LOE and
attached.The tasks listed below are from that proposal.
a.Community Meeting Noticing: Hollawaywill develop a bond project specific stakeholder
database and draft and distribute public notices for each community meeting.
b.Community Meeting Logistics and Implementation: Hollaway will participate in the
project kickoff meeting, develop a written meeting plan, develop public information
tools for the community meeting, and coordinate all necessary community meeting
resources and infrastructure.
c.Public Comments and Community Meeting Documentation:Hollaway will provide
responses for all public comments received in coordination with HCFCD.
d.Community Engagement Completion Activities: Hollaway will summarize the meeting by
summarizing the materials presented, documenting community engagement efforts,
and summarizing comments and questions.Electronic files will be provided to the Flood
Control District within 30 days of the community engagement meeting.
e.Expenses (Estimated): Hollaway will provide yard signs and/or door hangers, translation
services (both noticingand print materials) and amass mailer.
5.Subconsultant Management: The Engineer shall not subcontract any part of its Contract without
approval by HCFCD. The Engineer shall evaluate and be responsible for subconsultant proposals
and deliverables to the same extent as if they services were performed by the engineer.
B.Data Collection
1.Project Initiation: The purpose of this task is to collect and evaluate key information to assist in
refining the study scope of work. The Engineer shall collect all available information and data
including, but not limited to, record construction plans, previous drainage studies, HCFCD
historical flooding data, High Water Marks, Watershed Masterplan data, FEMA Repetitive Loss
properties, flooding reports, LiDAR DEM data, aerial maps, HCFCD watershed maps, hydrologic
and hydraulic models, City of Houston GIMS data and any other pertinent technical data in the
development of this scope of services.
2.Research and Review Available Data: The Engineer shall review and evaluate all available
information and data related to the Study Area. An inventory of the information collected will
be developed.
Avenue H/Sens Road Drainage Study &Page 4
3.Field Reconnaissance: The Engineer shall conduct field reconnaissance to identify and
document the existing drainage systems, outfalls, and drainage patterns for the project area.
The Engineer will also perform field measurements of various infrastructure, such as outfall pipes
and inlets, to be incorporated in the development of hydraulic models. Photographs, notes,and
sketches will be made todocument the reconnaissance and aid in model development.
4.Evaluate 2018 LiDAR: Within the Study Area, the Engineer shall compare the 2018 LiDAR with the
2008 LiDAR, 2001 LiDAR, and site collected data. Availablebenchmark data will be considered
with thisanalysis. Production for the survey effort shall include a difference between the surfaces,
comparison of channel cross section using the different LiDAR sources, available survey, and site
collected data. This information will assist in establishing the approach to review and updatethe
providedHEC-RAS model of Little Cedar Bayou(F216-00-00).
5.Initial Base Map Information Production: The Engineer will develop a series of base maps that
summarize the data and information collected as part of the data collection process. Maps will
include information such as reported structural flooding, floodplains and cross sections, HCFCD
ROW file, LiDAR topography, studied and unstudied channels, historical channels, and other key
information.
6.Survey: Additional surveyis not anticipateddue to previously completed analysis. The provided
analysis and survey will be reviewed. A change order will be requested to perform any additional
survey.
C.Erosion Assessment
Erosion assessment isnot anticipated due to previously completed analysis. Theprovided analysis
and models will be reviewed. A change order will be requested to perform any additional analysis.
D.Existing Conditions
This task includes reviewing an existing conditionsanalysis previously performed by othersand
updating the analysis,as necessary.
1.Open Channel HMS/RAS Modeling
The models from the 2019 CDBG Galveston Bay Watershed stud which are the latest HEC-HMS
and HEC-RAS models will be provided by HCFCD and will be reviewed and updatedas needed.
This effort will assist in determining the existing channel capacity.
a.Review and Update HEC-HMS Model: Review the analysis previously performed by others
and provided by HCFCD. Revise theHEC-HMS drainage area parameters and rainfall
data as necessary tomeet current HCFCD standardand project objectives. This work
may include updated land use, recalculation of Basin Development Factors (BDF) and
other data required to recalculate TC&R data using the most current HCFCD
methodology. The HEC-HMS models will be updated with Atlas 14 rainfall data and new
hydrographs will be developed for existing and proposed conditions for Little Cedar
Bayou(F216-00-00). The rainfall data will be updated for the 2-yr (50%), 5-yr (25%), 10-yr
(10%), 25-yr (4%), 50-yr (2%),100yr (1%), and 500-yr (0.2%) storm frequencies.
b.Review Conversion fromEffective HEC-RAS Model to Unsteady: The Engineer will review
the conversion from the Effective HEC-RAS model to the unsteady model provided by
HCFCDto document the preliminary hydraulicanalysis. Storm frequencies that will be
analyzed include the Atlas 14 10-yr (10%), 50-yr (2%), 100-yr (1%), and 500-yr (0.2%). The
results of the model conversion will be compared to the effective model and standard
model conversion tolerances verified.
c.Reviewand UpdateHEC-RAS Model: The F216 effective model was previously extended
by others to Sens Road west of the railroadand converted to a 1D unsteady model. This
extended model will be reviewed and updated if needed. Note: The latest model
provided by HCFCD is a 1D unsteady model. If requested by the City and/or HCFCD, this
model can be converted to a 1D-2D unsteady model through a change order.
Avenue H/Sens Road Drainage Study &Page 5
d.Model Validation: Hurricane Harvey will be analyzed with the results assessed against
HCFCD documented flooded structures provided through the data collection process.
This effort includes collecting available rain gauge datafrom HCFCDand processing the
rainfall to be applied within the HEC-HMS hydrology model.Note:This task is only for
validation purposes only and is not intended to be a calibration task. If calibration is
requested, a change order can be provided to the City for approval.
e.Preliminary Floodplain: The Engineer shall utilize the HEC-RAS model results to delineate
the existing preliminary 100-year floodplain for F216-00-00. Floodplain exhibits will be
developed depicting the results of the analysis.
f.Channel LOS: The channel performance and capacity will be analyzed for each stream
segment and a Level-of-Service documented. Level-of-Service exhibits will be
developed to communicate to the public.
g.Initial Problem Areas Identification: Areas with low levels of service will be identified and
problem areas delineated.
2.Future Development: Little Cedar Bayou(F216-00-00)will be reevaluated to determine its ability
to accommodate improvements to the collection system. This analysis simulates the scenario
where the collection system is improved, thereby increasing flowsto the channel. This is
accomplished by updating the factors for Storm Sewer Pre-or Post-1984 parameter in the BDF
calculations.
a.Hydrology: The Storm Sewer BDF factor will be updated to (Post-1984) to reflect a well-
draining collection system, and other BDF factors will be checked and updated as
necessary to calculate updated peak flows. Storm frequencies that will be analyzed
include theAtlas 1410-yr (10%), 50-yr (2%), 100-yr (1%), and 500-yr (0.2%).
b.HEC-RAS Analysis Update: The existing conditions HEC-RAS model will be modified to
reflect the updated increased flows that represent a future improved drainage
collection system.
c.Channel LOS: The channel level-of-service will be redefined based on the updated
Future Development HEC-RAS analysis.
3.2-Dimensional Analysis
2D Rain-on-Grid analysiswill be performed for the updated HEC-RAS modelto help locate
possible ponding issues within the F216 watershed. Ponding depths maps will be developed for
the 10-, 50-, 100-, and 500-year Atlas 14 storm events.
4.Problem Area Identification
Problem Area Identification has been previouslyperformed by others. Analysis will not be redone
unless requested by HCFCD or review shows inaccuracies that need to be corrected. If
necessary, a change order will be requested.
5.Problem Area Assessment Criteria
Problem Area Assessment Criteria has been previouslyperformed by others. Analysis will not be
redone unless requested by HCFCD or review shows inaccuracies that need to be corrected. If
necessary, a change order will be requested.
E.Proposed Conditions
1.Improvement Option Definition: The defined problem areas and constraints will be utilized to
develop conceptual improvement options. Improvement options will be documented with
large scale exhibits depicting the general solution components. Example improvement
concepts could include channel improvements to improve the channel level of service,
detention to prevent impacts downstream, and diverting flow. At a minimum, channel
improvements for Phase III of F216-00-00 will be analyzed.
2.Improvement Concept Evaluation: Five (5) improvement concepts will be simulated with the
appropriate analysis tool, either the unsteady HEC-RAS model or the 2D modeling. The
improvements will be refined based on the modeling analysis to improve effectiveness and
efficiency.
Avenue H/Sens Road Drainage Study &Page 6
a.Channel Improvements Phase I: The F216-00-00 Phase I channel improvements were
analyzed and completed based onpre-TSARP rainfall. These improvements will be
reviewed based on Atlas 14 rainfall andmay need to be improved.
b.Channel Improvements Phase II: The F216-00-00 Phase II channel improvements were
analyzed and completed based on pre-TSARP rainfall. These improvements will be
reviewed based on Atlas 14 rainfall and may need to be improved.
c.Channel ImprovementsPhase III: The team will develop a proposed channel
improvement section for the F216-00-00 ditch between Sens Roadand W. Main Street.
The hydraulic model will be updated to include this proposed section.
d.DiversionOptions:The team will explore options for diverting flow from F216-00-00 to other
channels.
e.Alternative:This task includes hours for oneother alternativeto beanalyzed.
3.Impact Identification: Impacts associated with increased runoff will be quantified. Approximate
mitigation volumes necessary to prevent the impact will be quantified using the hydrograph
difference method.
4.Mitigation Option Evaluation: Four (4) options for mitigationwill be identified and documented
with plan view exhibits. Two (2) options with no proposed detentionand two (2) stand-alone
detention sites will be evaluated, with planning level effort dedicated to the development of
conveyance and/or control structures. Volume and flow estimates for each optionwill be
developed based on standard HCFCD basin design criteria.
5.Drainage Impact Evaluation–The identified detention mitigation basins will be evaluated using
the proposed conditions models to assess their effectiveness. Limited control structure
optimization will be performed. A comprehensive no-adverse-impact solution will be identified.
6.Non-structural Alternatives: Non-structural improvement alternatives will be explored, evaluated,
and documented. These options could include buyouts or ROW for future regional detention.
7.Floodplain Delineation: The HEC-RAS model results will be used to delineate the proposed
preliminary 100-year floodplain for F216-00-00, F101-00-00 and A104-07-00. The acreage
reduction of inundation will be calculated and provided as a metric for project evaluation.
8.Problem Area Assessments:For each problem area, the following will be evaluated under
proposed conditions. The level of effort is based on the following evaluation for the single
preferred alternative for each area.
a.Proposed Structure Flooding Inventory: The HCFCD Structure Inventory Tool will be used
to determine the number of potential flooded structures for the 10% (10-year), 2% (50-
year), 1% (100-year), and 0.2% (500-year)exceedance probability storm eventsutilizing
the results from the proposed conditions 1D/2D Models. For each problem area, the total
probable annual structural flooding over a 50-year period will be calculated based on
the HCFCD Guidance Document for Problem Area Definition and Evaluation.
b.Non-Structural Flooding:The total linear feet of roadway inundated during the 10% (10-
year), 2% (50-year), 1% (100-year), and 0.2% (500-year)exceedance probability storm
events for the three roadway classifications identified by the HCFCD in the Guidance
Document for Problem Area Definition and Evaluationwill be identified both for total
flood depth and depth greater than 1-foot. Additionally, roadway closures that may
impact critical infrastructure will be identified.
c.Other Assessment Criteria: The Prioritization Framework for the Implementation of the
HCFCD 2018 Bond Projects will be used to assign scores for each of the eight categories
listed below.
i.Flood Risk Reduction
ii.Existing Conditions Drainage Level of Service (LOS)
iii.Social vulnerability index(SVI)
iv.Project Efficiency
v.Partnership Funding
vi.Long Term Maintenance Costs
Avenue H/Sens Road Drainage Study &Page 7
vii.Minimize Environmental Impacts
viii.Potential for Multiple Benefits
d.Potential for viable project
9.Benefit Definition: The structure inventory will be combined with HCFCD flooding data and be
utilized to quantify the benefits associated with the proposed improvementsand the
development of project prioritization. Flood damage estimates will not be calculated.
10.Proposed ROW: Proposed ROW acquisition necessary to implement the improvement and
mitigation options will be identified. ROW acquisition exhibits will be developed to communicate
the information to the county.
11.Environmental Constraints: It has been assumed that the identification of environmental
constraints has been previously performedby others. Analysis will not be redone unless
requested by HCFCD or review shows inaccuracies that need to be corrected. If necessary, a
change order will be requested.
12.Cost Estimates: Estimated construction cost of the proposed improvements will be developed
using HCFCD provided bid tabulations.
13.Schematic Drainage Plans: A 20% level of design layout will be prepared for the recommended
improvement options. The schematic based layouts will include the general improvement
layouts and will identify thecritical components such as potential utility conflicts as follows:
a.20% Plan and Profile plans: Using available survey data, Engineer willlayout a preliminary
alignment of the recommended improvement options.
b.Existing and Proposed Typical Sections: Development of typical sections that will
demonstrate constructability and describe concept.
14.Channel and WSEL Profiles: Existing and proposed profile plots of the channel depicting crossing
locations and WSEL for the studied event frequencies will be developed.
F.Study Report
1.Existing Conditions Summary Report:The existing conditions evaluation will be summarized and
documented in a summary report including accompanying exhibits and tables. This report will
be a component of the overall study report.
2.Draft Study Report: A comprehensive drainage study report will be prepared to provide a
recommended proposed project and phasing plan, as well as quantification of the hydrologic
and hydraulic analysis results with a detailed narrative and supporting tables, exhibits and
appendices. The study report will include the interim report deliverables including the erosion
report. The study report will also include information and comments received at the public
meetings. The draft drainage study report shallbe signed and sealed with an interim stamp by
a Licensed Professional Engineer in the state of Texas. Three (3) bounded original copies of the
study report shall be provided to HCFCD. The draft drainage study report shall also be provided
in electronic PDF format as required by HCFCD for review and approval.
3.Final Study Report: The draft drainage study report will be revised based on comments received
from HCFCD. The drainage study report shall be signed and sealed by a Licensed Professional
Engineer. Three (3) bounded original copies of the study report shall be provided to HCFCD. The
study report shall also be provided in electronic PDF format as required by HCFCD for review and
approval.
ADDITIONAL SERVICES
The following additional services represent those tasks that are not known to be necessary at this time
but may be determined as necessary through the course of the Basic Services.
Contingency –Limited investigation into utilities, surveying or ROW may be required as part of a
constructability review of the proposed alternatives in Basic Services. 5ewill make every effort to utilize
Avenue H/Sens Road Drainage Study &Page 8
existing data, including LiDAR, and will not use this additional services scope, unless necessary and
authorized by the City. The estimated fee is $30,000. If needed, a specific scope of services will be
provided to the City.
Fee and Schedule–The fee for performing the above scope of services for the Little CedarBayou
Drainage Study, including subconsultant fee and contingencies, is $329,125and will be billed monthly
(see Exhibit Bfor detailed break-down). The proposed services will be completed within 9monthsof
notice to proceed and receipt of as-built plans and reports (if available).
Exclusions:
1.The proposal is valid for 30days from this date and may be extended upon approval from our
office.
2.This scope of services does not include design level services.
Please feel free to call at 832-800-3483 (Ext. 101)or email me at Kelly@5engineering.comwith any
comments or questions. We look forward to working with you on this endeavor.
Sincerely,
Kelly Humphries, P.E.
Principal
ACCEPTANCE:Client, in consideration of the terms and conditions of the Proposal and General
Conditions of Agreement which are fully set forth herein, does hereby accept this Proposal and
General Conditions of Agreement as the complete and final Agreement with 5engineering,LLCfor
the performance of the Work described herein, and does hereby further agree to comply with all the
covenants in this Agreement.
ACCEPTED BY:Client’s Authorized Representative:
______________________________________________________________________________________
NameTitle
______________________________________________________________________________________
Authorized SignatureDate
Avenue H/Sens Road Drainage Study &Page 9
EXHIBITA
AvenueH/SensRoadDrainageStudy&
LittleCedarBayou(F2160000)DrainageStudy
LevelofEffort
Doc. Name: 2020.11.05_0094_PR_01_LOE.xlsx
PEEITCost
Task Description
$185$125($)
BASIC SCOPE OF SERVICES
Project Management
Coordination & Meetings
Meetings(3)6122,610$
Field Visit441,240$
Collect & Review As-Builts/Reports
(including detention)24870$
Roadway Plans
F216 Phase II As-Builts24870$
Proposed F216 Plans24870$
Monthly Reporting
Monthly Status Updates (Including Subs)661,860$
Project Management Subtotal
22348,320$
g Conditions
Existin
Existing Conditions - Hydrology
Roadway Hydrology
Delineate Drainage Areas4162,740$
gic Parameters8406,480$
Develop Hydrolo
Develop Rational Peak Flows (2-, 5-, 10, & 100-Yr)281,370$
graphs (2-, 5-, 10-, & 100-Yr)4162,740$
Iterate SWMM Hydro
g Conditions - Hydraulics
Existin
Roadway Hydraulics
Develop 1D-2D SWMM model for Sens Road System246011,940$
Perform Simulations for 2-, 5-, 10-, and 100-Yr Runs2121,870$
g Depth Maps281,370$
Create Pondin
Quantify WSEs24870$
g Conditions Subtotal
Existin
4816429,380$
Page1of2
11/5/2020 9:53 AM
EXHIBITA
AvenueH/SensRoadDrainageStudy&
LittleCedarBayou(F2160000)DrainageStudy
LevelofEffort
Doc. Name: 2020.11.05_0094_PR_01_LOE.xlsx
PEEITCost
Task Description
$185$125($)
Proposed Conditions
Proposed Conditions - Hydraulics
Roadway Hydraulics
Alternate 1: Reconfigure Storm Sewer and Pond Connections166010,460$
Quantify Benefits of Alternate 1481,740$
Alternate 2: Additional Conveyance Along Sens Road166010,460$
Quantify Benefits of Alternate 2481,740$
Alternate 3: Expand Pond166010,460$
Quantify Benefits of Alternate 3481,740$
(3 Alternatives)481,740$
Quantify WSEs
Proposed Conditions Subtotal
6421238,340$
Cost Estimates, Deliverableas, & ODCs
Construction Cost Estimates
Alternate 1481,740$
Alternate 2481,740$
Alternate 3481,740$
Reports
Sens Road Alternate Summary
Technical Memo1283,220$
(Meeting Material)4162,740$
Exhibits
Models (HEC-HMS, HEC-RAS, SWMM)24870$
Impact Analysis (Preferred Alternative)
Report24166,440$
Tables8244,480$
Exhibits8244,480$
Models (HEC-HMS, HEC-RAS, SWMM)24870$
Other Direct Costs
Reproduction$120
Mileage$150
Cost Estimates, Deliverables, & ODCs Subtotal
7212028,590$
Additional Services
Additional Services
Contingency$20,000
Additional Services Subtotal
$20,000
SUBTOTAL FOR BASIC SERVICES 206530124,630$
Page2of2
11/5/2020 9:53 AM
EXHIBITB
AvenueH/SensRoadDrainageStudy&
LittleCedarBayou(F2160000)DrainageStudy
LevelofEffort
Doc. Name: 2020.11.05_0094_PR_01_LOE.xlsx
Project Project Hollaway
Senior PMManagerEngineerEIT(Sub)
Cost
Task Description
$255$210$185$125($)($)
BASIC SCOPE OF SERVICES
A. Project Management and Coordination
ject Management241,350$
1. Pro
2. Quality Control (QA/QC)2161687,830$
gs
3. Meetin
a. Coordination Meetings with HCFCD 21212167,250$
(Prep & Attend 2 workshops)488166,180$
b. HCFCD Technical Workshops
c. Stakeholders Meetings(Prep & Attend 5 meetings)51010207,725$
gagement (Proposal provided by Hollaway)
4. Community En
a. Community Meeting Notices$ 4,335-$
g Logistics and Implementation331,395$ 7,015$
b. Community Meetin
c. Public Comment and Community Meeting Documentation-$ 2,735$
gagement Completion Activities$ 3,540-$
d. Community En
c. Expenses (Estimated)$ 2,050-$
gement24221,970$
5. Subconsultant Mana
A. Project Management and Coordination Subtotal
2057486233,700$ 19,675$
B. Data Collection
ject Initiation
1. Pro
a. Collect available data24483,090$
2. Research and Review Available Data
a. Create inventory of data collected81685,640$
3. Field Reconnaissance
a. Site Visit2882,900$
b. Site Visit Documents441,240$
4. Evaluate 2018 LiDAR48164,320$
5. Initial Base Map Information Production48245,320$
6. Survey (can be added by request)-----$
B. Data Collection Subtotal
222486822,510$
(can be added by request)
C. Erosion Control
-----
g Conditions
D. Existin
1. Open Channel HMS/RAS Modeling
a. Review & Update HEC-HMS Model 2416409,310$
b. Review/Document Conversion to Unsteady248164,830$
c. Review and Update HEC-RAS Model2416409,310$
d. Model Validation2416409,310$
e. Preliminary Floodplain28163,900$
f. Channel LOS2441,660$
g. Initial Problem Areas Identification2441,660$
2. Future Development
a. Hydrology(Update Storm Sewer BDF)216408,380$
b. HEC-RAS Analysis Update216408,380$
c. Channel LOS2482,160$
3. 2D Analysis
a. Develop 2D Simulations28163,900$
b. Create Ponding Depth Maps (10-, 50-, 100-, & 500-yr)28244,900$
(can be added by request)-----$
4. Problem Area Identification
5. Problem Area Assessment Criteria (can be added by request)-----$
g Conditions Subtotal
D. Existin
83212428867,700$
E. Proposed Conditions
1. Improvement Option Definition2241,290$
2. Improvement Concept Evaluation
a. Channel Improvements Phase I2416409,310$
b. Channel Improvements Phase II2416409,310$
c. Channel Improvements Phase III2416409,310$
d. Diversion Options24166011,810$
e. Alternative (Analyze 1 Alt)24166011,810$
3. Impact Identification24843,330$
4. Mitigation Option Evaluation (4 Options)481686,660$
ge Impact Evaluation2416409,310$
5. Draina
6. Non-structural Alternatives241685,310$
7. Floodplain Delineation28244,900$
Page1of2
11/5/2020 9:53 AM
EXHIBITB
AvenueH/SensRoadDrainageStudy&
LittleCedarBayou(F2160000)DrainageStudy
LevelofEffort
Doc. Name: 2020.11.05_0094_PR_01_LOE.xlsx
Project Project Hollaway
Senior PMManagerEngineerEIT(Sub)
Cost
Task Description
$255$210$185$125($)($)
8. Problem Area Assessments
a. Proposed Structure Flooding Inventory28244,900$
g28244,900$
b. Non-Structual Floodin
c. Other Assessment Criteria2281,790$
ject2281,790$
d. Potential for viable pro
9. Benefit Definition2241,290$
(Acquisition Exhibits)22482,670$
10. Proposed ROW
11. Environmental Constraints-----$
12. Cost Estimates228164,410$
13. Schematic Drainage Plans
a. 20% Plan and Profile Plans228407,410$
b. Existing and Proposed Typical Sections228407,410$
14. Channel and WSEL Profiles228164,410$
E. Proposed Conditions Subtotal
3064204516123,330$
F. Study Reports
1. Existing Conditions Summary Report
a. Text241685,310$
b. Tables2281,790$
c. Exhibits2281,790$
d. Appendices2281,790$
2. Draft Study Report
(including Phasing Plan)4824128,640$
a. Text
b. Tables2281,790$
c. Exhibits2281,790$
d. Appendices2281,790$
3. Final Study Report
a. Address comments from HCFCD241685,310$
(HEC-HMS, HEC-RAS, SWMM)2241,290$
b. Compile Models
4. Other Direct Costs
a. Reproduction$ 650
ge$ 270
b. Milea
F. Study Reports Subtotal
830708032,210$
G. Contingency
Additional Services
a. Contingency$ 30,000
G. Contingency
$ 30,000
SUBTOTAL FOR BASIC SERVICES 682054941014309,450$ 19,675$
Total:$ 329,125
Page2of2
11/5/2020 9:53 AM
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Requested By:Source of Funds:N/A
Ian Clowes, City Planner
Department:
Planning & Development
Account Number:N/A
Amount Budgeted:N/A
ReportResolutionOrdinance
Amount Requested:N/A
Exhibits: Ordinance2020-3809, Deed, Area Map,
Budgeted Item:YesNo
Appraisal Summary
SUMMARY& RECOMMENDATION
The City of La Porte Planning & Development Department received an application from
Brian Sterling, on behalf of Bayway Homes INCto vacate, abandon and close a portion
of the East LStreet rightofway(ROW),adjacent to the property legally described asE
115' of Lots1-16, Lots17-32,& Abandoned Alley,Block 1159, La Porte Subdivision,
located along between S. Broadway St. and the Texas St. ROW.
The abandonment process requires that all adjacent property owners either participate
in the closure or sign away rights to theirportion of the proposed closure. PC Churchill,
LLC, the only other adjacent property owner, refusedto participate in the request and did
notauthorizeconveyance of their portion of the ROW. Therefore, the applicant is only
requesting the closure and abandonment of the southern 40 feet of the existing 80 foot
ROW. The requested closure will be developed as a part of a recently approved mixed
use residential development by BaywayHomes.
The total area of the requested closure equals 10,240square feet. Staff have determined
that there are no City or franchised utilities existing within the ROW. Comcast, AT&T, and
CenterPoint, the three (3) franchise utility companies, have all provided letters of no
objection to the proposed ROWclosure.
In accordance with Sections 62-
an appraisal of the subject ROWto establish fair market value. The appraisal report
established a value of $1.85per square foot.The applicant has submitted closing fees in
the amount of $18,944(10,240sq. ft. x $1.85) to the City. These funds are being held in
escrow subject to final consideration and action by City Council.
Staff recommends City Council approve street and alley closure request #20-
25000003, vacating, abandoning and closing the southern half of the East L Street
ROW.
ACTION REQUIRED BY CITY COUNCIL
Approve or deny Ordinances 2020-3809 for street and alley closure request #20-
25000003, vacating, abandoning and closing the southern half of the East L
Street right of way between South Broadway and the Texas Street right of way,
and authorizing the execution and delivery of a deed to the adjoining landowner.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
ORDINANCE NO. 2020-3809
AN ORDINANCE VACATING, ABANDONING AND CLOSING THE SOUTHERN
HALF OF THE EAST L STREET RIGHT-OF-WAY SITUATED BETWEEN SOUTH
BROADWAY STREET AND THE TEXAS STREET RIGHT-OF-WAY, AND
AUTHORIZING THE EXECUTION AND DELIVERY OF A DEED TO THE ADJOINING
LANDOWNER; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW;
CONTAINING A SEVERABILITY CLAUSE; CONTAINING A SAVINGS CLAUSE;
AND PROVIDING AN EFFECTIVE DATE HEREOF.
WHEREAS, the City Council of the City of La Porte has been requested by the record owner of
the property abutting the southern half of the East L Street right-of-way situated between South
Broadway Street and the Texas Street right-of-way, to vacate, abandon and close the southern forty
said right of way, and;
WHEREAS, the City Council of the City of La Porte has determined and does hereby find,
determine, and declare that the southern half of the Street right-of-way situated between
South Broadway Street and the Texas Street right-of-way is not suitable, needed, or beneficial to
the public as a public road, street, or alley, and the closing of the southern half of the
Street right-of-way situated between South Broadway Street and the Texas Street right-of-way is
for the protection of the public and for the public interest and benefit, and that the southern half of
Street right-of-way situated between South Broadway Street and the Texas Street right-
of-way should be vacated, abandoned, and permanently closed.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
Section 1. Under and by virtue of the power granted to the City of La Porte under its home rule
charter, Chapter 62 of the City of La Porte Code of Ordinances and Chapter 253, Texas
Local Government Code, the southern half of the Street right-of-way situated
between South Broadway Street and the Texas Street right-of-way is hereby
permanently vacated, abandoned, and closed by the City of La Porte, such right-of-way
being ncorporated herein, and further described to
wit:
Being a tract of land containing 0.235 acres, being the southern half of the Street right-
of-way, located in Block 1159, Town of La Porte, Harris County, Texas, and be more fully
described as follows:
BEGINNING at the intersection of the east right-of-way line of South Broadway and south right-
of-;
THENCE, in an easterly direction along the south right-of-
tersection with the west line of the Texas Street right-of-;
THENCE, in a northerly direction along the projected west line of the Texas Street Right-of-Way,
-of-way;
THENCE-of-way a
-of-way line of South Broadway;
2
THENCE, in a southerly direction along the projected East line of South Broadway, a distance of
-of-way, said point marking
the POINT OF BEGINNING of the herein-described tract containing a total of 10,240 square feet
(0.235 acres).
Section 2. That the abandonment, vacation and closure provided for herein is made and accepted
subject to all present zoning and deed restrictions if the latter exist, and all easements,
whether apparent or non-apparent, aerial, surface or underground.
Section 3. That the abandonment, vacation and closure provided for herein shall extend only to
the public right, title, easement and interest and shall be construed to extend only to
that interest which the governing body for the City of La Porte may legally and lawfully
abandon, vacate and close.
Section 4. That the City Manager is hereby authorized to execute and deliver a Deed Without
Warranty to the abutting owner upon completion of all conditions and requirements set
forth in this Ordinance.
Section 5. That the abutting property owner shall pay all costs associated with procedures
necessitated by the request to abandon the portion of the southern half of the
Street right-of-way situated between South Broadway Street and the Texas Street
right-of-way, as described in this Ordinance, plus compensation for the market value
of such abandoned property in accordance Chapter 62 of the City of La Porte Code of
Ordinances.
Section 6. The City Council officially finds, determines, recites, and declares that a sufficient
written notice of the date, hour, place, and subject of this meeting of the City Council
was posted at a place convenient to the public at the City Hall of the City for the time
required by law preceding this meeting, as required by the Open Meetings Law,
Chapter 551, Texas Government Code; and that this meeting has been open to the
public as required by law at all times during which this ordinance and the subject
matter thereof has been discussed, considered, and formally acted upon. The City
Council further ratifies, approves, and confirms such written notice and the contents
and posting thereof.
Section 7: All ordinances or parts of ordinances in conflict herewith are hereby repealed to the
extent of the conflict only.
Section 8. If any part or portion of this ordinance shall be invalid or unconstitutional, such
invalidity or unconstitutionality shall not affect or impair any remaining portions or
provisions of the ordinance.
Section 9. This ordinance shall be effective from and after its passage and approval, and it is so
ordered.
3
th
PASSED AND APPROVED THIS 14 day of December 2020.
CITY OF LA PORTE, TEXAS
______________________________
Louis R. Rigby, Mayor
ATTEST: APPROVED AS TO FORM:
__________________________ ____________________________
Lee Woodward, City Secretary Clark Askins, Assistant City Attorney
DEED WITHOUT WARRANTY
NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY
REMOVE OR STRIKE ANY OF THE FOLLOWING INFORMATION FROM THIS
INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR
SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER.
Date: DECEMBER 14, 2020
Grantor: CITY OF LA PORTE, TEXAS, a municipal corporation
Mailing Address: 604 West Fairmont Parkway, La Porte, TX 77571
Grantee: Bayway Homes INC.
Mailing Address: 1414 S. Friendswood Dr., Friendswood, TX 77546
Consideration: Ten and No/100 Dollars ($10.00) cash
and other good and valuable considerations
Property: (including any improvements):
Being a tract of land containing 0.235 acres, being the southern half of the East L Street right-
of-way, located in Block 1159, Town of La Porte, Harris County, Texas, and be more fully
described as follows:
BEGINNING at the intersection of the east right-of-way line of South Broadway and south
right-of-
THENCE, in an easterly direction along the south right-of-
-of-
wide);
THENCE, in a northerly direction along the projected west line of the Texas Street Right-of-
-of-way;
THENCE, in a westerly direction along the centerline of the E-of-way a
-of-way line of South Broadway;
THENCE, in a southerly direction along the projected east line of South Broadway, a distance
-of-way, said point
marking the POINT OF BEGINNING of the herein-described tract containing a total of 10,240
square feet (0.235 acres).
Reservations from and Exception to Conveyance and Warranty: This conveyance is made subject
to all and singular the restrictions, conditions, oil, gas, and other mineral reservations, easements,
and covenants, if any, applicable to and enforceable against the above described property as reflected
by the records of the county clerk of the aforesaid county.
Grantor for the consideration and subject to the reservations from and exceptions to conveyance,
conveys to Grantee the property without express or implied warranty, and all warranties that might
arise by common law and the warranties in §5.023 of the Texas Property Code (or its successor) are
excluded.
Attest: City of La Porte, Texas
__________________________________ By: _______________________________
Lee Woodward Corby D. Alexander
City Secretary City Manager
Approved as to form:
____________________________
Clark T. Askins
Assistant City Attorney
STATE OF TEXAS §
§
COUNTY OF HARRIS §
This instrument was acknowledged before me on _____ day of _______________, 2020, by
Corby D. Alexander, City Manager of the City of La Porte, Texas, a municipal corporation.
____________________________________
Notary Public, State of Texas
AFTER RECORDING RETURN TO: PREPARED IN THE LAW OFFICE OF:
ASKINS & ASKINS, P.C. ASKINS & ASKINS, P.C.
P.O. Box 1218 P.O. Box 1218
La Porte, TX 77572-1218 La Porte, TX 77572-1218
ROW CLOSURE
SAC
#20-25000003
East L St.
ROW
Legend
Proposed ROW Closure
This product is for informational
purposes and may not have
been prepared for or be suitable
for legal purposes. It does not
represent an on-the-ground
survey and represents only the
approximate relative location of
property boundaries
1 inch = 107 feet
DECEMBER 2020
PLANNING DEPARTMENT
October 19, 2020
City of La Porte
P.O. Box 1115
La Porte, Texas 77572
RE: Restricted Appraisal regarding the estimated Market Value of a portion of
East “L” Street which is an unopened right of way situated between South
Broadway and Texas Street, La Porte, Harris County, Texas.
Dear Sirs:
In accordance with your request, I have inspected the following described property
for the purpose of estimating the Market Value following described property as
of the date of this analysis. As per our agreement, the data and analysis is
presented in an abbreviated Restricted Appraisal format and is not intended to
contain the full analysis.
BRIEF LEGAL DESCRIPTION OF PROPERTY
Known as +-20,480 square feet of land out of East “L” Street which is an unopened
right of way situated between South Broadway and Texas street, La
Porte, Harris County, Texas.
I hereby certify that I have personally inspected the property described via a street
inspection and that all data gathered by my investigation is from sources believed
reliable and true. In preparing this Restricted Appraisal, a study of comparable
sales and other related market data was performed. Per instructions from the
client the market value indicated reflects the unit value of the subject property
before any discounting for use as a public right of way application. This market
value indication does not reflect any discounting for use as a public right of way. It
should clearly be understood that this letter only constitutes only a statement of
the final value and that does not presume to be the complete analysis of the subject
property nor a complete appraisal format and is subject to the preparation of a
detailed appraisal report. The subject property is a portion of unopened East L
Street ROW is described by the survey as a total of +-0.47 acres or 20,480 square
feet of land area. This right of way is 80' X 256'. This right of way is located
situated between South Broadway and Texas Street in central eastern La Porte.
The subject site is generally flat and level in terms of topography.
.....Page 2 Continued......
It is located in the 100 year flood plain. Adjacent property uses consist primarily of
commercial property uses. The adjacent and nearby properties are zoned for
general commercial use by the City of La Porte. The Highest and Best Use of the
subject property is determined to be for use either for a street right of way,
however it may have an alternative use by adjacent property owners (assemblage)
due to its configuration. The client and intended user of this appraisal is the City
of La Porte only. The intended use is to estimate the current market value of the
subject property of this analysis as described above for use in establishing a market
value for the subject property by the client. There has been no transfer of the
subject property noted for the past 36 months per appraisal district records. The
subject property is reported to be under contract for $200,000. The effective date
of the appraisal is December October 15, 2020 and last site inspection is October
15, 2020. The date of the report is October 19, 2020. The estimated exposure time
is up to 24 months.
Other sales of generally similar properties in the subject neighborhood were
researched that had locations that range from primary to secondary type roadways.
A unit value range of between $1.00 PSF to over $5.00 PSF was noted. After
adjustments, it is my opinion the estimated unit value range for the subject
property would be a unit value of $1.85 PSF.
Therefore the unit market value of the subject tract is estimated at $1.85 PSF or
a total of $37,888, which is based on 100% fee simple ownership with
no discounting applied for use as a public right of way.
Respectfully Submitted,
Chris Chuoke, President
R.C. CHUOKE & ASSOCIATES, INC.
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:001 -General Fund
Requested By:Grady Parker, Manager
Department:Administration/IT
Account Number:001-6066-519.5007
Amount Budgeted:$70,000
ReportResolutionOrdinance
Amount Requested:$27,500
Exhibits:SHI Quote.pdf
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
In October of 2020 the City Council approved the purchase of our current network
race
network monitoring system Technology staff has been able to get a better visual
representation of the City of La Portenetwork. As the number ofemail scams increase
monthly Technology staff feels it is in the best interest to start hardening our email
security.
After talking with other local agencies and possible vendors the Technology staff feel
the Antigena email scanning solution is the best solution. The reason for choosing
Antigena is this solution is a compliment software to our current Darktrace networking
system. Antigena and Darktrace are designed to talk and learn from each other. An
example would be spam emails, when Antigena has determined a sender is a possible
spammer Technology staff is alerted. Once we verify and mark the sender as spam
Antigena hands off that information to Darktrace which will then block all traffic coming
from the sender.
The Antigena systemwill be purchased under BuyBoardcontract #579-19. This will be
a four(4)year agreement at a cost of $30,000 per year with year one being prorated at
$27,500. This will allow the following payments to align with our Darktrace payments.
Benefits:
The Antigena email scanning software will actively monitor, alert and take
automated action against bad actors.
The Antigena email scanning system will work in conjunction with our current
Darktrace network monitoring system
Liabilities:
This will be a four (4) year commitment
Staff recommends approval of the purchase of the Antigena email scanning software
from Software house international (SHI) for a four (4) year term under BuyBoard
Contract #579-19.
ACTION REQUIRED BY CITY COUNCIL
Approve the purchase of the Antigena email scanning software and enter into a
four (4) year agreement with Software House International (SHI) under the
BuyBoard Contract #579-19.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:CIPHotel/Motel
Requested By:Kristin Gauthier, Coordinator
Department:Administration/OEM
Account Number:AD0005-5101100
Amount Budgeted:$108,000.00
ReportResolutionOrdinance
Amount Requested:
Exhibits:SignageRenderingsfor Each Design Option
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
For the Fiscal Year 2019-2020 Budget, City Council approved a CIP project of $108,000
in the Hotel/Motel Fund to upgrade flashing roadway signs throughout the City. As
presented during budget discussions, the City currently has a total of nine (9) Flashing
Roadway Signs at various locations throughout the city.These signs were intended to
alert drivers to an emergency situation, and direct them to the AM 830 radio station to
hearmore information. The signs were originally purchased in 2008, and are no longer
in good working order.Referring motorists to listen to AM 830 is no longer reliable,
since the radio station is not managed by the City of La Porte.In addition, staff feels it
wouldbe more effective to provide anemergency message formotorists, including
protective actions that should be taken.
City Council approved funds to upgrade six (6) of the original signs to digital roadway
signs. While these signscan be used for emergency situations (Ex: Shelter in Place,
Flash Flood Warning, Tornado Warning, Mandatory Evacuation Order, etc.), they can
primarily be used for day-to-day community messaging. This will allow the City to
promote various City events andactivitiesalong roadways throughout La Porte.
Over the last year, the Office of Emergency Management staff have worked with the
IT Manager and Marketing Coordinator to determine which sign type and pole
design would work best for the city. Staffwanted to identify effective options for public
communications, while considering the overall aesthetics of the signs.
Duringthis review process, it was determined that the existing poles would not be
appropriate to support the type of sign desired or ideal for installation of the new signs.
The original budget of $108,000 did not account forcosts to replace the existing poles,
so this wouldresult in an increased cost.In addition, the original proposed budget did
not account for the highest quality screen display available. With these factors in mind,
staff has identified various options for City Council to consider. Option #4 is the only
option that would allow for the purchase of six (6) signs, but it is over the original budget
and a much lower quality sign. One option falls under the budgeted amount of
$108,000, but it would only cover the cost to replace three (3) signs instead of the
original plan to replace six (6) signs.
The pricing listed in the following table includes estimated electricity costs.
Option # No. of Signs Description Total Price
Double-Faced, Basic Pole, Full Color Display
1 3 Signs $129,900.00
(High Quality), Includes Logo Cabinet
Double-Faced, Decorative Pole, Full Color
2 3 Signs $145,200.00
Display (High Quality), Includes Logo Cabinet
Single-Faced, Basic Pole, Full Color Display
3 3 Signs $107,775.00
(High Quality), Includes Logo Cabinet
Single-Faced, Basic Pole, Full Color Display
4 6 Signs $152,700.00
(Low Quality), No Logo Cabinet
Single-Faced, Basic Pole, Full Color Display
5 3 Signs $114,000.00
(High Quality), Includes Logo Cabinet
Benefits:
The signs can be used for emergency situations and day-to-day community
messaging. The signs will primarily be used to market the city, and promote
various City events and activities.
The current system is outdated and not in good working order.
The new signs will provide more effective messaging during an emergency.
The system can be expanded in the future, if desired.
Liabilities:
Initial costs are higher than originally anticipated.
Staff is seeking direction from City Council on how to move forward with this project.
ACTION REQUIRED BY CITY COUNCIL
Provide direction to staff on which option should be pursued to implement the
project.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Source of Funds:N/A
Requested By:Ray Mayo, Director
Department:Public Works
Account Number:N/A
Amount Budgeted:N/A
ReportResolutionOrdinance
Amount Requested:N/A
Exhibits:TRACER Project Presentation
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
Representatives from Los Alamos National Laboratories and University of Houston
contacted City staff regarding use of the La Porte Municipal Airport for a proposed
scientific weather observation study. Minor site improvements wouldbe required for the
study such as an access road, building pad, electrical power and internet service. All
site improvements will be funded through the project. No City funds will be utilized.
Portable container-style offices will be deployed on the pad along with the observation
and data collection equipment. The study will take place over the course of one year
beginning April of 2021 through April of 2022. When the studyis completed the
containers, equipment, access road and building pad will be removed. The electrical
site improvements will remain for future utilization by the City.
At a meeting of the Airport Advisory Board on November 23, 2020 a presentation was
Department of Earth & Atmospheric Sciences, College of Natural Sciences &
Mathematics.Comments from the Board have been noted for inclusion in adraft site
use agreement. Concerns from the Board were potential noise to residents, security
concerns, radio signal interferenceand pilot notifications (NOTAMS) for weather
balloon launches.
Staff Recommends approval of the project and coordination with University of Houston
for the scientific weather observation project at La Porte Municipal Airport.
Benefits: This project is of greatinterest to the scientific community and could
promote the City and the Municipal Airport.
Liabilities: There are no liabilities for the City of La Porte if we do not participate.
ACTION REQUIRED BY CITY COUNCIL
Approval or other action to authorize utilization of a portion of La Porte Municipal
Airport for scientific weather observations conducted by University of Houston.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
LANL DOE ARM P ROGRAM
Los Alamos National Laboratory
Earth & Environmental Sciences Division
Managed by Triad National Security, LLC for the U.S. Department of Energy’s NNSA
TRACER: TRackingAerosol Convection Interactions
Experiment
Why Houston?
Precise forecasting of convection and rain intensity is challenging.
We need more observations to improve forecast models.
Houston has lots of convection, thunderstorms and existing measurements.
Los Alamos National Laboratory11/18/2020|2
Why Houston? Convective Clouds are Abundant
•4 years of Houston/Galveston NEXRAD (KGHX) observations
•Year-round about 40-50% of the days have some kind of convective
cloud
•Project scheduled to collect measurements April 2021 –April 2022
•June-September have the most number of convective clouds, so the
intensive studies will focus on these months.
Los Alamos National Laboratory11/18/2020|3
Why Houston? Gulf, Bay, and pollution interactions
Los Alamos National Laboratory11/18/2020|4
Los Alamos National Laboratory11/18/2020|5
ARM M OBILE F ACILITIES
ARM Mobile Facilities (AMF): These facilities are mobile observatories with state-of-the-art
instruments and equipment for collecting data about the earth’s atmosphere. The are moved to a new
location about every year.
Los Alamos National Laboratory11/18/2020|6
Field Instruments
Meteorology
-Visibility
-Ceiling
-Rain Rates
RainGauges
La Porte Airport Supersite
•The site will be accessed off of
North D St
•Propose to provide
combination lock which will get
a new combination at least
monthly
•Los Alamos controls access
through application process
•Investigators will remain within
the bounds of the site footprint
•We will work through the City
of La Porte’s FAA contacts to
coordinate the project
•Closest point is about 640’ off
the 23/05 centerline and
420’ off the taxiway edge
•Power along Airport Blvd. will
be upgraded to 3-phase to the
last existing pole.
•Transformers will be installed
at the last pole and power will
run underground to the site.
Los Alamos National Laboratory11/18/2020|8
La Porte detail –Containers and field instruments
Los Alamos National Laboratory11/18/2020|9
Construction –City, Airport, FAA coordination & NOTAMS
University of Houston is helping to coordinate local
logistics, construction, maintenance and remediation.
Los Alamos National Laboratory11/18/2020|10
Operations: 24/7 Measurements for 1 Year
April 2021 –April 2022
•24/7 measurements (mostly
automated)
•3Full time Technicians
•Balloon Launch personnel
•Weather Balloon Launches (0, 6,
12, 18Z; ~1,000’/min ascent)
•Maintain grounds
•Ship/receive equipment
•Low impact
Los Alamos National Laboratory11/18/2020|11
Estimated Schedule: January 2021 –June 2022
•December 2020: Planning, Agreements, Permissions
–La Porte Airport and City of La Porte approval
–Aircraft safety concerns addressed (mitigation plan for tall objects: 33’
towers, Radars, Weather Balloon Ops)
–Construction and operation planning
•January 2021:Construction Work
–Ground work begins: build a pad, improve
road, install drainage.
–Improve/install utility power, internet
•February 2021: Installation
–Bring in containers
–Crane on site for 1 week
–Installation crew: ~15 –20 people
Los Alamos National Laboratory11/18/2020|12
Estimated Schedule (Continued)
•March 2021:Begin operations
–3 site technicians
–weather balloon training
•April 15, 2021:Official measurements begin
–3 site technicians + 6 balloon launch personnel
•June –September 2021:Intensive Operations Period (IOP)
–Convective thunderstorm season –lots of measurements
–Additional scientists and students (UH, TAMU, NASA, NSF)
–Extra balloon launches (up to 12 per day)
–NASA and other research aircraft, boats, mobile labs
•April 15, 2022:End of measurements. Begin pack up
•June 2022:Site remediated, everything is back to normal!
Los Alamos National Laboratory11/18/2020|13
Largescale Collaborative Research Campaign
Los Alamos National Laboratory11/18/2020|14
NASA TRACER-AQ Planned Activities
TRACER-AQ: September 2021
Coordinated Ground Instruments
3TOLnetOlidars(2 NASA, 1 NOAA)
3
8 Pandora Spectrometers
(O, NO2, HCHO)
3
Routine regulatory monitoring
measurements
70 ozonesondes
Boat measurements, Bay and Gulf
Two mobile labs (July-September)
NASA JSC G-V Aircraft (77 flight hours)
GCAS+HSRL2-DIAL
(O, NO, HCHO, aerosols)
32
Science Plan Document will be available soon:
https://www-air.larc.nasa.gov/missions/tracer-aq/index.html
TRACER-AQ operational areas
•Red and yellow
boxes show
central G-V flight
areas (FL280)
•Open and green
circles show
existing
measurement
sites
•Blue pins are
ozone lidars
•Green and purple
shaded areas are
boat operations
Los Alamos National Laboratory11/18/2020|16
Questions?
James Flynn
Research Associate Professor
University of Houston
jhflynn@uh.edu
281-794-6708
Heath Powers
Program Manager
Los Alamos National Lab
hpowers@lanl.gov
Nathan Wales
AMF-1 Site Operations Manager
Los Alamos National Lab
nwales@lanl.gov
Los Alamos National Laboratory11/18/2020|17
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December14, 2020
015General CIP
Requested By:Ray Mayo, Director
Source of Funds:032 Park Zone
Department:Public Works
015-7070-530-1100
Account Number:032-8080-552-8032
ReportResolutionOrdinance
015 -$642,260;
032needs a budget
Exhibits:Conceptual Design; Bid Tab
Amount Budgeted:amendment
Recommendation
015 -$642,260
032-$286,165
Amount Requested:Total: $928,425
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
At the September 14, 2020 Council Meeting, City Council rejectedall bids related to
Sealed Bid #20010 for the Five Points Plaza Enhancements Project and allowed staff
to evaluate the project design and bid documents to identify potential cost savings in
order to stay within the budgetedprojectamountof $642,260. Theproject bid items
were consolidated to clarify the scope of work and building materialsand facilitieswere
value engineered in effort to stay within the project budget.
The revised bid form consisted of five (5) bid items, and provided an option to award
th
each bid item individually. Bid # 21003was advertised on October 15and October
nd
22in the Bay Area Observer, posted on Public Purchase, , and
CivCast.Six (6) contractors submitted bids.
During the latest solicitationperiod, staff identified an opportunity tocomplete the entire
project scopeofconstructing an open air pavilion, parking lot, and restroom by utilizing
$286,165 of the Park Zone Fund to supplement the Five Points Plaza Enhancements
Project budgetof $642,260.00. Within the pastfiscal year, the Park Zone Fund,
administered through the Parkland Dedication Ordinance,has seen an increase of
$395,112 due to new home developments in the City of La Porte. The Park Zone Fund
now has an overall available balance of $651,522 to be used towards improvements at
parks throughout the City. The funds are separatedintobased on what zone
the funds were received in. The funds need to be used forpark improvements within
the zone they were acquired, except in cases of Regional Parks. Five Point Plaza is
considered a Regional Park per City Ordinances, therefore the funds can be used from
any of the 14 zones. Using a portion of the $651,522 Park Zone Fund to supplement
this project will leave a remaining Park Zone Fund balance of $365,357 to use towards
other projects in years to come. Should council choose this option, a budget
amendment would need to be made since these Park Zone Funds were not budgeted
to be used during the Fiscal Year 2021 budget process. The budget amendment has
been prepared and included for Council consideration as a separate agenda item.
The low bid for all bid items was submitted by Texas Specialized Construction Services,
LLC in the amount of $883,425.00. A total transfer of $286,165.00 from the park zone
fund would be necessary to provide a total project budget of $910,425.00 (including
$45,000 for contingency). Specifically, this funding will be applied to ensure that
restroom facilities are readily available to the public attending activities and events at 5
Points. Any Park Zone funds not utilized at the completion of this project would return
to the Park Zone fund.
Staff is recommending City Council award Sealed Bid #21003 to Texas Specialized
Construction Services, LLC for bid items 1, 2, 3, 4, and 5 in the amount of $883,425.00,
with a contingency amount of $45,000 for a total authorization of $928,425.00.
Benefits:
Provides for construction of the entire scope of work, as designed.
Considers utilization of Park Zone funds without having to re-budget/re-bid the
project in October 2021.
Avoids potential increased construction cost attributable to anticipated
inflation.
Provides restroom facilities and additional programming/rental space, which
generate revenue.
Park Zone fund is expected to replenish as development currently under
construction continue to pay park land dedication fee(s).
Provides clean and safe restrooms to the visiting public.
Liabilities:
Rejecting bids further delays addition of permanent restrooms and other
planned enhancements.
$651,522 Park Zone fund balance is depleted by $286,165, leaving $365,357
remaining in the Park Zone Fund.
ACTION REQUIRED BY CITY COUNCIL
Approval or other action to award Sealed Bid #21003 for the Five Points Plaza
Enhancements Project to Texas Specialized Construction Services, LLC for bid
items 1, 2, 3, 4, and 5 in the amount of $883,425.00, with an contingency amount
of $45,000 for a total authorization of $928,425.00.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
PQUJPO!2!
TJUF!QMBO!
CMC Development & Texas Specialized
Construction Construction Christensen Building
Perry ConstructionPortfolio BuildersNash Industries, Inc.
CorporationServices, LLCGroup, LLC
Bid Tabulation to Sealed Bid #21003 - 5 Points Plaza Enhancements
Description
ItemQtyUoMItem TotalItem TotalItem TotalItem TotalItem TotalItem Total
Demo and site preparation, complete and in
place
10.84AC$100,000.00$50,400.00$86,972.00$8,500.00$30,240.00$111,450.00
Mobilization, insurance, bonds and permits
related to civil site work (Not to exceed 5% of
21LStotal project cost$51,292.00$35,750.00$41,617.00$21,491.00$39,000.00$64,254.00
31LSFurnish materials and labor for restroom$383,940.00$335,100.00$321,519.00$329,508.50$345,000.00$384,545.00
41LSFurnish materials and labor for civil work$238,202.00$322,925.00$207,474.00$259,010.00$390,000.00$212,874.00
Total Base Bid
$773,434.00$744,175.00$657,582.00$618,509.50$804,240.00$773,123.00
Additional Bid Item:
Furnish material and labor for open air
51LSpavilion$321,566.00$139,250.00$532,734.00$372,396.50$451,000.00$361,163.00
Total of additional bid items
$321,566.00$139,250.00$532,734.00$372,396.50$451,000.00$361,163.00
TOTAL BID PRICE
$1,095,000.00$883,425.00$1,190,316.00$990,906.00$1,255,240.00$1,134,286.00
Addendum 1 ackackackackackack
Addendum 2 ackackackackackack
Bid Bondyesyesyesyesyesyes
Bid tabulations are preliminary and are not an indication of award. Other factors may apply.
November 30, 2020
Mr. Lorenzo Wingate
Assistant Director of Public Works
City of La Porte
rd
2963 N 23 Street
La Porte, Texas 77571
Re: Five Points Plaza Enhancements
Bid Number: #21003
Mr. Wingate,
th
On November 12 there were six (6) General Contractors from the local / surrounding area that submitted
Bids, for the Five Points Plaza Enhancement. We are very pleased with the results. A few months back
we were tasked by staff, to make modifications to our original design that would allow us to better target
our $642,260.00 for the base bid budget. We had two bidders get near that mark; one was at $618,509.50
and the other was at $657,582.00, for bid items 1,2,3 and 4. Though all along the vision for Five Points
was to be able to also construct bid item 5 (the open air pavilion), along with items 1,2,3 and 4
(parking/site enhancements and a restroom building). Our low bidder was Texas Specialized Construction
Services, LLC with a bid amount of $883,425.00 for bid items 1,2,3,4, and 5.
We recommend the construction contract for the City of La Portes Five Points Plaza Enhancements be
awarded to Texas Specialized Construction Services, LLC.
If you have any questions, or need additional information, please let me know.
Sincerely,
HUITT-ZOLLARS, INC.
Christopher Casey, AIA, LEED AP
Vice President
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December14, 2020
032 Grant Fund
Requested By:Shelley Wolny, Treasurer
024Motor Pool
Source of Funds:
0328080-5528032
Department:Finance
0247074-5344021
Account Number:
ReportResolutionOrdinance
$0
Amount Budgeted:
$298,847
Amount Requested:
Exhibits:Ordinance, Exhibits A & B and Detail
Information
Budgeted Item:YesNo
SUMMARY
The City of La Porte City Council adopted the Fiscal Year 2020-21Budget on
September 28, 2020. Staff is requesting a budget amendment for FY 2020-21 in the
amount of $286,165 for the use of Park Zone funding to supplement the Five Points
Plaza Enhancement Project and $12,682 to replace a damaged fire truck generator
(Motor Pool Fund).
The Summary of Funds, which is shown below, represents the amendments which
council previously approved to the FY 2020-21Budget. (*denotes funds with current
changes)
FY 2021Proposed FY
Original2021Amended
BudgetBudget
General $ 60,835,130 $60,835,130
*
Grant10,555,40310,841,568
Street Maintenance Sales Tax3,232,0003,232,000
Emergency Services District Sales Tax1,376,3381,376,338
Hotel/Motel Occupancy Tax739,543739,543
Economic Development Corporation1,774,6281,774,628
Tax Increment Reinvestment Zone2,931,5322,931,532
Utility8,472,4268,472,426
Airport 91,73091,730
La Porte Area Water Authority2,125,3932,125,393
*
Motor Pool 3,172,8593,185,541
Insurance 9,867,814 9,867,814
Technology 691,485 691,485
General Capital Improvement 4,171,741 4,171,741
Utility Capital Improvement 1,875,000 1,875,000
Sewer Rehab Capital Improvement 350,000 350,000
Drainage Improvement 4,205,000 4,205,000
General Debt Service 4,363,779 4,363,779
Total of All Funds $120,831,801 $121,130,648
RECOMMENDED MOTION
Adopt of ordinance 2020-3810 approving an amendment to the Ci
2020-21 Budget for $286,165 for the use of Park Zone funding for the Five Points
Plaza Enhancements Project and $12,682 to replace a damaged generator of a
fire truck.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
EXHIBIT A
(ADOPTED BUDGET)
City of La Porte
Consolidated Summary of All Funds
FY 20-21FY 20-21
RevenuesExpenses
Governmental Fund Types:
General Fund$ 54,019,060 $ 60,835,130
Grant Fund 10,240,174 10,555,403
Street Maintenance Sales Tax 3,612,322 3,232,000
Emergency Services District 1,502,322 1,376,338
Hotel/Motel Occupancy Tax 757,500 739,543
Economic Development Corporat 3,024,644 1,774,628
Tax Increment Reinvestment 6,764,085 2,931,532
Total Governmental Types 79,920,107 81,444,574
Enterprise:
Utility 8,263,050 8,472,426
Airport 46,750 91,730
La Porte Area Water Authority 2,334,573 2,125,393
Total Enterprise 10,644,373 10,689,549
Internal Service
Motor Pool 3,786,517 3,172,859
Insurance Fund 10,327,731 9,867,814
Technology Fund 554,028 691,485
Total Internal Service 14,668,276 13,732,158
Capital Improvement:
General 2,992,000 4,171,741
Utility 1,208,750 1,875,000
Sewer Rehabilitation 302,500 350,000
Drainage Improvement Fund 4,095,000 4,205,000
Total Capital Improvement 8,598,250 10,601,741
Debt Service:
General 3,430,000 4,363,779
Total Debt Service 3,430,000 4,363,779
Total All Funds 117,261,006 120,831,801
EXHIBIT B
(AMENDED BUDGET)
City of La Porte
Consolidated Summary of All Funds
FY 20-21FY 20-21
RevenuesExpenses
Governmental Fund Types:
General Fund$ 54,019,060 $ 60,835,130
Grant Fund 10,240,174 10,841,568
Street Maintenance Sales Tax 3,612,322 3,232,000
Emergency Services District 1,502,322 1,376,338
Hotel/Motel Occupancy Tax 757,500 739,543
Economic Development Corporat 3,024,644 1,774,628
Tax Increment Reinvestment 6,764,085 2,931,532
Total Governmental Types 79,920,107 81,730,739
Enterprise:
Utility 8,263,050 8,472,426
Airport 46,750 91,730
La Porte Area Water Authority 2,334,573 2,125,393
Total Enterprise 10,644,373 10,689,549
Internal Service
Motor Pool 3,786,517 3,185,541
Insurance Fund 10,327,731 9,867,814
Technology Fund 554,028 691,485
Total Internal Service 14,668,276 13,744,840
Capital Improvement:
General 2,992,000 4,171,741
Utility 1,208,750 1,875,000
Sewer Rehabilitation 302,500 350,000
Drainage Improvement Fund 4,095,000 4,205,000
Total Capital Improvement 8,598,250 10,601,741
Debt Service:
General 3,430,000 4,363,779
Total Debt Service 3,430,000 4,363,779
Total All Funds 117,261,006 121,130,648
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December14, 2020
015–General CIP
Requested By:Ray Mayo, Director
Source of Funds:032 –Park Zone
015-7070-530-1100
Department:Public Works
Account Number:032-8080-552-8032
015 -$642,260;
ReportResolutionOrdinance
032 – needs a budget
Amount Budgeted:amendment
015 -$642,260
Exhibits: Site Plan; Bid Tab; Consultant’s
032-$286,165
Recommendation
Amount Requested:Total: $910,425
Budgeted Item:YesNo
SUMMARYSUMMARYSUMMARY& RECOMMENDATION& RECOMMENDATION& RECOMMENDATION
At the September 14, 2020 Council Meeting, City Council reject all bids related to At the September 14, 2020 Council Meeting, City Council reject all bids related to At the September
14, 2020 Council Meeting, City Council reject all bids related to
Sealed Bid #20010 for the Five Points Plaza Enhancements Project and allowed staff Sealed Bid #20010 for the Five Points Plaza Enhancements Project and allowed staff Sealed Bid #20010
for the Five Points Plaza Enhancements Project and allowed staff
to evaluate the project design and bid documents to identify potential cost savings in to evaluate the project design and bid documents to identify potential cost savings in to evaluate
the project design and bid documents to identify potential cost savings in
order to stay within the budgeteder to stay within the budgeteder to stay within the budgetedprojectprojectprojectamountamountamountof $642,260. The project bid items of $642,260. The
project bid items of $642,260. The project bid items
were consolidated to clarify the scope of work and building materialswere consolidated to clarify the scope of work and building materialswere consolidated to clarify the scope of work
and building materialsand facilitiesand facilitiesand facilitieswere
COPY
value engineered in effort to stay within the project budget.value engineered in effort to stay within the project budget.value engineered in effort to stay within the project budget.The
bid form consisted The bid form consisted The bid form consisted of
five (5) bid items, and included a note stating that the City has the option to award each
th
bid item individually. The solicitation was, again, advertised on October 15and
nd
October 22in the Bay Area Observer, posted on Public Purchase, the City’s website,
and CivCast.
The City of La Porte received six (6) sealed bids for the FivePoints Plaza
Enhancements Projecton November 12, 2020. Sealed bids were received from: CMC
Development & Construction Corporation; Texas Specialized Construction Services,
LLC; Christensen Building Group, LLC; Perry Construction; Portfolio Builders; and
Nash Industries, Inc. The low bid price of $618,509.50, for items 1 – 4, providing for the
construction of the restroom facility and parking lot, was provided by Perry
Construction. This scope of work can be accomplished utilizing the CIP funds currently
allocated for this project.
The opportunity tocomplete the entire project scope, which would provide an open air
pavilion, in addition to the restroom and parking lot,is achievable by utilizing $286,165
of the Park Zone Fund to supplement the Five Points Plaza Enhancements Project
budgetof $642,260.00. Within the pastfiscal year, the Park Zone Fund, administered
through the Parkland Dedication Ordinance,has seen an increase of $395,112 due to
new home developments in the City of La Porte. The Park Zone Fund now has an
overall available balance of $651,522 to be used towards improvements at parks
throughout the City. The funds are separatedinto“zones” based on what zone the
funds were received in. The funds need to be used forpark improvements within the
zone they were acquired, except in cases of Regional Parks. Five Point Plaza is
considered a Regional Parkper City Ordinances, therefore the funds can be used from
any of the 14 zones. Using these funds to supplement this project will leave us with a
remaining Park Zone Fund balance of $365,357 to use towards other projects in years
to come. Should council choose this option, a budget amendment would need to be
made since these Park Zone Funds were not budgeted to be used during the Fiscal
Year 2021 budget process.
If council decides to award all bid items, the low bid price of $883,425.00 was submitted
by Texas Specialized Construction Services, LLC.A total transfer of $286,165.00 from
the park zone fund would be necessary to provide a total project budget of $910,425.00
(including $45,000 for contingency).
Staff is recommending City Council award Sealed Bid #20010 to Texas Specialized
Construction Services, LLC for bid items 1, 2, 3, 4, and 5in the amount of $883,425.00,
with an contingency amount of $45,000 for a total authorization of $910,425.00.
Benefits:
Provides for restrooms, storage, parking, and pavilion, without phasing.
Utilizes budgeted fundsUtilizes budgeted fundsUtilizes budgeted funds. . .
Revenues currently Revenues currently Revenues currently received for FY22 will be utilized to replenish park zonereceived for FY22 will be utilized to replenish park zonereceived for
FY22 will be utilized to replenish park zone
fund.
Provides restroom facilities and additional programming/rentaProvides restroom facilities and additional programming/rentaProvides restroom facilities and additional programming/rental
space, whichl space, whichl space, which
generate revenue, which may be utilized to fund civil improvements later.generate revenue, which may be utilized to fund civil improvements later.generate revenue, which may be utilized
to fund civil improvements later.
COPY
Liabilities:
Rejecting bids further delays addition of permanent restrooms.
Only awarding restroom and civil work would leave $8,750 remaining to
complete the pavilion, which has an estimated costs of approximately
$380,000 (based on average bids provided for Item 5).
Park zone fund is depleted by $286,165.
ACTION REQUIRED BY CITY COUNCIL
Approval or other action to awardSealed Bid #20010 for the FivePoints Plaza
Enhancements Projectto Texas Specialized Construction Services, LLCfor bid items
1, 2, 3, 4, and5 in the amount of $883,425, with an contingency amount of $45,000 for
a total authorization of $910,425.00.
Approved for the City Council meeting agenda
Corby D. Alexander, City ManagerDate
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Requested By:Teresa Evans, Director Source of Funds:001 –General Fund
Department:Planning and Development
Account Number:001-9090-519-1010
Amount Budgeted:$178,584
ReportResolutionOrdinance
Amount Requested:$178,584
Exhibits:Master Service Agreement,Task List&
Budgeted Item:YesNo
RFQ #20601
SUMMARY& RECOMMENDATION
Late last year, the City began reviewing any necessary organizational changes as it
related to the City Engineer job tasks. The City Manager decided to divide engineering
services into two (2) parts –public and private. The Project Manager position within
Public Works would focus on the public infrastructure side, while the City Engineer
would move to be overseen by the Planning and Development Department to assist
with private development. The vacant City Engineerposition was posted from January
24 to May 14, 2020. The City received fourteen (14) applications, but none of the
applicants possessed the experience or qualifications listed in the job description.
In order to fill the City Engineer staffing vacancy, the City of La Porte issuedRequest
for Qualifications (RFQ) #20601 for Municipal Engineering Services to provide
development review and inspections services forthePlanning and Development
Department.In addition to plan and permit reviews, the RFQoutlineda scope of
servicestoinclude management and maintenance of the City’s membership in the
National Flood Insurance Program(NFIP), the Community Rating System(CRS), and
the municipal separate storm sewer system (MS4) program and permits. The City
thth
advertised RFQ #20601 in the Bay Area Observer onMay 7and 14,and posted it
on Public Purchase and the City’s website. The Cityreceived 14 responsesby the
June 2, 2020, 2:00 PM deadline.
An evaluation committee consisting of the City Manager, Assistant Public Works
Director and Planning and Development Director reviewed and scored all 14 submittals
on the following criteria:
Qualification and Competence of theProject Team 30%
Municipal Engineering Experience and References 30%
Service Approach and Task Plan 20%
Staffing and Available Resources 20%
The four (4)top scoring firms, Cobb Fendley, HDR, RPS and Bleyl Engineering, were
shortlisted and interviewed by the evaluation committee and Cobb Fendley was
selected as the most qualified applicant.
Staffnegotiated the attached Master Service Agreement with Cobb Fendley, which will
be invoiced as a time and materials contract based on the Task List. The Task List
identifies the city engineering and related inspection services and estimated budgetary
costs. The Task List budgetary costs were calculated using Cobb Fendley’s estimated
review time for each task, multiplied by the City’s engineering review workload for fiscal
year 2019 (the total number of permit application reviews), multiplied by the average
engineer or inspector billing rate as applicable to the task. For example, in Fiscal Year
2019, the City of La Porte performed 19 culvert
permit application reviews. Cobb
Fendley estimates the culvert permit application review time to be 0.25 hours per
permit. At an average engineering billing rate of $200.00/hour, the Task List shows the
estimated cost for culvert permit application reviews to be $950.00/year.
Below is a table listing of the City of La Porte engineering permit application types for
Fiscal Year 2019 and Fiscal Year 2020. The “Received” number reflects the number of
permit applications received in the fiscal year. The “Reviewed” number reflects the
actual number of reviews in the same time period. Some permit applications require
multiple reviews, so the number of reviews should exceed the number of permit
applications received. The Task List uses the number of permits “reviewed” in 2019 to
estimate budgetary costs for the different permit applications per year. Although the FY
2019 permit and plan review numbers are inflated with alarge numberof permit and
plan applications related to the Morgan’s Landing and Artesia Village developments,
the FY 2019 data is still a more reliable indicator of the annual engineering workload
than the FY 2020 data. The FY 2020 data is not an accurate representation of the
permit and plan review annual workload due to the lack of dedicated staff to perform
engineering reviews during this time period and the stay at home orders and closures
in effect for the second half of the fiscal year.
CITY OF LA PORTE ENGINEERING PERMIT APPLICATIONS
RECEIVED AND REVEIWED
FOR FY 2019 AND FY 2020
ENGINNERING PERMIT RECEIVED REVIEWED RECEIVED REVIEWED
APPLICATION TYPES FY 2019 FY 2019 FY 2020 FY 2020
CULVERT11 19 13 5
FILL DIRT 38 78 26 27
FLOOD PLAIN DEVELOPMENT37 89 37 65
PUBLIC WORKS UTILITIES 4 4 4 5
PIPELINE 1 4 2 3
RIGHT OF WAY 95 162 71 55
STORM WATER QUALITY25442322
UNDERGROUND UTILITIES105154
TOTAL 221 405 191 186
Using the FY 2019 data, the budgetary costs for on-going engineering services is
estimated to be $140,850/year and the costs for on-going engineering inspection
services is estimated to be $46,930/year, for a total of $187,780. Again, we believe
these cost estimates are on the high end because of the high volume of engineering
work associated with the Morgan’s Landing and Artesia Village subdivision and multi-
fami
ly developments. Since there are no similar large development projects on the
horizon, the engineering review and inspection services invoiced by Cobb Fendley in
the next fiscal year are not expected to exceed these amounts.
The proposed professional services agreement with Cobb Fendley will authorize the
consultant to provide the engineering and inspection services previously performed by
the City Engineer and Engineering Technician. The total annual expensed amount for
the professional services agreement is not expected to exceed the funds available in
the FY 2021 Budget. The City will amend the FY 2021 Budget to move the $153,584 in
funds allocated in the Planning Department budget for the City Engineer position out of
the Personal Services account and into the Other Professional Services Account. Also,
there is $25,000 in the Other Professional Services Account that can be applied to
cover the Cobb Fendley fees if necessary.
Staff recommends City Council approve a professional services agreement with Cobb
Fendley to provide on-going municipal engineering and inspection services.
ACTION REQUIRED BY CITY COUNCIL
Approve or Deny the City Manager to execute a professional services agreement
with Cobb Fendley for municipal engineering and inspection services for a total
authorization not to exceed the available budgeted amount.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
MASTER SERVICE AGREEMENT
This Master Service Agreement (“Agreement”) is made ___________________ (date), 2020, by and
between the CITY OF LA PORTE, TEXAS, hereinafter referred to as the "CLIENT", having offices at
604 W Fairmont Parkway, La Porte, TX 77571, and Cobb, Fendley & Associates, Inc., hereinafter
referred to as the "CONSULTANT", a company formed under the laws of the State of Texas and
having offices at 1920 Country Place Parkway, Suite 400, Pearland, Texas 77584.
WHEREAS, the CLIENT desires to contract with the CONSULTANT from time to time to provide services;
and
WHEREAS, the CONSULTANT is willing to provide such services on a nonexclusive basis; and
WHEREAS this Agreement does not obligate CLIENT to order work from CONSULTANT, nor does it
obligate CONSULTANT to accept orders for work in cases where the proposed work requested
creates a conflict of interest or falls outside of the typical engineering services that CONSULTANT
provides, in which event the work order will be discussed with the CLIENT before issuance of the
Task Order. This Agreement shall control and govern all work accepted by CONSULTANT under
written Task Orders and shall define the rights, obligations, and liabilities of CLIENT and
CONSULTANT during the term hereof with respect to the matters covered herein; and
NOW THEREFORE, in consideration of the faithful performance of the terms and conditions set forth
herein, the parties hereto agree as follows:
ARTICLE 1 – TASK ORDERS
1.1 CLIENT may, from time to time, request CONSULTANT to perform services (Work) hereunder by issuing
CONSULTANT a written Task Order, which shall set forth a Scope of Work including:
a) The location of the Work Site;
b) The Work required to be performed, including any drawings, plans and/or specifications applicable
to such Work;
c) The time limits within which such Work must be completed to CLIENT’S satisfaction;
d) The CLIENT’S office to which CONSULTANT is to render its invoice; and
e) Any other requirements applicable to such Work not inconsistent with the other terms and conditions
of this Agreement.
1.2 The CONSULTANT shall review the Task Order, prepare a cost estimate to complete the Scope of Work,
agree to an estimated schedule for performance, and return the Task Order for CLIENT’S authorization.
1.3 CLIENT may also issue oral Task Orders to which CONSULTANT will respond with a written proposal.
1.4 Upon receipt of CLIENT’S written acceptance, the CONSULTANT shall commence the Work as detailed
on the Task Order. Electronic communication (email, facsimile, etc.) of Task Orders will be accepted in
certain situations to expedite the commencement of Work.
1.5 In the event of conflict between the requirement of a Task Order and this Agreement, the Agreement will,
in all cases, take precedence, unless a variance is specifically noted and agreed to by both parties.
MASTER SERVICES AGREEMENT
ARTICLE 2 – COMPENSATION
2.1 CONSULTANT will bill for its services as defined on the specific task order. Acceptable contracting
methods include lump sum, cost plus, time and materials or other mutually agreeable method. Use of
CONSULTANT-owned equipment will be billed in accordance with CONSULTANT’S standard fee
schedule. The CONSULTANT’S pricing, unless otherwise stated, shall not include any present or future
federal, state, or local property, license, privilege, sales, use, excise, gross receipts or other like taxes or
assessments, which may be applicable to, measured by, imposed upon, or resulting from the
performance of the Work.
2.2 CONSULTANT will submit monthly invoices for Services rendered. Payment terms are net thirty (30)
days from date of invoice. If CLIENT objects to all or any portion of an invoice, it will notify CONSULTANT
of the same within fifteen (15) days from the date of receipt of the invoice and will pay that portion of the
invoice not in dispute within thirty (30) days from the date of the invoice, and the parties shall immediately
make every effort to settle the disputed portion of the invoice.
2.3IfCLIENTfailstomakeanypaymentdueCONSULTANTwithinthirty(30)daysafterreceiptofaninvoice,
other than those amounts being disputed by CLIENT as provided in Section 2.2 above, then the amount
due CONSULTANT will increase at the rate of 1.5% per month after the 10th day. In addition,
CONSULTANT may, after giving seven (7) calendar days' written notice to CLIENT, suspend its Services
and any deliverables until CONSULTANT has been paid in full for all amounts outstanding more than
ten (10) days. In the event that payment in full is not received, CONSULTANT reserves the right to have
collection handled by CONSULTANT’S attorneys and any and all costs of collection, including
reasonable attorney’s fees, shall be paid by CLIENT.
ARTICLE 3 – CLIENT'S RESPONSIBILITIES
3.1 CLIENT will furnish to CONSULTANT all existing studies, reports, data and other information available
to CLIENT necessary for performance of the work and authorize CONSULTANT to obtain additional data
as required. CONSULTANT will be entitled to use and rely upon all such information and services.
3.2 Where necessary to the performance of the work, CLIENT shall arrange for CONSULTANT access to
any site or property.
3.3 In the event of scheduled, prearranged or mandated events, meetings, access to sites, delivery of
documentation or other obligations, the responsibility of which the CLIENT has agreed to and upon which
the CONSULTANT relied, and which events, meetings, entrees to sites, delivery of documentation or
other obligations could not or did not take place, or were required to be rescheduled because of the
failure of the CLIENT in the discharge of the CLIENT’S obligations, all costs associated with that
rescheduling shall be borne by the CLIENT.
3.4 If the work involves excavations or drilling, it is the responsibility of the CLIENT to provide the
CONSULTANT with assistance in locating underground structures or utilities in the vicinity of any
exploration or investigations; provided, however, that in no event shall CLIENT be liable for any damage
caused by CONSULTANT’s failure to properly locate such underground structures or utilities.
3.5 CLIENT recognizes that, when it is known, assumed or suspected that hazardous materials exist on or
beneath the surface of the site of the Work or within any structure thereon, certain sampling materials,
such as drill cuttings and drill fluids or asbestos removed for sampling, should be handled as if hazardous
or contaminated. Accordingly, unless otherwise expressly provided in a Task Order, when sampling is
included in the scope of services and when determined by CONSULTANT in its sole and exclusive
judgment to be necessary based on CONSULTANT’S assessment of the degree of contamination,
hazard, and risk, CONSULTANT will promptly inform CLIENT that containerization and labeling will be
performed; will appropriately contain and label such materials; and will remove, transport and dispose of
such material in accordance with all applicable laws.
MASTER SERVICES AGREEMENT
ARTICLE 4 – PERFORMANCE OF SERVICE AND EXTENSION OF AGREEMENT
4.1 CONSULTANT shall perform the services at times and at locations as CLIENT may request.
CONSULTANT represents that such services will be performed in a professional, timely, efficient and
competent manner and in accordance with the standard of professional care used by other practicing
professional engineers of ordinary prudence in the same field of engineering and performing the
same type of work in CLIENT’S community under the same or similar circumstances. CobbFendley
makes no other warranty, expressed or implied. CONSULTANT shall comply with all laws, rules,
regulations and requirements of CLIENT and any applicable governmental authorities in connection
with the performance of the services. In addition, CONSULTANT shall, at its own expense, obtain
and maintain during the Term all necessary licenses, permits, approvals and other authorizations
required in connection with performance of the services.
4.2 This Agreement shall commence on the date set forth above and shall automatically renew for
subsequent one-year terms, unless otherwise terminated in accordance with the provisions of this
Agreement. Any established rate schedules shall be subject to annual adjustments.
4.3 The review of Permit Applications for Engineering Review shall not be more than five (5) business days
for permit types consisting of Culverts, Utilities, Pipelines, Right of Way (ROW), and Storm Water and
shall not be more than ten (10) business days for permit types consisting of Fill Dirt, Flood Plain,
Miscellaneous, and New Construction (Minor < 10 acres). Engineering Review of Permit Applications
for New Construction (Major > 10 acres) will vary and shall not be more than twenty (20) business days.
4.4 The schedule and compensation may be influenced by the availability of information, public and
regulatory agency concerns, weather, and numerous other factors that may not be foreseen during initial
project planning. The CLIENT and CONSULTANT will negotiate in good faith and mutually agree on
proposed schedule and costs changes as they occur, as appropriate.
4.5 Services additional to those set forth in the Task Order will be performed and completed within the time
period and compensation agreed to in writing by the parties at the time such services are authorized.
4.6 If any time period within or date by which any of CONSULTANT’S services are to be performed is
exceeded for reasons outside of CONSULTANT’S reasonable control, all rates, measures and amounts
of compensation and the time for completion of performance shall be subject to equitable adjustment.
ARTICLE 5 –CONFIDENTIALITY
5.1 The CONSULTANT and the CLIENT (including the employees, officers, agents, and directors of the
respective parties) shall treat as confidential and proprietary, and will not disclose to others during or
subsequent to the term of this Agreement, except as is necessary to perform the work under this
Agreement, any information whether verbal or written of any description whatsoever, (including any
technical information, experience, or data) regarding either party's plans, programs, plants, processes,
products, costs, equipment, or operations, which may come within the knowledge of the parties in the
performance of this Agreement, without in each instance securing the prior written consent of the other
party. Nothing contained within this Article shall prevent either party from disclosing to others, or using in
any manner, information which has been published and has become part of the public domain other than
by acts, omissions, or fault of either party; has been furnished or made known to either party by third
parties directly or indirectly; or was developed independently by either party.
5.2 In the event that either party shall be required by subpoena, court, or administrative order to disclose any
of the information deemed by this Agreement to be confidential and/or proprietary, that party shall give
immediate written notice to the other party. Upon receipt of the notice, the party whose information may
be disclosed shall have the right to interpose all objections to the disclosure.
MASTER SERVICES AGREEMENT
ARTICLE 6 – STANDARD OF CARE
6.1Inperformingservices,CONSULTANTagreestoexerciseprofessionaljudgment,madeonthebasisof
the information available to CONSULTANT, and to use the same degree of care and skill ordinarily
exercised by competent engineers in similar circumstances by engineers performing comparable
services, as expeditiously as is prudent considering the ordinary professional skill and care of a
competent engineer. This standard of care shall be judged as of the time and place the services are
rendered, and not according to later standards.
6.2 CONSULTANT makes no other warranty, expressed or implied.
ARTICLE 7 – INSURANCE
CONSULTANT, at its own expense and at all times during the Term, will maintain (i) commercial
general liability insurance applicable to CONSULTANT’s operations related to this Agreement,
including coverage for the contractual indemnification provided by CONSULTANT, providing on an
occurrence basis a minimum combined single limit of $500,000.00 with a general aggregate limit of
$1,000,000.00, and (ii) business automobile liability insurance providing on an occurrence basis a
minimum combined single limit of $500,000.00. Such insurance shall name CLIENT and its affiliates
and subsidiaries as additional insureds. CONSULTANT further will maintain such insurance as will
fully protect CONSULTANT and CLIENT from any and all claims by employees of CONSULTANT
under the workers' compensation act or employers' liability laws, including any employers' disability
insurance laws, and from any and all other claims of whatsoever kind or nature for any and all damage
to property or for personal injury, including death to anyone whomsoever, that may arise from
operations by CONSULTANT or by anyone directly or indirectly engaged or employed by
CONSULTANT. All policies of insurance shall be primary and non-contributory with any other
coverage elsewhere afforded or available to CLIENT, as well as provide primary coverage for all
losses and damages caused by the perils covered thereby. The policies will provide that they may
not be canceled or altered without at least thirty (30) days prior written notice to CLIENT.
CONSULTANT will deliver to CLIENT satisfactory evidence of all such insurance upon the execution
of this Agreement and at least ten (10) days prior to the expiration of any policy term. The form,
content and insurers for each policy shall be subject to the satisfaction of CLIENT. If CONSULTANT
fails for any reason other than the fault of CLIENT to provide all of the insurance required by this
Section 7, CLIENT shall be entitled (but have no obligation), in addition to all other remedies available
to CLIENT as a result of such default, to purchase such insurance not provided by CONSULTANT
and collect from CONSULTANT (or retain from sums otherwise owing to CONSULTANT) an amount
equal to the premiums paid by CLIENT, plus a late charge equal to 10% per annum on the amount
of such premiums, calculated from the date such insurance was due until CONSULTANT pays the
amount of such premiums plus late charge to CLIENT.
ARTICLE 8 – INDEMNITY
8.1 To the fullest extent permitted by law, the CONSULTANT hereby agrees as follows:
a) with regard to the professional services performed and to be performed hereunder by or through
the CONSULTANT, CONSULTANT agrees, to the fullest extent permitted by law, to indemnify
and hold CLIENT harmless from any damage, liability or cost (including reasonable attorneys’
fees and costs of defense) to the proportionate extent that Claims are caused by
CONSULTANT’s negligent services or willful misconduct. The indemnity obligations provided
under this section shall only apply to the extent such Claims are determined by a court of
competent jurisdiction or arbitrator to have been caused by the negligence or willful misconduct
of CONSULTANT. The CONSULTANT shall have no duty to defend but shall reimburse defense
MASTER SERVICES AGREEMENT
costs to the same extent as the overall indemnity obligations herein. These indemnity obligations
shall not apply to the extent said Claims arise out of, pertain to, or relate to the negligence of
CLIENT or their agents, or other independent contractors, or other consultants of CLIENT, or
others who are directly responsible to CLIENT, or for defects in design or construction furnished
by those persons and/or entities; and
b) with regard to any acts or omissions of the CONSULTANT in connection with this Agreement
which do not comprise professional services, the CONSULTANT further agrees to indemnify,
defend and hold harmless CLIENT from and against any and all claims, demand actions, causes
of action, losses, liabilities, costs, reasonable attorneys’ fees and litigation expenses (all of the
foregoing being hereinafter individually and collectively called “claims”) provided that any such
claim is attributable to bodily injury, death, or property damage suffered or incurred by, or
asserted against, the Indemnified Parties to the extent, but only to the extent, that the claims are
the result of any negligent act or omission by the CONSULTANT, its consultants or
subconsultants or anyone for whom the CONSULTANT is responsible under this agreement,
excluding, however, bodily injury, death or property damage arising out of the rendering or failure
to render any professional services by the CONSULTANT (which is covered by Section “8.1a”
above).
8.2 CLIENT agrees, to the fullest extent permitted by law, to indemnify and hold CONSULTANT harmless
from any damage, liability or cost (including reasonable attorneys’ fees and costs of defense) to the
extent caused by the CLIENT’s willful misconduct or negligent acts, errors or omissions.
8.3 Neither CLIENT nor CONSULTANT shall be obligated to indemnify the other party in any manner
whatsoever for the other party’s own negligence or willful misconduct.
ARTICLE 9 – ALLOCATION OF RISK
9.1 To the fullest extent permitted by law, the total liability in the aggregate of CONSULTANT and its
employees, subcontractors or suppliers to CLIENT and anyone claiming by, through or under CLIENT
on all claims of any kind (excluding claims for death or bodily injury) arising out of or in any way related
to CONSULTANT’S services, or from any cause or causes whatsoever, including but not limited to
negligence, errors, omissions, strict liability, indemnity or breach of contract, shall not exceed the
compensation received by CONSULTANT for the Task Order upon which such liability is based, or the
maximum amount of the CONSULTANT’S insurance coverage, whichever is greater.
9.2In no event, whether in contract, indemnity, warranty, tort (including negligence), strict liability or
otherwise, shall CONSULTANT, its employees, subcontractors or suppliers be liable for loss of profits or
revenue; loss of use of any equipment or facilities; cost of capital; cost of purchased power; cost of
substitute equipment, facilities or services; downtime costs; any special consequential, incidental or
exemplary damages; or claims of customers of CLIENT.
9.3 If CONSULTANT furnishes CLIENT with advice or assistance concerning any products, systems or
services, which is not required under the Scope of Work or any other contract among the parties, the
furnishing of such advice or assistance will not subject CONSULTANT to any liability whether in contract,
indemnity, warranty, tort (including negligence), strict liability or otherwise.
ARTICLE 10 – OWNERSHIP OF DOCUMENTS
10.1 CobbFendley agrees that the Client shall have the right to use all exhibits, maps, reports, analyses and
other documents prepared or compiled by CobbFendley pursuant to this Agreement. The Client shall be
the absolute and unqualified owner of all studies, exhibits, maps, reports, analyses, determinations,
recommendations, computer files, and other documents prepared or acquired pursuant to this
Agreement with the same force and effect as if the Client had prepared or acquired the same. The
MASTER SERVICES AGREEMENT
CLIENT agrees that all reports and other work the CONSULTANT provides, which are not paid for, will
be returned or destroyed by CLIENT upon demand and will not be used for any purpose whatsoever
other than those purposes contemplated in this Agreement and any Task Order. CONSULTANT hereby
assigns and agrees to assign to CLIENT all rights to inventions, trade secrets, copyrights and technical
data developed, conceived or reduced to practice by CONSULTANT, alone or jointly with others, which
directly result from services performed under this Agreement, including all documents, plans proposals,
reports, programs, screens, forms, scripts, procedures, functions, analysis, data, ideas, specifications,
descriptions, notes, and designs prepared or furnished by CONSULTANT, CLIENT or any other party in
connection with the consulting assignment of the CONSULTANT pursuant to this Agreement. Such
obligation to assign shall be effective during the Term and for one year thereafter, except such items that
CONSULTANT can prove were conceived by CONSULTANT after the termination of this Agreement
and not under circumstances contrary to any provision of this Agreement. CONSULTANT shall provide
detailed written descriptions of any inventions, trade secrets, copyrights and technical data to be
assigned as requested by CLIENT, and shall cooperate with CLIENT as needed in order to protect and
enforce proprietary rights of CLIENT.
10.2AnyreportpreparedaspartoftheworkwillbepreparedsolelyforuseoftheCLIENT.Otherthirdparties
are not to rely on the report unless both CONSULTANT and CLIENT consentin writing to such reliance.
CONSULTANT may assess a charge in connection with documenting such consent.
10.3 CONSULTANT will prepare and perform the work according to the scope and purposes of this
Agreement and Task Orders. To the extent that the work product is utilized in any manner outside the
scope and purposes of this contract, CONSULTANT reserves the right to notify directly any third-party
recipient of the limitations of the work product due to the scope and purposes of the contract under which
it was prepared. It is expressly acknowledged that this reservation by CONSULTANT is necessary to
protect and preserve CONSULTANT’S professional reputation with respect to its work product.
ARTICLE 11 – INDEPENDENT CONTRACTOR; AUTHORITY
11.1 This Agreement does not, and shall not be construed to, make CONSULTANT the agent or legal
representative of CLIENT. CONSULTANT does not have, and shall disclaim, any right, power or
authority to assume or create any obligations for, on behalf of, or in the name of CLIENT or to deal
with CLIENT’s property. CONSULTANT shall not incur or contract, or purport to incur or contract, any
debt or obligation on behalf of CLIENT, or commit any act, make any representation, or advertise in
any manner that may adversely affect any right of CLIENT or be detrimental to CLIENT’s good name
and reputation. CONSULTANT shall not have any authority over any employee or officer of CLIENT,
nor shall CLIENT be required in any manner to implement any plans or suggestions CONSULTANT
may provide.
ARTICLE 12 – COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS
12.1 The CONSULTANT shall observe all applicable provisions of the federal, state and local laws and
regulations, including those relating to equal opportunity employment.
ARTICLE 13 – SAFETY
13.1 The CLIENT shall be obligated to inform the CONSULTANT and its employees of any applicable site
safety procedures and regulations known to CLIENT, as well as any special safety concerns or
dangerous conditions at the site. The CONSULTANT and its employees will be obligated to adhere to
such procedures and regulations once notice has been given.
ARTICLE 14 – LITIGATION
MASTER SERVICES AGREEMENT
14.1 At the request of CLIENT, CONSULTANT agrees to provide testimony and other evidence in any
litigation, hearings or proceedings to which CLIENT is or becomes a party in connection with the work
performed under this Agreement. CLIENT agrees to compensate CONSULTANT at its then current rates
for its time and other costs in connection with such evidence or testimony. Similarly, if CONSULTANT is
compelled by legal process to provide testimony or produce documents or other evidence in connection
with work performed, CONSULTANT agrees to contact CLIENT prior to providing testimony or producing
documents or other evidence and cooperate with CLIENT and CLIENT’s counsel. CLIENT agrees to
compensate CONSULTANT at its then current rates for its time and expense in connection with such
testimony or document and other evidentiary production. In the event the support services of
CONSULTANT are required in connection with litigation instituted by or against the CLIENT, CLIENT
agrees to obtain from CLIENT'S counsel, a fully executed Agreement for Expert Service.
ARTICLE 15 – NOTICE
15.1 All notices to either party by the other shall be deemed to have been sufficiently given when made in
writing and delivered in person, by facsimile, certified mail or courier to the address of the respective
party that is shown on page 1 of this Agreement or to such other address as such party may designate.
ARTICLE 16 – TERMINATION
16.1 CLIENT reserves the right to delay the commencement of or suspend CONSULTANT’s performance
of any or all of the Work. The performance of Work under any individual Task Order may be terminated
or suspended by either party, in whole or in part. Such termination shall be effected by delivery of fifteen
(15) days prior, written notice specifying the extent to which performance of work is terminated and the
date upon which such action shall become effective. In the event work is terminated or suspended by
CLIENT prior to the completion of services contemplated under any Task Order, CONSULTANT shall
be paid for (i) the services rendered to the date of termination or suspension; (ii) demobilization costs;
(iii) costs incurred with respect to non-cancelable commitments; and (iv) reasonable services provided
to effectuate a professional and timely project termination or suspension. Additionally, and not
withstanding anything in this Agreement to the contrary, CLIENT shall at all times have the right to
terminate this Agreement by providing thirty (30) days prior written notice of such termination to
CONSULTANT, with or without cause.
ARTICLE 17 – SEVERABILITY
17.1 If any term, covenant, condition or provision of this Agreement is found by a court of competent
jurisdiction to be invalid, void or unenforceable, the remainder of these Terms and Conditions shall
remain in full force and effect, and shall in no way be affected, impaired, or invalidated thereby.
ARTICLE 18 – WAIVER
18.1 Any waiver by either party or any provision or condition of these Terms and Conditions shall not be
construed or deemed to be a waiver of a subsequent breach of the same provision or condition, unless
such waiver is so expressed in writing and signed by the party to be bound.
ARTICLE 19 – GOVERNING LAW; JURISDICTION
19.1 This Agreement shall be governed by, and interpreted and construed in accordance with, the laws of
the State of Texas, without reference to the conflict of laws principles of any jurisdiction. If any
permitted suit, action or proceeding is brought in connection with this Agreement, exclusive venue
MASTER SERVICES AGREEMENT
for such suit, action or proceeding shall be in the courts in Harris County, Texas, and each party
submits to the jurisdiction of such courts for the purpose of any such suit, action or proceeding.
19.2 In the event that either party must resort to legal action to enforce any provision of this Agreement, the
non-prevailing party agrees to pay attorney fees and other costs resulting from such action.
19.3 CLIENT and CONSULTANT hereby irrevocably and unconditionally waive all right to trial by jury in any
action, suit, proceeding, or counterclaim that relates to or arises out of this agreement.
ARTICLE 20 –ASSIGNMENTS AND DELEGATION; NO SUBCONTRACTORS
20.1 This Agreement may not be assigned or transferred by CONSULTANT, in whole or in part, nor may
CONSULTANT delegate its duties under this Agreement, in whole or in part, in any of the foregoing
circumstances without the prior written consent of CLIENT, and any assignment or delegation in
violation of this Section shall be void. CLIENT shall have the right to assign this Agreement and any
of its rights hereunder to any affiliate of CLIENT or as a part of a sale or transfer of the stock, assets
or business of CLIENT or any substantial portion thereof. This Agreement shall be binding upon and
shall inure to the benefit of the parties hereto, and their respective heirs, successors and permitted
assigns. CONSULTANT shall not engage any third parties or independent contractors to perform the
services under this Agreement without the express written consent of CLIENT.
ARTICLE 21 – CAPTIONS
21.1 The captions of these Terms and Conditions are intended solely for the convenience of reference and
shall not define, limit or affect in any way the provisions, terms and conditions hereof or their
interpretation.
ARTICLE 22 – ENTIRE AGREEMENT
22.1 This Agreement, and the Task Orders, constitute the entire agreement between the parties pertaining
to the subject matter hereof, and supersedes all prior and contemporaneous agreements,
understandings, negotiations and discussions between the parties, whether oral or written in
respect of this matter. There are no representations, warranties, collateral agreements, conditions
or other agreements between the parties hereto in connection with the subject matter hereof except
as specifically set forth herein.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized
representatives as of the day and year set forth in this Agreement.
CONSULTANT: CLIENT:
C OBB, F ENDLEY & A SSOCIATES,I NC. C ITY OF L A P ORTE, T EXAS
By: By:
Printed Name: Charles M. Eastland, P.E. Printed Name:
Title: Vice President Title:
10/15/2020
Date: Date:
MASTER SERVICES AGREEMENT
ATTACHMENTA
COMPENSATION
Unless provided otherwise below, the compensation to be paid to CobbFendley for providing the requested
services shall be based on direct personnel expense times a multiplier of 2.4, plus reimbursable direct
expenses as defined in the Agreement. Further clarifications on hour charges:
Services will be charged according to those personnel directly involved in providing the service.
Requested attendance at scheduled evening meetings will be charged at a minimum of one hour
plus the time actually involved in that meeting.
Charges will be rounded to the nearest quarter hour.
Invoices will indicate the professional by name, classification, hours worked with brief description.
Reimbursable direct expenses shall be those costs incurred on or directly for the CLIENT’S project,
including, but not limited to, necessary transportation costs including mileage at the current IRS rate, meals
and lodging, laboratory tests and analysis, and printing and binding charges.
Reimbursable items and subconsultant invoices will be subject to a 10% administrative charge.
Direct personnel expense means salaries and wages paid to CobbFendley’s employees plus payroll related
costs and benefits such as payroll taxes, worker’s compensation, health and retirement benefits, bonuses,
sick leave, vacation, and holiday pay applicable hereto.
Lump sum fees will be negotiated for particular assignments at the request of the Client. When an occasion
arises which the Client desires to be covered by a lump sum fee, CobbFendley will negotiate an acceptable
fee with the Client and prepare an addendum to this Agreement which describes the scope of services to
be provided and the fee. The addendum will be effective only after its signature by both parties.
Identified fee accounts can be established for either not to exceed or lump sum fees for tasks which the
Client wishes to track costs separately. The Client shall make a request to the CobbFendley project
manager prior to the start of any such task for this separate accounting. No contract addendum is necessary
to establish a separate task billing.
MASTER SERVICES AGREEMENT
ATTACHMENT B
TASK ORDER NO. 2020-00
Pursuant and subject to the above captioned MSA dated between CITY OF LA PORTE, TEXAS (CLIENT)
and Cobb, Fendley & Associates, Inc. (CONSULTANT). CLIENT hereby requests that CONSULTANT
performs the work described below upon the terms set forth:
CLIENT PROVIDED INFORMATION:
Work Site: CITY OF LA PORTE, TEXAS
Work to Be Performed: ON-GOING ENGINEERING SERVICES
Drawings, plans, specifications (are) (are not) attached: N/A
Date and Time to Commence:
Date and Time to Complete:
Equipment, vehicles, tools, materials, supplies to be furnished or obtained through third parties by
CLIENT (if any):
Invoice Mailing Instructions: TIME & MATERIAL BASIS
Other Requirements or Variance from MSA (if any):
CONSULTANT PROVIDED INFORMATION:
Compensation: SEE ATTACHMENT A
Billing Terms: MONTHLY
ACCEPTANCE:
The foregoing TASK ORDER is accepted on the terms set forth as indicated by the signatures below.
CONSULTANT: CLIENT:
C OBB, F ENDLEY & A SSOCIATES,I NC. C ITY OF L A P ORTE, T EXAS
By: By:
Printed Name: Printed Name:
Title: Title:
Date: Date:
MASTER SERVICES AGREEMENT
TASK LIST (BUDGETARY COSTS)
City of La Porte
ON-GOING ENGINEERING SERVICES:
All time/tasks requested by City staff, including;
• Confer with and provide information to property owners, contractors, developers, engineers, architects and the
general public regarding conformance to standards, plans, specifications and codes; explain codes, requirements
and procedures, respond to requests and evaluate alternatives.
• Determine need for and review advanced and complex engineering and related studies, evaluate alternatives,
make recommendations and present reports to the Director of Planning and Development, City Manager, Executive
Staff and/or the City
4 hr / week $ 41,600.00
Council.
• Manage and maintain the City’s membership in the National Flood Insurance Program and the Community Rating
System.
• Manage and maintain the City’s municipal separate storm sewer system (MS4) program and permits.
• Provide engineering expertise and technical information related to private residential and commercial
development projects.
• Staff Reports
Pre-Development (1 meeting per month)
4 hr / month $ 9,600.00
Planning & Zoning (1 meeting per month)
3 hr / month $ 7,200.00
Permit Applications for Engineering Review, including;
• Culvert
0.25 hr / permit @ 19 reviews / yr $ 950.00
• Fill Dirt
1.00 hr / permit @ 78 reviews / yr $ 15,600.00
• Flood Plain
0.50 hr / permit @ 89 reviews / yr $ 8,900.00
• Utilities
0.50 hr / permit @ 9 reviews / yr $ 900.00
• Pipelines
0.50 hr / permit @ 4 reviews / yr $ 400.00
• Right of Way (ROW)
0.50 hr / permit @ 162 reviews / yr $ 16,200.00
• Storm Water
0.50 hr / permit @ 44 reviews / yr $ 4,400.00
• Misc.
0.25 hr / permit @ 10 reviews / yr $ 500.00
Perform engineering review and approval of private residential and commercial development projects, general
construction plans for compliance with development standards, City policy and the Comprehensive Plan;
• New Construction (Minor < 10 acres)4.00 hr / permit @ 35 reviews / yr
$ 28,000.00
• New Construction (Major > 10 acres)10.00 hr / permit @ 2 reviews / yr
$ 4,000.00
Update City engineering standards, details, specifications (Annual or Bi-Annual update)
40 hr / yr $ 8,000.00
Reimbursables / Mileage
1 trip / week $ 2,600.00
TOTAL ENGINEERING SERVICES (BUDGETARY) $140,850.00
* average Engineering rate of $200 / hr
ON-GOING INSPECTION SERVICES:
Inspection of Permits for Comliance
1 hr / permit @ 321 permits / yr $ 41,730.00
Reimbursables / Mileage
2 trips / week $ 5,200.00
TOTAL INSPECTION SERVICES (BUDGETARY) $46,930.00
* average Inspetor rate of $130 / hr
REQUEST FOR QUALIFICATIONS
FOR
MUNICIPAL ENGINEERING SERVICES
RFQ #20601
DUE DATE: JUNE 2, 2020
CITY OF LA PORTE
604 W. Fairmont Parkway
La Porte, Texas 77571
281-471-5020
www.laportetx.gov
NOTICE FOR REQUEST FOR QUALIFICATIONS
RFQ #20601 MUNICIPAL ENGINEERING SERVICES
The City of La Porte (the “City”) invites the submittal of responses to this Request for
Qualifications (RFQ) from qualified firms interested in providing engineering services for
the City of La Porte.
Information: Forms furnished by the City of La Porte may be obtained without deposit from
PublicPurchase.com; the Purchasing Division Office located at 604 W. Fairmont Pkwy, La
Porte, TX 77571; or, by emailing purchasing@laportetx.gov .
Due Date and Time:Tuesday, June 2, 2020, 2:00 PM Central Standard Time
Qualifications Receiving Location: City Hall Information Desk, 604 W. Fairmont
Parkway, La Porte, Texas 77571. Sealed statements of qualifications must include one
original and one digital copy clearly marked with RFQ number and description. Sealed
qualifications must be received no later than date and time stated above. The submittals will
be opened immediately after the closing hour on said date and only the names of those
submitting statements of qualifications for consideration will be publicly read.
NO LATE SUBMITTALS WILL BE CONSIDERED
This Request for Qualifications does not commit the City to award a contract or lease, or to
pay any costs incurred as a result of preparing such a response. The City reserves the right
to further negotiate with a respondent (and as may be required by law), or reject any and all
responses received, or to cancel in part or in its entirety this Request for Qualifications.
REQUEST FOR QUALIFICATIONS
#20601 MUNICIPAL ENGINEERING SERVICES
OVERVIEW
The City of La Porte is soliciting responses from firms with professional qualifications and
experience in providing municipal engineering services. It is the City’s intent to obtain
engineering services on an on-call basis to act on behalf of the City of La Porte in
engineering related activities. The position will perform highly technical and professional
services, and oversee engineering related work relative to the planning, design,
construction and maintenance of development projects and programs, including
permitting related plan reviews and inspections and flood plain administration. The
position will provide technical expertise to the Planning and Development Department
and work under the general direction of the Director.
The City Engineer will be required to provide most of the engineering service requested
at or through their own facilities. The City does not provide an office or technical support
of the City Engineer.
SCOPE OF SERVICES
In preparing a response to the Request of Qualifications (RFQ), the City Engineer shall
address the following specific components that should be included in the scope of work.
The final scope or work will be coordinated with the City staff and City Engineer.
Provide engineering expertise and technical information related to private residential
and commercial development projects.
Perform engineering review and approval of private residential and commercial
development projects, general plans, subdivision plats, site plans, and construction
plans for compliance with development standards, City policy and the Comprehensive
Plan;
Confer with and provide information to property owners, contractors, developers,
engineers, architects and the general public regarding conformance to standards,
plans, specifications and codes; explain codes, requirements and procedures,
respond to requests and evaluate alternatives.
Manage and maintain the City’s membership in the National Flood Insurance Program
and the Community Rating System.
Manage and maintain the City’s municipal separate storm sewer system (MS4)
programand permits.
Determine need for and review advanced and complex engineering and related
studies, evaluate alternatives, make recommendations and present reports to the
Director of Planning and Development, City Manager, Executive Staff and/or the City
Council.
Prepare and evaluate technical reports, studies and plans, engineering documents,
agreements, maps, legal descriptions, resolutions and ordinances.
Prepare a variety of written materials, including staff reports.
May conduct minor analysis and confer with the public regarding traffic and
transportation issues.
The City of La Porte prefers firms that specialize in representing municipal entities.
SUBMISSION REQUIREMENTS
Sealed submittals are required. Submittals shall be delivered to the City Hall, Information
Desk, at 604 W. Fairmont Parkway, La Porte, Texas 77571 on or before 2:00 p.m.
Central Standard time, Tuesday, June 2, 2020. All submittals must be labeled on the
outside withthe Respondent’s name and the name of the Project. Late
submittals will not be considered. An original (signed), and one digital copy of each
response is required.
Each response shall be submitted as outlined in this section. Responses received that
are not in this prescribed format may not be evaluated. The responseshall include an
outside cover and/or first page, displaying the following information:
Firm Name
Statement of Qualifications for
#20601- Municipal Engineering Services
1. Cover letter and Executive Summary: (1 page)
Provide at least the following:
Introduction
Legal name of firm, date of formation
Location of office that will be engaged in the work (geographical location in relation
to the City of La Porte)
Contact persons
Legal business description (individual, corporation, joint venture, etc.)
Statement of availability and commitment of the firm
Statement of interest including a narrative and unique qualifications
Signature of authority authorized to enter into a contract
2.Service Approach:
A general description of the firm’s approach to engineering services and a detailed task
plan that addresses the scope of services.
3. Innovative Techniques or Methodology: A discussion of any innovative techniques
or methodology that the firm will use that have a proven history of providing responsive
and cost effective results on similar studies.
4. Qualifications: Describe the firm’s resources, experience and capabilities as follows:
a. Provide an outline of the firm’s background, qualifications, and ability to perform
scope of services required.
b. Provide a list and /or organizational chart to identify the person(s) who will be
primarily responsible for contact with the City.
c. Identify all key personnel, their relationship to the project, relevant qualifications
and experience, and their level of effort toward completing all needed tasks.
Include a description of specific projects similar to this request and the specific
tasks performed by the project personnel.
d. Provide a brief outline of the firm’s current workload, staffing and ability to meet
the schedule and deadline described in this RFQ.
e. Provide certification or registration information required by the State of Texas.
5. References: Identify at least three (3) similar clients that the firm currently provides
service to in Texas. Each project listed shall include the name of the agency, project
manager, phone number, email, and description of work performed.
6. Additional Data: Responses may include any other information that might deem
essential to the evaluation of the statement of qualifications.
7. Summary of Insurance Coverage
8. Completed Conflict of Interest
9. Completed HB 89 Form
10. Signed Certification Form
The City will use an evaluation panel to review Respondent’s statements of qualifications
(SOQs). From that review, the City intends to establish a short list of firms, typically three
(3). Should the City choose to interview the short-listed firms, those firms will receive
notification of the date and time of the interview.
The City shall solicit proposals for professional services from one of the short-listed firms.
The City will then attempt to negotiate a professional services contract from the firm so
solicited. If a contract cannot be successfully negotiated with that firm, the City will
discontinue those contract negotiations and solicit a proposal from another short-listed
firms, and so on, following the same process until a contract can be negotiated.
The Cityof La Porte will not provide compensation or defray any cost incurred by any firm
related to the response to this request. The City of La Porte reserves the right to negotiate
with any and all persons or firms. The City of La Porte also reserves the right to reject any
or all RFQ(s), accept any RFQ deemed most advantageous, waive any irregularities or
informalities in the RFQ received, and to revise the process schedule as circumstances
require.
EVALUATION CRITERIA
The criteria that will be used to evaluate the responses are:
Qualifications and Competence of the Project Team (30%)
Municipal Engineering Experience and References (30%)
Service approach and task plan that addresses the Scope of Services (20%)
Staffing and Available Resources (20%)
ADDITIONAL INSTRUCTIONS, NOTIFICATIONS, AND INFORMATION
A. No Gratuities-Respondents shall not offer gratuities, favors or anything of
monetary value to any official or employee of the City for the purposes of
influencing this selection. Any attempt by the Respondent to influence the selection
process by any means, other that disclosure of qualifications and credentials
through the proper channels, shall be considered a bribe and grounds for exclusion
from the selection process and possible legal action.
B. All Information True- Respondents represents and warrants to La Porte that all
information provided in the response shall be true, correct and complete.
Respondents who provide false, misleading, or incomplete information, whether
intentional or not, shall be subject to exclusion from the selection process.
C. Interviews- The City may choose to interview Firms that are short-listed through
the SOQ review process. If so, those firms will receive notification by email of the
date and time of the interview.
D. Inquiries- Do not contact the City of La Porte during the selection process to make
inquiries about the progress of this selection process. Respondents will be
contacted when it is appropriate to do so.
E. Cost of Responses-The City will not be responsible for the costs incurred by
anyone in the submittal of responses.
F. No Obligation- The City reserves the sole right to (1) evaluate the responses
submitted;(2) waive any irregularities therein; (3) select candidates for the
submittal of more detailed or alternate proposals (4) accept any submittal or portion
of submittal; (5) reject any or all Respondents submitting responses, should it be
deemed in the City of La Porte’s best interest; or (6) cancel the entire process.
G. Insurance- The awarded firm shall provide and maintain Professional
Liability Errors and Omissions Insurance coverage to protect the Firm and
the City form liability arising out of the performance of professional services
if any, under this agreement. Such coverage shall be in the sum of not less
than Three Hundred Thousand Dollars ($300,000) per occurrence and Five
Hundred Thousand Dollars ($500,000) aggregate. Certificate of Insurance,
satisfactory to the City, showing compliance with this requirement and all other
requirements shall be furnished to the city before any services are performed.
H. Conflict of Interest- Effective January 1, 2006, Chapter 176 of the Texas Local
Government Code (House Bill 914) requires that any person, who seeks to
contract for the sale or purchase of property, goods or services with a local
government entity, shall file a completed conflict of interest questionnaire with the
City Secretary within seven business days after initial contact. Form included in
this request. Please consult your own legal advisor if you have questions regarding
this statute or this form.
I.H.B. 89- Pursuant to Texas Government code 2270.001, respondent certifies that
1) they do not boycott Israel currently; and 2. they will not boycott Israel during the
term of the contract the above named company has with the City of La Porte,
Texas. Form included in this request.
J. Inquiries- All questions regarding this RFQ shall be submitted by email to the
following email address: purchasing@laportetx.gov
, or through Public Purchase.
Please note RFQ name and number for reference.
K. Any addenda to this RFQ shall be published at www.publicpurchase.com.
CERTIFICATION
The undersigned affirms that he/she is duly authorized to represent this firm; that this
submission has not been prepared in collusion with any other firm, and the contents of
this submission have not been communicated to any other firm prior to the official
opening of this submission.
Signed By: _______________________________ Date: ________________
Typed Name: _________________________________________________
Title: ______________________________________________________
Company Name:________________________________________________
Phone: ____________________ Email Address: ______________________
Mailing Address: ________________________________________________
GPSN!DJR
DPOGMJDU!PG!JOUFSFTU!RVFTUJPOOBJSF
Gps!wfoeps!epjoh!cvtjoftt!xjui!mpdbm!hpwfsonfoubm!foujuz
PGGJDF!VTF!POMZ
Uijt!rvftujpoobjsf!sfgmfdut!dibohft!nbef!up!uif!mbx!cz!I/C/!34-!95ui!Mfh/-!Sfhvmbs!Tfttjpo/
Uijt!rvftujpoobjsf!jt!cfjoh!gjmfe!jo!bddpsebodf!xjui!Dibqufs!287-!Mpdbm!Hpwfsonfou!Dpef-!cz!b!wfoeps!xip
Ebuf!Sfdfjwfe
ibt!b!cvtjoftt!sfmbujpotijq!bt!efgjofe!cz!Tfdujpo!287/112)2.b*!xjui!b!mpdbm!hpwfsonfoubm!foujuz!boe!uif
wfoeps!nffut!sfrvjsfnfout!voefs!Tfdujpo!287/117)b*/
Cz!mbx!uijt!rvftujpoobjsf!nvtu!cf!gjmfe!xjui!uif!sfdpset!benjojtusbups!pg!uif!mpdbm!hpwfsonfoubm!foujuz!opu!mbufs
uibo!uif!8ui!cvtjoftt!ebz!bgufs!uif!ebuf!uif!wfoeps!cfdpnft!bxbsf!pg!gbdut!uibu!sfrvjsf!uif!tubufnfou!up!cf
gjmfe/!!Tff!Tfdujpo!287/117)b.2*-!Mpdbm!Hpwfsonfou!Dpef/
B!wfoeps!dpnnjut!bo!pggfotf!jg!uif!wfoeps!lopxjohmz!wjpmbuft!Tfdujpo!287/117-!Mpdbm!Hpwfsonfou!Dpef/!Bo
pggfotf!voefs!uijt!tfdujpo!jt!b!njtefnfbops/
2
Obnf!pg!wfoeps!xip!ibt!b!cvtjoftt!sfmbujpotijq!xjui!mpdbm!hpwfsonfoubm!foujuz/
3
Difdl!uijt!cpy!jg!zpv!bsf!gjmjoh!bo!vqebuf!up!b!qsfwjpvtmz!gjmfe!rvftujpoobjsf/!)Uif!mbx!sfrvjsft!uibu!zpv!gjmf!bo!vqebufe
dpnqmfufe!rvftujpoobjsf!xjui!uif!bqqspqsjbuf!gjmjoh!bvuipsjuz!opu!mbufs!uibo!uif!8ui!cvtjoftt!ebz!bgufs!uif!ebuf!po!xijdi
zpv!cfdbnf!bxbsf!uibu!uif!psjhjobmmz!gjmfe!rvftujpoobjsf!xbt!jodpnqmfuf!ps!jobddvsbuf/*
4
Obnf!pg!mpdbm!hpwfsonfou!pggjdfs!bcpvu!xipn!uif!jogpsnbujpo!jt!cfjoh!ejtdmptfe/
!!!!!!!!Obnf!pg!Pggjdfs
5
Eftdsjcf!fbdi!fnqmpznfou!ps!puifs!cvtjoftt!sfmbujpotijq!xjui!uif!mpdbm!hpwfsonfou!pggjdfs-!ps!b!gbnjmz!nfncfs!pg!uif
pggjdfs-!bt!eftdsjcfe!cz!Tfdujpo!287/114)b*)3*)B*/!!Bmtp!eftdsjcf!boz!gbnjmz!sfmbujpotijq!xjui!uif!mpdbm!hpwfsonfou!pggjdfs/
Dpnqmfuf!tvcqbsut!B!boe!C!gps!fbdi!fnqmpznfou!ps!cvtjoftt!sfmbujpotijq!eftdsjcfe/!!Buubdi!beejujpobm!qbhft!up!uijt!Gpsn
DJR!bt!ofdfttbsz/
B/!!Jt!uif!mpdbm!hpwfsonfou!pggjdfs!ps!b!gbnjmz!nfncfs!pg!uif!pggjdfs!sfdfjwjoh!ps!mjlfmz!up!sfdfjwf!ubybcmf!jodpnf-
puifs!uibo!jowftunfou!jodpnf-!gspn!uif!wfoeps@
Zft!!!!!!!!!!!!!!!!!Op
!!!!!!!!!!!!!!!!!!!!!!!!!!!
C/!!Jt!uif!wfoeps!sfdfjwjoh!ps!mjlfmz!up!sfdfjwf!ubybcmf!jodpnf-!puifs!uibo!jowftunfou!jodpnf-!gspn!ps!bu!uif!ejsfdujpo
pg!uif!mpdbm!hpwfsonfou!pggjdfs!ps!b!gbnjmz!nfncfs!pg!uif!pggjdfs!BOE!uif!ubybcmf!jodpnf!jt!opu!sfdfjwfe!gspn!uif
mpdbm!hpwfsonfoubm!foujuz@
Zft!!!!!!!!!!!!!!!!!Op
!!!!!!!!!!!!!!!!!!!!!!!!!!!
6
Eftdsjcf!fbdi!fnqmpznfou!ps!cvtjoftt!sfmbujpotijq!uibu!uif!wfoeps!obnfe!jo!Tfdujpo!2!nbjoubjot!xjui!b!dpsqpsbujpo!ps
puifs!cvtjoftt!foujuz!xjui!sftqfdu!up!xijdi!uif!mpdbm!hpwfsonfou!pggjdfs!tfswft!bt!bo!pggjdfs!ps!ejsfdups-!ps!ipmet!bo
pxofstijq!joufsftu!pg!pof!qfsdfou!ps!npsf/
7
Difdl!uijt!cpy!jg!uif!wfoeps!ibt!hjwfo!uif!mpdbm!hpwfsonfou!pggjdfs!ps!b!gbnjmz!nfncfs!pg!uif!pggjdfs!pof!ps!npsf!hjgut
bt!eftdsjcfe!jo!Tfdujpo!287/114)b*)3*)C*-!fydmvejoh!hjgut!eftdsjcfe!jo!Tfdujpo!287/114)b.2*/
8
Tjhobuvsf!pg!wfoeps!epjoh!cvtjoftt!xjui!uif!hpwfsonfoubm!foujuz
Ebuf
Gpsn!qspwjefe!cz!Ufybt!Fuijdt!Dpnnjttjpo!xxx/fuijdt/tubuf/uy/vt
Sfwjtfe!2204103126
House Bill 89 VERIFICATION
I, ______________________________________(Person name), the undersigned
representative of_(Company or Business name)___________________________
______________________________________________________________________________
(hereafter referred to as company)being an adult over the age of eighteen (18)years of age,
do hereby verify that the company named-above, under the provisions of Subtitle F, Title 10,
Government Code Chapter 2270::
1.Does not boycott Israel currently; and
2.Will not boycott Israel during the term of the contract the above-named
Company, business or individual with City of La Porte, Texas.
This statement is exempt for sole proprietorship vendors, vendors who have less than 10 full
time employees and contracts that are under $100,000 of public funds.
Pursuant to Section 2270.001, Texas Government Code:
1. “Boycott Israel” means refusing to deal with, terminating business activities with, or
otherwise taking any action that is intended to penalize, inflict economic harm on, or
limit commercial relations specifically with Israel, or with a person or entity doing
business in Israel or in an Israeli-controlled territory, but does not include an action made
for ordinary business purposes; and
2. “Company” means a for-profit sole proprietorship, organization, association,
corporation, partnership, joint venture, limited partnership, limited liability partnership,
or any limited liability company, including a wholly owned subsidiary, majority-owned
subsidiary, parent company or affiliate of those entities or business associations that
exist to make a profit.
______________________ __________________________________
DATE SIGNATURE OF COMPANY REPRESENTATIVE
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December14, 2020
Requested By:Source of Funds:N/A
Mayor Rigby
Department:City Council
Account Number:N/A
Amount Budgeted:N/A
ReportResolutionOrdinance
Amount Requested:N/A
Exhibits: None
Budgeted Item:YesNo
SUMMARY
There are two vacant positionson the Drainage and Flooding Committee previously
held by CouncilpersonsEarp(member)and Gillett(alternate). The committee consists
of three members and an alternate, selected from among the members of the City
Council.Councilperson Martin is the current Chair of the committee and Mayor Pro Tem
Engelken is the other member.
RECOMMENDEDMOTION
Nominate and electtwoCouncilpersons to serve asa member and alternate to
the Drainage and Flooding Committee.
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested:December 14, 2020
Requested By:Source of Funds:N/A
Jason Weeks, Asst City Mgr
Department:
Administration/CMO
Account Number:N/A
Amount Budgeted:$61,547,698
ReportResolutionOrdinance
Amount Requested:N/A
Exhibits: CIP 4thQuarter Update
Budgeted Item:YesNo
SUMMARY& RECOMMENDATION
stth
through September 30. The City of La Porte
Capital Improvement Plan (CIP) program for the fourthquarter of fiscal year 2019-20,
which includes activity from October 1, 2019through September30, 2020has been
included for you to review; therefore, the report is cumulative as the fiscal year
progresses.
The attached CIP Update includes several documents:
Spreadsheet summary listing all outstanding Capital Projects as of October 1,
2019, with activity through September 30, 2020. This spreadsheet is broken
down between the different types of Capital Projects:
o SEW Sewer Projects
o AI Airport Projects
o DR Drainage Projects
o EMS EMS Project
o F216 F216 Drainage Project
o FD Fire Department Project
o UTL Utility Projects
o GEN General CIP Projects
o GC GolfCourse Projects
o AD Administration Projects
o SM Street Maintenance Projects
o PR Parks & Recreation Projects
o PW Public Works Projects
o STR Street Projects
Individual Project sheets, which include: 1) project number & name; 2) account
number; 3) funding summary by fiscal year for budget, expenditures,
encumbrances and remaining budget; 4) project description; and 5) narrative of
quarter activity including any photos or diagrams.
The City of La Porte prior to FY 2019-20 had budgeted $39.9 million for capital projects
city-wide. In FY 2019-20, the City Council allocated $21.4 million for capital projects,
which brought the total budget for the CIP program to $61.4 million. Project to-date, the
City has spent $22.5 million on the CIP programed projects included in this update. As
of September 30, 2020, the remaining budget to spend on these projects was $38.9
million. Below is a summary of the City of La Porte CIP program by CIP Type.
Budget Thru FY 2019-20 Total Project To-Budget
CIP Type FY19 Budget Budget Date Spent Balance
Administration $0 $375,919 $375,919 $175,954 $199,965
Airport $530,000 $0 $530,000 $385,382 $144,618
$847,000 $9,505,000 $10,352,000 443,846 $9,908,154
Drainage
EMS $0 $583,000 $583,000 $67,910 $515,090
F216 $2,360,864 $0 $2,360,864 $932,844 $1,428,020
Fire Field $0 $1,200,000 $1,200,000 $9,500 $1,190,500
Golf Course $79,000 $169,000 $248,000 $61,704 $186,296
General CIP $4,978,432 $663,000 $5,641,432 $4,590,386 $1,051,046
M Street TIRZ $0 $1,500,000 $1,500,000 $0 $1,500,000
Parks & Rec $5,248,287 $893,950 $6,142,237 $2,270,744 $3,871,493
Public Works $21,090,860 $2,191,000 $23,281,860 $6,791,969 $16,489,891
Sewer $0 $350,000 $350,000 $354,155 -$4,155
Street Maint $3,028,005 $1,060,000 $4,088,005 $3,901,244 $186,761
Street $139,340 $2,545,000 $2,684,340 $615,345 $2,068,995
Utility $1,629,046 $455,000 $2,084,046 $1,37,293 $146,753
TOTAL $39,930,834 $21,440,869 $61,421,703 $22,538,277 $38,883,426
th
The CIP 4 Quarter Update document is attached to provide City Council with more
ram. Staff will be available to answer any questions
City Council may have concerning specific CIP Projects. Additionally, staff welcomes
any feedback on future formatting and/or added detail needed for the quarterly CIP
updates.
ACTION REQUIRED BY CITY COUNCIL
No action is needed. Staff welcomes questions and feedback about the format
of the presentation.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
List of Outstanding Capital Projects as of October 1, 2019 - With activity through September 30, 2020
BudgetExpendituresBalance
ProjectBudget thruActual thruActualEncumbrancesProjectBudget
Proj NumProject DescriptionFundLeaderFY 18-19FY 19-20TotalFY 18-19FY 19-20FY 19-20to DateFY 19-20
AD0004Upgrade Outdoor Warning Sirens & Control Unit015Gauither- 189,000 189,000 - 175,954 - 175,954 13,046
AD0005Upgrade Flashing Roadway Signs015Gauither- 108,000 108,000 - -- -108,000
City Hall Conference Room Expansion - (On Hold)
AD0006015Epting- 48,919 48,919 - -- -48,919
AD0007Council Chambers AV Upgrade (Year 1)015Parker- 30,000 30,000 - -- -30,000
Administration Total
- 375,919 375,919 - 175,954 - 175,954 199,965
AIR001Runway, Taxi, Tie Down Rehabilitation Design010/032Mayo 300,000 - 300,000 19,538 136,899 10,462 166,899 133,101
C AIR002Runway, Taxi, Tie Down Rehabilitation Construction010/015Mayo 200,000 - 200,000 192,283 -- 192,283 7,717
C AIR003Construct Drainage Improvements010Mayo 30,000 - 30,000 14,142 - 12,058 26,200 3,800
Airport Total 530,000 - 530,000 225,963 136,899 22,520 385,382 144,618
DR0001TV Insprection of Storm Sewer System019Mayo 60,000 30,000 90,000 40,671 13,428 6,572 60,671 29,329
DR0004Drainage Materials (in-house)019Mayo 120,000 75,000 195,000 64,288 5,503- 69,791 125,209
C DR0005Verify City Elevation Benchmarks019Mayo 27,000 - 27,000 - 15,360 9,140 24,500 2,500
DR0006Brookglen Drainage - Design & Construction (HMGP)015/019Mayo 275,000 4,000,000 4,275,000 - -- -4,275,000
DR0007Bayside Terrace Drainage Improvements Design (HMGP)015/019Mayo 100,000 2,200,000 2,300,000 - 81,117 171,266 252,383 2,047,617
DR0008F101 Lomax Drainage Improvements Design (HMGP)015/019Mayo 150,000 3,200,000 3,350,000 - -- -3,350,000
DR0009Batleground Estates Drainage Improvements Design019Mayo 65,000 - 65,000 - -- -65,000
C
DR0010Bob's Gully Drainage Analysis019Mayo 50,000 - 50,000 35,720 - 780 36,500 13,500
Drainage Total 847,000 9,505,000 10,352,000 140,680 115,408 187,758 443,846 9,908,154
EMS001EMS Headquarter Expansion015Mayo- 583,000 583,000 - 48,757 19,154 67,910 515,090
F216F216 Phase II & III - Little Cedar Bayou Drainage019/032/050Mayo 2,360,864 - 2,360,864 908,888 - 23,957 932,844 1,428,020
FD0002Fire Field Propane Project015Gifford- 1,200,000 1,200,000 - 9,500- 9,5001,190,500
GC0002Golf Maintenance Building Improvement015Stoker 51,000 - 51,000 35,000 15,675- 50,675 325
GC0003Clubhouse Repairs015Stoker 28,000 - 28,000 - 11,029- 11,029 16,971
Golf Course Land Improvements - (On Hold Until Futher Notice)
GC0004015Stoker- 169,000 169,000 - -- -169,000
Golf Course Total 79,000 169,000 248,000 35,000 26,704- 61,704 186,296
GEN620Dr. Martin Luther King, Jr. Park Replacement015Epting 95,000 - 95,000 68,559 2,323- 70,882 24,118
GEN641SunGard ONE Solution - Phase I015 Dolby 50,000 - 50,000 28,938 -- 28,938 21,062
GEN656Emergency Prepardness/Generators015Mayo 2,400,000 - 2,400,000 2,184,806 -- 2,184,806 215,194
GEN661Golf Course Fairway Upgrade015Stoker 170,000 - 170,000 128, 893 -- 128,893 41,107
1
List of Outstanding Capital Projects as of October 1, 2019 - With activity through September 30, 2020
BudgetExpendituresBalance
ProjectBudget thruActual thruActualEncumbrancesProjectBudget
Proj NumProject DescriptionFundLeaderFY 18-19FY 19-20TotalFY 18-19FY 19-20FY 19-20to DateFY 19-20
GEN671Infill Sidewalk015Mayo - 223,000 223,000 - - 223,000 223,000
-
GEN675Community Coop Projects015Weeks 30,000 - 30,000 9,161 - - 9,16120,839
*GEN683Concrete Repair Slab Jacking033Mayo - 40,000 40,000 - 15,055 - 15,055
24,945
GEN684Concrete Repair (Small Sections)033Mayo 1,050,000 200,000 1,250,000 493,665 5,284 524,079 1,023,028 226,972
GEN693City Hall Renovations015Epting 75,763 - 75,763 45,561 6,173 - 51,734 24,029
GEN927Handicap Ramp/sidewalks033Mayo 700,000 200,000 900,000 530,215 63,210 21,194 614,619 285,381
GEN993Enhancement Grants015Weeks 407,669 - 407,669 240,270 - - 240,270 167,399
General Total 4,978,432 663,000 5,641,432 3,730,069 92,045 768,273 4,590,386 1,051,046
MSTRM Street - TIRZ Project015Mayo - 1,500,000 1,500,000 - - - -1,500,000
PR0006Northwest Pool Improvements015Epting 905,435 - 905,435 787,680 15,332 21,987 824,998 80,437
PR0007Wave Pool Renovation (Year 2)015Epting 660,000 250,000 910,000 481,494 33,065 - 514,559 395,441
PR0008Design Services for Recreation Center Expansion015Epting 3,202,152 - 3,202,152 44,562 272,235 11,426
328,223 2,873,929
PR0011Decorative Broadway Lighting (EDC Funded)015Epting 480,700 - 480,700 - 456,592 7,388
463,980 16,720
PR0012Park Lighting Project (Year 1 - Northwest Park)015Epting - 523,950 523,950 - 23,835 7,945
31,780 492,170
PR0013Library Improvements015Epting - 120,000 120,000 - 107,204 - 107,204 12,796
Parks & Recreation Total 5,248,287 893,950 6,142,237 1,313,735 908,263 48,746 2,270,744 3,871,493
C
PW0002Sens Road Utility Relocation003Mayo 160,000 - 160,000 - - 160,000 160,000
-
PW0006Design & Replacement for Hillridge Booster Pump003Mayo 100,000 - 100,000 93,895 - -
93,895 6,105
PW0009Coupland Drive Improvements019/033/051Mayo 1,310,000 - 1,310,000 117,907 14,848 47,651 180,406 1,129,594
PW0012Lomax Lift Station Consolidation 051/052Mayo 10,195,000 - 10,195,000 505,441 348,216 193,445 1,047,102 9,147,898
PW0015Restroom/Pavilion at Five Points015Mayo 400,000 350,000 750,000 23,109 72,542 12,089 107,740 642,260
PW0016Parking Spaces at Pecan Park015Mayo 350,000 - 350,000 295,197 20,502 22,500 338,199 11,801
PW0017Fairmont Parkway Signalization Project015Mayo 1,500,000 - 1,500,000 - - -
-1,500,000
C PW0018Drainage Interconnect at Lakes at Fairmont Green - Private Developer015Mayo 250,000 - 250,000 - -
- -250,000
PW0020Fencing on Spencer Highway015Mayo 680,400 560,000 1,240,400 57,314 311,674 107,088 476,075 764,325
PW0023Commercial Water Meter Replacement003Mayo 95,000 25,000 120,000 46,068 - -
46,068 73,932
PW0027Design for Drainage Improvements (6th St/N Madison & W. Main)051/032Mayo 400,000 - 400,000 55,131 59,138
112,272 226,541 173,460
003/015/050
/051
PW0028Design Somerton ImprovementsMayo 2,350,000 - 2,350,000 921,223 357,245 - 1,278,468 1,071,532
PW0029Main Street Sidewalk Repairs015Mayo 15,000 - 15,000 - - 15,000 15,000
-
PW0032Construct N. 6th/Main to Tyler and Main St Drainage003/050Mayo 990,000 - 990,000 - - 352,644
352,644 637,356
PW0033Hillridge Pump Station Construction Phase 1003Mayo 1,235,460 - 1,235,460 7,875 632,066 463,999 1,103,940
131,520
PW0034Aerial Crossings003Mayo 165,000 50,000 215,000 12,916 59,286 - 72,202 142,798
PW0041Public Works Facility Assessment015Mayo 65,000 75,000 140,000 24,435 22,414 2,536 49,385 90,615
2
List of Outstanding Capital Projects as of October 1, 2019 - With activity through September 30, 2020
BudgetExpendituresBalance
ProjectBudget thruActual thruActualEncumbrancesProjectBudget
Proj NumProject DescriptionFundLeaderFY 18-19FY 19-20TotalFY 18-19FY 19-20FY 19-20to DateFY 19-20
PW0043East Main Street Sidewalk (Prefunding)015Mayo 430,000 - 430,000 29,839 236,346 49,941 316,127
113,873
C PW0044Replace Ground Tank - Collegeview Water Plant003Mayo 350,000 - 350,000 20,000 332,800 -
352,800 (2,800)
PW0046Pumps & Equipment Replacement003Mayo 50,000 50,000 100,000 9,500 11,052 - 20,552 79,448
PW004725th Street Water Plant Generator (HMGP)015\\032Mayo - 107,000 107,000 - - -
-107,000
PW0048Lift Station 40 Generator (HMGP)015/032Mayo - 59,000 59,000 - - -
-59,000
PW0049Replace Ground Tank - Hillridge Water Plant003Mayo - 300,000 300,000 - 20,000 170,000 190,000
110,000
PW0050Coating Lomax Water Tower003Mayo - 600,000 600,000 - 62,500 287,500 350,000 250,000
C
PW0051Replace Heaters in Dewatering Building - WWTP003Mayo - 15,000 15,000 - 14,825 -
14,825 175
Public Works Total 21,090,860 2,191,000 23,281,860 2,219,849 2,575,455 1,996,665 6,791,969 16,489,891
*SEW669Sanitary Sewer Rehabilitation 003/018Mayo - 350,000 350,000 - 234,063 120,092 354,155 (4,155)
C
*SM0002Asphalt Street Surfacing033Mayo 318,005 630,000 948,005 - 899,296 - 899,296 48,708
SM0003Street Repair Material (in-house)033Mayo 150,000 50,000 200,000 124,063 13,426 3,089 140,578 59,422
C
SM0004Pinebluff Subdivision Improvements033/051Mayo 2,000,000 - 2,000,000 1,950,544 6,304 - 1,956,848
43,152
C
SM0007Construct Sylvan and Jefferson Paving and Construction015/003/033Mayo 560,000 380,000 940,000 3,662 822,245 78,615
904,522 35,478
Street Maintenance Total 3,028,005 1,060,000 4,088,005 2,078,269 1,741,271 81,704 3,901,244 186,761
STR7THSouth 7th Street Paving and Drainage003/033Mayo 139,340 2,435,000 2,574,340 139,340 297,568 68,437 505,345 2,068,995
STRLCBLittle Cedar Bayou Drive Concrete Paving033Mayo - 110,000 110,000 - - 110,000 110,000
0
STR Total 139,340 2,545,000 2,684,340 139,340 297,568 178,437 615,345 2,068,995
UTL655Meter Replacement Program003Dolby 1,489,046 350,000 1,839,046 1,452,536 163,808 186,192 1,802,536 36,511
UTL697Valve Replacement Program (In-House)003Mayo 140,000 25,000 165,000 79,054 12,010 - 91,064
73,936
*UTL760Lift Station Improvements003Mayo - 35,000 35,000 - 27,172 - 27,172 7,828
*UTL898In House Waterline Replacement 003Mayo - 45,000 45,000 - 16,522 - 16,522
28,478
Utility Total 1,629,046 455,000 2,084,046 1,531,589 219,512 186,192 1,937,293 146,753
39,930,834 21,490,869 61,421,703 12,323,381 6,581,399 3,633,497 22,538,277 38,883,426
CCompleted Projects - will be closed out at end of fiscal year.
*Budget allocated for these projects does not roll forward each year.
Expenditures reported for FY19-20 were incurred prior to September 30, 2020. Expenditures posted after this date will be reflected on the next monthly report.
3
Project AD0004 – Upgrade Outdoor Warning Sirens & Control Unit
Account Number: 0156054-510Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 189,000$ 175,954$ -
Total$ 189,000$ 175,954$ -$ 13,046
P ROJECT D ESCRIPTION
The City has a total of thirteen (13) outdoor warning sirens. In 2000, the City began replacing one
original siren a year over an 11-year period. During this time, the LEPC purchased two (2) additional
sirens for the City, making a total of thirteen (13). The last siren upgrade was completed in 2012.
Some of our current sirens are nearly 20 years old. The equipment is outdated and maintenance
intensive. Staff has been working to maintain the sirens each year, but believes it is time for an
upgrade of the system. One siren was substantially upgraded in 2018, so staff is proposing
replacement or significant repairs of the remaining twelve (12) sirens in the next fiscal year. Also,
staff is proposing that the City purchase a control unit that will allow staff the opportunity to monitor
the status of the sirens from Dispatch 24/7. This will allow the City to quickly identify when there is
an issue with one of the sirens, so that it can be addressed in a more timely and effective manner.
The sirens were discussed as part of OEM’s presentation at the Council budget retreat.
F IRST Q UARTER FY19-20
During the first quarter, staff worked with the Purchasing Department to develop a scope of work and
Request for Proposals (RFP) for this project. This process was completed, and one vendor
responded with a proposal. Staff will bring this item before City Council on January 27, 2020. The
image below shows each siren location and coverage area. Siren #7 was not included in this scope
of work due to substantial upgrades over the last two years.
4
Project AD0004 – Upgrade Outdoor Waring Sirens & Control Unit, continued
S ECOND Q UARTER FY19-20
The Request for Proposal was approved by City Council on January 27, 2020. Once approved,
Purchasing staff began working to develop and execute a contract with the vendor. The contract
has been signed by both parties. The vendor then ordered parts for all repairs, and stated it could
take approximately eight (8) weeks to receive all parts. Staff contacted the vendor for a status
update on April 7, 2020, and was told the parts had not yet been delivered. Other than potential
delays in shipping, this project has not been impacted by the current situation related to COVID-19.
According to the vendor, the work is not on hold, and will begin as soon as the parts are received.
T HIRD Q UARTER FY 19-20
Work has been completed on the sirens, and staff is in the process of issuing payment to the
vendor. During repairs, the vendor came across one siren that had been damaged by what they
believe was a lightning strike (pictures below of our siren and what it should look like). This siren is
located at Texas Street and East G Street. The lightning strike resulted in significant damage, and
the speaker head of this siren will need to be replaced. Staff is working with Human Resources Risk
Manager to determine if the repairs can be covered by insurance. Since it has been almost a year
since the vendor last assessed the sirens, they also discovered additional issues. The siren in
Morgan’s Point is no longer communicating with the system, despite numerous attempts by the
vendor to get it working. This siren is eighteen (18) years old. The vendor provided a quote for
repairs, and the Emergency Management Coordinator contacted the City of Morgan’s Point to see if
they could assist. The City of Morgan’s Point decided to go above and beyond that, and completely
replace this siren since it is nearing end-of-life. Although it is located in Morgan’s Point, the coverage
area does include a small area of La Porte. Currently, the siren is not working, but Morgan’s Point
has already started moving forward with the process of getting it replaced. The other issues
discovered at different sirens were minor, and primarily involve replacement of amplifiers. Staff will
work to get these issues addressed in the near future.
Damage to Siren at Texas Street and G Street:
5
Project AD0004 – Upgrade Outdoor Waring Sirens & Control Unit, continued
F OURTH Q UARTER FY 19-20
The siren in Morgan’s Point has been replaced. The vendor is scheduled to replace the
speaker head on the siren at Texas Street and East G Street in the near future.
he City’s insurance will help cover the cost of these repairs
Other minor issues have been addressed at other sirens. Staff continues to check the
operational status of the sirens each week, and address issues as they arise.
6
Project AD0005 – Upgrade Flashing Roadway Signs
Account Number: 0156054-510Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 108,000$ -$ -
Total$ 108,000$ -$ -$ 108,000
P ROJECT D ESCRIPTION
In 2008, the LEPC purchased and installed nine (9) Flashing Roadway Signs for the City of La Porte
at various locations throughout the city. These signs were intended to alert drivers to an emergency
situation, and direct them to AM 830 to listen for more information. Today, the signs are not in good
working order, and the process of referring drivers to AM 830 is outdated. The radio station is not
managed by the City of La Porte, so the City cannot ensure it is always working properly. In addition,
staff feels it would be more effective to provide an emergency announcement to drivers, including
protective actions that should be taken. While the signs can be used for emergency situations (i.e.
Shelter in Place, Flash Flood Warning, Tornado Warning, Mandatory Evacuation Order, etc.), they
can also be used for day-to-day community messaging. This would allow the City to promote various
events and City activities along roadways throughout the City. This initial request is to upgrade six
(6) of the original signs, but the system can be expanded in the future, if desired. The signs would be
used to promote citywide events and to attract visitors to La Porte to stay and shop. Staff feels this
project would be beneficial, not only for public communications, but also for improving aesthetics at
the proposed locations.
F IRST Q UARTER FY19-20
This first quarter of FY 2019-20, the Office of Emergency Management staff have been working with
the IT Manager and Marketing Coordinator to establish the pole and sign design before moving
forward with the purchasing process. The goal is to ensure consideration of the sign’s aesthetics in
order to be consistent with other decorative poles in the city. Staff will be meeting with the
Purchasing Department again before the end of January 2020 to begin the purchasing process.
S ECOND Q UARTER FY19-20
During the second quarter staff continued to work with the IT Manager and Marketing Coordinator to
seek various options for the design of the signs. Staff intends to present each option to City Council
for consideration. The options do vary in terms of cost. Since the signs will be in place indefinitely,
staff felt it was important to spend more time considering the overall look and functionality of the
signs. Staff received initial pricing for the different options. Prior to the COVID-19 pandemic, the IT
Manager had been working with CenterPoint to get a quote for how much it would cost to ensure the
availability of electricity at each site. To-date, staff has not received this information from
CenterPoint. The IT Manager is following up with CenterPoint, but staff understands this aspect of
the project may be put on hold for reasons associated with COVID-19. Once staff receives all pricing
information, we can work to present the project to City Council for further consideration.
7
Project AD0005 – Upgrade Flashing Roadway Signs, continued
T HIRD Q UARTER FY 19-20
th
Staff’s goal is to bring this project to City Council for consideration at the August 24 City Council
meeting. Quotes have been received for three different sign options, as well as the electricity
needed at each sign location. Two of the proposed locations are on Fairmont Parkway, and would
require approval from Harris County. Harris County notified City staff that engineering drawings
might be required before they can consider approval. Staff is working through that process right now,
but hopes it does not further delay the overall project. If all goes well, staff will be presenting the sign
th
options to City Council on August 24
.
F OURTH Q UARTER FY 19-20
This project was delayed due to questions about engineering reviews and permit requirements
through Harris County, and the potential cost associated with those requirements. On October 13,
staff received an update from Harris County stating that this project will not fall under their permit
jurisdiction. Over the last couple of months, Emergency Management staff’s primary
focus has been on implementation of Coronavirus Relief Fund (CRF) projects; however, staff’s
new goal for this project is to present the three different sign options to City Council for review
at the meeting.
8
Project AD0006 – City Hall Conference Room Expansion
Account Number: 0150156060-510Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20 48,919 - -
Total$ 48,919$ -$ -$ 48,919
P ROJECT D ESCRIPTION
This project is to create additional space in the conference room across from the City Manager’s
Suite and to add four additional office spaces in the Planning hallway. There is limited availability to
have large group meetings in City Hall. Twice a month, the City Manager’s Office has executive staff
meetings that are required to be held at Fire Station #1 due to limited space within City Hall.
Additionally, on Tuesday pre-development meetings, the space within City Hall continues to be a
problem with standing room only and not enough space for all needed staff to attend the meeting.
Based on the current layout of City Hall the best option was to double the conference room space in
the conference room across from the City Manager’s suite and then remove the cubicle area along
the Planning hallway and convert those to four (4) office spaces.
F IRST Q UARTER FY 19-20
No update this quarter.
S ECOND Q UARTER FY19-20
Quote forms were sent out for build-out contractors and electricians. No quotes have been received.
During the third quarter, staff will add dimensions to the drawings and resend the quote forms.
T HIRD Q UARTER FY 19-20
This project is currently on hold. No update this quarter.
F OURTH Q UARTER FY 19-20
This project is currently on hold. No update this quarter.
9
Project AD0007 – Council Chambers AV Upgrade (Year1)
Account Number: 0155051-522Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 30,000$ -$ -
Total$ 30,000$ -$ -$ 30,000
P ROJECT D ESCRIPTION
Due to aging equipment, the Information Technology Department with CSO input has planned to
upgrade the City Council Chambers audio video equipment. This is a planned 2-year project with
partial funding in FY 2019-20 and the remaining funding coming in FY 2020-21. Staff will be starting
this project in FY 2020-21 during the month of December 2020. The thought behind waiting was to
ensure there is no interruption of any scheduled City Council and/or Board meetings. The scope of
the project will be to replace the audio system with a newer more user-friendly system. The new
system will be relocated into the back storage closet instead of under the City Council dais. Along
with upgrading the audio equipment, staff will upgrade the City Council microphones, audience-
facing speakers and include City Council and audience facing cameras. Also, staff will work with the
City’s Facility Maintenance Department to create a more user-friendly dais, which will allow a better
writing surface and allow the existing display monitors to be recessed into the current wells.
Additionally, staff will update the existing three audience video displays with a newer larger set. This
will allow the audience to see presentations clearer in the future meetings.
F IRST Q UARTER FY19-20
No activity during first quarter FY 2019-20.
S ECOND Q UARTER FY 19-20
Due to the COVID-19 pandemic, staff has been working remotely; therefore, there has been no
activity during the second quarter FY 2019-20. However, staff worked to provide a solution to remote
meetings due to the social distancing requirements of COVID-19. Staff set-up a Zoom application
account to allow remote meetings to occur at staff and City Council level. In addition, staff utilized a
security camera in the Council Chambers to broadcast live meetings in the Council Chambers. With
the Zoom application subscription there is capability for the Council meetings to be broadcast on
Facebook, which will be discussed at a future City Council meeting.
T HIRD Q UARTER FY 19-20
No activity during third quarter FY 2019-20. With the new addition to the CIP project staff is still on
track to have this project started and completed in mid-November 2020. Our projected plan is to
have City Council meetings streaming to the City Of La Porte official website starting January 1,
2021.
F OURTH Q UARTER FY19-20
No activity during third quarter FY 2019-20. With the new addition to the CIP project staff is still on
track to have this project started and completed in mid-November 2020. Our projected plan is to
have City Council meetings streaming to the City Of La Porte official website starting January 1,
2021.
10
Project AIR001 – Runway, Taxi, Tie Down Rehabilitation Design
Account Number: 010/0329891-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 300,000$ 19,250$ -
Fiscal Year 17-18 - - -
Fiscal Year 18-19 -288 -
Fiscal Year 19-20 - 136,899 10,462
Total$ 300,000$ 156,437$ 10,462$ 133,101
P ROJECT D ESCRIPTION
This project includes design for the rehabilitation of the Airport runways, taxiways, and tie downs.
The condition of the runways is fair. However, with pro-active maintenance, the extremely high
cost to completely pull out existing material and replace can be avoided. The total budget is
$300,000. The project is grant funded and the City’s share is 10%. The remainder of the funding
is located in Fund 032 (Grand Fund).
Future Operating Impact: Completing rehabilitation in the next few years will help the City avoid
a very costly complete reconstruction of the runways, taxiways, etc. in the future.
F IRST Q UARTER FY 19-20
During first quarter FY 19-20, the design has been completed. Now entering construction phase.
Project was awarded to Maxwell Asphalt Inc. The ‘Notice to Proceed’ was issued on December
16, 2019. Staff anticipates onsite work to begin week of January 27, 2020.
S ECOND Q UARTER FY19-20
Design was completed during the second quarter. The project construction phase services have
been started.
T HIRD Q UARTER FY 19-20
Project is substantially complete. Currently awaiting final inspection.
F OURTH Q UARTER FY 19-20
Final Inspection is completed. waiting close-out documents from contractor and TxDOT Aviation.
11
Project AIR002 – Runway, Taxi, Tie Down Rehabilitation Construction
Account Number: 010/0157077-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 200,000$ -$ -
Fiscal Year 18-19 - 192,283 -
Fiscal Year 19-20 -- -
Total$ 200,000$ 192,283$ -$ 7,717
P ROJECT D ESCRIPTION
This project includes design for the rehabilitation of the Airport runways, taxiways, and tie downs.
The condition of the runways is fair. However, with pro-active maintenance, the extremely high
cost to completely remove existing material and replace can be avoided. The total budget is
$200,000 with supplemental funding in Fund 015 (Utility Fund) in the amount of $7,717. The
overall total project budget is $2,000,000. The project is grant funded and the City’s share is 10%.
The remainder of the funding is located in Fund 032 (Grand Fund) and Fund 015 (Utility Fund).
Future Operating Impact: Completing rehabilitation in the next few years will help the City avoid
a very costly complete reconstruction of the runways, taxiways, etc. in the future.
F IRST Q UARTER FY 19-20
During the first quarter FY 19-20, the project was awarded to Maxwell Asphalt Inc. The ‘Notice to
Proceed’ was issued on December 16, 2019. Staff anticipates onsite work to begin week of
January 27, 2020.
S ECOND Q UARTER FY19-20
Approximately 70% of pavement repairs were completed at the airport during the second quarter.
12
Project AIR002 – Runway, Taxi, Tie Down Rehabilitation Construction, continued
T HIRD Q UARTER FY19-20
Project is substantially completed. Awaiting final inspection.
F OURTH Q UARTER FY 19-20
Final Inspection is completed. waiting close-out documents from contractor and TxDOT
Aviation
13
Project AIR003 – Construct Drainage Improvements
Account Number: 0107077-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 30,000 $ -$ -
Fiscal Year 18-19 - 14,142 -
Fiscal Year 19-20 -- 12,058
Total$ 30,000 $ 14,142$ -$ 15,858
P ROJECT D ESCRIPTION
This project will fund future drainage improvements, as identified by the drainage study.
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
During the first quarter FY 19-20, the project was awarded to Maxwell Asphalt Inc. The ‘Notice to
Proceed’ was issued on December 16, 2019. Staff anticipates onsite work to begin week of
January 27, 2020.
S ECOND Q UARTER FY19-20
During the second quarter, the airport drainage improvements were 80% completed. Contractors
have install reinforced concrete pipe at Spencer Hwy. Airport detention pond is 50% complete.
14
Project AIR003 – Construct Drainage Improvements, continued
S ECOND Q UARTER FY19-20
T HIRD Q UARTER FY 19-20
Detention Project is substantially completed. Awaiting Final Inspection. Additional Fencing will be
added adjacent to Farrington Drive.
F OURTH Q UARTER FY 19-20
Fencing was relocated. Final Inspection is completed. waiting close-out
documents from contractor and TxDOT Aviation.
15
Project DR0001 – TV Inspection of Storm Sewer System
Account Number: 0199881-690Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 20,000 $ 23,029$ -
Fiscal Year 17-18 20,000 1,286 -
Fiscal Year 18-19 20,000 16,356 -
Fiscal Year 19-20 30,000 13,428 6,572
Total$ 90,000 $ 54,099$ 6,572$ 29,329
P ROJECT D ESCRIPTION
This project will fund the continuation of a program initiated in mid-FY13. The goal is to inspect
and video the entire city storm sewer system over a 5-year time frame. The funding is to be
utilized for contract inspection and video.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
During the first quarter FY 2019-20, College View and Fairmont Park West were inspected, while
thth
“D” Street (South 8Street to South 5 Street) was completed.
S ECOND Q UARTER FY19-20
Hillridge was completed during the second quarter on March 24, 2020.
T HIRD Q UARTER FY 19-20
Glenview, Parkcrest and Archway have been televised to research possible obstruction. Currently
awaiting reports and DVD’s.
F OURTH Q UARTER FY 19-20
No activity this quarter.
16
Project DR0004 – Drainage Materials (in-house)
Account Number: 0199881-690Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 60,000 $ 18,593$ -
Fiscal Year 18-19 60,000 45,695 -
Fiscal Year 19-20 75,000 5,503 -
Total$ 195,000$ 69,791$ -$ 125,209
P ROJECT D ESCRIPTION
This project funds the purchase of materials for in-house drainage work.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
During the first quarter FY 19-20, staff purchased 48” HDPE materials for B106.
S ECOND Q UARTER FY19-20
No activity this quarter.
T HIRD Q UARTER FY 19-20
Materials are on order for South Broadway (Bay Harbor to Oakhurst).
F OURTH Q UARTER FY 19-20
South Broadway (Bay Harbor to Oakhurst) completed. Ordered and received materials for Tyler.
17
Project DR0005 – Verify City Elevation Benchmarks
Account Number: 0199881-690Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19 27,000 - -
Fiscal Year 19-20 -15,3609,140
Total$ 27,000$ 15,360$ 9,140$ 2,500
P ROJECT D ESCRIPTION
The National Flood Insurance Program Community Rating System requires that all City elevation
benchmarks be verified every 5 years. Currently, the City has 50 benchmarks requiring verification.
Participation in NFIP’s CRS program provides discounts to flood policy within La Porte.
Future Operating Impact: None
F IRST Q UARTER FY19-20
During the first quarter FY19-20 this project wascompleted. Surveyor recovered and updated
twenty-five (25) benchmarks. Other benchmarks were either redundant or not recovered.
However, recovered benchmarks provide necessary coverage across the entire City. All
associated files have been delivered and saved to the project files.
S ECOND&T HIRD Q UARTER FY19-20
Projectcompleted during second quarter FY 2019-20.
18
Project DR0006 – Brookglen Drainage – Design and Construction (HMGP) – City’s
Grant Match
Account Number: 0199881-690Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19 275,000 - -
Fiscal Year 19-20 4,000,000 - -
Total$ 4,275,000$ -$ -$ 4,275,000
P ROJECT D ESCRIPTION
This project will design and construct drainage improvements to mitigate the effect of flooding in
the Brookglen subdivision. Cost for this phase of the project is estimated at $4,000,000. The main
focus is along Willow Springs Bayou between Spencer Highway and Fairmont Parkway. Also, this
project will consider the effects of the planned drainage improvements downstream, adjacent to
the Pasadena Convention Center.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
No activity this quarter.
S ECOND Q UARTER FY19-20
Staff began coordinated local improvements with potential Harris County Flood Control District
(HCFCD) improvements. No progress this quarter.
T HIRD Q UARTER FY 19-20
TxGLO sent a notification inviting the City to apply for supplemental funding for this project. Staff
responded to the TxGLO’s invitation to inform the TxGLO of the City’s intent to apply for funding.
Currently, staff is waiting for the TxGLO to provide directions related to the application process.
F OURTH Q UARTER FY 19-20
No activity this quarter. HCF is making improvements that
will impact the direction for this project.
19
Project DR0007 – Bayside Terrace Drainage Improvement – Designand
Construction (HMGP) – City’s Grant Match
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 100,000$ -$ -
Fiscal Year 19-20 2,200,000 81,117 171,266
Total$ 2,300,000$ 81,117$ 171,266 $ 2,047,617
P ROJECT D ESCRIPTION
This project will design and construct the needed improvements to redirect, provide adequate
capacity and improve drainage in the Bayside Terrace Subdivision. Total cost for this project is
estimated at $2,200,000. One-half of the 25% match is remaining portion in Fund 019.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
No update this quarter. However, at the December 9, 2019 City Council meeting, the City Council
authorized staff to utilize the grant match funds to initiate this project in lieu of waiting for potential
grant award.
S ECOND Q UARTER FY19-20
During the second quarter the consultant issued “Notice To Proceed” for feasibility and
preliminary engineering. Also, the surveying was performed for feasibility and Preliminary
Engineer Report.
T HIRD Q UARTER FY 19-20
Consultant has completed preliminary surveying, and preliminary drainage layouts. The draft PER
is expected by late July.
20
Project DR0007 – Bayside Terrace Drainage Improvement – Design and
Construction (HMGP), continued
F OURTH Q UARTER FY 19-20
Consultant is preparing final draft of PER. PER is expected to be finalized and presented to the
Drainage Committee in November 2020. Final design is expected to begin December 2020.
21
Project DR0008 – F-101 Lomax Drainage Improvements - Design
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 150,000$ -$ -
Fiscal Year 19-20 3,200,000 - -
Total$ 3,350,000$ -$ -$ 3,350,000
P ROJECT D ESCRIPTION
This project designs the improvements identified by the feasibility study conducted in 2018 by
KSA Engineers related to drainage improvements located in Lomax along F-101. Total project
cost estimated at $3,200,000.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
No update this quarter. Currently, Harris County is leading this project; City of La Porte will assist
as project develops.
S ECOND Q UARTER FY19-20
Harris County has procured a consultant and has initiated the Preliminary Engineer Report phase.
City will assist as project develops.
T HIRD Q UARTER FY 19-20
Harris County continues to progress towards a draft PER.
F OURTH Q UARTER FY 19-20
Harris County progressing towards finalizing PER.
22
Project DR0009 – Battleground Estates Drainage Improvements Design
Account Number: 0199881-669Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 65,000 $ -$ -
Fiscal Year 19-20 - - -
Total$ 65,000 $ -$ -$ 65,000
P ROJECT D ESCRIPTION
The drainage improvement project is focused on the Lomax Area north of “P” Street. Mitigation
efforts include adjustments to existing roadside ditches, increasing culvert sizes and drainage
channel improvements.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
No update this quarter. Awaiting grant award notification.
S ECOND Q UARTER FY19-20
Again, no progress this quarter; staff awaiting grant award notification.
T HIRD Q UARTER FY 19-20
Received notification that project was not selected for grant allocation. City Council directed staff
to move forward with preliminary engineering for this project.
F OURTH Q UARTER FY 19-20
Staff is negotiating a professional services contract with AECOM.
23
Project DR0010 – Bob’s Gully Drainage Analysis
Account Number: 0199881-669Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 50,000 $ 35,720$ 780
Fiscal Year 19-20
Total$ 50,000 $ 35,720$ 780$ 13,500
P ROJECT D ESCRIPTION
This project will provide recommendations for drainage improvements to mitigate the effort of
flooding in East La Porte. Drainage in “B” Street ROW flows downstream to Bob’s Gully and
outfalls to Galveston Bay.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
This project was completed during the first quarter FY 19-20. Report evaluated the capacity of
Bob’s Gully and determined that Bob’s Gully has capacity for the 100-year event using the latest
rainfall data. A ponding analysis determined that local conveyance features impede the efficiency
of flows in the surrounding areas and contributes to localized ponding. The study indicates that
improvements to the local drainage network would also require improvements to Bob’s Gully.
S ECOND & T HIRD Q UARTER FY19-20
This project was completed during the second quarter.
24
Project EMS001 – EMS Headquarter Expansion
Account Number: 0155059-522Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20 583,000 48,757 19,154
Total$ 583,000$ 48,757$ 19,154$ 515,089
P ROJECT D ESCRIPTION
EMS Headquarters located at 10428 Spencer Highway was renovated in 2007 to house EMS
operations. EMS Headquarters is in need of expanding and remodeling in order to address an
outdated co-ed dormitory design and the lack of any training room area for paramedics to train.
F IRST Q UARTER FY 19-20
During first quarter FY 19-20, staff have been negotiating with a consultant for design phase and
construction phase services.
S ECOND Q UARTER FY19-20
Design Proposal was approved by Council February 24, 2020. Topographic Survey underway.
25
Project EMS001 – EMS Headquarter Expansion, continued
T HIRD Q UARTER FY19-20
Currently, the design for the EMS Headquarter Expansion is at 70% complete.
F OURTH Q UARTER FY19-20
esignis at 90% completion.
26
Project F216 – Phase 2& 3 – Little Cedar Bayou Drainage
Account Number: 0159090-519Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 12-13$ 1,500,000$ 34,180$ -
Fiscal Year 13-14-345 -
Fiscal Year 14-15-(1,845) -
Fiscal Year 15-16- 175,404 -
Fiscal Year 16-17 35,864 196,372 -
Fiscal Year 17-18 56,868 -
Fiscal Year 18-19 825,000 447,564 -
Fiscal Year 19-20 - - 23,957
Total$ 2,360,864$ 908,888$ 23,957$ 1,428,019
P ROJECT D ESCRIPTION
This CDBG Ike grant funded project (round 2.1) will provide for the second phase of the Little
Cedar Bayou drainage improvements. Phase I was completed in 2011 and included a 28 acre
regional detention basin south of W. Main Street. Phase II consists of 1.3 miles of bayou widening
between W. Main and Sens Road. While the entire project is not contemplated in the upcoming
budget, the project scope will be derived from the 1.5 million of funds available from the grant.
The current scope will provide engineering of the entire project as well as acquisition and
construction of approximately 1000 linear feet working northward from W. Main Street. Tree
mitigation survivability contract signed for environmental clearance to proceed with ROW
acquisition.
Phase III – This project will fund construction for F216 improvements upstream of Madison Street
F IRST Q UARTER FY 19-20
No update this quarter. However, at the December 9, 2019 City Council meeting, City Council
authorized staff to utilize the grant match funds to initiate this project in lieu of waiting for potential
grant award.
S ECOND Q UARTER FY19-20
No progress this quarter. However, Harris County Flood Control District (HCFCD) was in the
procurement phase of this project. Staff has been coordinating with HCFCD so that engineering
efforts are not duplicated.
T HIRD Q UARTER FY 19-20
Harris County studied this watershed and using update rainfall data and is developing a feasibility
analysis for proposed improvements. Staff continues to coordinate with HCFCD so that
engineering efforts are not duplicated.
F OURTH Q UARTER FY 19-20
Staff is negotiating a professional services contract with 5 Engineering. HCF
CD is assisting with negotiations.
27
Project FD0002 – Fire Field Propane Project
Account Number: 0155051-522Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 1,200,000$ 9,500$ -
Total$ 1,200,000$ 9,500$ -$ 1,190,500
P ROJECT D ESCRIPTION
Changes in National Fire Protection Association (NFPA) codes and the fact that the community is
growing toward the fire field, the La Porte Fire Department feels that it is time to upgrade the
facilities to propane. There are many advantages to using propane as oppose to ‘Class A’ type
fuels. The biggest advantage is propane props are safer than ‘Class A’ type fuels. Also, propane is
better for the environment and has no irritating smell.
F IRST Q UARTER FY19-20
During the first quarter of FY 2019-20, the fire field building had an NFPA inspection and everything
looked good for the project to proceed. La Porte Fire Department personnel met with four (4)
venders to walk the project and give insight to the scope and needs of the fire department. LPFD
staff are in the process of writing up specifications that will be used by the Purchasing Department to
include in formal bid package. The goal is to have bid package ready to go by the middle of January
2020.
S ECOND Q UARTER FY 19-20
Second quarter of FY 2019-20 has seen limited progress on the project due to the COVID-19
pandemic. Bid package has been put together and should be ready to send out by the end of April
2020.
T HIRD Q UARTER FY 19-20
Third quarter of FY 2019-20 has seen limited progress on the project due to the COVID-19
pandemic.
F OURTH Q UARTER FY19-20
Fourth quarter of FY 2019-20 has seen limited progress on the project due to the COVID-19
pandemic.
28
Project GC0002 – Golf Maintenance Building Improvements
Account Number: 0156049-551Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 51,000$ -$ -
Fiscal Year 18-19- 35,000 -
Fiscal Year 19-20- 15,675 -
Total$ 51,000$ 50,675$ -$ 325
P ROJECT D ESCRIPTION
These funds will fund the replacement of the maintenance barn walls/roof and replacement of
base plates/doors. The proposed components for replacement are approximately 25 years
old. The total cost of the projects is $45,000. However, savings from FY 15-16 project to re-
skin the cart barn yielded substantial savings, which will be incorporated into the Maintenance
Barn project.
F IRST Q UARTER FY19-20
Staff has been working to construct an addition of an overhang to the North end of the
maintenance building to allow large equipment to be parked outside and protected from the
everyday weather. With this addition, it will relieve overcrowding in the maintenance facility.
This project is expected to be completed in second quarter FY 2019-20.
S ECOND Q UARTER FY 19-20
The overhang for the maintenance building is complete. Staff can now park larger equipment
underneath the overhang to eliminate overcrowding equipment in the maintenance facility.
Before Photos:
29
Project GC0002 – Golf Maintenance Building Improvements, continued
After Photos:
T HIRD Q UARTER FY 19-20
Project has been completed.
30
Project GC0003 – Clubhouse Repairs
Account Number: 0156049-551Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 28,000$ -$ -
Fiscal Year 19-20- 11,029 -
Total$ 28,000$ 11,029$ -$ 16,971
P ROJECT D ESCRIPTION
This project is to fund painting the Clubhouse for $20,000 and replacing counters and cabinets
for $8,000. These funds will be used to freshen up the Clubhouse. The outside and inside of
the clubhouse are in need of fresh paint.
F IRST Q UARTER FY19-20
No activity during first quarter FY 19-20.
S ECOND Q UARTER FY 19-20
Currently, staff is receiving quotes to have the interior and exterior of the clubhouse painted.
th
Bid deadline for painting quotes ended on May 5. Geofill Construction was awarded the job
with the lowest bid. Once all paperwork is complete, we will begin organizing the project. The
th
start date will be targeted for June 8, with a 6 day completion date.
T HIRD Q UARTER FY 19-20
Clubhouse interior and exterior have been completed. Outdoor ceiling fans and lights have
been replaced. New indoor lighting is being set up to replace old bulbs with new LED bulbs to
conserve energy and not produce as much heat. If funds are available, new counters in the
Pro Shop are being considered.
Before and after
31
Project GC0003 – Clubhouse Repairs, continued
32
Project GC0003 – Clubhouse Repairs, continued
Before and after
33
Project GC0003 – Clubhouse Repairs, continued
Before and after
F OURTH Q UARTER FY 19-20
No projects for fourth quarter due to COVID 19. There still plans for more improvement to the
clubhouse for FY 20-21. Plans to replace all lighting to LED, upgrade furniture and some
cabinet work.
34
Project GC0004 – Golf Course Land Improvements
Account Number: 0156049-551Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 169,000$ -$ -
Total$ 169,000$ -$ -$ 169,000
P ROJECT D ESCRIPTION
This projectwill be used to address necessary infrastructure improvements at the golf course
including bridge replacement at Hole #8, cart path repair, culvert repair, bulkhead repair, and
an aeration system for the pond at the clubhouse entrance. These funds will be used to repair
existing bulkhead on Hole #11 and #15. Also reroute the cart path on Hole #11 so the
bulkhead can be tied into the bank for better stability. The culvert on Hole #17/18 will be
repaired and aeration system will be added to hole #1 one to circulate the water to help
eliminate the algae build up in the pond.
F IRST Q UARTER FY19-20
No update this quarter.
S ECOND Q UARTER FY 19-20
This project has been put on hold until further notice.
T HIRD Q UARTER FY 19-20
This project has been put on hold until further notice.
F OURTH Q UARTER FY 19-20
This project has been put on hold due to COVID 19, plans for this project will begin during the
slower months. The areas are already picked out.
35
Project 620 – Dr. Martin Luther King, Jr. Park
Account Number: 015-9892-620Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 14-15$ 60,000$ 31,788$ -
Fiscal Year 15-16 35,000 34,999 -
Fiscal Year 16-17- - -
Fiscal Year 17-18- - -
Fiscal Year 18-19 1,772 -
Fiscal Year 19-20 -
Total$ 95,000$ 70,595$ -$ 24,405
P ROJECT D ESCRIPTION
This project will fund the replacement of playground equipment at Dr. Martin Luther King, Jr. Park.
The playground is complete and all remaining funds will be used for any additional expenses
associated with the Historic School House Project or sidewalks in the park.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
The remaining funds from this project will be used for any additional expenses associated with the
Historic School House Project or sidewalks in the park. There is no update during the first quarter of
FY 2019-20.
S ECOND Q UARTER FY19-20
The remaining funds from this project will be used for any additional expenses associated with the
Historic School House Project or sidewalks in the park. Staff continually looks for items to be
displayed in the Historic School House.
T HIRD Q UARTER FY 19-20
Thus far, staff has procured the following for the school house: 1909 US Flag (replica), 1910 Texas
Map, picture of President Taft (President at the time the school house started operations), cast iron
stove, slate tablets, soap stone (used for chalk at the time), 6 desks, and a hutch. Also, staff
purchased 6 folding tables and 30 folding chairs for meetings and events held at the school house. In
the fourth quarter we will procure additional items from the era to be used for display purposes.
F OURTH Q UARTER FY 19-20
During this quarter, staff built and stained a small stage that replicated the area a teacher would have
taught from. lso added the following items from that era: an additional desk, a typewriter, a
camera, two scales, baby clothing, two table fans, and a cooler/container that was used to store food.
another shelving unit to display items, as well as hung some of the photos
we received from the public.
36
Project 641 – SunGard ONE Solution – Phase 1
Account Number: 0159892-641Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 12-13$ 50,000 $ 28,938$ -
Fiscal Year 13-14 - - -
Fiscal Year 14-15 - - -
Fiscal Year 15-16 - - -
Fiscal Year 16-17 - - -
Fiscal Year 17-18 - - -
Fiscal Year 18-19 - - -
Fiscal Year 19-20 - - -
$ 50,000 $ 28,938$ -$ 21,062
P ROJECT D ESCRIPTION
ONE Solution replaced the existing Naviline application by SunGard as the City’s primary business
application. ONE Solution is a Windows-based application, which provides greater functionality
than Naviline, while also allowing for a more intuitive and modern user experience. It is designed to
be a more streamlined application that takes advantage of current technology now available. Phase
I included implementation of Finance, Human Resources and Purchasing applications. Following
successful implementation of the Finance module, Community Service will be the next business
function to transition.
F IRST Q UARTER FY 19-20
Remaining funds will be used for future training for COGNOS upgrades. No activity during First
Quarter FY 2019-20.
S ECOND Q UARTER FY19-20
Remaining funds will be used for future training for COGNOS upgrades. The COGNOS training is
yet to be scheduled. This training will be for our accounting technicians.
T HIRD Q UARTER FY 19-20
Remaining funds will be used for future training for COGNOS upgrades. No activity during this
quarter.
F OURTH Q UARTER FY 19-20
Remaining funds will be used for future training for COGNOS upgrades. No activity during this
quarter.
37
Project 656 – Emergency Preparedness/Generators
Account Number: 0159892-656Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 12-13$ 1,100,000$ 135,104$ -
Fiscal Year 13-14 1,300,000 1,805,301 -
Fiscal Year 14-15 - 184,879 -
Fiscal Year 15-16 - 35,445 -
Fiscal Year 16-17 - 23,777 -
Fiscal Year 17-18 -- -
Fiscal Year 18-19 -300 -
Fiscal Year 19-20 -- -
Total$ 2,400,000$ 2,184,806$ -$ 215,194
P ROJECT D ESCRIPTION
This project is for the purchase of fixed generators at the Waste Water Treatment Plant to
improve resident return time after an emergency.
Future Operating Impact: An annual maintenance contract will be implemented once the
generators are in place; however, the cost is undetermined at this time.
F IRST Q UARTER FY 19-20
The plan is to install a generator plug on the expansion side of treatment plant; however, staff is
awaiting an electrician to schedule this step.
38
Project 656 – Emergency Preparedness/Generators, continued
S ECOND Q UARTER FY19-20
Generator plug has been installed at the treatment plant. No other activity during the second
quarter.
T HIRD Q UARTER FY 19-20
No activity during third quarter FY 2019-20.
F OURTH Q UARTER FY 19-20
No activity during 4th quarter FY 2019-20.
39
Project 661 – Golf Course Fairway Upgrade
Account Number: 0159892-661Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 12-13$ 170,000 $ 12,442$ -
Fiscal Year 13-14 - 28,007 -
Fiscal Year 14-15 - 33,843 -
Fiscal Year 15-16 - 22,665 -
Fiscal Year 16-17 - 17,200 -
Fiscal Year 17-18 - 14,736 -
Fiscal Year 18-19 -- -
Fiscal Year 19-20 -- -
Total$ 170,000 $ 128,893$ -$ 41,107
P ROJECT D ESCRIPTION
This project was designed to renovate and level all fairways and add new irrigation where
necessary. This is an ongoing project that will be an annual project for several summers.
F IRST Q UARTER FY19-20
Staff anticipates that June 22-25of 2020, fairway #1 will be renovated. The hole will be set up
as a Par 3 to avoid closing the hole. This renovation is projected for 21,000 Bermuda grass so
(50 pallets) and 120 yards of yellow bank sand.
S ECOND Q UARTER FY 19-20
Fairway renovation is still on schedule for June 22-25, 2020. Currently, staff is securing
quotes for sod. Once the project starts, staff will include pictures to highlight as the project
progresses.
Bids have been submitted for sod, King Ranch Turfgrass, LP has been awarded the bid.
Project will begin on schedule.
T HIRD Q UARTER FY 19-20
The original date for Hole #1 Fairway renovation had to be postponed due to inclement
weather. Staff has identified a couple more dates to complete the project. If those dates fail,
staff would move this project into FY2020-21.
F OURTH Q UARTER FY 19-20
This project was put on hold through COVID 19. When given permission to presume the
project, frequent rain kept turfgrass farms from cutting sod. This project will resume in FY 20-
21 during slow months.
40
Project 671 – Infill Sidewalk
Account Number: 0159892-671Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 223,000$ -$ 223,000
Total$ 223,000$ -$ 223,000 $ -
Note: This project does not roll forward each year. A new amount is budgeted each year.
P ROJECT D ESCRIPTION
This will be the first year of a multi-year project to extend/install sidewalk city-wide in areas of
need for infill.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
Staff began preparing bid package during first quarter FY 2019-20.
S ECOND Q UARTER FY19-20
During second quarter, staff still working on preparing bid package.
T HIRD Q UARTER FY 19-20
Project advertised for bid in late third quarter. Bidding carried over into fourth quarter FY2019-20.
F OURTH Q UARTER FY 19-20
Contract portion of roject is awarded to Tandem Services. In-house portion of project is
underway adjacent to MLK Park.
41
Project 671 – Infill Sidewalk, continued
F OURTH Q UARTER FY19-20
Project is approximately 25% complete. Tandem has started sidewalk infill around Fairmont Park
adjacent to Farrington and Collingswood.
42
Project 671 – Infill Sidewalk, continued
Fourth Quarter FY 19-20
43
Project 675 – Community Coop Projects
Account Number: 015-9892-675Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 3 0,000$ 9,161$ -
Fiscal Year 19-20 - - -
Total$ 3 0,000$ 9,161$ -$ 20,839
P ROJECT D ESCRIPTION
Technically, this project is not a Capital Improvement Plan project for the City of La Porte. This is more
of a capital contribution that funds partnerships with neighborhood groups to complete various
community/neighborhood improvements. Projects should 1) benefit the entire neighborhood, 2) consist
of a number of categories such as beautification, landscaping, safety/security, signage, electrical work
for community amenities, recreational equipment and lighting, and 3) those items that do not fit within
these parameters will be evaluated on a case-by-case basis, but must be used for public good.
Moreover, these funds can’t be used for ongoing maintenance to the neighborhood. Each project is
considered on a first come, first served basis and will be awarded a maximum of $5,000. However, in
order for the organization/association to be awarded the $5,000, they must spend $10,000 since this is
a 50/50 matching project, with $5,000 as the maximum funded. Furthermore, no organization or
association may be funded twice in the same fiscal year, but may be awarded twice in the same fiscal
year. This is due to timing of request and completion of the project. Funding is provided on a
reimbursement basis and provided upon completion of the project.
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
No activity in first quarter FY 2019-20.
S ECOND Q UARTER FY19-20
No activity in second quarter FY 2019-20.
T HIRD Q UARTER FY 19-20
No activity in third quarter FY 2019-20.
44
Project 683 – Concrete Slab Jacking
Account Number: 0339892-683Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 40,000 $ 15,055$ -
Total$ 40,000 $ 15,055$ -$ 24,945
Note: This project does not roll forward each year. A new amount is budgeted each year.
P ROJECT D ESCRIPTION
This annual programincludes slab jacking at locations where settling has occurred on roadway
slab sections at locations throughout the City.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
No update this quarter.
S ECOND Q UARTER FY19-20
No activity this quarter.
T HIRD Q UARTER FY 19-20
Repairs made on Hillridge.
F OURTH Q UARTER FY 19-20
Repairs made on River Creek.
45
Project 684 – Concrete Repair (Small Sections)
Account Number: 0339892-684Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 13-14$ 100,000 $ -$ -
Fiscal Year 14-15 150,000 2,529 -
Fiscal Year 15-16 200,000 4,011 -
Fiscal Year 16-17 200,000 263,949 -
Fiscal Year 17-18 200,000 - -
Fiscal Year 18-19 200,000 223,176 -
Fiscal Year 19-20 200,000 5,284 524,079
Total$ 1,250,000 $ 498,949$ 524,079$ 226,972
P ROJECT D ESCRIPTION
This project includes funding for concrete repair on small sections of streets.
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
No update this quarter.
S ECOND Q UARTER FY19-20
This project is preparing to re-bid in third quarter.
T HIRD Q UARTER FY 19-20
Project advertised for bid in late third quarter. Bidding carried over into fourth quarter FY2019-20.
F OURTH Q UARTER FY 19-20
Project was awarded to Tandem Services. A work order has been issued to the contractor.
46
Project 693 – City Hall Renovations
Account Number: 015-9892-693Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 14-15$ 20,000 $ -$ -
Fiscal Year 15-16 - - -
Fiscal Year 16-17 70,000 - -
Fiscal Year 17-18 - - -
Fiscal Year 18-19 (14,237) 45,561 -
Fiscal Year 19-20- 6,173 -
Total$ 75,763 $ 51,734$ -$ 24,029
P ROJECT D ESCRIPTION
In March 2013, a security assessment was completed by the La Porte Police Department on City
Hall. At that time, $20,000 was originally budgeted to address some of the security deficiencies that
were identified by the assessment. Initial plans were to secure and relocate the Inspections customer
service counter to the front lobby. After engaging an architect to provide plans for this relocation, it
became clear that additional changes were necessary. The project scope allows the City to enhance
the customer service experience by consolidating all customer related services in the front lobby,
allows staff to be more secure, and provides for relocation of staff that are currently working in remote
City facilities. The additional funding requested in FY17 budget added to those that have been
previously allocated and the City’s General Fund contingency account.
Future Operating Impact: None. The building footprint remains unchanged.
F IRST Q UARTER FY 19-20
No update this quarter. However, during the City Hall conference room and office space expansion,
this project will be considered as Phase II of that project with implementation of some security
features within City Hall.
S ECOND Q UARTER FY19-20
Due to COVID-19 pandemic, staff had to utilize some funding from this project to install protective
glass at City Hall permit counter; however, the project will not be completed until next quarter. Again,
during the City Hall conference room and office space expansion, this project will be considered as
Phase II of that project with implementation of some other security features within City Hall.
T HIRD Q UARTER FY 19-20
During the third quarter FY 2019-20, protective glass was installed in City Hall at the Permit Area
Counter and the City Hall Receptionist Counter. The remaining funds will be used to address safety
and health related projects within City Hall.
F OURTH Q UARTER FY 19-20
No update this quarter.
47
Project 927 – City Wheelchair Ramp/Sidewalk
Account Number: 0339892-927Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 300,000 $ 126,375$ -
Fiscal Year 17-18 200,000 285,621 -
Fiscal Year 18-19 200,000 118,220 -
Fiscal Year 19-20 200,000 63,210 21,194
Total$ 900,000 $ 593,426$ 21,194$ 285,380
P ROJECT D ESCRIPTION
This project will fund the replacement of sidewalks and installation of handicap ramps throughout
the City. This funding has been increased from previous years to allow the City to address more
areas of need per year.
Future Operating Impact: Minimal.
F IRST Q UARTER FY 19-20
Though this project is ongoing, staff has repaired a total of 9,685 SF of sidewalk in first quarter.
S ECOND Q UARTER FY19-20
During second quarter, 8,730 SF of sidewalk was replaced.
48
Project 927 – City Wheelchair Ramp/Sidewalk, continued
T HIRD Q UARTER FY19-20
No activity this quarter. Staff were affected by issues relative to the COVID pandemic. Project
should pick up and be completed by the end of the fourth quarter.
F OURTH Q UARTER FY 19-20
th
Easement acquisition on Main Street and relocation of traffic signal controller at 8 and Main are
finalized. Sidewalk placement will resume mid-October, and scheduled for completion by the end
of November.
49
Project 993 – Façade Enhancement Grant
Account Number: 0159892-993Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 09-10$ 200,000$ -$ -
Fiscal Year 10-11 - 6,179 -
Fiscal Year 11-12 - 25,000 -
Fiscal Year 12-13 - 32,780 -
Fiscal Year 13-14 100,000 17,611 -
Fiscal Year 14-15 - 34,339 -
Fiscal Year 15-16 107,669 50,925 -
Fiscal Year 16-17 - 19,932 -
Fiscal Year 17-18 - 25,000 -
Fiscal Year 18-19 - 28,504 -
Fiscal Year 19-20 -- -
Total$ 407,669$ 240,270$ -$ 167,399
P ROJECT D ESCRIPTION
Governed by the Community Development Corporation (EDC) and much like the Community Coop
projects, Façade Enhancement Grants are not technically Capital Improvement Projects. Grants
and/or matching funds are made available to business owners throughout the City of La Porte to
enhance existing building design. Acceptable components of an application are painting, new exterior
materials, signage, parking lot improvements, and landscaping, but the Board looks for complete
projects, applications using multiple of the accepted components. Applicants can receive a matching
reimbursement grant up to $25,000 with Board approval or $50,000 with approval from the Board and
City Council. Owners and tenants may be eligible for the reimbursement grant as incentive to partner
with the City of La Porte to achieve a mutual goal of visually enhancing their business. Grants are
limited to $50,000 per property over three years.
F IRST Q UARTER FY 19-20
No activity in first quarter FY 2019-20.
S ECOND Q UARTER FY19-20
No activity in second quarter FY 2019-20.
T HIRD Q UARTER FY 19-20
No activity in third quarter FY 2019-20.
F OURTH Q UARTER FY 19-20
No activity in fourth quarter FY 2019-20.
50
Project MSTR- M Street – TIRZ Project
Account Number: 0157071-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 1,500,000$ -$ -
Total$ 1,500,000$ -$- $ 1,500,000
P ROJECT D ESCRIPTION
This project will provide for the development of the “M” Street right-of-way between SH 146 and S
th
16
Street. The project will consist of the construction approximately 1600 linear feet of concrete
pavement, 1,300 linear feet of twelve-inch (12”) waterline, 500 linear feet of eight-inch sanitary
sewer line, and 1,000 linear feet of storm sewer.
F IRST Q UARTER FY 19-20
Staff reviewing the 30% plan submittal during first quarter FY 2019-20.
S ECOND Q UARTER FY19-20
No activity this quarter. Staff is awaiting 60% plans from consultant.
T HIRD Q UARTER FY 19-20
Update this quarter. Staff is still awaiting 60% plans from consultant.
F OURTH Q UARTER FY 19-20
Staff is awaiting 90% plans from consultant.
51
Project PR0006 – Northwest Pool Improvements
Account Number:0158080-552Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 9 05,435$ 32,069 -
Fiscal Year 18-19 -755,610 -
Fiscal Year 19-20 - 15,332 21,987
Total$ 9 05,435$ 803,011$ 21,987$ 80,437
P ROJECT D ESCRIPTION
The current buildings (restrooms, storage, pump house and guard room) are in very poor shape. The
building foundation has issues and the walls were starting to crack at the joints and between the
cinderblocks. Additionally, replastering the pool and re-decking the concrete are critical items as well.
The total project budget is $905,435 with supplement funding provided by Fund 038 (EDC).
F IRST Q UARTER FY 19-20
The remaining funds will be repurposed and used to purchase additional loungers and provide repairs
to the motor at the Wave Pool.
S ECOND Q UARTER FY19-20
No activity this quarter.
T HIRD Q UARTER FY 19-20
Staff worked on obtaining Wave Pool fan assembly parts. The fan assembly is from a company in
New York, so there has been difficulties communicating with them due to COVID. This company is a
sole source provider for the parts we need. Staff is hopeful that they will receive the parts in the fourth
quarter.
F OURTH Q UARTER FY 19-20
The Wave Pool fan assembly parts were ordered, and they have a 12 week turn-around. Staff
anticipates receiving these parts in the first quarter of FY 2020-21.
52
Project PR0007 – Wave Pool Renovation
Account Number: 0158080-552Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 410,000$ 67,680$ -
Fiscal Year 18-19250,000413,814 -
Fiscal Year 19-20250,000 33,065 -
Total$ 910,000$ 514,559$ -$ 395,441
P ROJECT D ESCRIPTION
This project will fund replastering of the pool, replacement of tiles and decking, installation of a shade
structure with concrete pads, new umbrellas, and restroom upgrades. Included in this project is re-
plastering the pool, removing a cracked beam, changing the pool to a zero depth entry instead of a
small step down, installing drains, and repairing coping. The above renovations were complete in
Fiscal Year 17-18. Included in this budget is $250,000 a year, for four years, to be set aside as
prefunding for the construction of a spray park feature in the Wave Pool area.
F IRST Q UARTER FY 19-20
No update this quarter. The City budgets $250,000 a year, for four years, to be set aside as
prefunding for the construction of a spray park feature in the Wave Pool area.
S ECOND Q UARTER FY19-20
No activity this quarter. The City budgets $250,000 a year, for four years, to be set aside as
prefunding for the construction of a spray park feature in the Wave Pool area.
T HIRD Q UARTER FY 19-20
No activity this quarter. The City budgets $250,000 a year, for four years, to be set aside as
prefunding for the construction of a spray park feature in the Wave Pool area. Funding will be
complete in FY 2021-22.
F OURTH Q UARTER FY 19-20
No activity this quarter.The City budgets $250,000 a year, for four years, to be set aside as
prefunding for the construction of a spray park feature in the Wave Pool area. Funding will be
complete in FY 2021-22.
53
Project PR0008 – Design Services for Recreation Center Expansion
Account Number: 0158080-552Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 500,000$ 30,475$ -
Fiscal Year 18-192,702,15214,087 -
Fiscal Year 19-20 - 260,639 23,023
Total$ 3,202,152$ 305,201$ 23,023$ 2,873,928
P ROJECT D ESCRIPTION
This project will increase the size of the facility to alleviate congestion during the busy times of the
day. Based on funding, the expansion request includes: tripling the size of the current cardio
equipment room, doubling the current size of the weight room, doubling the current of the aerobics
room, adding on additional basketball court, expanding the locker rooms as needed for anticipated
usage, adding storage, and upgrading HVAC so that it can sufficiently maintain the facility.
Future Operating Impact: Possible increased usage, increased utilities, increased cleaning need,
additional equipment and repairs, and additional staffing to keep up with the increased facility size
and attendance.
F IRST Q UARTER FY 19-20
This quarter staff worked with the consultant on a needs assessment for the current Recreation &
Fitness Center.
S ECOND Q UARTER FY19-20
Staff worked with the consultant regarding a membership survey, different property possibilities, and
different layouts. Also, they worked with the consultant for their presentation that will be made to City
Council.
T HIRD Q UARTER FY 19-20
In the third quarter City Council was presented with the results of the Recreation and Fitness Center
Needs Assessment. Based on the estimated prices presented by the consultant, City Council
instructed staff to go back to the drawing board and work on costs to renovate the facility without an
expansion. During this quarter the roof was replaced with funds for this project.
F OURTH Q UARTER FY 19-20
The consultant began working on conceptual renovation plans with the remaining budget of $2.8
million. There will not be a facility expansion included in this plan.
54
Project PR0011 – Decorative Lighting
Account Number: 0158080-552Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 480,700$ -$ -
Fiscal Year 19-20 - 456,592 7,388
Total$ 480,700$ 456,592$ 7,388$ 16,720
P ROJECT D ESCRIPTION
Decorative lighting, similar to the ones we currently have on the San Jacinto Trail, will be installed on
Broadway between Wharton Weems and Dwire. The length of the section is approximately 440 linear
feet and the lights would be spaced approximately every 100 feet.
F IRST Q UARTER FY 19-20
This quarter staff received the 100% design drawings. Staff will be reviewing the design drawings in
the second quarter and then go out to bid for the project.
S ECOND Q UARTER FY19-20
During second quarter this project went out for bid. However, due to COVID-19 pandemic, the bid
opening has been pushed to the third quarter FY 2019-20.
T HIRD Q UARTER FY 19-20
During the third quarter the bids for this project were opened. City Council approved the bid for the
Broadway Trail Lighting Project at the June 22, 2020 City Council Meeting.
F OURTH Q UARTER FY 19-20
This project began this quarter. Staff is hopeful that this project will be completed in the first quarter of
FY 2020-21.
55
Project PR0012 – Park Lighting Project (year 1 – Northwest Park)
Account Number: 0158080-552Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 523,950$ 23,835$ 7,945
Total$ 523,950$ 23,835$ 7,945$ 492,170
P ROJECT D ESCRIPTION
The current lighting poles are made of wood and many are leaning. This project would include 23 new
galvanized steel poles and 109 lights with 750W LED light Fixtures with visors. The new lights would
include a 10-year maintenance-free warranty. Once installed, the lights will be operated electronically
and have the ability to be scheduled when they are needed.
F IRST Q UARTER FY 19-20
Staff worked on the specifications for this project during the first quarter of FY 2019-20. Staff will be
going out to bid during the second quarter of FY 2019-20.
S ECOND Q UARTER FY19-20
During this quarter, staff contracted with Huitt-Zollars for engineering services related to this project.
T HIRD Q UARTER FY 19-20
This quarter staff received the 90% plans for the lighting at Northwest Park. They have been reviewed
by staff, and Huitt-Zollars is working on the 100% plans.
F OURTH Q UARTER FY 19-20
lans were completed during this quarter. will be going out to bid in the first quarter of FY
20-21.
56
Project PR0013 – Library Improvements
Account Number: 0158080-552Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 120,000$ 107,204$ -
Total$ 120,000$ 107,204$ -$ 12,796
P ROJECT D ESCRIPTION
This project is to replace all flooring and repaint the Library. Currently, the carpet is worn, torn, and
stained. The vinyl composition tile is also outdated and worn. This project includes replacing all carpet
with carpet tiles that can be changed out individually when needed.
F IRST Q UARTER FY 19-20
Staff met with the painter and flooring company during the first quarter of FY 2019-20. Staff
anticipates going out to bid during the second quarter of FY 2019-20.
S ECOND Q UARTER FY19-20
During this quarter City staff met with Library staff to discuss how they (library staff) would like to
reconfigure their shelving units. Also, City staff discussed room usage and flooring options.
T HIRD Q UARTER FY 19-20
Staff selected the product and color for the library flooring. This item will be going to City Council in
the fourth quarter.
F OURTH Q UARTER FY 19-20
The flooring part of this project was completed during this quarter. Painting will be the next part of
this project, which will be complete in FY 20-21.
57
Project PW0002 – Sens Road Utility Relocation
Account Number: 003-9890-697Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 14-15$ 160,000 $ -$ -
Fiscal Year 15-16 - - -
Fiscal Year 16-17 - - -
Fiscal Year 17-18 - - -
Fiscal Year 18-19 - -
Fiscal Year 19-20 - - 160,000
Total$ 160,000 $ -$ 160,000 $ -
P ROJECT D ESCRIPTION
This project was authorized by City Council in February 2014 via an interlocal agreement with
Harris County in the amount of $158,792.03. The funding is necessary to reimburse Harris County
for the cost to remedy 70(+) city-owned utility conflicts associated with the proposed Harris
County projects to widen Sens Road. The proposed utility relocations include water services, fire
hydrants, water valves and sanitary sewer manhole rims to be adjusted to final grade.
Future Operating Impact: No additional operational impacts identified.
F IRST, S ECOND, T HIRD& F OURTH Q UARTER FY 19-20
This project was completed during first quarter FY 2019-20; however, staff is waiting for an
invoice from Harris County. Harris County extended timeline of project with a change order.
58
Project PW0006 – Design and Replacement for Hillridge Booster Pump
Account Number: 0037085-533Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 15-16$ 100,000 $ -$ -
Fiscal Year 16-17 - 78,482 -
Fiscal Year 17-18 - 15,413 -
Fiscal Year 18-19 -- -
Fiscal Year 19-20 -- -
Total$ 100,000 $ 93,895$ -$ 6,105
P ROJECT D ESCRIPTION
This project will fund the proposed replacement of the Hillridge Booster Pumps and design a new
building. The current pumps are original and are approximately 50 years old. The new equipment will
add pumping capacity.
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
This project was awarded to W.W. Payton, Inc. The “Notice to Proceed” was issued on November
11, 2019. The project time for substantial completion is 350 days. Staff is in the process of
reviewing pump and motor submittals and anticipates field work to begin next quarter.
S ECOND Q UARTER FY19-20
Construction phase services are underway.
T HIRD Q UARTER FY 19-20
Still in construction phase.
4 TH Q UARTER FY 19-20
Still in construction phase.
59
Project PW0006 – Design and Replacement for Hillridge Booster Pump, continued
F OURTH Q UARTER FY19-20
60
Project PW0006 – Design and Replacement for Hillridge Booster Pump, continued
F OURTH Q UARTER FY19-20
61
Project PW0009 – Coupland Drive Improvements
Account Number: 019/033/051-7071-533Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 15-16$ 200,000$ 17,021$ -
Fiscal Year 16-17 1,110,000 12,096 -
Fiscal Year 17-18 - 27,960 -
Fiscal Year 18-19 - 60,830 -
Fiscal Year 19-20 - 14,848 47,651
Total$ 1,310,000$ 132,755$ 47,651 $ 1,129,594
P ROJECT D ESCRIPTION
This project funds the design for proposed improvements on Coupland Drive, as well as the
acquisition of the required right-of-way for the project. The total project budget for design is
$200,000, which is shared between the Drainage Fund ($100,000) and the Street Maintenance
Fund ($100,000). Staff presented the construction phase of the project in the FY2017 budget for
consideration.
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
The project design is approximately 70% complete. Construction on this project to be completed
in conjunction with the Lomax Sanitary Sewer project.
S ECOND Q UARTER FY19-20
No update this quarter.
T HIRD Q UARTER FY 19-20
No update this quarter.
F OURTH Q UARTER FY 19-20
Drainage impact study is being re-evaluated due to new Harris County Flood Control design
requirements. The consultant was issued a notice to proceed on September 10, 2020.
62
Project PW0012 – Lomax Lift Station Consolidation Design
Account Number: 051/052-7086532Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 15-16$ 195,000$ -$ -
Fiscal Year 16-17 - 8,205 -
Fiscal Year 17-18 500,000 308,971 -
Fiscal Year 18-19 9,500,000 188,265 -
Fiscal Year 19-20 - 348,216 193,445
Total$ 10,195,000$ 853,657$ 193,445 $ 9,147,898
P ROJECT D ESCRIPTION
This multi-year sanitary sewer project has been approved for funding through the Texas Water
Development Board’s (TWDB) Clean Water State Revolving Fund Program. The project
encompasses planning, design, and construction costs. The project consists of replacement of
over 20,000 feet of gravity sewer and more than 50 manhole. Also planned, is construction of one
regional lift station and 10,000 feet of new sewer force main. This project will eliminate eight (8)
aging stations in the area.
Future Operating Impact: Improvements will be sized for ultimate build-out of the area, reduce
sanitary sewer surcharging in West Lomax. The replacement of aging infrastructure will improve
efficiency and reduce maintenance costs.
F IRST Q UARTER FY 19-20
During the first quarter FY 2019-20 the Preliminary Engineering Report was completed. The
TWDB has released design funds; design is approximately 50% complete.
S ECOND Q UARTER FY19-20
For the second quarter the design was 60% completed. Plans and technical specifications are
currently under review.
T HIRD Q UARTER FY 19-20
During third quarter design is nearing 80% completion.
F OURTH Q UARTER FY 19-20
No update is provided for this quarter.
63
Project PW0015 – Restroom/Pavilion at Five Points
Account Number: 0157070-530Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 400,000$ -$ -
Fiscal Year 17-18- - -
Fiscal Year 18-19- 23,109 -
Fiscal Year 19-20 350,00072,542 12,089
Total$ 750,000$ 95,651$ 12,089 $ 642,260
P ROJECT D ESCRIPTION
This project will include the installation of a covered, open-air outdoor pavilion and a restroom
facility at Five Points Park at the corner of Main Street and Broadway Street in downtown La
Porte. The restroom facility will serve the park during recurring events such as Movie in the Park,
Mardi Gras on Main, Christmas on Main, Summer Party on Main and numerous parade activities
(larger events will supplement the restrooms available with portable units). The pavilion will serve
as an additional outdoor programming. This project is funded by the La Porte Development
Corporation.
Five Points Park space is in need of a covered pavilion with restrooms and storage area. The first
portion of the project was funded in FY 16-17. Project scope has expanded outside of a design-
build platform. Additional funds were budgeted in FY 19-20 to meet construction costs.
Future Operating Impact: Minimal
F IRST Q UARTER FY 19-20
The preliminary design phase was completed during the first quarter FY 2019-20. The consultant
has initiated final design efforts, with 50% design documents pending.
S ECOND Q UARTER FY19-20
The consultant has prepared 90% design and bidding documents. Also, they are preparing 95%
documents to be submitted for permitting.
64
Project PW0015 – Restroom/Pavilion at Five Points, continued
T HIRD Q UARTER FY19-20
Project is preparing to bid. Anticipate award and contract execution in fourth quarter.
F OURTH Q UARTER FY 19-20
Bids were rejected.reparing to revise the bid documents and re-bid.
65
Project PW0016 – Parking Spaces at PecanPark
Account Number: 0157070-530Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 350,000$ 45,535$ -
Fiscal Year 17-18- 46,063 -
Fiscal Year 18-19- 203,599 -
Fiscal Year 19-20- 20,502 22,500
Total$ 350,000$ 315,699$ 22,500 $ 11,801
P ROJECT D ESCRIPTION
This project includes the installation of 123 additional parking spaces at Pecan Park. The parking
at this park has consistently been an issue. The proposed spaces will be located as both infill
spaces and in locations that were currently underutilized. This project was funded by the La Porte
Development Corporation.
Future Operating Impact: Minimal.
F IRST Q UARTER FY 19-20
Project was included in contract for Somerton Project. This portion of work has been completed,
but Somerton scope of work is still under construction.
S ECOND &T HIRD Q UARTER FY 19-20
This portion of the project was completed in second quarter.
F OURTH Q UARTER FY 19-20
Remaining funds are being utilized to perform a safety analysis and options for adjustment of the
traffic / pedestrian patterns.
66
Project PW0017 – Fairmont Parkway Signalization Project
Account Number: 0157070-530Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 1,500,000$ -$ -
Fiscal Year 17-18- - -
Fiscal Year 18-19- - -
Fiscal Year 19-20- - -
Total$ 1,500,000$ -$ -$ 1,500,000
P ROJECT D ESCRIPTION
This project includes the City’s share of a joint effort with Harris County to completely re-design
th
and re-configure the traffic signals along Fairmont Parkway. The limits of the project are 7 Street
to the western City limits along Fairmont Parkway. The signals will be replaced, re-programmed,
and some intersections will be re-configured to allow for better traffic flow today and in the future
once Fairmont Parkway is widened. The total project budget if $5.5 million.
Future Operating Impact: None. All signals are owned and operated by Harris County.
F IRST Q UARTER FY 19-20
At the conclusion of the first quarter FY 19-20 the project was still under construction. However,
substantial completion was projected to be completed by December 31, 2019.
S ECOND &T HIRD Q UARTER FY 19-20
This project was completed in second quarter.
67
Project PW0018 – Drainage Interconnect at Lakes at Fairmont Green
Account Number: 0157070-530Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 250,000$ -$ -
Fiscal Year 17-18- - -
Fiscal Year 18-19- - -
Fiscal Year 19-20- - -
Total$ 250,000$ -$ -$ 250,000
P ROJECT D ESCRIPTION
The drainage infrastructure improvement is necessary to convey storm water runoff from the
currently undeveloped area to the north, to its ultimate outfall location within Taylor Bayou, as
recommended in an earlier citywide Drainage Study. The proposed project area is located in La
Porte, north of Wharton Weems Boulevard, and will allow the conveyance of storm water runoff to
an existing detention facility located within the Lakes at Fairmont Green Subdivision, south of
Wharton Weems Boulevard.
Future Operating Impact: Minimal.
F IRST Q UARTER FY 19-20
During the first quarter FY 19-20, work is being performed by private developer. The restrictor has
been installed at Taylor Bayou outfall and interconnect is installed beneath Wharton Weems.
S ECOND &T HIRD Q UARTER FY 19-20
This project was completed by the private developer during the second quarter.
68
Project PW0020 – Fencing at Spencer Highway
Account Number: 0157070-530Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 340,200$ -$ -
Fiscal Year 17-18 340,200 40,906 -
Fiscal Year 18-19- 16,408 -
Fiscal Year 19-20 560,000311,674 107,088
Total$ 1,240,400$ 368,988$ 107,088 $ 764,324
P ROJECT D ESCRIPTION
To provide feasibility, planning, survey and design services for constructing an eight foot precast
concrete fence and sidewalk. The concrete fence will be constructed along the south side of
Spencer Highway from Farrington to Myrtle Creek and along the norths side from Farrington to
Valleybrook. The proposed sidewalk will extend from Farrington to Underwood Road.
Future Operating Impact: Minimal maintenance cost. Meets goals of comprehensive plan.
F IRST Q UARTER FY 19-20
Trees and vegetation have been cleared from northern ROW/property line. The utility conflicts
with CenterPoint, AT&T, and Comcast have been identified. Currently, staff is coordinating with
utility owners to resolve utility conflicts.
69
Project PW0020 – Fencing at Spencer Highway, continued
S ECOND Q UARTER FY19-20
During the second quarter, the contractor began construction on west end, where there were
minimal utility conflicts. Approximately 400 feet of fencing has been installed. Contractor
continues construction from the west while utility conflicts are resolved on eastern end of the
project.
T HIRD Q UARTER FY 19-20
Approximately 90% of the construction has been completed during the third quarter. Project is
near substantial completion.
70
Project PW0020 – Fencing at Spencer Highway, continued
F OURTH Q UARTER FY19-20
Project is 95% complete. Irrigation system is being installed. Crepe Myrtle trees will be planted
along the sidewalk. Project is projected to be completed in the first quarter of FY20-21.
71
Project PW0023 – Commercial Water Meter Replacement
Account Number: 0037085-533Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 50,000$ 37,694$ -
Fiscal Year 17-18 30,000 6,805 -
Fiscal Year 18-19 15,000 1,569 -
Fiscal Year 19-20 25,000 - -
Total$ 120,000$ 46,068$ -$ 73,932
P ROJECT D ESCRIPTION
This project funds the replacement of commercial water meters.
Future Operating Impact: Maintains revenue collection.
F IRST Q UARTER FY 19-20
During the first quarter FY 19-20, staff replaced two (2) commercial meters (a 3” and 4” meter).
Defective meters are being sent in for cleaning, refurbishing and/or repair for future usage.
S ECOND Q UARTER FY19-20
During the second quarter, staff replaced a commercial meter. Defective meters are being sent in
for cleaning, refurbishing and/or repair for future usage.
72
Project PW0023 – Commercial Water Meter Replacement, continued
T HIRD Q UARTER FY19-20
Staff replaced 4 commercial meters. Defective meters are being sent in for cleaning, refurbishing
and/or repair for future usage.
73
Project PW0023 – Commercial Water Meter Replacement
F OURTH Q UARTER FY19-20
Staff replaced 6 commercial meters. Defective meters are being sent in for cleaning, refurbishing
and/or repair for future usage.
74
Project PW0023 – Commercial Water Meter Replacement, continued
F OURTH Q UARTER FY19-20
75
Project PW0023 – Commercial Water Meter Replacement, continued
F OURTH Q UARTER FY19-20
76
th
Project PW0027 – Design for Drainage Improvements (6Street/N. Madison and W.
Main)
Account Number: 051/0327071-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 150,000$ 11,777 $ -
Fiscal Year 17-18 - 25,353 -
Fiscal Year 18-19 250,000 18,000 -
Fiscal Year 19-20 - 59,138 112,272
Total$ 400,000$ 114,268 $ 112,272$ 173,460
P ROJECT D ESCRIPTION
Currently, the drainage structures serving this area are approximately 60 years old. This project
will fund a preliminary engineering report for future improvements to enhance drainage.
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
This past quarter staff reviewed the draft of Preliminary Engineering Report. Staff is expected
return comments to consultant by January 10, 2020.
S ECOND Q UARTER FY19-20
During the second quarter, the consultant completed Preliminary Engineer Report. Staff has
requested proposal for design, bidding, and construction phase services.
T HIRD Q UARTER FY 19-20
Anticipate award of proposal and design to commence in fourth quarter.
F OURTH Q UARTER FY 19-20
Project is in final design stage. Staff awaiting 60% construction plans. Grant funds will be utilized
to supplement construction costs.
77
Project PW0028 – Design Somerton Improvements/Construction
Account Number: 003/015/050/051-7071-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 150,000$ 78,836$-
Fiscal Year 17-18 2,200,000 79,741-
Fiscal Year 18-19 - 762,646-
Fiscal Year 19-20 - 357,245-
Total$ 2,350,000$ 1,278,468$ - $ 1,071,532
P ROJECT D ESCRIPTION
This project funds design services for the future replacementof water line and street improvement
on Somerton from Bandridge to Spencer Highway. Staff included the construction budget in the
FY18 CIP. This project funds construction for the replacement of water line and street
improvement on Somerton in Fund 003 (Utility Fund), Fund 015 (General CIP), and Fund 050
(Drainage Improvement).
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
The project was substantially completed during the first quarter FY 2019-20. However, staff is
awaiting completion of punch-list and close-out documents.
78
Project PW0028 – Design Somerton Improvements/Construction, continued
S ECOND Q UARTER FY19-20
During the second quarter the punch-list was completed. Still awaiting warranty letter in order to
issue retainage payment.
Third Quarter FY 19-20
79
Project PW0029 – Main Street Sidewalk Repairs
Account Number: 0157070-530Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 15,000 $ -$ -
Fiscal Year 18-19 - - 15,000
Fiscal Year 19-20 - - -
Total$ 15,000 $ -$ 15,0000
P ROJECT D ESCRIPTION
This project will fund small sidewalk repair to level dangerous locations along Main Street. Infill
sidewalks and repair of ADA ramps are also included in this project.
Future Operating Impact: None.
F IRST Q UARTER FY19-20
Work orders were issued to contractor during the first quarter FY 19-20 for ADA Ramps and short
section infill. In-house staff are making repairs at areas challenged by tree placement.
S ECOND Q UARTER FY19-20
In-house staff are underway working on this project. However, no activity has occurred from the
contractor this quarter.
T HIRD Q UARTER FY 19-20
Some conflicts identified along path of sidewalk. Conflicts are being resolved on contract portion.
F OURTH Q UARTER FY 19-20
Project is 95% Complete cheduled for completion by the end of October.
80
Project PW0029 – Main Street Sidewalk Repairs, conitnued
F OURTH Q UARTER FY 19-20
81
th
Project PW0032 – Construct N. 6/Main to Tyler and Main St Drainage
Account Number: 003/050-7071-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 990,000 $ -$ -
Fiscal Year 18-19 - - -
Fiscal Year 19-20 - - 352,644
Total$ 990,000 $ -$ 352,644 637,356
P ROJECT D ESCRIPTION
Currently, the drainage structures serving this area are approximately 60 years old. This project
will fund construction of drainage improvements, in these two areas. The construction budget is
$990,000 with supplemental funding in Fund 050 (950,000).
Future Operating Impact: Minimal.
F IRST Q UARTER FY 19-20
Staff reviewed the draft of Preliminary Engineering Report during the first quarter FY 19-20. Staff
expects comments to be returned to consultant by January 10, 2020.
S ECOND Q UARTER FY19-20
Consultant completed Preliminary Engineer Report. Staff has requested proposal for design,
bidding, and construction phase services.
T HIRD Q UARTER FY 19-20
Anticipate award of proposal and design to be underway in fourth quarter.
F OURTH Q UARTER FY 19-20
Project is in final design stage. Staff awaiting 60% construction plans. Grant funds will be utilized
to supplement construction costs.
82
Project PW0033 – Hillridge Pump Station Construction Phase 1
Account Number: 0037085-533Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 535,000 $ -$ -
Fiscal Year 18-19 700,460 7,875 -
Fiscal Year 19-20 632,056 463,999
Total$ 1,235,460$ 639,931$ 463,999 131,530
P ROJECT D ESCRIPTION
The first portion of this project was funded in FY18 for the construction of a new pump station on
the existing site. The Hillridge Pump Station is over 50 years old and in need to repair.
Future Operating Impact: None.
F IRST Q UARTER FY19-20
During the first quarter FY 19-20 the project was awarded to W.W. Payton Company. The “Notice
to Proceed” was issued November 11, 2019. The major equipment has been ordered and no site
work has begun at this time. Existing facility to remain in service until new facility is constructed.
S ECOND Q UARTER FY19-20
Multiple submittals are being received on this project. Long lead-time materials and equipment
have been ordered. Staff anticipates construction activities to begin in third quarter.
T HIRD Q UARTER FY 19-20
Construction is underway.
83
Project PW0033 – Hillridge Pump Station Construction Phase 1, continued
F OURTH Q UARTER FY19-20
Contractors for the Hillridge Redevelopment Project havefabricated the building on site, finishing
securing attachments and preparing to install the pumps.
84
Project PW0033 – Hillridge Pump Station Construction Phase 1, continued
F OURTH Q UARTER FY19-20
85
Project PW0034 – Aerial Crossings
Account Number: 0037071-532Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 25,000 $ 10,916$ -
Fiscal Year 18-19 140,000 2,000 -
Fiscal Year 19-20 50,000 59,286 -
Total$ 215,000 $ 72,202$ -142,798
P ROJECT D ESCRIPTION
This will be the secondyear of a multi-year project willaddress maintenance of exposed water
and wastewater pipes that cross drainage channels. Both in-house and contract forces to be
utilized. The main focus will be replacement of an aging waterline crossing over Little Cedar
th
Bayou at S. 8 Street.
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
No progress this quarter. However, the painting and recoating portion of the projects will
commence in warmer weather.
S ECOND Q UARTER FY19-20
th
No progress on the replacement of an aging waterline crossing over Little Cedar Bayou at S. 8
Street this quarter. Currently awaiting consultant’s proposal to design. The painting and recoating
portion of other projects will commence in the third quarter.
T HIRD Q UARTER FY 19-20
th
Bid opening was June 16, 2020 for replacement of the waterline crossing at 8 Street and Little
Cedar Bayou. This item was presented to City Council in July for approval. The painting and
recoating portion of the project has begun.
86
Project PW0034 – Aerial Crossings, continued
F OURTH Q UARTER FY19-20
th
8 St. Aerial water line crossing is scheduled for replacement by Android Constr. in Sept. 2020.
Before, during, and after pics attached. City will paint in-house at a later date. Project was
completed in Sept.
87
Project PW0034 – Aerial Crossings, continued
F OURTH Q UARTER FY19-20
88
Project PW0041 – Public Works Facility Assessment
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 65,000$ 24,435$ -
Fiscal Year 19-20 75,000 22,414 2,536
Total$ 140,000$ 46,849$ 2,536 $ 90,615
P ROJECT D ESCRIPTION
In FY 18-19 City Council asked that staff begin a needs assessment of the current Public Works
Service Center. The current facility is 37 years old and does not meet wind-loading requirements.
The assessment will provide direction for future design and improvements to the service center.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
The existing building assessment has been completed. Additionally, the current and future space
program has been completed to. However, the parking and equipment storage area needs to be
analyzed. The first rough draft of floor plan is provided below. Input and comments from each
division manager has been provided to the consultant.
89
Project PW0041 – Public Works Facility Assessment, continued
S ECOND Q UARTER FY19-20
For second quarter, the consultant has prepared a draft layout utilizing comments from all
departments. However, this deliverable is under staff review.
T HIRD Q UARTER FY 19-20
Project is on hold to determine appropriate uses for existing building structure with a scaling down
of the improvements to 50%.
F OURTH Q UARTER FY 19-20
No update this quarter.
90
Project PW0043 – East Main Street Sidewalk
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 430,000$ 29,839$ -
Fiscal Year 19-20 - 236,346 49,941
Total$ 430,000$ 266,185$ 49,941$ 113,874
P ROJECT D ESCRIPTION
This project will fund design and construction of sidewalk on the south side of East Main from S.
Broadway to S. Blackwell Street.
F IRST Q UARTER FY 19-20
During the first quarter FY 19-20 the project has been bid and scheduled to be awarded on
January 13, 2020.
S ECOND Q UARTER FY19-20
Approximately 800 feet of sidewalk was poured in the second quarter. Construction still is
underway.
91
Project PW0043 – East Main Street Sidewalk, continued
T HIRD Q UARTER FY19-20
Approximately 13,000 square feet of sidewalk was poured in the third quarter. Construction is
approximately 85% complete. Contractor is working on extending (2) drainage locations with box
culverts and safety railing within the scope of this project.
F OURTH Q UARTER FY 19-20
Project construction is approximately 95% complete. The last drainage box with wing wall is
complete and safety railing will follow. This project should be completed by the end of November
2020.
92
Project PW0044 – Replace Ground Tank – Collegeview Water Plant
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 350,000$ 20,000$ -
Fiscal Year 19-20 - 321,500 11,300
Total$ 350,000$ 341,500$ 11,300(2,800)
P ROJECT D ESCRIPTION
This project will fund design and replacement of a 50 year old water storage tank at the Bandridge
Water Plant. The opportunity exists to increase the height to standard 24 foot.
F IRST Q UARTER FY 19-20
During the first quarter FY 2019-20 the project was awarded to Schier Construction Company.
The demolition and replacement to take place during January 2020. TCEQ acknowledged
planned increase in storage capacity.
S ECOND Q UARTER FY19-20
Construction was 90% completed in the second quarter. Staff anticipate final completion within 30
days after end of second quarter, pending weather.
93
Project PW0044 – Replace Ground Tank – Collegeview Water Plant, continued
S ECOND Q UARTER FY19-20
T HIRD Q UARTER FY19-20
Project completedin third quarter.
94
Project PW0046 – Pumps & Equipment Replacement
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 50,000$ 9,500$ -
Fiscal Year 19-20 50,000 11,052 -
Total$ 100,000$ 20,552$ -$ 79,448
P ROJECT D ESCRIPTION
This project replaces aging pumps and motors within the Wastewater Treatment Plant and Water
Production facilities.
F IRST Q UARTER FY 19-20
During the first quarter FY 2019-20, staff replaced the booster pump #2 at plant #7 as well as
purchased two (2) SCBA Airpaks with accessories. However, there was no activity at the
treatment plant due to priority of items still being defined.
95
P ROJECT PW0046–P UMPS &E QUIPMENT R EPLACEMENT,CONTINUED
S ECOND Q UARTER FY19-20
Treatment plant RAS & WAS totalizer metershave been ordered and receivedin the second
quarter. Installationis anticipated during the third quarter.
T HIRD Q UARTER FY19-20
2 Digester valveswerepurchased. Treatment plant RAS & WAS totalizer meters have been
receivedand are awaiting installation. An influent sampler was purchased. Belt press replacement
belts werepurchased.
96
P ROJECT PW0046 – P UMPS & E QUIPMENT R EPLACEMENT, CONTINUED
T HIRD Q UARTER FY 19-20
97
Project PW0046 – Pumps & Equipment Replacement
F OURTH Q UARTER FY19-20
SCADA Pack was purchased for Water Production.
98
th
Project PW0047 – 25Street Water Plant Generator
Account Number: 015/0327070-530Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 107,000$ -$ -
Total$ 107,000$ -$ -$ 107,000
P ROJECT D ESCRIPTION
This project will design and construct a natural-gas powered standby generator with automatic
transfer switch for this water facility. Currently the facility has a manual switch for a portable
generator. Total project cost is estimated at $425,000.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
At the end of the first quarter of FY 2019-20 the Texas Division of Emergency Management
(TDEM) had not awarded this grant; therefore, project is pending re-distribution of available funds.
(December 2019)
S ECOND Q UARTER FY19-20
Grant notification pending. No activity this quarter.
T HIRD Q UARTER FY 19-20
This project will not award through TDEM.
F OURTH Q UARTER FY 19-20
No further activity anticipated.
99
Project PW0048 – Lift Station 40 Generator
Account Number: 015/0327086-532Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 59,000 $ -$ -
Total$ 59,000 $ -$ -$ 59,000
P ROJECT D ESCRIPTION
This project will design and construct a natural-gas powered standby generator with automatic
transfer switch for this wastewater conveyance facility. Currently the facility has a manual switch
for a portable generator. Total project cost is estimated at $235,000.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
At the end of the first quarter of FY 2019-20 the Texas Division of Emergency Management
(TDEM) had not awarded this grant; therefore, project is pending re-distribution of available funds.
(December 2019)
S ECOND Q UARTER FY19-20
Grant notification pending. No activity this quarter.
T HIRD Q UARTER FY 19-20
This project will not award through TDEM.
F OURTH Q UARTER FY 19-20
No further activity anticipated.
100
Project PW0049 – Replace Ground Tank – Hillridge Water Plant
Account Number: 0037085-533Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 300,000$ 20,000$ 170,000
Total$ 300,000$ 20,000$ 170,000 $ 110,000
P ROJECT D ESCRIPTION
This project funds design and replacement of a 45 year old water storage tank at the Hillridge
Water Plant.
Future Operating Impact: Decreased maintenance costs.
F IRST Q UARTER FY 19-20
The specifications and bid documents were being prepared at the conclusion of the first quarter
FY 2019-20.
S ECOND Q UARTER FY19-20
During the second quarter the awarded to WW Payton Corporation. Submittals have been
submitted to Dunham Engineering for review.
T HIRD Q UARTER FY 19-20
Submittals have been approved. Tank is on order.
F OURTH Q UARTER FY 19-20
Tank is scheduled for install through .
101
Project PW0050 – Coating Lomax Water Tower
Account Number: 0037085-533Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 600,000$ 62,500$ 287,500
Total$ 600,000$ 62,500$ 287,500 $ 250,000
P ROJECT D ESCRIPTION
This project funds the replacement of interior coating, repair work and over-coating the exterior for
the 750,000 gallon elevated water tank.
Future Operating Impact: Routing maintenance will extend the life of the structure.
F IRST Q UARTER FY 19-20
The specifications and bid documents were being prepared at the conclusion of the first quarter
FY 19-20.
S ECOND Q UARTER FY19-20
During the second quarter the project was awarded to Maguire Iron. Anticipate construction
activities to begin by the end of April 2020.
T HIRD Q UARTER FY 19-20
Inner water compartment sandblasting is currently ongoing and welding repairs are underway.
102
Project PW0050 – Coating Lomax Water Tower, continued
F OURTH Q UARTER FY19-20
Lomax Tower reconditioning project progressis nearing completion with all logos applied and
waiting on final inspections.
103
Project PW0051 – Replace Heaters in Dewatering Building - WWTP
Account Number: 0037087-532Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 15,000 $ 14,825$ -
Total$ 15,000 $ 14,825$ -$ 175
P ROJECT D ESCRIPTION
Currently, heaters are 20 years old and in need of replacement.
Future Operating Impact: Reduces maintenance on aging building heater.
F IRST, S ECOND & T HIRD Q UARTER FY19-20
During the first quarter FY 2019-20 at the Treatment Plant, staff replaced heaters in dewatering
building.
This project was completed in second quarter.
104
Project 669 – Sanitary Sewer Rehabilitation
Account Number: 003/0189881-669Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 350,000$ 234,063$ 120,092
Total$ 350,000$ 234,063$ 120,092 $ (4,155)
P ROJECT D ESCRIPTION
Public Works Department will perform in-house rehabilitation of sewers by slip line, point repairs,
manhole sealing, smoke testing, and TV inspection. This program is mandated by the Texas
Commission on Environmental Quality (TCEQ). Note: This project does not roll forward each
year. A new amount is budgeted each year.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
Numerous portions of this project were completed in first quarter FY 2019-20: 14 lift stations were
cleaned by in-house staff; 40 point repairs were completed by in-house staff; 118 vertical feet of
manhole repairs were completed by in-house staff; 17,397 feet of sanitary sewer main was smoke
tested by in-house staff; 96 manholes were inspected by in-house staff; 3 cleanouts and/or
cleanout shoes were installed by in-house staff; one dye flood test was performed by in-house
staff; and 19 feet of sanitary sewer main was removed and replaced by in-house staff; 2
manholes and a cleanout were located by in-house staff. In addition, 7550 feet of sanitary sewer
main was cleaned by in-house staff, in regards to trouble spot areas. Additionally, 14,448 feet of
sanitary sewer main was cleaned by in-house staff. Contractors cleaned and televised 1159 feet
of sanitary sewer main.
105
Project 669 – Sanitary Sewer Rehabilitation, continued
F IRST Q UARTER FY19-20
106
Project 669 – Sanitary Sewer Rehabilitation, continued
S ECOND Q UARTER FY19-20
Public Works completed numerous portions of this project by in-house staff during the second
quarter: 17 lift station wet wells were cleaned; 24 point repairs, 36 vertical feet of manhole repairs
and 24,467 feet of sanitary sewer main was smoke tested; 145 sanitary manholes were inspected
and four cleanouts were installed; and 8 sanitary manholes were located and 7 sanitary manholes
were cleaned. Also, our staff installed a new sanitary manhole and 305 feet of sanitary sewer. In
addition, 17,093 feet of sanitary sewer main was cleaned by staff, in regards to trouble spot
areas. Contracted vendors cleaned and televised 15,883 feet of sanitary sewer main and sealed
68.6 vertical feet of sanitary manholes.
107
Project 669 – Sanitary Sewer Rehabilitation, continued
S ECOND Q UARTER FY19-20
108
Project 669 – Sanitary Sewer Rehabilitation, continued
S ECOND Q UARTER FY19-20
109
Project 669 – Sanitary Sewer Rehab, continued
T HIRD Q UARTER FY19-20
Public Works completed numerous portions of this project by in-house staff during the third
quarter: 14 lift station wet wells were cleaned; 22-point repairs were completed, 54 vertical feet of
manhole repairs; 42 sanitary sewer manholes were inspected; 8 sanitary sewer manholes were
cleaned. One cleanout shoe was installed and 100’ of sanitary sewer main was replaced. Two
dye flood tests were performed by in-house forces. In addition, 14,516 feet of sanitary sewer main
was cleaned as recurring trouble spots. An additional 1220’ of sanitary sewer main was cleaned
by in-house forces. Contract labor cleaned and televised 10,003 feet of sanitary sewer main. A
project for contract cure-in-place pipe rehabilitation has been identified In Fairmont Park. The
project will commence in the fourth quarter.
110
Project 669 – Sanitary Sewer Rehab, continued
T HIRD Q UARTER FY19-20
111
Project 669 – Sanitary Sewer Rehab, continued
F OURTH Q UARTER FY19-20
Public Works completed numerous portions of this project by in-house during the fourth quarter:
In-house - 16 lift station wet wells were cleaned; 12-point repairs were completed, 51 vertical
feet of manhole repairs; 61 sanitary sewer manholes were inspected; 5 sanitary sewer manholes
were cleaned; 27’ of sanitary sewer main was removed & replaced; and two dye flood tests
were performed by in-house forces. In addition, 14,155 feet of sanitary sewer main was
cleaned as recurring trouble spots. Outside forces cleaned and televised 4,169 feet of sanitary
thth
sewer main; pipe bursted 928’ of 12” sanitary sewer main line in the alley of 7/8 Street between
F Street & H Street; pipe bursted 429’ of 8” sanitary sewer main line on S. Brownell Street; sealed
60.5 vertical feet of sanitary sewer manholes city wide; and completed a CIPP (approx. 1,000’ of
Cure in Place 18” sanitary sewer Pipe) project on Roseberry Street.
112
Project 669 – Sanitary Sewer Rehab, continued
F OURTH Q UARTER FY19-20
113
Project 669 – Sanitary Sewer Rehab, continued
F OURTH Q UARTER FY19-20
114
Project SM0002 – Asphalt Street Surfacing
Account Number: 0337071-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20 630,000 581,292 -
Total$ 630,000 $ 581,292$ -$ 48,708
P ROJECT D ESCRIPTION
This project funds the annual program to resurface streets throughout the City with asphalt. Note:
This project does not roll forward each year. A new amount is budgeted each year.
Future Operating Impact: Minimal.
F IRST Q UARTER FY 19-20
No update this quarter. This project will typically bid second quarter to allow construction during
late spring/summer months.
S ECOND Q UARTER FY19-20
Currently, this project was out for bid at the end of the second quarter.
T HIRD Q UARTER FY 19-20
Project awarded to Angel Brothers. Contract is executed. Anticipate the contractor to mobilize end
of July 2020.
F OURTH Q UARTER FY 19-20
Project is completed.
115
Project SM0003 – Street Repair Material (in-house)
Account Number: 0337071-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 50,000$ 50,205$ -
Fiscal Year 17-18 50,000 38,992 -
Fiscal Year 18-19 50,000 34,866 -
Fiscal Year 19-20 50,000 13,426 3,089
Total$ 200,000$ 137,489$ 3,08959,422
P ROJECT D ESCRIPTION
This project funds the purchase of materials for repairs that are completed by in-house street
crews.
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
Some materials purchased for concrete truck during the first quarter FY 2019-20; however, more
will be purchased during the second quarter.
S ECOND Q UARTER FY19-20
No activity this quarter.
T HIRD Q UARTER FY 19-20
No activity this quarter.
F OURTH Q UARTER FY 19-20
All materials in for the year
116
Project SM0004 – Pinebluff Subdivision Construction (Angel Brothers)
Account Number: 033/051-7071-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 16-17$ 2,000,000$ -$ -
Fiscal Year 17-18- 1,125,294 -
Fiscal Year 18-19- 825,250 -
Fiscal Year 19-20- 6,304 894
Total$ 2,000,000$ 1,956,848$ 894$ 42,258
P ROJECT D ESCRIPTION
This project includes pavement replacement and drainage improvements for the subdivision.The
total project budget is $2,000,000 with supplemental funding in Fund 050 (Drainage Fund) in the
amount of $1,792,687.
Future Operating Impact: None.
F IRST Q UARTER FY 19-20
This project was completed during the first quarter FY 2019-20. Staff is awaiting final invoice for
retainage.
S ECOND &T HIRD Q UARTER FY 19-20
Project was completed and retainage paid during the second quarter.
117
Project SM0007 – Construct Sylvan and Jefferson
Account Number: 015/003/0337071-531Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 17-18$ 560,000$ 3,662$ -
Fiscal Year 18-19- - -
Fiscal Year 19-20 380,000 822,245 78,615
Total$ 940,000$ 825,907$ 78,615 $ 35,478
P ROJECT D ESCRIPTION
This is a previous-year CIP project with scope that has expanded during design.Revised scope
will include intersection alignment and concrete pavement on Jefferson, east of Bayshore Drive.
Additional construction costs are estimated at 330,000. Additional funds to be provided by Fund
003 and 033.
Future Operating Impact: Improved street surface and improved area drainage.
F IRST Q UARTER FY 19-20
In the first quarter FY 2019-20 the project was awarded to Tandem Services, LLC. Currently, the
construction contract is being executed.
S ECOND Q UARTER FY19-20
Approximately 30% of the construction has been completed during the second quarter. Project
still underway.
118
Project SM0007 – Construct Sylvan and Jefferson, continued
T HIRD Q UARTER FY19-20
Approximately 90% of the construction has been completed during the third quarter. Project is
near substantial completion.
F OURTH Q UARTER FY 19-20
This project is complete. Awaiting inal nvoice and close-out documents.
119
th
Project STR7TH – South 7Street Paving and Drainage
Account Number: 003/0337071-531Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 18-19$ 139,340$ 139,340$ -
Fiscal Year 19-20 2,435,000 297,568 68,437
Total$ 2,574,340$ 436,908$ 68,437$ 2,068,995
P ROJECT D ESCRIPTION
(003) Utility Fund – This project will fund water main adjustments needed for drainage system on
th
South 7 Street from Main Street to Fairmont Parkway. Total costs for Design and Construction is
estimated at $5,300,000.
(033) Drainage Fund – This project will fund design and construction of improved drainage with
th
concrete curt and gutter with sidewalks on South 7 Street from Main Street to Fairmont Parkway.
Total costs for Design and Construction is estimated at $5,300,000
Future Operating Impact: Improved street surface and improved area drainage.
F IRST Q UARTER FY 19-20
During the first quarter FY 2019-20 the Preliminary Engineering report and surveying were
completed. Additionally, the design is at 30% completion.
S ECOND Q UARTER FY19-20
Approximately 60% of the design was completed in the second quarter.
T HIRD Q UARTER FY 19-20
This project is currently at 90% design.
F OURTH Q UARTER FY 19-20
Preparation of Corps of Engineer permit is underway.
120
Project STRLCB – Little Cedar Bayou Drive Concrete Paving
Account Number: 0337071-531Budget
BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 110,000$ -$ 110,000
Total$ 110,000$ -$ 110,000 $ -
P ROJECT D ESCRIPTION
This project included funding for replacement of park entrance road with concrete paving from
th
South 8 Street to the park entrance.
Future Operating Impact: None
F IRST Q UARTER FY 19-20
Staff began preparing specifications and bid documents during the first quarter FY 2019-20.
S ECOND Q UARTER FY19-20
No update this quarter.
T HIRD Q UARTER FY 19-20
Project is Bid. Award will be in July 2020.
F OURTH Q UARTER FY 19-20
Project is awarded to Tandem Construction. Project is on hold for an upcoming park
event. Anticipate completion in first quarter of FY
121
Project 655 – Meter Replacement Program
Account Num0039890-655Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 12-13$ 80,000$ 79,141$ -
Fiscal Year 13-14 90,000 85,102 -
Fiscal Year 14-15 290,000 110,163 -
Fiscal Year 15-16 180,000 285,591 -
Fiscal Year 16-17 250,000 317,186 -
Fiscal Year 17-18 299,046 275,671 -
Fiscal Year 18-19 300,000 299,682 -
Fiscal Year 19-20 350,000 122,856 227,144
Total$ 1,839,046$ 1,575,391$ 227,144 $ 36,511
P ROJECT D ESCRIPTION
This funds the annual program to continue replacing water meters, which includes the purchasing
of electronic components, meters and meter boxes.
Future Operating Impact: Reduced maintenance on old, broken water meters.
F IRST Q UARTER FY19-20
During the first quarter, 200 residential meters were ordered.
S ECOND Q UARTER FY19-20
A total of 122 meters were installed during the second quarter.
T HIRD Q UARTER FY 19-20
During quarter, April through June a total of 270 meters were installed.
F OURTH Q UARTER FY 19-20
stth
Total meters installed from July 1 through September 30 were 190.
122
Project 697 – Valve Replacement Program (in-house)
Account Number: 0039890-697Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 14-15$ 40,000 $ 24,479$ -
Fiscal Year 15-16 25,000 6,273 -
Fiscal Year 16-17 25,000 8,034 -
Fiscal Year 17-18 25,000 24,847 -
Fiscal Year 18-19 25,000 15,421 -
Fiscal Year 19-20 25,000 12,010 -
Total$ 165,000 $ 91,064$ -$ 73,936
P ROJECT D ESCRIPTION
This project is for material cost for City crews to replace non-functioning water main valves.
Future Operating Impact: Improved efficiency
F IRST Q UARTER FY 19-20
During the first quarter FY 2019-20, staff replaced four (4) gate valves.
S ECOND Q UARTER FY19-20
No activity this quarter.
T HIRD Q UARTER FY 19-20
No activity this quarter.
F OURTH Q UARTER FY 19-20
Replaced 8 gate valves during the
123
Project 760 – Lift Station Improvements
Account Number: 0039892-760Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 35,000 $ 27,172$ -
Total$ 35,000 $ 27,172$ -$ 7,828
N OTE: T HIS PROJECT DOES NOT ROLL FORWARD EACH YEAR.A NEW AMOUNT IS BUDGETED EACH
YEAR
.
P ROJECT D ESCRIPTION
This project will fund general repairs to the City’s various lift stations. Improvements may include
replacing and repairing pumps, piping, and control panels.
Future Operating Impact: Improvements will lessen future maintenance and operating costs.
F IRST Q UARTER FY 19-20
During the first quarter FY 2019-20, staff replaced suction line on pump at lift station #32.
S ECOND Q UARTER FY19-20
During second quarter, staff ordered submersible pumps for lift stations #37 (rebuilt) and #10
(new) and purchase orders have been issued.
124
P ROJECT 760–L IFT S TATION I MPROVEMENTS, CONTINUED
T HIRD Q UARTER FY19-20
Received new pump for lift station #10& a rebuilt pump for lift station #37.
F OURTH Q UARTER FY19-20
Replaced panel at lift station #23. Project complete.
125
Project 898- In-house Waterline Replacement
Account Number: 0039890-898Budget
Funding:BudgetExpendituresEncumbrancesRemaining
Fiscal Year 19-20$ 45,000$ 16,522$ -
Total$ 45,000$ 16,522$ -$ 28,478
P ROJECT D ESCRIPTION
This project funds the replacement of small steel lines in the alleys of La Porte where numerous
leaks and failures continue to occur. Note: This project does not roll forward each year. A
new amount is budgeted each year.
Future Operating Impact: Reduction is leak repairs.
F IRST Q UARTER FY 19-20
thth
During the first quarter FY 2019-20, staff replaced 190feet of waterline between N. 4/5Streets.
S ECOND Q UARTER FY19-20
th
During the second quarter FY 2019-20, staff replaced 472 feet of waterline on S. 5 St. & Lobit St.
126
Project 898- In-house Waterline Replacement, continued
T HIRD Q UARTER FY19-20
th
In-houseforcesreplaced 510feet of waterline on North 6Street& Lobit Street.
127
Project 898- In-house Waterline Replacement, continued
F OURTH Q UARTER FY19-20
th
In-house forcesreplaced 300feet of waterline on 300 block of N. 6St.
128