Loading...
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/źƷǤ͸ƭfunds,includingthePublicFundsInvestmentAct,Chapter2256oftheTexas GovernmentCode(theͻ!ĭƷͼΜͲwhichrequirestheCitytoadoptawritteninvestmentpolicy regardingtheinvestmentofitsfundsandfundsunderitscontrol.TheInvestmentPolicy addressesthemethods,proceduresandpracticesthatmustbeexercisedtoensureeffectiveand judiciousfiscalmanagementofthe/źƷǤ͸ƭfunds. II.SCOPE TheCitywillstrivetoearnareturnonfundsinvestedatthehighestinvestmentreturnpossible aftertakinginconsiderationtheprimarygoalsofpreservationofprincipalandliquidityoffunds invested,consistentwiththepolicyobjectivesdescribedbelow.Thisinvestmentpolicyappliesto theinvestmentactivitiesofthegovernmentoftheCityofLaPorte,Texas. FUNDSINCLUDEDThe/źƷǤ͸ƭfunds,whicharepooledtogetherandconstitutetheinvestment portfolio,includeallfinancialassetsofallfundsmanagedbytheCity,includingbutnotlimitedto receiptsoftaxrevenues,chargesforservices,bondproceeds,interestincomes,loansandfunds receivedbytheCitywheretheCityperformsacustodialfunction.Thesefundsareaccountedfor inthe/źƷǤ͸ƭComprehensiveAnnualFinancialReport(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/źƷǤ͸ƭweightedaveragematurityindays.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,willdemonstratecompetenceintheexecutionoftheĭźƷǤ͸ƭ investments.AllInvestmentOfficerswillinsurecompliancewiththeinvestmentprogramwith ongoingtrainingandevaluationbymanagement. PRUDENCEInvestmentsshallbemadewithjudgmentandcare,underprevailingcircumstances, thatapersonofprudence,discretionandintelligencewouldexerciseinthemanagementofthe ƦĻƩƭƚƓ͸ƭownaffairs,notforspeculation,butforinvestment,consideringtheprobablesafetyof capitalandtheprobableincometobederived.InvestmentOfficersactinginaccordancewith writtenproceduresandthisinvestmentpolicyandexercisingduediligenceshallberelievedof personalresponsibilityforanindividualsecurity'screditriskormarketpricechanges,provided deviationsfromexpectationsarereportedinatimelyfashionandtheliquidityandthesaleof securitiesarecarriedoutinaccordancewiththetermsofthispolicy. IMDEMNIFICATIONTheDirectorofFinanceandtheInvestmentOfficer,actinginaccordance withwrittenproceduresandexercisingduediligence,shallnotbeheldpersonallyresponsiblefor aspecificźƓǝĻƭƷƒĻƓƷ͸ƭcreditriskormarketpricechanges,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/źƷǤ͸ƭInvestmentPolicyandtheAct. MONITORINGThemarketpriceofeachinvestmentshallbeobtainedmonthlyfromasourcesuch astheWallStreetJournalnewspaper,the/źƷǤ͸ƭcustodialbank,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 comprehensivereviewofprospectiveķĻƦƚƭźƷƚƩźĻƭ͸creditcharacteristicsandfinancialhistory. ThedepositorycontractwillprovideforcollateralifbalanceexceedsFDICInsuranceamounts. TheCityshallselectfinancialinstitutionsfromwhichtheCitymaypurchasecertificatesofdeposit inaccordancewiththeActandthispolicyandwillhaveawrittendepositoryagreementwiththe selectedinstitution,whichwasapprovedbyresolutionofthe.ğƓƉ͸ƭBoardifcollateralisrequired. 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/źƷǤ͸ƭinvestmentpolicy,excepttotheextentthat thisauthorizationisdependentonananalysisofthemakeupofthe/źƷǤ͸ƭentireportfolioor 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/źƷǤ͸ƭnamebyanindependentthirdpartywithwhomthe 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/źƷǤ͸ƭdesignated 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/5͸ƭ 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 authorizedbytheĻƓƷźƷǤ͸ƭinvestmentpolicy,except isdependentonananalysisofthemakeupoftheĻƓƷźƷǤ͸ƭentireportfolioorrequiresan 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/źƷǤ͸ƭweightedaveragematurityindays.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