Loading...
HomeMy WebLinkAbout01-25-21 Regular Meeting of the La Porte City CouncilLOUIS R. RIGBY Mayor BRANDON LUNSFORD Councilmember At Large A BRENT Mc CAULLEY Councilmember At Large B TREY KENDRICK Councilmember District 1 CITY COUNCIL MEETING AGENDA CHUCK ENGELKEN Mayor Pro Tem Councilmember District 2 BILL BENTLEY Councilmember District 3 THOMAS GARZA Councilmember District 4 JAY MARTIN Councilmember District 5 NANCY OJEDA Councilmember District 6 Notice is hereby given of a regular meeting of the La Porte City Council to be held January 25, 2021 , beginning at 6:00 PM in the City Hall Council Chambers, 604 West Fairmont Parkway, La Porte, Texas , for the purpose of considering the following agenda items. All agenda items are subject to action. Social distancing protocols will be in effect in the Council Chamber. Remote participation is available. Attend via a screen using this link: https://us02web.zoom. us/j/85401691188?pwd=UGczdDVaVO9iZzRsSWMxSitYdGVwQT09 Join by phone at 877-853-5257 or 888-475-4499. The meeting ID is 854 0169 1188 and the passcode is 456439. 1. CALL TO ORDER 2. INVOCATION — The invocation will be given by Clark Askins, Assistant City Attorney. PLEDGES — Will be led by Councilperson Thomas Garza. U.S. Flag Texas Flag: Honor the Texas Flag. I pledge allegiance to thee, Texas, one state, under God, one, and indivisible. 3. PRESENTATIONS, PROCLAMATIONS, AND RECOGNITIONS (a) Recognition of City employees for years of service. [Louis R, Rigby, Mayor] (b) Recognition of Flor Vasquez as Employee of the Fourth Quarter 2020. [Louis R. Rigby, Mayor] (c) Recognition of Johnny Morales as Employee of the Year for 2020 [Louis R. Rigby, Mayor] (d) Recognition of Kristin Gauthier as Manager of the Year for 2020 [Louis R. Rigby, Mayor] 4. CITIZEN COMMENT (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.) 5. CONSENT AGENDA (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 January 11, 2021, City Council meeting. [Louis R. Rigby, Mayor] (b) Approve the appointment of John Blakemore to an open position on the City of La Porte's Development Corporation Board of Directors. [Louis R. Rigby, Mayor] (c) Approve the appointment of Rick Helton to an open position on the City of La Porte's Tax Increment Reinvestment Zone #1 Board of Directors/La Porte Development Authority. [Louis R. Rigby, Mayor] (d) Adopt Resolution 2021-35 in support of legislation presented by the Greater Harris County 9- 1-1 Emergency Network, permitting its Board of Managers to set its wireless fee in its annual budget. [Louis R. Rigby, Mayor] (e) Award Bid #21007 - Bulk Fuel Contract to Sun Coast Resources Inc. as a primary vendor and A.J. Hurt Inc.-Reladyne as a secondary vendor, with annual expenditure not to exceed annual budgeted amounts. [Ray Mayo, Director of Public Works] (f) Approve the three- (3-) year contract renewal with Adobe Cloud Software Suite through Insight Public Sector, in the amount of $24,042.21, paid annually. [Grady Parker, IT Manager] (g) Authorize the City Manager to execute a contract with the Port of Houston Authority for provision of emergency medical services at the Barbour's Cut and Bayport Terminals, for a 36-month period. [Lisa Camp, EMS Chief] (h) Approve Quote #717217-2-7 to Daktronics under BuyBoard Contract #592-19 in the amount of $89,130.00, to purchase two digital messaging signs for La Porte. [Kristin Gauthier, Emergency Management Coordinator] (i) Approve reallocation of $11,994.00 in CRF funds from the FEMA Public Assistance Program 25% match to the Emergency Household Assistance Program. [Corby Alexander, City Manager] (j) Award bid #21008 to Hancock Pools, Inc. in the amount of $558,535 for renovations to San Jacinto Pool, with a contingency amount of $55,854, for a total authorization of $614,389. [Rosalyn Epting, Director of Parks & Recreation] 6. STATUTORY AGENDA (a) Presentation, discussion, and possible action to adopt Ordinance 2021-3816, calling the May 1, 2021, general election for the purpose of electing the City Council positions of Mayor, Councilperson-District 2, and Councilperson-District 3. [Louis R. Rigby, Mayor] (b) Presentation, discussion, and possible action regarding conceptual plan for Pecan Park Improvements. [Ray Mayo, Director of Public Works] (c) Presentation, discussion, and possible action regarding Spencer Highway Fence Project. [Ray Mayo, Director of Public Works] (d) Review report and provide direction to administrative staff in connection with design of Bayside Terrace Drainage Improvements project. [Ray Mayo, Director of Public Works] 7. REPORTS (a) Receive report on the La Porte Development Corporation Board meeting. [Councilperson Nancy Ojeda] 8. ADMINISTRATIVE REPORTS • Zoning Board of Adjustment meeting, January 28, • Drainage and Flooding Committee meeting, February 8 • City Council meeting, February 8 • Planning and Zoning Commission meeting, February 18 • City Council meeting, February 22 • Zoning Board of Adjustment meeting, February 25 9. COUNCIL COMMENT 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. 10. ADJOURN If, during the course of the meeting and discussion of any items covered by this notice, City Council determines that a Closed or Executive Session of the Council is required, then such closed meeting will be held as authorized by Texas Government Code, Chapter 551, Section 551.071 - consultation with counsel on legal matters; Section 551.072 - deliberation regarding purchase, exchange, lease or value of real property; Section 551.073 - deliberation regarding a prospective gift; Section 551.074 - personnel matters regarding the appointment, employment, evaluation, reassignment, duties, discipline, or dismissal of a public officer or employee; Section 551.076 - implementation of security personnel or devices; Section 551.087 - deliberation regarding economic development negotiation; Section 551.089 - deliberation regarding security devices or security audits, and/or other matters as authorized under the Texas Government Code. If a Closed or Executive Session is held in accordance with the Texas Government Code as set out above, the City Council will reconvene in Open Session in order to take action, if necessary, on the items addressed during Executive Session. Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact the City Secretary's office (281-470-5019), two working days prior to the meeting for appropriate arrangements. Pursuant to Texas Government Code Sec. 551.127, on a regular, non -emergency basis, members may attend and participate in the meeting remotely by video conference.Should that occur, a quorum of the members will be physically present at the location noted above on this agenda. CERTIFICATE I, Lee Woodward, City Secretary, do hereby certify that a copy of the January 25, 2021, City Council agenda was posted on the City Hall bulletin board, a place convenient and readily accessible to the general public at all times, and to the City's website, www.LaPorteTX.gov, in compliance with Chapter 551, Texas Government Code. DATE TIME TAKEN DOWN Lee Woodward, City Secretary REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Matt Hartleib, Manager Department: Administration/HR • Report Resolution Ordinance Exhibits: None Appropriation Source of Funds: N/A Account Number: N/A Amount Budgeted: N/A Amount Requested: N/A Budgeted Item: Yes No SUMMARY Previously, employees who reached a service time milestone were recognized at the annual Christmas party each December. As a result, there was a delay of up to 11 months for some employees between their anniversary date and the formal recognition of their service to the La Porte community. Moving forward, employees who reach a milestone of service time will have their service recognized close to their anniversary dates. Employees with one- (1-) and five- (5-) year milestones will be recognized and celebrated within the employee's department. Milestones of 10 years and above will be additionally recognized and celebrated at City Council meetings. Employees achieving service time milestones of 10 years or longer with the City, by January 2021 include: 10 years of service Christopher Brooks — Solid Waste Worker Michael Lovett — Facilities Maintenance Technician August Smith — Park Maintenance Worker I 15 years of service Sandra Manuel — Secretary, Fire Prevention Phyllis Rinehart - Controller ACTION REQUIRED BY CITY COUNCIL Recognition of employee's years of service with the City of La Porte. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Matt Hartleib, Manager Department: Administration/HR • Report Resolution Ordinance Exhibits: Employee of the Quarter — Vasquez Appropriation Source of Funds: N/A Account Number: N/A Amount Budgeted: N/A Amount Requested: N/A Budgeted Item: Yes No SUMMARY Flor Vasquez, Custodian in the Facilities Maintenance Division of the Public Works Department, has been selected as the Employee of the Quarter for the 4t" quarter of 2020. Ms. Vasquez was nominated by her supervisor David Hefner for her excellent work ethic and consistently positive attitude while servicing every City facility. ACTION REQUIRED BY CITY COUNCIL Recognition of the Employee of the 4th Quarter. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date Employee of the 4t" Quarter for 2020 Flor Vasquez - Custodian Flor Vasquez has been taking great care of City facilities since the summer of 2015. She began as a seasonal Parks Maintenance Worker and moved into a fulltime Custodian position in October that same year. She is currently a member of the Facilities Division at Public Works and was nominated for this recognition by her supervisor there, David Hefner. Flor's normal responsibilities include checking each City location, there are close to 50, to ensure that trash is collected and disposed of correctly. As we have all seen on occasion, not everyone makes sure that their trash makes it into the can. Flor makes a point to not only gather what is in the can but to check the area and make sure it is cleared and looks great. Her attention to detail makes a big difference in parks restrooms and rental facilities. She maintains several locations that are rented to community members and always makes sure they are ready for use in great condition. During 2020, Flor's responsibilities grew in response to the City's COVID-19 protocols. She plays a key role in regularly sanitizing City facilities and equipment. Flor also takes the lead in maintaining the City's inventory of COVID-related supplies and delivering them to different City locations. She's even been known to provide training to teammates on using equipment like the electrostatic spray units. Flor is extremely reliable. She arrives to work each day with a great attitude. She steps up whenever needed to take care of the job no matter how big or small. Her work ethic and positive outlook are examples for all employees. Please join me in congratulating Flor as our Employee of the Quarter. REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Matt Hartleib, Manager Department: Administration/HR rt Report (- Resolution Ordinance Exhibits: Employee of the Year — Johnny Morales Appropriation Source of Funds: N/A Account Number: N/A Amount Budgeted: N/A Amount Requested: N/A Budgeted Item: �' Yes �*' No SUMMARY Each year, an Employee of the Year is selected from the group of employees recognized as Employees of the Quarter. For 2020, the Employees of the Quarter were: • Neil Courtney —Senior Financial Service Technician • Kayla Baez — Recreation Center Specialist • Johnny Morales — Assistant Emergency Management Coordinator • Flor Vasquez — Custodian The selection committee had a difficult task selecting one employee from this impressive group, as reflected in the very close voting. All of these employees are outstanding members of the La Porte team. From this excellent group, Johnny Morales has been selected as the 2020 Employee of the Year. ACTION REQUIRED BY CITY COUNCIL Recognition of the 2020 Employee of the Year, Johnny Morales. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date Employee of the Year for 2020 Johnny Morales —Assistant Emergency Management Coordinator Johnny Morales has served the La Porte community as the Assistant Emergency Management Coordinator since August 2019. In that role, Johnny's responsibilities have included ensuring that the City's emergency plans are maintained and that training exercises are conducted to test those plans. 2020 was a busy year for Emergency Management. In addition to his regular duties, Johnny took on management of the Emergency Management team's social media accounts and created a page on the City's website dedicated to informing the community about COVID-19 issues. Johnny has also taken the lead on managing departmental requests for COVID-19 related resources like masks and sanitizing supplies. Johnny was critical in the City's preparation and responses to Hurricane Laura and Tropical Storm Beta during a very active tropical weather season. Recently he has played a key role in administering the City's grant programs under the CARES Act, which has positively impacted La Porte businesses and residents. Johnny is a great representative of the La Porte community. He graduated from La Porte High School before earning a Bachelor's in Public Relations and a Master's degree in Homeland Security. He has been a member of the La Porte Volunteer Fire Department since 2018. Johnny always puts the residents of La Porte at the top of his priority list, whether that's delivering masks to seniors, connecting residents with local resources, or just taking some time to talk to concerned members of the community. On Saturdays in August and September, Johnny volunteered at drive -through food distribution events hosted by the Houston Food Bank and Wells Fargo. Johnny's positive attitude is well known among employees and apparent to everyone he encounters. Especially in stressful times, his passion to help others is motivating and encouraging. Johnny makes the work easier because of his skill set and work ethic, and more enjoyable because he always has a good attitude. The entire La Porte community is fortunate to have Johnny on the City's team. Please join me in thanking Johnny for his great work and congratulating him on being selected as the 2020 Employee of the Year. REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Matt Hartleib, Manager Department: Administration/HR • Report Resolution Ordinance Exhibits: Manager of the Year - Gauthier Appropriation Source of Funds: N/A Account Number: N/A Amount Budgeted: N/A Amount Requested: N/A Budgeted Item: Yes No SUMMARY Kristin Gauthier, Emergency Management Coordinator, has been selected as the 2020 Manager of the Year. Kristin received three nominations for this recognition and was a unanimous choice from the selection panel. Among her many excellent attributes, her nominations cited her knowledge, professionalism, willingness to serve, and ability to maintain a positive attitude in difficult times. Kristin and her team were called upon repeatedly in response to the unprecedented events of 2020, and she routinely provided great leadership. ACTION REQUIRED BY CITY COUNCIL Recognition of the Manager of the Year, Kristin Gauthier. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date Manager of the Year for 2020 Kristin Gauthier - Emergency Management Coordinator As the Emergency Management Coordinator for the City of La Porte, Kristin had an unexpectedly busy but very successful 2020. She led efforts in response to the COVID-19 pandemic and a very active hurricane season. As a result of her excellent work and leadership, Kristin received three nominations for this recognition and was a unanimous choice by the selection committee. Kristin first came to the La Porte team in February 2008 as an Emergency Management Planner and later moved into the leadership role she currently holds in April 2015. Kristin's role presents some unique management challenges during times of emergency response, as she is tasked with leading a group of employees from across the organization. Many of those teammates are accustomed to being the leader in the room, and that dynamic could lead to some challenges. With Kristin's expertise and professionalism, however, La Porte enjoys great efficiency and effectiveness in such critical times. 2020 presented many opportunities for Kristin and her team to shine. A sample of her leadership accomplishments includes the following: • Sourcing and providing PPE, cleaning supplies, signage, and other materials needed in response to COVID protocols. This required many hours of coordination and the creation of new communication channels and processes. • Taking the lead in grant application and management through programs like the CARES Act. This work falls under the "other duties as assigned" part of her job description and Kristin did a fantastic job. This work benefited teammates, La Porte businesses, and many La Porte residents. • Facilitating emergency responses to tropical weather, industrial events, and a peaceful protest, while maintaining COVID protocols for all staff members. These efforts rarely fit into a "normal" work day, but Kristin is always ready to answer the call when needed. In their nominations of Kristin, her teammates describe her as quick to help others. That includes other teammates and departments as well as the community. She is well respected by employees across the organization and maintains great working relationships with partner agencies. Kristin is a true public servant and a valuable member of the City's leadership team. Please join me in thanking her for all she does and congratulating her on being our 2020 Manager of the Year. LOUIS RIGBY Mayor BRANDONLUNSFORD Councilperson At Large A BRENT McCAULLEY Councilperson At Large B TREY KENDRICK Councilperson District 1 CHUCK ENGELKEN Councilperson District 2 Mayor Pro Tem MINUTES OF THE REGULAR MEETING OF THE CITY COUNCIL OF THE CITY OF LA PORTE JANUARY 11, 2021 BILL BENTLEY Councilperson District 3 THOMAS GARZA Councilperson District 4 JAY MARTIN Councilperson District 5 NANCY OJEDA Councilperson District 6 The City Council of the City of La Porte met in a regular meeting on Monday, January 11, 2021, at the City Hall Council Chambers, 604 West Fairmont Parkway, La Porte, Texas, at 6:00 p.m., with the following in attendance: Councilpersons present: Louis Rigby, Brent McCaulley, Trey Kendrick, Chuck Engelken, Bill Bentley, Thomas Garza (left at 6:01 p.m.), Jay Martin, Nancy Ojeda Councilpersons attending remotely: Brandon Lunsford Councilpersons absent: None Council -appointed officers present: Corby Alexander, City Manager; Lee Woodward, City Secretary; Clark Askins, Assistant City Attorney 1. CALL TO ORDER — Mayor Riqbv called the meetinq to order at 6:00 p.m. Mayor Rigby reminded Councilperson Garza that the Council's adopted Rules of Procedure required Councilpersons to wear a mask during Council meetings. 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 Mayor asked the Sergeant -at -Arms to remove Councilperson Garza. Councilperson Garza moved that the Council oppose the Mayor's direction, which he termed as illegal. 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 Councilperson Nancy Ojeda, and pledges were led by Councilperson Jay Martin. 3. CITIZEN COMMENT (Generally limited to five minutes perperson; in accordance with state law, the time maybe reduced if there is a high number of speakers or other considerations.) Richard Warren, speaking as President of the Brookglen Homeowner's Association and as a resident, thanked the Council for shade structures over benches at the playgrounds in their neighborhood. 4. CONSENT AGENDA (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 December 14 and 21, 2020, City Council meetings. [Mayor Louis R. Rigby] b. Approve the appointment of Nolan Allen to the District 1 position on the City of La Porte's Planning and Zoning Commission. [Louis R. Rigby, Mayor] c. Adopt Ordinance 2021-3812 for the purpose of vacating, abandoning, and closing the sixteen- (16-) foot alley right-of-way situated in Block 375, Town of La Porte, and the North J Street right-of-way situated between North Broadway Street and North 1st Street, and authorizing execution and delivery of a deed to adjoining landowner. [Ian Clowes, City Planner] d. Approve Cisco Smartnet renewal with DataVox under the DIR Contract #TSO-4167 in the amount of $73,251.86. [Grady Parker, IT Manager] Page 1 of 2 January 11, 2020, Council Meeting Minutes e. Adopt Ordinance 2021-3813, approving amendments to the City's Fiscal Year 2020-21 Budget. [Shelley Wolny, Treasurer] f. Adopt Ordinance 2020-IDA-162, authorizing the execution of Industrial District Agreement with Clark Freight Lines, Inc., for a twelve- (12-) year term beginning January 1, 2020. [Corby Alexander, City Manager] Mayor Pro Tern Engelken moved to approve consent agenda; the motion was seconded by Councilperson Bentley; the motion was adopted, 8-0. 5. STATUTORY AGENDA a. Presentation, discussion, and possible action regarding proposed amendments to the La Porte Home Rule Charter, as presented by the 2020 Charter Review Commission. [Mayor Louis R. Rigby] Commission Chair Kristin Martin reported on the work of the Commission and Commission members were thanked by the Council for their service. Councilpersons made inquiries on the recommendations. b. Presentation, discussion, and possible action to adopt Ordinance 2021-3814, calling a special election for proposed amendments to the La Porte Home Rule Charter, to be held on May 1, 2021. [Louis R. Rigby, Mayor] Mayor Pro Tern Engelken moved to adopt Ordinance 2021-3814, callinq a special election for proposed amendments to the La Porte Home Rule Charter, to be held on May 1, 2021, includinq modification to the proposed wordinq of Amendment U, to change the text in Section 5.01(b)(1) of the La Porte Charter to read if the thirty-first day of January is rather than if the first day of February is; the motion was seconded by Councilperson Kendrick; the motion was adopted, 8-0. c. Presentation, discussion, and possible action to adopt Ordinance 2021-3815, calling a special election to fill a vacancy in the position of Councilperson-District 6. [Louis R. Rigby, Mayor] Mayor Pro Tern Engelken moved to select March 27, 2021 as the election date for the Councilperson-District 6 special election to fill a vacancy and adopted Ordinance 2021-3815 providing for the election; the motion was seconded by Councilperson Kendrick; the motion was adopted, 8-0. REPORTS a. Receive report of the Drainage and Flooding Committee meeting. [Councilperson Jay Martin] Councilperson Martin reported the Committee met and received updates on drainage concerns, noting the next meeting would be February 8. 7. ADMINISTRATIVE REPORTS • Planning and Zoning Commission meeting, January 21 • Zoning Board of Adjustment meeting, January 28 City Manager Corby Alexander added there would be a La Porte Development Corporation meeting on January 25. 8. 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 the Charter Review Commission members; offered condolences to the family of former Police Chief Bobby Powell; recognized EMS and Finance for recent awards; encouraged the City developing programs to offer vaccines to the citizens; and ADJOURN — Without objection, Mayor Rigby adjourned the meeting at 6:46 p.m. Lee Woodward, City Secretary Page 2 of 2 January 11, 2020, Council Meeting Minutes REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Louis R. Rigby, Mayor Department: City Council • Report t Resolution Ordinance Exhibits: None Appropriation Source of Funds: N/A Account Number: N/A Amount Budgeted: N/A Amount Requested: N/A Budgeted Item: Yes No SUMMARY & RECOMMENDATION Per the bylaws for the City of La Porte's Development Corporation, members of the Board of Directors are appointed by the City Council. The position filled by Johnny Morales became vacant upon his resignation this month. The Board has seven positions, at least three of whom shall be persons who are not employees, officers, or members of the governing body of the City of La Porte, Texas. Currently, of the six filled positions, Mayor Pro Tem Engelken and Councilperson Ojeda are the only members who are officers of the governing body. John Blakemore has applied for the remainder of the open term, which expires August 31, 2021. ACTION REQUIRED BY CITY COUNCIL Consider the appointment of John Blakemore to an open position on the City of La Porte's Development Corporation Board of Directors. REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Louis R. Rigby, Mayor Department: City Council • Report t Resolution Ordinance Exhibits: None Appropriation Source of Funds: N/A Account Number: N/A Amount Budgeted: N/A Amount Requested: N/A Budgeted Item: Yes • No SUMMARY & RECOMMENDATION Position 7 of the City of La Porte's TIRZ #1 Board of Directors/La Porte Redevelopment Authority has not been filled since the expiration of the open term in August 2020. Rick Helton has applied to fill the current two-year term through August 31, 2022. According to the Redevelopment Authority bylaws, Directors of the Authority shall be appointed by position to the Board by the Mayor of the City with the consent and approval of City Council and shall be the same persons appointed to the corresponding position of the board of the La Porte Reinvestment Zone. Appointment of a person to the corresponding position of the board of the La Porte Reinvestment Zone shall constitute appointment of such person to the corresponding position of the Board by the City. Other current City appointees to the Board are Peggy Antone, Barry Beasley, Alton Porter, Horace Leopard, Doug Martin, and Mark Goodwin. David Janda is the LPISD appointment and the Harris County appointment remains unfilled. ACTION REQUIRED BY CITY COUNCIL Consider the appointment of Rick Helton to an open position on the City of La Porte's Tax Increment Reinvestment Zone #1 Board of Directors/La Porte Development Authority. REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Louis R. Rigby, Mayor Department: City Council Report • Resolution Ordinance Exhibits: Harris County 911 request letter Resolution 2021-35 Appropriation Source of Funds: n/a Account Number: Amount Budgeted: Amount Requested: Budgeted Item: Yes No SUMMARY & RECOMMENDATION The City has received the attached request from the Greater Harris County 9-1-1 Emergency Network's Board of Managers asking for support for legislation it is presenting this session. The Network seeks to be permitted to allow its Board of Managers to set its 9-1-1 wireless fees as part of its annual budget, as it is currently able to do for wireline fees, for the reasons given, primarily the expense with necessary enhanced technology to provide appropriate service levels. ACTION REQUIRED BY CITY COUNCIL Adopt Resolution 2021-35 in support of the Greater Harris County 9-1-1's request for legislation to allow its Board of Managers to set its 9-1-1 wireless fee as part of its annual budget. Greater Harris County 9-1-1 Emergency Network January 8, 2021 Subject: Requesting Support of Legislation for the Enhanced Structure of the GHC 9-1-1 System Dear Mayor Louis R. Rigby, On behalf of the Board of Managers of the Greater Harris County 9-1-1 Emergency Communication Network (GHC 9-1-1), we respectfully ask for your support of our effort to continue to enhance our 9-1-1 system. Attached is a draft resolution for your city to consider adopting. If you choose to adopt the resolution we encourage you to send it to the members that represent your city in the Texas Legislature and a copy to us. We plan to ask the Texas Legislature to allow GHC 9-1-1's Board of Managers to set the 9-1-1 wireless fee in the same manner as the Board currently sets the wireline fee —as part of the annual budget. When established in 1983, the mission of GHC 9-1-1 was to implement and administer 9-1-1 emergency service —emergency call delivery —for all cities wholly or partially within Harris County and for the unincorporated area of the county. With the enactment of SB 621 by the 79t" Legislature, GHC 9-1-1's territory was expanded to include all of Fort Bend County. Today, GHC 9-1-1 administers service for 49 cities, two counties, and over 150 police, fire, and emergency medical agencies. There are 39 fully equipped 9-1-1 answering points within GHC 9-1-1's service area. The 9-1-1 system in Texas is funded by emergency service fees assessed on wireline and wireless services. The wireline fee is set locally by the boards of the local 9-1-1 jurisdictions and by the Commission on State Emergency Communications for those areas in the state's system. The wireless fee of $0.50 was set by the Legislature in 1997 and is one of the nation's lowest fees. Over the past 23 years, it is essential to note that wireline calls have plummeted, and wireless calls account for approximately 90% of the total annual 9-1-1 call volume in Texas. As telecommunications technology continues to change rapidly, the 9-1-1 communications community constantly is faced with the challenge of keeping up with current advancements to enable users to access 9-1-1 with a fee adopted more than two decades ago. Just as our Board responsibly sets the rate for the fee charged on wireline phones, we believe it is time we should be allowed to do the same for wireless. As Chairman of the Board of Managers and Executive Director, we stand committed to continue providing the most advanced, state-of-the-art 9-1-1 emergency call network to your constituents in Harris County and we urge you to support our legislative effort. We are available to discuss this issue or any other as it relates to 9-1-1 emergency communication. Si erely, ;2 Russell Rau Chairman Lavergne gkhwender Executive Director 10220 Fairbanks N Houston Rd, Houston, Texas 77064 + P: (832) 237-9911 • F: (832) 912-1911 - www.911.org RESOLUTION 2021-35 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LA PORTE, TEXAS, IN SUPPORT OF GREATER HARRIS COUNTY 911 LEGISLATION; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. WHEREAS, for over 37 years, since its establishment in November 1983, the Greater Harris County 9-1-1 Emergency Network (GHC 9-1- 1) has provided a highly reliable, accurate, technologically advanced, and effective 9-1-1 system to the jurisdictions it serves within the counties of Harris and Fort Bend; and WHEREAS, today, GHC 9-1-1 administers service for 49 cities, two counties, and over 150 police, fire, and emergency medical agencies with 50 fully equipped 9-1-1 answering points within GHC 9-1-1's service area; and WHEREAS, GHC 9-1-1 has maintained, without incurring debt, a high level of service to an expanded service area and population at the same fee level set over 23 years ago, and this fee level is no longer sustainable in such a rapidly growing area; and WHEREAS, on behalf of the citizens served, GHC 9-1-1 strives to implement the latest life-saving emergency communications technology commonly known as Next Gen 9-1-1. Next Gen 9-1-1 promises to bring further enhanced capabilities for quick and accurate determination of a caller's location, more reliability and redundancy across the GHC 9-1- 1 territory, and the ability to receive critical emergency event data in multi -media formats, such as text and video, to 9-1-1; and WHEREAS, the GHC 9-1-1 Board of Managers recognizes that the decades -old funding mechanism set by the Texas Legislature in 1997 for wireless devices will not fully cover the cost of implementing Next Gen 9-1-1 to meet a high consumer expectation of 9-1-1 capabilities on modern wireless devices; and WHEREAS, it is a major challenge to maintain the current system and keep up with current advancements with a fee level adopted more than two decades ago; and WHEREAS, GHC 9-1-1 will seek legislation during the upcoming 871 Session of the Texas Legislature to provide for technology improvements of its system by allowing its Board of Managers to set the 9-1-1 wireless fee in the same manner asthe Board currently sets the wireline fee - as part of the annual budget; and WHEREAS, GHC 9-1-1 requests the support of its legislative efforts allowing for flexibility, local control, and ability to maintain the lowest 9-1-1 fee possible; NOW, THEREFORE, BE IT HEREBY RESOLVED BY THE CITY COUNCIL OF THE CITY OF LA PORTE, TEXAS, THAT: this resolution be adopted in support of the Greater Harris County 9-1-1 Emergency Network's legislative effort to continue the technological enhancements and operational advancements of the 9-1-1 system to better serve the 9-1-1 emergency needs in Harris and Fort Bend counties. PASSED and APPROVED this, the 25' day of January, 2021. CITY OF LA PORTE, TEXAS Louis R. Rigby, Mayor ATTEST: APPROVED AS TO FORM: Lee Woodward, City Secretary Clark T. Askins, Assistant City Attorney REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Ray Mayo, Director Department: Public Works • Report Resolution Ordinance Exhibits: Bid Tabulation, Pricinq Exhibit, Bid Access Report, Sun Coast Bid, and AJ Hurt- Reladyne Bid Appropriation Source of Funds: 001-General Fund Account Number: 001-6146-515-9094 Amount Budgeted: $506,832.00 Amount Requested: $398,252.00 Budgeted Item: �•' Yes �' No SUMMARY & RECOMMENDATION Responses to Bid #21007- Bulk Fuel were received on December 22, 2020. The Bid was advertised in the Bay Area Observer and posted on Public Purchase. A total of 14 vendors were notified, of which 24 vendors downloaded the bid document, resulting in six (6) vendors submitting bids. However, two (2) bids were deemed unresponsive due to incomplete documentation. This fuel contract is established for a one-year duration with an option of two additional 1-year renewals. Also, the bid is structured to award a primary and secondary supplier. The low bidder is Sun Coast Resources Inc. with the second low bid submitted by AJ Hurt Inc.-Reladyne. The bid sheet indicates differential costs per gallon that will be added to the OPIS (Oil Price Information Services) rack average upon delivery. The OPIS wholesale rack average fuel costs fluctuate daily. The $398,252.00 requested amount is the budgeted amount remaining and uncommitted. Fuel inventory is budgeted for the entire fiscal year, and is charged to each divisional user on a monthly basis. ACTION REQUIRED BY CITY COUNCIL Approval or other action to award Bid #21007 Bulk Fuel Contract to Sun Coast Resources Inc. as a primary vendor and AJ Hurt Inc. - Reladyne as a secondary vendor, with annual expenditure not to exceed annual budgeted amounts. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date City of La Porte Purckasing Department M EstaWiAed 1892 Cherell Daeurner, Purchasing Manager 7'exAS Bid Number 4$21007 ll� Contract Duration 12 months, or until September 30, 2021, whichever is sooner Contract Renewal 2 additional consecutive 1-year annual renewals Prices Good for 90 days Pre -bid Conference No Pre -bid conference shall be held Bid Comments The City is soliciting bids for an annual requirements contract to furnish and deliver bulk gasoline and diesel fuel pursuant to the specifications stated herein. For bidding purposes, the quantities are estimated and may vary during the contract term. Bid No. 21007 1 PLEASE SELECT AND COMPLETE ONLY ONE OF THE BID EXI FORM THAT APPLIES TO I.A Bid Execution By a Corporation )N FORMS THAT FOLLOW, COMPLETE ONLY THE BUSINESS TYPE The undersigned, hereby acknowledges having received Solicitation Number 21007 containing a full set of Contract Documents, including but not limited to, 1) Requirements for Bidding and Instructions to Bidders, @) Standard Terms and Conditions - General Conditions, 3) Speclal� Conditions, 4) Contract Plans or Drawings (if applicable), 5) Detailed SPecifications, 6) Proposal Pages, 7) Certifications: and 8) Addenda Nos. (none unless indicated here) and affirms that the corporation shall be bound by all :'the terms and conditions contained in 'the Contract Documents regardless of whether a complete set thereof it attached to this proposal or bid, except only to the extent that the corporation has taken express written exception thereto in the sections of this solicitation designated for that purpose, Under penalty of perjury, the undersigned: (1) warrants that ',he/she was authorized to submit this execution page on behalf of the Disclosing party; (2) warrants that all certifications'r and statements contained in the execution pages are true, accurate and complete as of the date the execution page was submitted; and (3) further warrants that, as of the date of submission of this solicitation there have been no changes in circumstances since the date that the Execution page was submitted that would render any certification in the execution page false, inaccurate or incomplete. Furthermore, the undersigned being duly sworn, deposes an& says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraint of freedom of competition among Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named herein. Proposals must be submitted with original signatures in the space provided. ProPosals not properly signed will be rejected. (Print o.rType) SIGNATURE OF PRESIDENT*: (Or Authorized Officer) TITLE OF SIGNATORY. Branch Manager (Print orType) BUSINESS ADDRESS: 3310 All stHoustonTx 77021 (Print or Type) *Note: in the event that this bid (proposal) is signed by otherthan the President, authorization, such as a resolution by the Board of Directors, which permits the p ATTEST: h hereto a cenified copy afthat section of Corporate By -Laws or other to sign the offer for the Corporation. (corporate Secretary signature) (Affix Corporate Seal) State of County of This instrument was acknowledged before me on this - day of 20 by as President (or other authorized officer) and as Secretary of (Corporation Name). (Seal) Commission Expires: Notary Public Signature �-,ity of La Porte Estaklisked 1892 Pricing Offer or to Sealed Bid #21007 Section I Item I A: Texas Low Emission, Ultra Low Sulfur Diesel, (15ppm and under sL Transport Load (8,000 gallons or more based on volume Section I Item I B., Texas Low Emission, Ultra Low Sulfur Diesel, (15ppm and under sulfur) Short Transport Load (less than full load, but more than tank wagon load) Section I Item I C Texas Low Emission, Ultra Low Sulfur Diesel, (15ppm and under Tank Wagon Load (any delivery ranging from 100 to 4,000 gal) ®PIS average price, Plus or Minus Differential Transport Lead (8,000 gallons or more based on volume) OPIS average price, Plus or Minus DlIferential Section I Itern 2B. Texas Low Emission, Ultra Low Sulfur Diesel, dyed Short Transport Load fless than fuALLneA hWLx@srzP fliao-taxk OPI S average price, Plus or Minus Differential Purckasing Department Cherell Daeumer, Purchasing Manager gus (circie one) +.0273 (plu (circle one) +.0473 +.0273 n load) _ _ clr�cleone! +.0473 2 1 P a g ca Estaklisked 1892 1"M Item 3A: Unleaded 87 Octane RFG w 10% Ethanol Section I Item 38. Unleaded 97 Octane RFG w 10% Ethanol Short Transport Load (less than full load, but more than tank wagon load) OPIS average price, Plus or Minus Differential Item 3C. Unleaded 87 Octane RPG w 10% Ethanol OPIS average price, Plus or Minus Differential Section 2 Its I Emergency Services Section 2 Cherell Daeumer, Purchasing Manager Iug Minus (circle one) I , ( '� 'q -) — Plus r Minus (circle one) J , 0 2-7 ? Plus Minus (circle one) -t b Lt 7 Pius Mlnus (circle one) --F , I �5 7 2- Please include all fees and taxes in proposed differential. Delivery charges are excluded. Although included, please iternizethe items below: Taxes 87 Octane Iteformulated Unleaded Texas Low Emission Gasoline w/10% Ethanol Ultra Low Su Diesel 1. Federal Gas LUST* Tax .0010/pergallon .0010/per gallon 2. Oil Spill Tax .00193 /per gallon .00214 /per gallon 3. TX Gas Motor Fuel Tax .2000/ per gallon /pergallon 4. TX Clear Diesel Motor Fuel Tax /pergallon .2000/per gallon *LUST (Leaking Underground Storage Tank) Loading Fees must comply with the declining fee scheduled as outlined in HB 3554 and passed in the State of Texas 80th Legislative Session, Effective September 1, 2007 (Texas Water Code, Sec. 26.3574,) or as amended. http-jwww.window.state.tx.us/taxinfo/fuels/ppd_fee.htmi Bid No. 21007 3 1 "-,;, �- y e, Pricing Offer to 20017, Continued The undersigned certifies - I. to comPly with all instructions to bidders, attached specifications and other documents contained in this solicitation; METHOD OF PAYMENT: CO are Name: A.J.HurtJr.jnc. dba Reladyne Telephone No: 713-747-741:1 E-Malk iohn-feyguson@)reladyne.com Authorized Signer: John Ferguson (Printed Name)_, 'el Authorized Signer: (Signature) Em CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by K& 23, 84th Leg., Regular Se log. FICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vender who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the Date Received vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the An business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code, A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Govemment Code. An offense under this section is a misdemeanor. Chen It thin box if �rou at° fiilr� are €tpdat l a rev lc�lsly fled rf€tetlrsrtrta3re. (The 4avr requires that you fide an updated fetedquestionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) � dame of 3cal gs�vernrrtent e�fficer about wham site arsfos°matiors''' is being discloser. NONE Name of Office hip With the local government officer, or a family member of The officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and 8 for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? r—'-1 L—J Yes No B. Is the vendor receiving or likely to recei,(e taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? ED �D I business ­rel lon -lip soc a that h d d in nagntain �'Ih a Corp ra !Ono ao en 0 an or 8 so af Ven 8me Section 1 a V 1p' Ym 'Ib t e a re pe tt t I I gove M r as a a cer 0 r bu iness entity with swhichrn not"M serves n r f, r director, or ohoilds act C h 0 0 he 008 officer se es, W r hl� I t t f p r t , no s 0 n eres 0 one e cen 0, more. Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts Li as described in Section 176MS(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 A '§Tg`nat�" of venoor doing Wshe s with the governmental entity Form provided by Texas Ethics Commission www. ethics. state. tx,u s Revised 11/30/2015 House Bill 89 VERIFICATION 1, j2tn±tM�! , the undersigned representative of AJ. HurtJr.,Inc. dba Reladyne 1. " aycott Israel' m eons refusing to deal with, term , inating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or lim it com m ercial relations specifically with Israel, or with, a person or entity doing business in Israel or in on Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means afor-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 affiflate of those entities or business associations that exist to make a profit, -DATE 12/14/2020 SI, URE OF"GeMPANY REPRESENTATIVE CERTIFICATE OF INTERESTED PARTIES Complete Nos. I - 4 and 6 if there are interested parties. Complete Nos. L 23. S—vnd I Name of business of business.state � tity's place A.J.Hur0r.,inc. dba Reladyne Houston, TX United States being filed, City of La Porte MEMME= -5 Check only if there is No Interested Party. ID 6 UNSWORN DECLARA-1710N "7,''; r— My 0 name is and my date of birth is 2 4' �O t 7 fb My address is '5 k-A (city) (state) (zip code—) (coumTy) I declare under penalty Of Perjury that the foregoing is true and correct. Executed in County, State of on the oW — ay —d of (month) (year) ell w= 6fauthorized / -- n, 0 2e".1'rcOntracting business entity te.tx.us 0= City of La Porte Purckasing Department Estaklisked 1892 Cherell Daeumer, Purchasing Manager Metro Raul Arenus 1900 Main St Houston,Tx 713-652-8022 ra12@ridemetro.or(j COMPANY CONTACT PHONE EMAIL NAME NAME ADDRESS NUMBER ADDRESS Deer Park ISD Jay Archer 502 E Second,Deer Park,Tx 832-668-7484 jarcher@dpisd.org COMPANY CONTACT PHONE EMAIL NAME NAME ADDRESS NUMBER ADDRESS COMPANY CONTACT PHONE EMAIL NAME NAME ADDRESS NUMBER ADDRESS City of Galveston Allison Burch 502 32nd.Galveston,Tx 409-797-3920 aburch@gaivestontx.gov COMPANY CONTACT PHONE EMAIL NAME NAME ADDRESS NUMBER ADDRESS City of Conroe Dan Neumann 401 S9t- Ed Hoc Blvd.Conroe,Tx 936-522-3829 dneuman@cityofconroe.org Quote No. 2002 131 P ? g e w«>wx292fd 22., . . . »«»»»a © �: »<j:±5« <»«»v...�.. . a ,... . .. . ... a:z»««� >S2�««xs: In the evet of a shortage or catastrophic conditions Reladyne, will mobilize assets and personnel from one ore more Branches in United States which are not affected by shortage or catastrophic conditions to supply and service affected areas. Reladyne has over 100 Branches in United states which can help affected areas in need of help With deliveries and procurement of fuel and other supplies on short notice. 11,111110 2 flit to -19-85-20-2 07 RE,-C1URCES, 11\JC, T oaqt n L U YEARS I �6alkv juds & Lbricants. M, M-11 al BID FOR: BULK FUEL PURCHASES a BY: SUN COAST RESOURCES, INC. C/O NATIONAL SALES AND SUPPLY 6405 CAVALCADE, BUILDING I HOUSTON, TX 77026 WAMER NXIM014 111 IN K" 1 4% POURCEEi-i-TE Sun Coast Resources, Inc. 16405 Cavalcade St., Bldg. I I Houston, TX 77026 -w-ww.suncoastresources.com 1 (800) 677-FUEL (3835) PLEASE SELECT AND COMPLETE ONLY ONE OF THE BID EXECUTION FORMS THAT FOLLOW. COMPLETE ONLY THE FORM THAT APPLIES TO YOUR BUSINESS TYPE 1.A Bid Execution By a Corporation The undersigned, hereby acknowledges having received Solicitation Number 21007 containing a full set of Contract Documents, including but not limited to, 1) Requirements for Bidding and Instructions to Bidders, @) Standard Terms and Conditions - General Conditions, 3) Special Conditions, 4) Contract Plans or Drawings (if applicable), S) Detailed Specifications, 6) Proposal Pages, 7) Certifications and 8) Addenda Nos. (none unless indicated here) and affirms that the corporation shall be bound by all the terms and conditions contained in the Contract Documents regardless of whether a complete set thereof it attached to this proposal or bid, except only to the extent that the corporation has taken express written exception thereto in the sections of this solicitation designated for that purpose. Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit this execution page on behalf of the Disclosing party; (2) warrants that all certifications and statements contained in the execution pages are true, accurate and complete as of the date the execution page was submitted; and (3) further warrants that, as of the date of submission of this solicitation there have been no changes in circumstances since the date that the Execution page was submitted that would render any certification in the execution page false, inaccurate or incomplete. Furthermore, the undersigned being duly sworn, deposes and says on oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any other Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraint of freedom of competition among Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named herein. Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected. SIGNATURE OF PRESIDENT*: (Or Authorized Officer) TITLE OF SIGNATORY: ' Fnnt or T " t (Signature) Lori Vetters BUSINESS ADDRESS: 6405 CaVAOIJ9de, Building 1, Houston, TX 77026 (Print or Type) *Note: In the event that this bid (proposa i signed by other than the President, attach hereto a certified copy of that section of Corporate By -Laws or other authorization, such as a resolution �yth and of IlrecOs hich perrl 's the person to sign the offerforthe Corporation. ATTEST: G " ° t s y "a '( N/A (Corporate Secretary Signature) (Affix Corporate Seal) State of Texas County of Harris This instrument was acknowledged before me on this 18th day of December 2020 by Lori Vetters (or other authorized officer) and NIA (Seal) �a ✓Notary Public Signature as President as Secretary of Sun Coast Resources, Inc. (Corporation Name). Commission Expires: 03/29/2023 BARBARA CRANFORD MANUEL it Notary Public, State of Texas Comm; Expires 03 29-2023 City of -La Port! Pst.klisked 1892 Pricing Offer Form to Sealed Bid #21007 Cherell Daeurner, Purchasing Manager Section I Item I A: Texas Low Emission, Ultra Low Sulfur Diesel, (15ppm and under sulfur) Plus r Minus (circle one) Transport Load (8,000 gallons or more based on volume) OPIS average price, Plus or Minus Differential +$0.0000 per gallon Section 1 Item I B: Texas Low Emission, Ultra Low Sulfur Diesel, (15ppm and under sulfur) Short Transport Load (less than full load, but more than tank wagon load) (Plus )r Minus (circle one) OPIS average price, Plus or Minus Differential +$0.0285 per gallon Section 1 Item I C.- Texas Low Emission, Ultra Low Sulfur Diesel, (15ppm and under sulfur) Tank Wagon Load (any delivery ranging from 100 to 4,000 gal) (PZU�lr Minus (circle one) OPIS average price, Plus or Minus Differential +$0.1800 per gallon Section 1 Item 2A: Texas Low Emission, Ultra Low Sulfur Diesel, dyed Transport Load (8,000 gallons or more based on volume) Plus r minsic (circle n OPIS average price, Plus or Minus Differential +$0.0000 per gallon Section I Item 28: Texas Low Emission, Ultra Low Sulfur Diesel, dyed Short Transport Load (less than full load, but more than tank wagon load) Plus rMinus (circle one) OPIS average price, Plus or Minus Differential +$0.0285 per gallon_ 2 Bid No. 21007 City f La •Porte Estaklished 1892 E Item 2C: Texas Low Emission, Ultra Low Sulfur Diesel, dyed Tank Wagon Load (any delivery ranging from 100 to 4,000 gal) OPTS average price, Plus or Minus Differential Item 3A: Unleaded 87 Octane RFG w 10% Ethanol Transport Load (8,000 gal or less based on volume) OPTS average price, Plus or Minus Differential Item 38: Unleaded 87 Octane RFG w 10% Ethanol Short Transport Load (less than full load, but more than tank wagon load) OPTS average price, Plus or Minus Differential Item 3C: Unleaded 87 Octane RFG w 10% Ethanol Tank Wagon Load (any delivery ranging from 100 to 4,000 gal) OPIS average price, Plus or Minus Differential Section 2 Item 1 Emergency Services Section 2 Item 2 Emergency Equipment Cherell Daeumer, Purchasing Manager Plus r Minus (circle one) +$0.1800 per gallon Plus Minus (circle one) +$0.0000 per gallon Plus r Minus (circle one) +$0.0285 per gallon Plus r Minus (circle one) +$0.1800 per gallon $350.00/1-1R $350.00/H R Please include all fees and taxes in proposed differential. Delivery charges are excluded. Although included, please itemize the items below Taxes 87 Octane Reformulated Unleaded Texas Low Emission Gasoline w/10% Ethanol Ultra Low Sulfur Diesel 1. Federal Gas LUST* Tax 0.0010 /per gallon 0.0010 /per gallon 2. Oil Spill Tax 0.001929 /per gallon 0.001929 /per gallon 3. TX Gas Motor Fuel Tax 0.2000 per gallon 0.0000 /per gallon 4. TX Clear Diesel Motor Fuel Tax 0.0000 /per gallon 0.2000 /per gallon *LUST (Leaking Underground Storage Tank) Loading Fees must comply with the declining fee scheduled as outlined in HB 3554 and passed in the State of Texas 80th Legislative Session, Effective September 1, 2007 (Texas Water Code, Sec. 26.3574,) or as amended. http:/www.window.state.tx.us/taxinfo/fuels/ppd_fee.htmi Continued on Next Page Bid No. 21007 3( 3 a g e Pricing Offer to 20017, Continued The undersigned certifies: I. to comply with all instructions to bidders, attached specifications and other documents contained in this solicitation; 2. that they have not conspired with any other potential supplier in any manner to attempt to control competitive pricing; 3. that they are a duly qualified, capable and bondable business entity not in receivership or contemplating same, and has not filed for bankruptcy. 4. affirms that they will not discriminate against any employee or applicant as prohibited by law. Failure to comply may lead to termination of contract. It is understood and agreed that the above described item, material, equipment and/or work shall carry the standard warranty of the manufacturer and be delivered on site in accordance with the attached specifications in days after receipt of order. City of La Porte payment terms is Net 30 (vendor paid within 30 days of satisfactory receipt of goods and an approved invoice)in accordance with the Texas Prompt Payment Act, unless we have the option to pay using the Citibank P-Card (Master Card) Do you allow for payments using the City's Procurement Card Provider, CitiBank (this is the preferred payment method in many instances)? NO If "Yes", discount offered % Company Name: Sun Coast Resources, Inc. Telephone No: 713-429-6702 E-mail: nationaI@suncoastresources.com Authorized Signer: Teri Baterna-rf (Printed -Name, Authorized Signer: (Signature) Page 4 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who ®' has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the date Received vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. jJ Name of vendor who has a business relationship with local governmental entity. Sun Coast Resources, Inc. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. NIA Name of Officer IJ Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F--] No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F-1 No 51 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 12/17/2020 f Signature of vendor doing business with tW governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 House Bill 89 VERIFICATION 1, Steven Boyd ... (Person name), the undersigned representative oname} Sun Coast Resources, Inc. (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 afor-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. 12/17/2020 DATE SIGNATURE OF COMPANY REPRESENTATIVE CERTIPICATE OP INTERESTED PARTIES FORM 1295 Complete Nos. I - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. -7 CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. Sun Coast Resources, Inc. 2020-700035 Houston, TX United States Date Filed: 2 Name of governmental entity or state agency th3t Fisa party to the contract for which the form is 12/17/2020 being filed. City of La Porte Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 21007 Bulk Fuel 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling intermediary Lehne, Kathy Houston, TX United States X Smith, Lisa Houston, TX United States X Vetters, Lori Houston, TX United States X 5 Check only if there is NO Interested Party. D My name is Steven Boyd and my date of birth is 11/5/47 My address is 6405 Cavalcade, Building 1 Houston TX 77026 Harris (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Harris County, State of Texas on the 17th day of December , 2o 20 Signature of authorized agWnt of contracting business entity Forms provided oy Texas Ethics Commission moww.ethicn.nute.tx.us Vorsionv11cd34073b L JI- Citof La Porte Pk R y urc asing Department Established 1892 Cherell Daeumer, Purchasing Manager Please provide the following information. Include both current and previous references where these similar types of services have been provided. Contact names must be that of a responsible party with the authority to approve such services. Failure to complete and submit this form may be cause to disqualify your proposal. COMPANY CONTACT PHONE EMAIL NAME NAME ADDRESS NUMBER ADDRESS County of Galveston; Rufus Crowder; 5200 Moody Ave, Galveston, TX 77550; 409-770-5403; rufus.crowder@co.galveston.tx.us COMPANY CONTACT PHONE EMAIL NAME NAME ADDRESS NUMBER ADDRESS Harris County; Melissa McCord; 1001 Preston #670, Houston, TX 77502; 713-274-4424; Melissa.McCord@pur.hctx.net COMPANY CONTACT PHONE EMAIL NAME NAME ADDRESS NUMBER ADDRESS Pasadena ISD; Andy Castillo; 1515 Cherrybrook Lane, Pasadena, TX 77502, 713-740-0817; ancastillo@pasadenaisd.org COMPANY CONTACT PHONE EMAIL NAME NAME ADDRESS NUMBER ADDRESS San Jacinto Community College; Janet Sloocum; 8060 Spencer Hwy, Pasadena, TX 77505; 281-542-2090; janet.sloocum@sjcd.edu COMPANY CONTACT PHONE EMAIL NAME NAME ADDRESS UMBER ADDRESS City of Tomball; Lexi McMinn; 401 Market St, Tomball, TX 77375; 281-290-1425; amcminn@tomballtx.gov 18 Quote No. 2002 Qualifications Questionnaire to #21007 — Bulk Fuels Supply 1. Do you employ wireless technology? Describe. Yes, we have Smart Logix technology in each truck as well as Smart Tank monitoring for fuel management. 2. Where are your bulk storage facilities located? We have locations in Texas, Louisiana, and Oklahoma with the ability to source fuel within all of the states we are licensed in 3. Do you have multiple contracts with the major oil companies and all the major refineries? Please demonstrate your ability to source product from multiple providers. Sun Coast has established supply options at all of the Houston area terminals along with on site storage at our yard. 4. What is your fleet size? Types of equipment available for deliveries? Do you own your equipment? 5. What are your service hours? Sun Coast is available 24 hours a day, 7 days a week, 365 days per year 6. Where are your dispatch centers? Our dispatch centers are located in the Houston headquarters as well as additional onsite locations. 7. What states are you licensed in? AL, AR, CO, CT, DE, FL, GA, KS, KY, LA, ME, MID, MA, MS, MO, NE, NH, NJ, NM, NY, NC, ND, OH, OK, PA, SC, TN, TX, VT, VA, WE, WY 8. What products are you licensed to transport? All gas products, diesel, jet fuel, ethanol, kerosene, bio products, marine fuel, additives 9. What additional services do you provide, i.e., fleet card services, fleet fueling, fuel management services, costlinventory management, temporary fueling stations, generator fueling, emergency fuel management or emergency equipment solutions, etc.? Transportation services, fleet fueling, tank monitoring, fuel/oil testing, used oil retrieval, spill response, filtration, and purification services, generator fueling, oil and lubricants, as well as emergency response programs. 10.Do you offer equipment sales, rentals or loans? Please describe the available equipment and programs offered. We offer tank rentals, sales, and loans available and designed to meet each individual customer's needs. Contingency Plan Sun Coast Resources, Inc. mitigates supply shortages by utilizing other terminals within the region. In addition iosourcing from alternate fuel terminals during shortages, wewill utilize our other offices to maintain supply. Sun Coast also has storage at our facilities to supplement supply shortages when needed. MOM Bobtail: Fuel Truck with a driver. Bobtail can haul up to 4,000 gallons. Bobtail can dispense gas, diesel or both products. Bobtail trucks can fill vehicles, generators, tanks, etc. Transport & TFL(Pumnp Staton):Fuel truck with adriver. Transport & TFLcan haul upto8,GOOgallons, can dispense gas, diesel, or both products. Transport can be a supply truck smaller trucks. TFIL setups can fill vehicles, generators, tanks, etc. Sur, (CumetRemuazcem,1nc, i 640���p��m�m��^����1 � 8�mam�o�,���7?02� - 1985-2020 coast YEARS Qualky Fuels & Lubricants U § )r Chevron b c,,t—n iP rWe, Quick Response Vehicle (QRV): QRV Truck with a driver. QRV can haul up to 1,000 gallons. QRV can dispense gas, diesel or both products. ® Smaller truck to supply customers who need the smaller size and 4-wheel drive. ® QRV trucks can fill vehicles, generators, tanks, etc. Quick Response Trailer (QRT): Truck and QRT with a driver. QRT can haul up to 920 gallons. QRT can dispense gas, diesel or both products. ® Compact design to supply customers who need the smaller size and possibly 4-wheel drive. ® QRT trucks can fill vehicles, generators, tanks, etc. ISO: ISO tanks hold up to 6,000 gallons. ISO tanks can dispense gas only or diesel only. Only very few ISO gas tanks. ® Specialized mobile fueling station. Equipped with self-sustaining generator. ® Pumps on 4 corners enabling the unit to fuel 4 vehicles simultaneously. ® Easily replenished with a fuel truck bobtail or transport. ® Can fill directly into generators of all sizes s No need for external pumps, can quickly be relocated to multiple locations Sun Coast Resources, Ine. 1 6405 1985-2020 Coast w�p OURCEuLJTCZ Modified All -Terrain Vehicle: 0 Can maneuver inmplant 0 Can scale rugged terrain 0 Can fit down narrow roads 0 Customized IOOgallon tank with hose reel and pumping system 0 Has ohitch topull uutility trailer ifneeded NA0N (High Aquatic Refueling Vehicle): = Capable ofdelivering 2/]OOOgallons = Proven military capabilities � GxGall-wheel drive Able to drive through 3.5 feet of water Capable ofdelivering 1UK|bs.ofPayload Proven military capabilities 6x6all-wheel drive Sun Coast Resources, Inc. 1 64#5Cavalcade 8t.,BbdK I I Houston, TX77026 1 (80)677-F0EL(3835) 1985-2020 F-Su" coast 14ESOURCES, 1"C. ::S YEARS Quality Fuels & Lubri(�atits- Heavy Expanded Mobility Tactical Truck (HMETT): Capable of delivering 20K lbs. Payload Proven military capabilities 8x8 all -wheel drive ■ Able to drive through 4 feet of water High Mobility Multipurpose Wheeled Vehicle (HMMWV): M Capable of delivering 20K lbs. Payload ■ Proven military capabilities ■ 4X4 all -wheel drive ■ Able to drive through 4 feet of water Light Medium Tactical Vehicle 1078 (LMTV): ■ Capable of delivering 5K lbs. Payload ■ Proven military capabilities 4X4 all -wheel drive Able to drive through 3 feet of water Chevron LuhriCnkWry Unin Sun Coast Resources, Inc. 1 6405 Cavalcade St., Bldg. 1 1 Houston, TX 770 www.suncoastresources.com I (800)677-FUEL(3835') i 35 1985-2020 Coast YEARS I Quali(v Fuels & Lubricants Steel Skid Tanks with or without Containment Pans: Transcube Tanks Large range of sizes (300 gallon -20,000) Large range of sizes (246 gallon -15,000) Stackable D.O.T. approved to travel with fuel already loaded WO It OURCEEUrE Sun Coast Resources, Inc. 1 6405 Cavalcade St., Bldg. 1 1 Houston, TX 770 0. w-t,vw.suncoastresources.com 1 (800) 677-FUEL (3835) 1 1985-2020 40 �—lb���^"'� Sun Coast Safety Record and Environmental Compliance Sun Coast Resources, Inc. has a stellar safety record over the past 10 years for acompany that currently logs more than _-- million employee work hours annually. m/ehave never been cited uyOSHA, and have only had 5citations by the Mine Safety and Health Administration (k45UA) over 1O�ear period despite a record of zero i^i�-- ` or accidents mtmine sites. The 2U10yNSHAcitations wena1O/19/Z010fortheprexenceofanunmarkedfrayedemens|000`ndinaxemicetmck and 12/20/2010 for not chocking the wheels of a vehicle inside mine property. Since these citations, Sun Coast has established arigorous mine safety training program, even having 2employees certified through KxSHAaoin,tructoo The 2Ol9K4SHAchations#g4O2769and #940277Uon3/lO/2Ol9vveefor anemployee working atheight without — proper fall protection and a lack nfsbe'spedMc hazard awareness training. Additional training for the employee including site -specific hazard training, and 24-hour New Miner training was completed. Additional focus onproper PPE and fall protection has since been implemented during training. On 1/8/2020wm received a citation for not chocking wheels ofatruck left unattended inside mine property. Sun Coast Resources, Inc. has an excellent environmental record with only a few minor citations and violations over the past years for a company that moves over 4 million gallons of fuel on a daily basis. These citations are a,follows: — Texas General Land Office — NOV for unauthorized discharge of1.5 gallons of diesel into Texas Coastal Waters on 2/28/2012 caused by an equipment malfunction during fueling of a private vessel at a marina in Clear Lake, Texas. All spilled material was cleaned up and properly disposed of resulting in an administrative penalty of $300 being paid to the agency. Since the incident rigorous marine fueling training program has been instituted nem|dn0 in extensive training being provided to at |eaat4O marine fueling employees. Significant upgrades to marine fueling equipment and the Facility Response Plan (governed by the U3 Coast Guard) have also been developed and approved. Louisiana Department of Public Safety — 5/25/2011 NOV for Late Notification of a Hazardous Material Incident and NOV for Leaking Hazardous Materials Package during a 5/16/20111 oz. leak of diesel from a transport vehicle. After revising our spill notification procedures tnthe State of Louisiana, and additional spill and notification training provided to all drivers in Sun Coast terminals delivering to Louisiana, the second NOV was dismissed and a penalty paid for only the late notification violation. Texas Commission on Environmental Owa|ky —3/19/2O13 NOV for failure to have a copy of the Stage || Vapor Recovery Test records available on site and Stage 11 training and certification for employees at the Euless terminal. The NOV was quickly resolved by providing copies of the Vapor Recovery Test records and training and certification records tothe agency. 8/30/2013 Resolved NOV forfailure to keep used oil filter bulk containers securely closed and failure to use manifests when transporting hazardous wastes off -site. The alleged violations were caused by u vendor on site and miscommunication ofhow wastes were being handled. 9/12/2013 Resolved NOV for failure to properly dispose of industrial solid waste or municipal hazardous waste, and failure to have secondary containment in the used oil warehouse. During the same inspection, the inspector also found two other resolved NOVs (dated 1/8/2014) for failure to properly label "universal waste -paint" containers and to keep them closed, failure to generate a hazardous waste determination for universal paint waste, and failure to label four drums and atank with the words, "Used Oi|" Texas Commission onEnvironmental Quality 2/6/2015Notice ofEnforcement for delivering fuel toanunregistered aboveground storage tank belonging tuacustomer. VVehave provided our response tuthe NOEand sent out over 8600 letters to Texas customer advising them of their compliance requirements such as tank registration and Spill Prevention Control and Countermeasure (3PC[) plans. We are awaiting "resolved" designation for the alleged violation. 7/14/2U17—N0Ewithdrawn and case closed. Texas General Land Office — 7/30/2018 Notice of Violation for unauthorized discharge of oil (diesel fuel) into the Old Brazos River when a customer's tank overfilled and less than 1 gallon of fuel spilled off the dock. The spill was immediately cleaned upand USCoast Guard and Texas GL0notified, Administrative penalties of$Z5Owere paid for the discharge. Sun Coan Reso�nrces,lric�i6405K��2,cmde St,Bldlo, I|���m����77�� Notifications & Access Report to Sealed Bid #21007 - Bulk Fuel Notifications: Vendor Name Reason 81 Logistics Group LLC Bid Notification A.J.Hurt,Jr.,lnc. dba Reladyne Bid Notification Chemoil Corporation Bid Notification Colonial Oil Industries, Inc Bid Notification DES Wholesale, LLC dba Diver Bid Notification Gold Star Petroleum, Inc Bid Notification Houston -Pasadena Apache oil 1 Bid Notification Mansfield Oil Company Bid Notification OWE Services Group Bid Notification Petroleum Traders Corporation Bid Notification Southern Counties Oil Co. dba Bid Notification Sun Coast Resources Bid Notification Sun Coast Resources Inc. Bid Notification TRADE AND MERCHANT TRP Bid Notification Truman Arnold Companies Bid Notification Truman Arnold Companies Bid Notification US Global Fuels Bid Notification Access: Vendor Name Documents 81 Logistics Group LLC Sealed Bid #21007.pdf A.J.Hurt,Jr.,lnc. dba Reladyne Sealed Bid #21007.pdf BidClerk CMS Colonial Oil Industries, Inc Sealed Bid #21007.pdf Construction Journal Dodge Data & Analytics Fikes Wholesale Inc Sealed Bid #21007.pdf Fullidity LLC Sealed Bid #21007.pdf Gold Star Petroleum, Inc Sealed Bid #21007.pdf Houston -Pasadena Apache oil Sealed Bid #21007.pdf IMS Indigo Energy Partners, LLC Sealed Bid #21007.pdf L&L Supplies Sealed Bid #21007.pdf Lykins Oil Company Sealed Bid #21007.pdf Mansfield Oil Company Sealed Bid #21007.pdf North America Procurement Cc Sealed Bid #21007.pdf Onvia Sealed Bid #21007.pdf Perkens WS Corporation Sealed Bid #21007.pdf Petroleum Traders Corporation Sealed Bid #21007.pdf Pinnacle Petroleum, Inc. Sealed Bid #21007.pdf RKA Petroleum Companies Sealed Bid #21007.pdf School Wholesale Supplies LLC SmartProcure Sealed Bid #21007.pdf Southern Counties Oil Co. dba Sealed Bid #21007.pdf Spearpoint Logistics LLC Sealed Bid #21007.pdf Spearpoint Logistics LLC Sealed Bid #21007.pdf Sun Coast Resources Inc. Sealed Bid #21007.pdf Truman Arnold Companies Sealed Bid #21007.pdf Tukmol General Contractor Wayne Enterprises World Energy Downstream, LL(Sealed Bid #21007.pdf Fuel Bid Price Comparison DOCUMENTATION DOCUMENTATION #2 INCOMPLETE INCOMPLETE #1 Est, annual *OPIS Rack A! Hunt ac ie Fullidity o eu n Pinnacle Sun Coast quantity (gal) 8-Dec-20 ers Petroleum Full Transport ( Public Works ) Regular Unleaded 168,000 $1.2770 $1,3043 $1.2820 $1.5799 $1.4995 $1.2900 $1.2770 Diesel 84,000 $1.4591 $1.4864 $1.4816 $1.7822 $1.6892 $1.4852 $1.4591 Tank Wagon (Golf Course) Regular Unleaded 6,000 $1.2770 51.4167 $1.4270 $1.7799 $1.7322 $1.7552 $1.4570 Utra Low Sulfur Diesel Dyed 12,000 1 $1.4239 $1.5636 $1.6039 $1.7470 $1.6793 $1.8588 $1.6039 Regular Unleaded $219,122.40 $215,376.00 $265,423,20 $251,916.00 $216,720.00 $214,536.00 Diesel $124,857.60 $124,454.40 $149,704.80 $141,892.80 $124,756.80 $122,564,40 Regular Unleaded $8,500,20 $8,562.00 $10,679.40 $10,393.20 $10,531.20 $8,742,00 Ultra Low Sulfur Diesel Dyed J $19,763.20 $19,246.80 $20,964.00 $20,151.60 $22,305.60 $19,246.80 ANNUAL TOTAL $371,243.40 $367,639.20 $446,771.40 $424,353.60 $374,313.60 $365,089.20 * Exhibit for bid tabulation only - OPIS rack averages fluctuate daily Pinnacle 11 ptra;p-m c AJ Hunt Fullidity Petroleum Suncoast Awe Trader3 Section 1 Description +/- Price +/- Price +/- Price +/- Price exas Low Emission, Ultra Low Sulfur Diesel, 1A TRANSPORT LOAD + 0.0273 + 0.3231 + 0.0261 + 0.0000 exas Low Emission, Ultra Low Sulfur Diesel, 1g SHORT TRANSPORT LOAD + 0.0473 + 0.3931 + 0.43 + 0.0285 exas Low Emission, Ultra Low Sulfur Diesel, 1C TANK WAGON LOAD + 0.1397 + 0.5231 + 0.43 + 0.18 exas Low Emission, Ultra Low Sulfur Diesel, 2A Dyed, TRANSPORT LOAD + 0.0273 + 0.1231 + 0.0311 0 0.0000 exas Low Lmission, Ultra Low SUITur Diesel, 2g dyed, SHORT TRANSPORT LOAD + 0.0473 + 0.1931 + 0.4349 + 0.0285 exas Low Emission, Ultra Low Sulfur Diesel, 2C dyed, TANK WAGON LOAD + 0.1397 + 0.3231 + 0.4349 + 0.18 Unleaded 87 Octane RFG w o Lthanol, 3A TRANSPORT LOAD + 0.0273 + 0.3029 + 0.013 + 0.0000 Unleaded 87 Octane RFG w o Lthanol, 3g SHORT TRANSPORT LOAD + 0.0473 + 0.3729 + 0.4782 + 0.0285 87 Octane w o Lthanol, 3C junleaded WAGON LOAD I + 0.1397 + 0.5029 + 0.4782 + 0.18 Section 2 Description AJ Hunt Fullidity Pin n acle Suncoast Apache Petroleum Traders 1 Emergency Services $150.00 See note 1 $175/delivery 350/hr 2 Emergency Equipment $150.00 $200 mo. rental 350/hr NOT RESPONSIVE REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Grady Parker, Manager Department Administration/IT • Report Resolution Ordinance Exhibits: Insite Quote Appropriation Source of Funds: 001 -General Fund Account Number: 001-6066-519.4055 Amount Budgeted: $25,000 Amount Requested: $24,042.21 Budgeted Item: (*' Yes (' No SUMMARY & RECOMMENDATION In 2018, the City of La Porte entered into a cloud software contract for all of the City's Adobe Acrobat software. Currently, the City utilizes Adobe Acrobat Pro DC for all of our Portable Document Format (PDF) files. Also, we have six (6) Adobe Creative Cloud licenses being used for all our media and image editing. The cloud software agreement ensures that the City of La Porte has a guaranteed level of support from Adobe as well as the ability to upgrade to the newest Adobe version. The City has had a service agreement with Adobe for at least three (3) years and the agreement has been through Insite. Every three (3) years, IT budgets and renews their current cloud software agreement using Adobe's preferred partner, Insite. City staff has not had any issues with support from Adobe during the tenure of their service agreements and recommends approval of the support agreement using Insite as the preferred Adobe partner. Benefits: • The renewal is with an Adobe preferred Vendor that the City of La Porte has worked with over the past 10 years to procure multiple pieces of technology hardware. • The renewal ensures the City has immediate support thru Adobe's web portal. • The renewal ensures the City is always updated with the newest versions of the Adobe software suite Liabilities: • None Staff recommends approval of the Adobe Cloud software three (3) year renewal with Insite, in the amount of $24,042.21 to be paid annually. ACTION REQUIRED BY CITY COUNCIL Approve the three (3) year renewal of the Adobe Cloud Software Suite with Insite in the amount of $24,042.21 to be paid annually. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date •�- INSIGHT PUBLIC SECTOR SLED Page 1 of 2 Insight-l• 6820S HARL AVE PUBLIC SECTOR TEMPE AZ 85283-4318 Tel: 800-467-4448 SOLD -TO PARTY 10628851 CITY OF LA PORTE 604 W FAI RMONT PKWY LA PORTE TX 77571-6215 SHIP -TO PARTY CITY OF LA PORTE 604 W FAI RMONT PKWY LA PORTE TX 77571-6215 We deliver according to the following terms: Payment Terms Net 30 days Ship Via Electronic Delivery Terms of Delivery FOB DESTINATION Currency USD Quotation Number Document Date PO Number PO Release Sales Rep Email Telephone Quotation 223063377 03-DEC-2020 Nelly Cipriano NELLY.CIPRIANO@INSIGHT.COM 5143738513 Material Material Description Quantity Unit Price Extended Price 65297930BC14Al2 Adobe Acrobat Pro DC for teams - Team 115 Licensing Subscription Renewal (monthly) - 1 user - GOV - VIP Select - level 14 (100+) - 3 years commitment - Win, Mac - Multi North American Language VIPG TEAM LIC SUB RENEWAL L14 100+ (VIP SELECT 3 YEAR COMMIT) Coverage Dates: 01-JAN-2021 - 31-DEC-2021 OPEN MARKET LICENSE 80986C854DC7088B4FEA DEPLOY DATE 03-DEC-2020 65304042BC14Al2 Adobe Creative Cloud for teams - All Apps - Team Licensing Subscription Renewal (monthly) - 1 user - GOV - VIP Select - level 14 (100+) - 3 years commitment - Win, Mac - Multi North American Language VIPG TEAM LIC SUB RENEWAL L14 100+ (VIP SELECT 3 YEAR COMMIT) Coverage Dates: 01-JAN-2021 - 31-DEC-2021 OPEN MARKET LICENSE 80986C854DC7088B4FEA DEPLOY DATE 03-DEC-2020 164.79 848.56 18,950.85 5,091.36 Product Subtotal 24,042.21 TAX 0.00 Total 24,042.21 Thank you for considering Insight. Please contact us with any questions or for additional information about Insight's complete IT solution offering. Sincerely, Nelly Cipriano 5143738513 NELLY.CIPRIANO@INSIGHT.COM Insight,_.' PUBLIC SECTOR Quotation Number 223063377 Document Date 03-DEC-2020 Page 2 of 2 Insight Global Finance has a wide variety of flexible financing options and technology refresh solutions. Contact your Insight representative for an innovative approach to maximizing your technology and developing a strategy to manage your financial options. This purchase is subject to Insight's online Terms of Sale unless you have a separate purchase agreement signed by you and Insight, in which case, that separate agreement will govern. Insight's online Terms of Sale can be found at the "terms -and -policies" link below. Effective Oct. 1, 2018, the U.S. government imposed tariffs on technology -related goods. Technology manufacturers are evaluating the impact on their cost and are providing us with frequent cost updates. For this reason, quote and ecommerce product pricing is subject to change as costs are updated. If you have any questions regarding the impact of the tariff on your pricing, please reach out to your sales team. SOFTWARE AND CLOUD SERVICES PURCHASES: If your purchase contains any software or cloud computing offerings ("Software and Cloud Offerings"), each offering will be subject to the applicable supplier's end user license and use terms ("Supplier Terms") made available by the supplier or which can be found at the "terms -and -policies" link below. By ordering, paying for, receiving or using Software and Cloud Offerings, you agree to be bound by and accept the Supplier Terms unless you and the applicable supplier have a separate agreement which governs. https://www.insight.com/terms-and-policies REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Lisa Camp, EMS Chief Department: Administration/EMS Report Resolution Ordinance Exhibits: Port of Houston Contract for EMS Services 2021-2024 Appropriation Source of Funds: N/A Account Number: N/A Amount Budgeted: N/A Amount Requested: N/A Budgeted Item: (' Yes (-. No SUMMARY & RECOMMENDATION The existing service contract for Emergency Medical Services (EMS) with the Port of Houston Authority — Barbour's Cut and Bayport Terminals expires on January 31, 2021. The service contract between the City of La Porte EMS and the Port of Houston Authority will be for a thirty-six (36) month period. City of La Porte EMS has contracted to provide EMS services with the Port of Houston Barbour's Cut Terminal since 2003. In October 2019, EMS began providing services to the Port of Houston Bayport Terminal. The attached 2021-2023 contract is calculated at a rate of $42.49 per employee, per year. This is an increase of $11.97 per employee over the previous negotiated rate. The total agreement amount invoiced will be based on an Average Daily Population (ADP) of 990 employees from the Barbour's Cut Terminal and 785 employees from the Bayport Terminal. The Port of Houston authority agrees to pay thirty-six (36) monthly payments of $6,284.98 such charges are based on a $42.49 per average daily population fee and are to be paid in full by Port of Houston Authority to the City of La Porte, on or before the tenth day of the month following the month in which such services are rendered. The total amount of the contract for thirty-six months is $226,259.25. Contract fees are in addition to any and all patient billing and revenues for actual calls for service. Calls for Service: Port of Houston — Barbour's Cut Terminal Year Number of calls 2018 21 2019 26 2020 27 Port of Houston — Bayport Terminal Year Number of calls 2019 Oct -Dec 1 2020 28 EMS does not foresee any cons providing contract Emergency Medical Services to the Port of Houston Authority — Barbour's Cut and Bayport Terminals on an average EMS responses to 20 requests for Emergency Medical Services per facility per year. Staff has been in contact with the Port of Houston Authority and they have agreed to these terms and amounts for the three-year period. Therefore, staff recommends City Council approve the 36-month agreement. ACTION REQUIRED BY CITY COUNCIL Authorize the City Manager to execute the submitted contract with the Port of Houston Authority (Barbour's Cut and Bayport Terminals) providing Emergency Medical Services to the Port of Houston Authority's Barbour's Cut and Bayport Terminals for the period beginning January 31, 2021 and ending on January 31, 2024 based on a rate of $42.49 per employee, per year (determined by the average daily population of Barbour's Cut and Bayport Terminals). Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date PHA File No. CONTRACT FOR GOVERNIVIENTAL SERVICES STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: HARRIS COUNTY § THIS CONTRACT made and entered into by and between the CITY OF LA PORTE, a municipal corporation of Harris County, Texas, hereinafter referred to as "LA PORTE" and the PORT OF HOUSTON AUTHORITY, a body politic of Harris County, Texas hereinafter referred to as "PORT", WITNES SETH: WHEREAS, PORT is in need of certain governmental services for the benefit of the people and property at its Barbours Cut and Bayport Terminal; and WHEREAS, LA PORTE is able and willing to provide said governmental services to PORT, upon the terms, conditions, and covenants herein contained: NOW, THEREFORE, in consideration of the mutual covenants, agreements, and benefits to both parties, it is hereby agreed as follows: I. For and during the year beginning on the 31" day of January, 2021 and ending on the 3 Vt day of January, 2024, LA PORTE agrees to furnish to PORT, the emergency medical services hereinafter more specifically described. II. For and in consideration of the governmental services to be provided by LA PORTE, PORT agrees to pay LA PORTE thirty six monthly payments of SIX THOUSAND TWO HUNDRED EIGHTY FOUR and 98/100 DOLLARS ($6,284.98). Such charges are based on a $42.49 per average daily population fee and are to be paid in full by PORT to LA PORTE, on or before the tenth day of the month following the month in which such services are rendered. Notwithstanding anything to the contrary herein, the total amount of the contract for thirty six months shall not to exceed the amount of TWO HUNDRED TWENTY SIX THOUSAND TWO HUNDRED FIFTY NINE and 25/100 DOLLARS ($226,259.25). LA PORTE agrees to provide emergency medical services at PORT's Barbours Cut and Bayport Terminal. LA PORTE shall transport patients to one of the nearest hospitals that provides emergency services as defined by the transport policy of the City of La Porte Emergency Medical Services. LA PORTE shall be permitted to charge, to each patient, its most current and customary Emergency Medical Service charges as adopted by City Council. IV. Sole discretion will rest with the LA PORTE Director of Emergency Medical Services, or his duly authorized assistants, as to the personnel and equipment that will answer each emergency medical services request, provided, emergency medical services protection will be adequate (meaning reasonable protection, considering available personnel and equipment of LA PORTE's Emergency Medical Services), and LA PORTE shall further provide dispatch of personnel and equipment to provide emergency medical services within the corporate limits of the City of LaPorte. V. LA PORTE agrees to operate the ambulances in accordance with the requirements of State and Federal law, and applicable municipal or county ordinances, as the same now exists, and as may be amended from time to time hereafter. VI. During the term of this Contract and any extension or renewal thereof, LA PORTE shall maintain the following insurance coverage: Type Workers' Compensation General Liability Automobile Liability Medical Malpractice Minimum Limits Statutory $1 Million per occurrence $100K/$300K/$100K $1 Million per occurrence Notwithstanding the foregoing, LA PORTE shall not be required to obtain insurance in excess of liability limits established in the Texas Tort Claims Act, Section 101.001 et seq. of the Texas Civil Practice and Remedies Code, in cases where said Act is applicable. LA PORTE shall file certificates of insurance coverage with the PORT during the term of this Contract and any extension or renewal thereof. PORT shall be named as an additional insured on the general liability insurance policy. VII. Either the PORT or LA PORTE may cancel this Contract, without cause, after giving at least ninety (90) days written notice to the non -canceling party. Such notice shall be sent by LA PORTE to the PORT at P.O. Box 2562, Houston, Texas 77252-2562, Attention: Chief Port Security and Emergency Operations Officer. Such notice shall be sent by the PORT to LA PORTE at 604 West Fairmont Parkway, La Porte, Texas, 77571, Attention: City Manager. 2 Vill. This contract shall become effective at 12:00 A.M. midnight Central Time, at the beginning of the 3 1 " day of January, 2021 and shall remain in full force and effect until the end of the 31st day of January, 2024 unless otherwise cancelled as provided in paragraph V1I above. This Contract is entered into subject to the Charter and Ordinances of the City of La Porte, and all applicable state and federal laws. 1X. This Contract constitutes the entire agreement between the parties and supersedes all prior contemporaneous communications or agreements, written or oral. This contract may be amended only by a written instrument signed by all parties. This contract shall be governed by and construed in accordance with the laws of the State of Texas. [EXECUTION PAGE FOLLOWS] 3 EXECUTED IN DUPLICATE ORIGINALS, as of this the day of 202® CITY OF LA PORTE By: City Manager ATTEST City Secretary PORT OF HOUSTON AUTHORITY By: Marcus Woodring Chief Port Security and Emergency Operations Officer APPROVED AS TO FORM: Counsel 1AWNWIN." Controller FUNDS ARE AVAILABLE TO MEET THIS OBLIGATION WHEN DUE: Financial Services PHA Minute No.: 20204208-50 Ll REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Kristin Gauthier, Coordinator Department: Administration/OEM • Report Resolution Ordinance Exhibits: Daktronics Quote #717217-2-7 and Sian Renderin Appropriation Source of Funds: CIP Hotel/Motel Account Number: AD0005-5101100 Amount Budgeted: $108,000.00 Amount Requested: $89,130.00 Budgeted Item: �*' Yes �' No 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 hear more 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 would be more effective to provide an emergency message for motorists, 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 signs can 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 and activities along roadways throughout La Porte. Over the last year, the Office of Emergency Management staff worked with the City's IT Manager and Marketing Coordinator to determine which sign type and pole design would work best for the city. Staff wanted to identify effective options for public communications, while considering the overall aesthetics of the signs. During this 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 for costs to replace the existing poles, so this would result 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. At the December 14, 2020 City Council meeting, staff provided five (5) sign options for Council to review. After discussing the options, City Council provided direction to staff to obtain pricing for two (2) double-faced, high quality digital signs with decorative poles. The two signs will be located at: (1) on the north side of Main Street westbound, between SH 146 and 11 t" Street, and (2) on the south side of Fairmont Pkwy eastbound, between SH 146 and 81" Street. Staff received pricing from Daktronics for the project through BuyBoard Contract #592-19 in the amount of $89,130. 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 Recommendation: Staff recommends approval of Daktronics Quote #717-217-2-7 under BuyBoard Contract #592-19 to purchase two digital messaging signs in the amount of $89,130.00. ACTION REQUIRED BY CITY COUNCIL Approve Quote #717217-2-7 to Daktronics under BuyBoard Contract #592-19 in the amount of $89,130.00 to purchase two digital messaging signs for La Porte. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date DAKTRONICS.COM DAKTR❑NICS Thank you, Kristin, for choosing Daktronics. The following items are required to process your order: 201 Daktronics Drive PO Box 5128 Brookings, South Dakota 57006-5128 T800-325-8766 605-692-0200 F605-697-4700 O Please verify that this equipment fulfills your project needs O Signed Quote with Purchase Order number O Validate and complete Project Site Information page, return with order Help ensure Daktronics shipping, invoicing, and service locations are accurate. O Payment & Invoicing - Please provide Purchase Order number. O Tax Status - Please provide current tax-exempt certificate or applicable taxes will be added to invoice You may submit your order to your sales team via the following methods. Email: Mail: Attention: Daktronics, Inc Austin Nelson - Austin.Nelson@daktronics.com Attn: Lindsey Nordsiden Lindsey Nordsiden - Lindsey.Nordsiden@daktronics.com PO Box 5128 Brookings, SD 57006 After your order has been placed: O Freight Unloading Guidelines - Shipping to site via LTL (enclosed trailer). Usually unloads at a dock. Forklift or pallet jack may be required. O Logos, Graphics or Sponsor Advertisements - vector files must be submitted with your order documents, not to exceed 1 week of order placement. Once artwork is received, you will be sent a final layout requesting your approval before production. If artwork is not received, the panels will be painted the some as scoreboard and shipped blank. City of La Porte Kristin Gauthier 1322 South Broadway Street La Porte, TX USA 77571 Phone: (281)470-0009 Fax: Email: gauthierk@laportetx.gov 18/Dec/2020 Quote valid for: 120 days Terms: Net 30 days from shipment with Purchase Order Subject to Credit Review FCA: DESTINATION Delivery: Call For Production Time Reference: City of La Porte Marquee- Buyboard Contract #592-19 Item Model Description Qty Price No. 1 GT6x-72X180-10-RGB-2V Galaxy® Outdoor Electronic Message Center - 2 $88,430.00 GT6x Series - 10mm RGB; 2V Interconnect Cable Length Is 20 Feet Matrix: 72 lines by 180 columns Line Spacing: 10mm LED Color: RGB- 281 Trillion Colors Face Configuration: 2V - two one sided displays - same content View Angle: 140 degrees Horizontal x 70 degrees Vertical Cabinet Dimensions: 2' 11" H X 6' Y W X 0' 7" D (Approx. Dimensions) Max Power: 1020 watts/display Weight: Unpackaged 155 Ibs per display; Packaged 235 Ibs per display Comments Price per National Signs Drawing No 32050-00, 1 Option 2. Daktronics Verizon Modem, Daktronics Verizon 4G Cellular Modem Only - 2 4G, Ethernet Requires Daktronics Verizon Cellular Data Plan System Startup Final Commissioning of Equipment 1 Physical Installation See attachment A. 1 Fabrication of Peripheral Please Contact Project Manager for Dimensions 1 Equipment and Quantities Bonds 1 2 FREIGHT Shipping to site via LTL (enclosed trailer). 1 $700.00 Usually unloads at a dock. Forklift or pallet jack may be required. Services 3 G5C5-W Five Year Warranty - Parts Coverage - G5G5 1 Venus® Control Suite - Prime Secure, web -based software that enables display 2 Playlist Package, Cloud management anytime, anywhere via internet Based connection. ADMINISTRATORS OF ACCOUNT REQUIRED AT TIME OF ORDER. Terms of Use: http://www.daktronics.com/TermsConditions/DD26 88225 Venus® Control Suite -Prime Customized Venus® training in a live, web -based, 1 Playlist Web Seminar - Single conference call format using the customer's phone User & computer. (English only.) Daktronics, Inc. Quote # 717217-2 Rev 7 201 Daktronics Drive Brookings, SD 57006 USA www.daktronics.com Page 1 of 4 E)AKrroNIcs Daktronics Verizon Lifetime Daktronics Verizon Lifetime 4G Cellular Data Plan 4G Cellular Data Plan for Per Modem, for Venus Control Suite on Displays VCS, Up to 100,000 Pixels Up to 100,000 pixels. Excludes streaming data feeds and diagnostics. Total Price Excluding Applicable Tax: $89,130.00 Please reference listed sales literature: DD1628383 for G5C5-W, DD2688225 for Venus® Control Suite - Prime Playlist Package, Cloud Based, DD3512730 for Daktronics Verizon Modem, 4G, Ethernet, DD4008961 for GT6x-72X180-10-RGB-2V Please reference listed shop drawings: DWG-04296040 for GT6x-72X180-10-RGB-2V Daktronics, Inc. 201 Daktronics Drive Brookings, SD 57006 USA www.daktronics.com Quote # 717217-2 Rev 7 Page 2 of 4 DAKTRONICS Leasing Program If your purchase exceeds $25,000, you may qualify for our leasing program allowing you more flexibility to spread out the cost of your Daktronics display over of a period up to five (5) years. Benefits of our leasing program include fixed rate financing, non -appropriation clause, no prepayment penalty, and customizable payment schedules. Plus, at the end of the lease, the equipment is yours to keep with no additional balloon payments. Sample payment options as follows: $50,000 in total equipment cost = $10,700 per year $100,000 in total equipment cost = $21,199 per year $250,000 in total equipment cost = $52,899 per year "Payments based on 5 year/annual payment in advance structure. Leasing is subject to credit approval and agreed upon documentation with Daktronics lending partner. Contact your Daktronics representative for additional options and details. Notes: Without limiting any other provision in this Agreement, the parties agree that any delays caused directly or indirectly as a result of the COVID-19 pandemic are excusable and will extend the time for performance under this Agreement. Delays may be caused by, without limitation, government mandates, unsafe site conditions, or resource constraints arising out of conformity with CDC guidelines or government mandates. Exclusions: Power - Hoist Engineering Certification -Signal Conduit Labor to Pull Signal Cable -Applicable Permits Taxes - Electrical Switch Gear or Distribution Equipment Front End Equipment Unless expressly stated otherwise in this Quote # 717217-2 Rev 7 or the attachments, if Daktronics performs installation of the Equipment, the price quoted does not include the following services pertaining to physical installations: digging of footings (including dirt removal), any materials fabrication, installation of steel cages, rebar, or bolt attachments, or pouring and finishing of concrete footings. Those service may be provided for an additional cost beyond the quoted price. Purchaser shall be fully responsible for any and all additional costs plus overhead in the event anything unexpected of any nature whatsoever is found while digging the footings including but are not limited to rock, water, utility lines, pipes or any other unforeseen circumstance. The Purchaser acknowledges and agrees that it is fully responsible for all site conditions. Installation Responsibilities: If applicable please reference Attachment A for Installation Responsibilities. Ad/ID Copy Approval Process Customer shall provide digital artwork for advertising and identification panels, conforming to Daktronics' graphic file standards, at the time of order. Daktronics will create a proof of provided artwork and require approval of that proof three weeks prior to the initial anticipated ship date. Advertising and identification panels not approved in time, will be shipped without copy in Daktronics' standard finish. Austin Nelson PHONE: 281-796-9156 FAX: EMAIL: Austin. Nelson@daktronics.com Terms And Conditions: Jose Rodriguez PHONE: FAX: 605-697-4746 EMAIL: Jose.Rodriguez@daktronics.com The Terms and Conditions which apply to this order available on request. SL-02374 Standard Warranty and Limitation of Seller's Liability (www.daktronics.com/terms_conditions/SL-02374.pdf) SL-02375 Standard Terms and Conditions of Sale (www.daktronics.com/terms_conditions/SL-02375.pdf) SL-07862 Software License Agreement Additional Links: Wireless Service Addendum Acceptance: (www.daktronics.com/terms—conditions/SL-07862.pdf) (www.daktronics.com/TermsConditions/DD3956286) The parties acknowledge and agree that the agreement (the "Agreement') is comprised of the terms and conditions contained within this quote and any attachments thereto, along with the documents at the website addresses above. Purchaser hereby agrees to purchase the equipment as defined in the Agreement. Purchaser acknowledges having had the opportunity and means to review the Agreement. The Agreement represents the entire agreement of the parties and supersede any previous understanding or agreement. The Undersigned has actual authority to execute this document and Daktronics is relying on such authority. Purchaser acknowledges and agrees to the above, as evidenced by its attestation below. Customer Signature Print Name Daktronics, Inc. 201 Daktronics Drive Brookings, SD 57006 USA www.daktronics.com Date Title Quote # 717217-2 Rev 7 Page 3 of 4 E)AKTRO ICS This document is for order processing purposes only and is not intended to be part of the Agreement Daktronics Quote # 717217-2-6 Purchase Order Information: PO# PO Date Purchaser (Bill To) herby confirms that the equipment is to be delivered to (Ship To) and may be installed by Purchases or Daktronics, as indicated elsewhere herein, at the address (Installation Location) indicated below unless otherwise specified. SHIP TO: (delivery location) Company: City of La Porte Contact: Kristin Gauthier INSTALLATION LOCATION: (end user) ID# Company: City of La Porte Contact: Kristin Gauthier Street Address: 1322 S Broadway I Street Address: 1322 S Broadway City: La Porte State: TX Zip: 77571 Telephone: 281-470-0009, 281-628-4249 Email: (for shipping notification) gauthierk@laportetx.gov Additional Email: (for shipping notification) BILL TO: (receive and pay invoices) ID# Company: City of La Porte Texas Contact: Kristin Gauthier Street Address: 604 W Fairmont Pkwy City: La Porte State: TX Zip: 77571 Telephone: 281-470-0009, 281-628-4249 Email: gauthierk@laportetx.gov ***LOGO & AD COPY APPROVAL*** (if applicable) Name: N/A Email: N/A City: La Porte State: TX Zip: 77571 Telephone: 281-470-0009, 281-628-4249 Email: (for order acknowledgement) gauthierk@laportetx.gov Training Contact & Email: (if applicable) Kristin Gauthier, gauthierk@laportetx.gov ***VENUS SOFTWARE INFORMATION*** This is a new Venus account (Daktronics will create and send the credentials) © Please add users and display to existing Venus account OPrime OPro Playlist OPro Ad Grid 03rd Party Acct Name or Number: Display Name: Width Height Color Time Zone: Central 180 72 RGB Animation Allowed: ®YES ONO Primary Contact - Account Administrator *Email: gauthierk@laportetx.gov Name: Kristin Phone: Gauthier Secondary Contact - Account Administrator *Email: Name: Phone: If applicable System Health Level: C) Plus ®Advanced O Premier Duration (in years): **Logos, Graphics, or Sponsor Advertisements** Vector files must be submitted with your order documents, not to exceed 1 week of order placement. If artwork is no received, the panels will be painted the same as your scoreboard or display and shipped blank. 201 Daktronics Drive PO Box 5128 Brookings, SD 57006-5128 800-325-8766 605-692-0200 fax 605-697-4700 www.daktronics.com email salesOdaktronics.com ca DAKTRONICS DAKTRONICS QUOTE # 717217-2-7 MAIN ATTACHMENT A CUSTOMER RESPONSIBILITIES General 1) Secure necessary sign permits, as required. 2) Secure necessary construction permits, as required. 3) Provide soil investigation report at time of order. 4) Mark location of the new Equipment as delineated in the quote. 5) Locate private underground utilities. 6) All landscaping restoration, as required. 7) Provide all landscaping, track, sidewalk and path protection along with site restoration, and/or sprinkler system repair work. Structures 1) Not applicable Electrical & Data 1) Provide primary power feed five (5) feet off grade on structure in the form of transformer and electrical disconnect/distribution panel, as applicable, with over current protection per all applicable electrical codes and regulations. Product/Equipment 1) Provide storage of all Equipment and control equipment in a safe, dry, and secure location until installation. 2) Provide high speed internet connection to control room equipment. 3) Required power outlets on clean dedicated circuit(s) for all control equipment. DAKTRONICS RESPONSIBILITIES General 1) Removal and disposal of existing equipment. 2) Removal and disposal of existing structure (excluding footings). 3) Provide payment and performance bond. Structures 1) Excavation of drilled pier foundation(s) including spoils removal. Placement and finishing of concrete for foundations. 2) Steel fabrication and erection of structural columns. 3) Steel fabrication and erection of sub -structure for Equipment mounting. 4) Paint new support structure provided in this quotation. Electrical & Data 1) Provide secondary power conduits, power cable and power hook-up from five (5) feet off grade on structure to all Daktronics supplied load centers/termination panel at/within the Equipment. Product/Equipment 1) Accept, lift, unload, and inspect all Equipment and control equipment from carrier. 2) Lift and mount Equipment listed in this quotation. QUALIFICATIONS/CLARIFICATIONS 1) Access: Daktronics requires unobstructed access to Equipment and control room installation site until display is 100%. Installation equipment (cranes, lifts, trucks, concrete trucks, etc.) are expected to have access directly to the scoreboard/structure location. No concrete pumping, concrete buggies, or crane picks over 10' distance from scoreboard structure are included. 2) Control Room Climate: Normal operating temperature should be between 400 to 900 Fahrenheit (40 to 320 Celsius). Normal operating humidity should be less than 80% non -condensing. Storage temperature should be between -100 to 1050 Fahrenheit (-230 to 410 Celsius). Storage humidity should be less than 95% non - condensing. Keep computers and monitors out of direct sunlight during storage. Allow control equipment taken out of storage to return to operating temperature range prior to turning it on (24 hours recommended). Attachment A Page 1 of 2 DAKTRONICS QUOTE # 717217-2-7 MAIN ATTACHMENT A 3) Foundations: For this quotation Daktronics basis for foundation design is a class 4 soil with a minimum allowable lateral bearing pressure of 150 psf/ft per Chapter 18 of the International Building Code (IBC). The foundation excavation is based on the excavated area remaining open without collapsing to allow the placement of applicable reinforcement and/or structural columns and concrete. This quotation does not include casings, slurry, dewatering or any other soil stabilization. In the event rock, water, differing soil conditions other than class 4 soil per Chapter 18 of the International Building Code (IBC) or unforeseen conditions are encountered, the Customer will be responsible for any additional costs, plus overhead and profit of 20%. 4) Electrical: The maximum voltage is 120 volts line to neutral for all Equipment in this quotation. 5) Exterior Equipment: The top of the Equipment will be placed at an elevation of fourteen (14) feet above grade. 6) Exclusions: Cost of running primary electrical to sign area is not included in this proposal. Attachment A Page 2 of 2 SIGN TYPE 01 QTY: 3 OPTION 2 6'-3" SCOPE OF WORK: INSTALL NEW POLE & DECORATIVE BASE (TBD) INSTALL NEW DOUBLE FACED CABINET WI LED DISPLAY POLE I DECORATIVE BASE: • ALL ALUMINUM CONSTRUCTION (MFR. & SIZE TBD) FINISH: P1 SIGN BODY: • ALL ALUMINUM CONSTRUCTION FINISH: P1 & P2 GRAPHICS: • APPLIED V1 & V2 VINYL LED DISPLAY 72 x 180, FULL COLOR (10mm PIXEL PITCH) CABINET SIZE: 2'-11" HIGH x 6'-3" WIDE VIEWING SIZE: 2'-5" HIGH x 6'-0" WIDE COMMUNICATIONS: CELLULAR MODEM MOUNTING: INSTALL NEW POLE ATTACH DISPLAY TO NEW POLE W/ SUPPORTS (TBD) AS NEEDED • SUPPORT(S) & MOUNTING SPECIFICATION FORTHCOMING FINISH SCHEDULE PAINT COLORS P1: BLACK P2: CITY OF LA PORTE BLUE (TBD) VINYL COLORS 0 V1: 220-10 WHITE MW V2: DIGITAL PRINT WI PROTECTIVE LAMINATE APPROVED BY: VECTOR ARTWORK REQUIRED PRIOR TO FABRICATION National Signs CREATING LANDMARKS TOGETHER. 2611 El Camino - Houston, TX 77054 T: 713.863.8600 • F: 713.863.7585 www.NationalSigns.com SIGN LAYOUT PROJECT: CITY OF LA PORTE LOCATION: 8TH & MAIN CITYISTATE: LA PORTE, TX 77571 DATE: 7.21.20 SALES REP: REBECCA BRUCE DESIGNER: KEN DRAWINGM 32050-00 END VIEW TY OF LA PORTE sin ►1 10" 1 REVISIONS SCALE: 3/4" = V-0" 09.29.2020 3 INSTALL LOCATIONS - 2 SIGN STYLE OPTIONS TH rC 10.14.2020 ADD 2 ADDITIONAL OPTIONS -TO BE SINGLE FACED OPTIONS 1 & 2 TO BE DOUBLE FACED, OPTIONS 3 & 4 TO BE SINGLE FACED TH 10.22.20 RESIZE LED OPT 4 KEN 6'-3" TY OF LA PORTE SCALE: 3/4" = V-0" SIGNATURES CLIENT APPROVAL SIGNED: DATE: LANDLORD APPROVAL SIGNED: DATE: SALES APPROVAL SIGNED: DATE: SIGN ELEVATION COPYRIGHT THIS RENDERING IS THE PROPERTY OF NATIONAL SIGNS, LLC. ANY REPRODUCTION OR EXHIBITION OF THIS DRAWING IS STRICTLY PROHIBITED. 92019 NATIONAL SIGNS, LLC. THIS RENDERING MAY NOT BE USED TO CONSTRUCT AND/OR BUILD WHAT IS DEPICTED HEREIN WITHOUT THE EXPRESS WRITTEN CONSENT OF NATIONAL SIGNS, LLC. QL UL INSTALLATION REQUIREMENTS THIS SIGN IS INTENDED TO BE INSTALLED IN ACCORDANCE WITH THE REQUIREMENTS OF ARTICLE 600 OF THE NATIONAL ELECTRICAL CODE AND/OR OTHER APPLICABLE LOCAL CODES. THIS INCLUDES PROPER GROUNDING AND BONDING OF THE SIGN. SUPPORT & POLE (SPEC. TBD) DECORATIVE BASE (TBD) SCALE: 3/8" = V-0" 120 VOLT ELECTRICAL SERVICE SIGN LED DISPLAY ELECTRICAL LOAD: `QpRTS, A77 ` 20 AMP CIRCUIT(S): 0 0 a ff 9�0 �SYeatiA WARRANTY 11T_ 1111 CLIENT TO PROVIDE ALL PRIMARY ELECTRICAL SERVICES TO THE SIGN UNLESS OTHERWISE SPECIFIED Q<< SI0p6� REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Corby Alexander, City Mgr. Department Administration/CMO • Report Resolution Ordinance Exhibits: Appropriation Source of Funds: 032 — Grant Fund Account Number: Amount Budgeted: N/A Amount Requested: $11,994.00 Budgeted Item: �*' Yes ` e No 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 established a Small Cities Assistance Program (SCAP) to provide appropriate reimbursement of Coronavirus Relief Funds (CRF) to the respective small cities within the county. The program allowed Cities to take advantage of funding of up to $55 per capita. The CRF allocation for La Porte was a maximum of $1,948,265.00. On September 28, 2020, City Council approved a CRF Funding Plan that allocated $300,000.00 for an Emergency Household Assistance Program for residents of La Porte. In Round One of the Emergency Household Assistance Program, 170 applicants received awards totaling $296,935.00. Staff recognized there was more assistance needed throughout the community that could be provided with additional funding. At the December 14, 2020 Council meeting, City Council approved reallocation of $124,300.00 in remaining funds from the Small Business Relief Fund to the Emergency Household Program. This allowed staff to open another round of the program to assist as many residents as possible. Combined with the remaining funds from Round One, the total available amount for Round Two was $127,365.00. The application period for Round Two opened on December 16, 2020 and closed on December 23, 2020. A total of 124 applications were submitted, of which 87 were eligible. The total recommended awards for Round Two equaled $139,359.00, which exceeds the total funding amount by $11,994.00. This overage prevented staff from being able to commit awards to a total of eight (8) applicants. Staff is requesting an amendment to the previously approved CRF Funding Plan to allow awards for the remaining eight (8) applicants of the Emergency Household Assistance Program. Staff proposes reducing the previous allocation for the FEMA Public Assistance (PA) Program 25% match to cover the additional award costs. The table below reflects the requested changes, as well as actual costs for previously approved projects. CRF Funding Plan: Project Current Estimated Cost Expenses that are ineligible under the FEMA Public Assistance Program $53,060 62 $47,899.78 The 25% match required by the FEMA Public Assistance Program, which is only funded at 75% Small Business Grant Program $175,700.00 Residential Relief Program $436,294.00 Hazard pair for eligible emplgyees $707,172.03 Replace all remaining desktop computers in the City with laptops to $210,975.00 improve telework capabilities Cover the additional, unforeseen costs associated with the November $43,063.27 election Purchase a Customer Relationship Management (CRM) software program $46,212.00 (cost for first 3 years) Touchless devices for public restrooms at City facilities $103,194.30 LIV Light Sterilization system for building HVAC units; serves as air $124,694.00 sanitizer to improve indoor air quality and reduce bacteria, viruses, and mold. TOTAL $1,948,265.00 Staff Recommendation: Staff recommends reallocating $11,994.00 from the FEMA Public Assistance Program 25% match to the Emergency Household Assistance Program. ACTION REQUIRED BY CITY COUNCIL Approve reallocation of CRF funds from the FEMA Public Assistance Program 25% match 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 Agenda Date Requested: January 25, 2021 Requested By: Rosalyn Epting, Director Department: Parks & Recreation • Report Resolution Ordinance Exhibits: Bid Tabulation, Bid Access Report, Splash Pad Rendering Appropriation Source of Funds: 015 —General CIP 015-8080-552.11-01 Account Number: 015-8080-552.11-02 $456,006 Pool Amount Budgeted: $186,000 Splash Pad Amount Requested: $614,389 Budgeted Item: Yes No SUMMARY & RECOMMENDATION Sealed Bid #21008 for renovations at San Jacinto Pool was advertised in the Bay Area Observer on December 17, 2020 and published on PublicPurchase.com. Bids were opened and publicly read on Tuesday, January 5, with 49 vendors notified of the bid and 31 vendors accessing/downloading the solicitation documents. However, there were only three (3) bids received, with one of those bids being rejected due to not following the established guidelines in the Terms and Conditions of Bidding. The Bid Tabulation and Assess Report have been attached as exhibits. Per the bid, the pool and deck part of the project will include the following: • Demolition and disposal of the existing concrete, decking, plaster, coping, tiles, mechanical system, and water features. • Provide and install new concrete decking and coping • Provide and install pool plaster installation • Provide and install Tuffcoat non -slip coating • Provide and install filtration and recirculation system. • Provide and install Pulsar 140 Sanitation system. • Provide water chemistry controller. • Provide and install water features. Also, the bid allowed for an alternate option for the splash pad area. The option is to install a new replacement splash pad or leave the area empty and install new decking only. A rendering of a similar type of splash pad has been included in the exhibits. In the past, the San Jacinto Pool Splash Pad is a heavily used amenity at that location. Staff feels that it would be very beneficial to install a replacement splash pad. The current budget for the project totals $642,006. This budget includes $456,006 for the pool and deck work and $186,000 for the splash pad feature. The lowest qualified bidder for this project was Hancock Pools, Inc. Their bid falls within the budget of the project. The bid breakdown is as follows: Pool and deck work $402,535 Option #1: News lash pad feature $156,000 Option #2: Nos lash pad, install new decking $ 29,000 Hancock Pools is a reputable company that has done a large amount of quality work in the Houston area. Hancock Pools also completed the recent renovations of the Wave Pool and Northwest Pool. Staff have been very satisfied with their work. It is important to note that all City Pools are scheduled to open Memorial Day Weekend. The completion of this project is on a very tight schedule. There is a possibility that this project might not be completed by opening day, depending on any construction issues encountered or weather related delays. Staff recommends awarding the bid to Hancock Pools, Inc. with the option that includes replacing the splash pad feature. The total for that bid would be $558,535, with an added contingency of 10%, for a total of $614,389. Any remaining funds will be used for a shade structure and seating. ACTION REQUIRED BY CITY COUNCIL Award Bid #21008 to Hancock Pools, Inc. in the amount of $558,535 for renovations at San Jacinto Pool, with an added 10% contingency of $55,854, for a total of $614,389. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date Bid Tabulation to Sealed Bid #21008 - City of La Porte Pool Renovation at San Jacinto Pool Comex Corporation Hancock Pools BG Interpool, Inc. Unit of Item No. Description Measure Extended Price Extended Price Extended Price Demolition and disosal of existing concrete, decking, plaster, coping and tile, mechanical systems, and water features, completed as 1 specified LS $14,400.00 $56,000.00 Provide and install new concrete, decking and coping, complete as 2 specified LS $154,165.00 $120,390.00 3 Provide pool plaster installation, complete as specified LS $30,720.00 $33,755.00 4 Provide and install Tuffcoat non -slip coating, complete as specified LS $13,540.00 $16,115.00 Provide and install filtration and recirculation system, complete as 5 specified LS $110,958.00 $134,275.00 6 Provide and install Pulsar 140 sanitation system, complete as specified LS $8,340.00 $6,000.00 7 Provide water chemistry controller, complete as specified LS $3,390.00 $5,000.00 g jProvide and install water features, complete as specified LS $110,000.00 $445,513.00 $31,000.00 $402,535.00 Grand Total Install new splash structure including all plumbing, pump systems and Additive controls equal to Vortex Splashpad #29604; approved by Owner prior No. 1 to purchase or installation LS $200,000.00 $156,000.00 Additive Install new concrete deck with spray deck coating at existing splash No. 2 pad location LS 1 $31,000.00 $29,000.00 NOT RESPONSIVE Addendum 1 acknowledged Yes Yes Yes Addendum 2 acknowledged Yes Yes Yes Notifications & Access Report to Sealed Bid #21008 - San Jacinto Pool Renovations Notifications: Vendor Name Reason Advanced Facility Maintenance Bid Notification All Aquatics Kids Playgrounds,LLC Bid Notification All Pro General Construction, Inc. Bid Notification Alpha Testing, Inc. Bid Notification American Pavement Solutions Bid Notification Aquatic Commercial Solutions, Inc. Bid Notification Avalanche Waterslides Bid Notification aztec remodeling &landscaping compa Bid Notification Baukus Electric Bid Notification CDC News Bid Notification Comex Corporation Bid Answer Commercial Chemical Products, Inc Bid Notification ConstructConnect Bid Notification Construction Journal Bid Notification Construction Software Technologies Bid Notification D Davila Bid Notification DM Construction LLC Bid Notification Dodge Data & Analytics Bid Notification Durba Construction Bid Notification Frost Construction Company, Inc. Bid Notification Greater Houston Pool Management Bid Notification Hancock Pool Services, Inc. Bid Notification HDR Engineering, Inc. Bid Notification Hearn Company Bid Notification Hendee Enterprises Bid Notification Innovative Pools Bid Notification Interpool, Inc Bid Notification Knorr Systems Inc. Bid Notification L&L Supplies Bid Notification LEMCO Bid Notification Leslie's Poolmart Inc. Bid Notification MHB Construction, Inc. Bid Notification No Fault Sport Group Bid Notification North America Procurement Council Bid Notification Onvia Bid Notification Paragon Aquatics Bid Notification Patak Construction, Inc. Bid Notification Perkens WS Corporation Bid Notification Phillips Family Enterprises LLC Bid Notification Pool Management Inc Bid Notification Pritis Enterprises, LLC Bid Notification Ramuc Pool Paint Bid Notification Recreonics, Inc. Bid Notification Restocon Corporation Bid Notification School Wholesale Supplies LLC Bid Notification SmartProcure Bid Notification Stone Castle Industries Bid Notification T.F. Harper & Associates LP Bid Notification The Blue Book Building & Construction Bid Notification Waterplay Solutions Corp. Bid Notification Access: Vendor Name Documents All Aquatics Kids Playgrounds,LLC #21008 - San Jacinto Pool Reno BID.pdf Alpha Testing, Inc. #21008 - San Jacinto Pool Reno BID.pdf Avalanche Waterslides #21008 - San Jacinto Pool Reno BID.pdf aztec remodeling &landscaping compa#21008 - San Jacinto Pool Reno BID.pdf BidClerk Blue Book Building & Construction Network Civil Scape #21008 - San Jacinto Pool Reno BID.pdf CMD Comex Corporation #21008 - San Jacinto Pool Reno BID.pdf ConstructConnect #21008 - San Jacinto Pool Reno BID.pdf Construction Journal #21008 - San Jacinto Pool Reno BID.pdf Construction Software Technologies #21008 - San Jacinto Pool Reno BID.pdf Dodge Data & Analytics #21008 - San Jacinto Pool Reno BID.pdf Durba Construction #21008 - San Jacinto Pool Reno BID.pdf Hancock Pool Services, Inc. #21008 - San Jacinto Pool Reno BID.pdf Hearn Company #21008 - San Jacinto Pool Reno BID.pdf Hendee Enterprises #21008 - San Jacinto Pool Reno BID.pdf IMS Interpool, Inc #21008 - San Jacinto Pool Reno BID.pdf Knorr Systems Inc. #21008 - San Jacinto Pool Reno BID.pdf L&L Supplies #21008 - San Jacinto Pool Reno BID.pdf Leslie's Poolmart Inc. #21008 - San Jacinto Pool Reno BID.pdf No Fault Sport Group #21008 - San Jacinto Pool Reno BID.pdf North America Procurement Council #21008 - San Jacinto Pool Reno BID.pdf Onvia #21008 - San Jacinto Pool Reno BID.pdf Paragon Aquatics #21008 - San Jacinto Pool Reno BID.pdf Perkens WS Corporation #21008 - San Jacinto Pool Reno BID.pdf Phillips Family Enterprises LLC #21008 - San Jacinto Pool Reno BID.pdf Ramuc Pool Paint #21008 - San Jacinto Pool Reno BID.pdf Recreonics, Inc. #21008 - San Jacinto Pool Reno BID.pdf Restocon Corporation #21008 - San Jacinto Pool Reno BID.pdf School Wholesale Supplies LLC #21008 - San Jacinto Pool Reno BID.pdf SmartProcure #21008 - San Jacinto Pool Reno BID.pdf The Blue Book Building & Construction#21008 - San Jacinto Pool Reno BID.pdf Tukmol General Contractor Waterplay Solutions Corp. #21008 - San Jacinto Pool Reno BID.pdf Wayne Enterprises BY Its AML `For color options, please refer to the PlayNuk Color Moods available in the Vortex resource center SPECIFICATIONS UNIT SIZE 23'-3" x 18'-51/2" x 16'-2" (L/W/H) 7.1 M x 5.6 M x 4.9 M ........................................................................ 1268 SQ.FT. MIN. REQUIRED FOOTPRINT 116 SQ.MT. ........................................................................ TOTAL ELEVATED AREA 53.4 SQ.FT. (including platforms, 5 SQ.MT. links and stairs) ........................................................................ 3 FT TOP DECK HEIGHT 0.9 M ........................................................................ USER CAPACITY UP TO 44 USERS (on and around structure) ........................................................................ 191 GPM TOTAL WATER FLOW ........................................................................ 723 LPM TYPE OF APPLICATION ZERO -DEPTH SPLASHPAD® PLAYNUK NO2 TOP VIEW SPLASH PAD VORTEX_INTL.COMIINFO@VORTEX-INTL.COM VORTEX : 1.877.586.7839 (USA/CANADA) • +1.514.694.3868(INTERNATIONAL) REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Mayor Rigby Department: City Council Report Resolution Ordinance Exhibits: Ordinance 2021-3816 Appropriation Source of Funds: General Fund Account Number: 6067-510-6004 Amount Budgeted: $30,000.00 Amount Requested: $30,000.00 Budgeted Item: �*' Yes No SUMMARY & RECOMMENDATION The Texas May 2021 uniform election date falls on May 1, 2021. As provided for by law and in the City Charter, the City will hold a general election for an at -large Mayor, a Councilperson -District 2, and a Councilperson-District 3. Following the candidate filing period, which ends February 12, 2021, the Council will review and approve the polling location judges and alternate judges, per Chapter 52 of the Texas Election Code. Additionally, as has been the practice of the City and in accordance with relevant state statutes, the Council will consider the annual joint election agreement and election services contract to hold the election for LPISD, should it have contested races for the May election. Ordinance 2021-3816 is to call/order the City's May 1, 2021, general election and any runoff, if needed. February 12, 2021, is the deadline to order a general election or a special order on a measure for the May 1, 2021, uniform election date. Per Section 3.007 of the Texas Election Code, failure to order a general election does not affect the validity of the election, however, proper and timely ordering is highly recommended and most appropriate. Staff recommends adoption of Ordinance 2021-3816 ordering the May 1, 2021 general election for the City of La Porte. ACTION REQUIRED BY CITY COUNCIL Call the May 2021 general election by ordinance. ORDINANCE 2021-3816 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF LA PORTE, TEXAS, ORDERING A REGULAR MUNICIPAL ELECTION TO BE HELD ON THE 1ST DAY OF MAY, 2021, FOR THE PURPOSE OF ELECTING A MAYOR, A COUNCILPERSON- DISTRICT 2, AND A COUNCILPERSON- DISTRICT 3; DESIGNATING THE PLACES AND MANNER OF HOLDING THE ELECTION; AND PROVIDING FOR THE POSTING AND PUBLICATION OF NOTICE PROVIDING A SAVINGS CLAUSE; PROVIDING AN OPEN MEETINGS CLAUSE; AND PROVIDING AN EFFECTIVE DATE BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE, TEXAS: SECTION 1. The regular municipal election of the City of La Porte, Texas, for election of members of the City Council as prescribed by Section 2.03 of the City Charter, shall be held between seven o'clock (7:00) a.m. and seven o'clock (7:00) p.m. on the 1st day of May 2021, in the city, for the purpose of electing a Mayor, a Councilperson- District 2, and a Councilperson-District 3. A runoff election will be held, if necessary, on June 12, 2021, that day being the second Saturday in June 2021, between seven o'clock (7:00) a.m. and seven o'clock (7:00) p.m., all such arrangements for which are authorized by the adoption of this ordinance. SECTION 2. The City is hereby divided into six (6) election precincts, corresponding to the boundaries of the six City Council single -member districts. The boundaries of such districts are as established, defined, and outlined in Ordinance 2011-3384. The polling places for these election precincts shall be as follows: City District/ City Election Precinct Polling Location 1, 2, 3, and 6 LPISD's ITC Building, 9832 Spencer Highway, La Porte, 77571 4 and 5 City of La Porte City Hall Council Chambers, 604 West Fairmont Parkway, LaPorte, 77571 SECTION 3. This election shall be held in accordance with, and shall be governed by, the election laws of the State of Texas. The City Council has determined, pursuant to Chapter 31 of the Texas Election Code, that the City is authorized to enter into an Election Services Agreement with the La Porte Independent School District (LPISD), and, pursuant to Chapter 271 of the Texas Election Code, the City is authorized to enter into a Joint Election Agreement with LPISD and other participating political subdivisions for this election. The City Secretary and Mayor are hereby authorized to perform all duties and take all actions as required by any election services contract(s) and/or joint election agreement(s) that may be authorized by the City Council. SECTION 4. Any eligible and qualified person may have his or her name upon the official ballot as an independent candidate by submitting an application, which, in accordance with Texas Election Code Section 141.031, must be in writing and be signed and sworn to by the candidate and indicate that the candidate swears to the application. Such application for the general election may be filed with the City Secretary beginning on January 13, 2021, and must be filed not later than 5:00 p.m. on February 12, 2021. SECTION 5. The positions of Mayor, Councilperson-Di strict 2, and Councilperson-Di strict 3 shall each be elected and installed with the candidate that receives a majority vote of all the votes cast for the office for which he or she is a candidate and shall hold office for a period of three (3) years. SECTION 6. Each candidate for the office of Mayor must be a resident qualified voter of the City for twelve (12) months immediately preceding election day. Each candidate for the office of Councilperson-District 2 and Councilperson-District 3 must be a resident qualified voter of the City for twelve (12) months immediately preceding election day and must also be a resident of the district for which he or she files for twelve (12) months immediately preceding election day, in accordance with Section 2.02(a) of the City Charter. SECTION 7. Lee Woodward, City Secretary, is appointed as the Early Voting Clerk, and Sharon Harris, Deputy City Secretary, is appointed as the Deputy Early Voting Clerk, for joint early voting in person and voting by mail, and the City of La Porte City Hall, City Council Chamber, 604 West Fairmont Parkway, La Porte, Texas, 77571, is hereby designated as the Main Early Voting Location for early voting for the election. Applications for ballot by mail shall be mailed, faxed, emailed, or delivered by common or contract carrier to: Lee Woodward, City Secretary City of La Porte 604 West Fairmont Parkway LaPorte, Texas 77571 Phone: 281-470-5021 Fax: 281-842-3701 Email: CitySecretary@LaPorteTX.gov who shall promptly provide them per the provisions of the Texas Election Code. The deadline to hand deliver an application for a ballot by mail (ABBM) is Friday, April 16, 2021. The last day for the early voting clerk to receive applications for a ballot to be voted by mail via mail, fax, common or contract carrier, or email, per the Election Code provisions of Sec. 84.007(c) is Tuesday, April 20, 2021. If a voter submits an application for ballot by mail via fax or email, the early voting clerk must receive an original or a copy with a wet signature via mail within four business days of the submission of the fax or email, in accordance with Election Code Sec. 84.007(c). The places at which Early Voting by personal appearance shall be conducted are designated as the La Porte City Hall, 604 West Fairmont Parkway, La Porte, Texas, (main early voting polling place), and the Instructional Technology Center (ITC Building), 9832 Spencer Highway, La Porte, Texas, (branch early voting polling place). During the lawful early voting period, such Early Voting Clerk shall keep such locations for early voting open for early voting from 8:00 a.m. - 5:00 p.m., beginning Monday, April 19, 2021, and continuing through Tuesday, April, 27, 2021, with the exception of Tuesday, April 20, 2021, and Tuesday, April 27, 2021, in which case early voting hours shall be from 7:00 a.m. to 7:00 p.m. SECTION 8. Voting at said election, including early voting, shall be by the use of voting machines; and the ballots of said election shall conform to the Texas Election Code, as amended. The City Secretary is hereby authorized and directed to obtain, or cause to be obtained, the necessary electronic tabulating equipment, to arrange for the testing thereof as provided by law and to employ a duly qualified manager and a duly qualified tabulation supervisor to perform the duties respectively imposed on them by law with respect to the processing and tabulation of ballots at the Central Counting Station. SECTION 9. The City Secretary of the City of La Porte shall issue notice of said election to be published one time in the Bay Area Observer, which is hereby found and declared to be a newspaper of general circulation in said City, not less than ten (10) days nor more than thirty (30) days prior to the date of the said election; in addition, notice of said election shall be posted on the bulletin board in City Hall not later than the twenty-first (21') day before election day and remain posted thorough election day. SECTION 10. The Mayor and/or the City Secretary of the City of La Porte are hereby authorized to execute and/or issue, for and on behalf of the City, such orders, documents, and forms as may, from time to time, be promulgated by the Secretary of State of the State of Texas in conjunction with the election herein ordained. SECTION 11. Each and every provision, paragraph, sentence and clause of this ordinance has been separately considered and passed by the City Council of the City of La Porte, Texas, and each said provision would have been separately passed without any other provision; and if any provision hereof shall be ineffective, invalid or unconstitutional, for any cause, it shall not impair or affect the remaining portion, or any part thereof, but the valid portion shall be in force just as if it had been passed alone. SECTION 12. 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 Texas 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 13. This ordinance shall be in effect immediately upon its passage and approval. PASSED AND APPROVED, this day of ATTEST: Lee Woodward, City Secretary 2021. CITY OF LA PORTE, TEXAS Louis R. Rigby, Mayor APPROVED AS TO FORM: Clark T. Askins, Assistant City Attorney REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Ray Mayo, Director Department: Public Works • Report Resolution Ordinance Exhibits: Pecan Park Conceptual Plan; Consultant's Presentation Appropriation Source of Funds: N/A Account Number: N/A Amount Budgeted: $0 Amount Requested: $0 Budgeted Item: t Yes • No SUMMARY & RECOMMENDATION Pecan Park is heavily used year-round for baseball and softball practice, games and tournaments. Currently, the parking lot provides 469 parking spaces. The traffic pattern for the parking lot was intended to be one-way from the inception of the parking plan. During the May 9, 2020 Special Meeting of City Council (Pre -budget Retreat), Council expressed/discussed safety concerns related to vehicular and pedestrian accidents within the parking lot. City Council directed staff to procure the services of a professional traffic engineer to evaluate the existing park layout to determine feasible options to improve park layout and safety within the park. A professional services agreement was presented to City Council at the July 27, 2020 meeting and Council directed staff to proceed with a site assessment and conceptual design to be provided by the team of CONSOR (traffic engineer) and Asakura Robinson (landscape architect). Preliminary concepts yielded four (4) options. A modification of Concept B provided a final proposed design that meets the goals of the analysis. La Porte Boys Baseball Association has reviewed the proposed design and indicated its approval. The design team's conceptual design: • Expands the parking areas to provide approximately 250 additional parking spaces (approximately 730 total proposed spaces). • Realigns current 18' — 20' wide drive aisle(s) to provide minimum 25' wide drive aisle(s). Removes the western -most drive aisle to reduce vehicular/pedestrian conflict near the concession stand/restroom common area. • Additionally, wayfinding signs are recommended within the right-of-way and throughout the park to improve navigation for both vehicles and pedestrians. • Provides a phasing plan that would allow portions of the parking lot to remain open during construction. The estimated cost of the proposed improvements is $3,419,000, which includes a 20% contingency. Estimated costs of the drainage and detention requirements for the proposed improvements is included in the design and construction estimate. Staff recommends utilizing the conceptual design provided by CONSOR to plan, budget, and design future improvements to Pecan Park as a capital improvement project for FY21 /22. Benefits: • Additional parking capacity provided • Drive aisles expanded. • Improved vehicular circulation. • Vehicular/pedestrian crossflow reduced. • Improvements can be phased. Liabilities: • Improvements not funded within current fiscal year (FY21). • Additional storm water detention capacity required. ACTION REQUIRED BY CITY COUNCIL Presentation, discussion, and possible action regarding conceptual plan for potential Pecan Park Improvements. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date PECAN PARK PARKING REDESIGN City of La Porte City Council Meeting January2021 I 0 CONSOR ASAKURA ROBINSON azi Cl CONSOR CANADA DRIVE • 0 I ff 4 ff7 I I r ASAKURA ROBINSON 5 •� .. 6{ 4' jl -fir. �• _ � x -- r , w Imp, m- .= if - r .: • k , I w r i , AM Ak .41 . L l s , 8 _ � 1; �w • `` ` • .� ���'�. � � x � � art• ,, 8 I � �}�� rb . { , £ t , -eke F _ , + t: s `tea'- ,■■ �� R ..-.... � ��' i�'*4 a: tw .,,['w:@ 'I c , , v � - # t I ` r � Y t e t•� - i V1� 9 , h , _ 'AR t .- • , J , y � {w , I 0 40' 80' 160' PROBLEM e Inefficient parking layout • Narrow spacing and tight corners contribute to unsafe conditions . Insufficient parking PRELIMINARY CONCEPTS CONSOR CONCEPT A - Plaza Concept r i r s r s r r r� e a ■ a r i r i r� r s w w i■ s ' � s+ ; � rF r � ar rye r a c s r a r s r s r s r■ I I I I i w ^ r r n ■ r r ■ ■ r ■ r ASAKURA ROBINSON CONCEPT B - Central Greenspace I� I� I IAID I IAM , I I i I I 0 r 'r I II II I 1 �1 I I I I I I I CONCEPT C -North/South Alignment CONCEPT D - Northern Greenspace 2 a RE -ORIENTED LOT ENTRANCE I� FIELD 1 0 CONSOR CANADA DRIVE' a i FIELD r 10 PLAYGROUND C��-\\ FIELD 0 — — ONCESSION 4W *L---* STAND + RESTROOMS 149 f WAIF UP AREA / FUT E AMENITIES f f MAINTENANCE AND STORAGE C ►,ASAKURA � ROBINSON HIGHLIGHTS • All park programs can be accessed without crossing any internal roads PICK-UP / DROP-OFF LOOP FIELD 4 } EXISTING *- ELECTRICAL FIELD 5 104 �A, !J ! i ■ ' l ! t _AIlk RESTROOMS L —I BATTING CAGE FIELD 8 ��- ► _-ems t FIELD 6 • Existing parking: 478 spaces . Additional bike parking Proposed parking: approximately 730 spaces Total of approximately 252 additional spaces No changes to ballfields o K-UP / DROP-OFF LOOP' _ FIELD 7 0 40' 80' 160' • NOTE: New parking construction may be phased. Parking lots adjacent to Canada Drive will require additional civil coordination for drainage. 3 PROPOSED DESIGN - EXAMPLE WAYFINDING � �-5 SCHEME T' 0 111 7��U a•_ `��'�'�J";i. _ 4U aem ivytY Center C rr � as tyrant ary D, Stafford, DDS 0 '. T Whe Image Salon 0 ti P $ D Cleaners' _ 1 ! LOT A Orange Zone Field Pink Zone Red Zone Wlow IL Field Navy Zone 10 � Fier 9 him Purple Zone Blue Zone L --�- —�M A.— 0 -- Green Zone FieldI� Z -mmmmmmmmI Field Field Field Fiel Field 5 3 f C wp vrtctH 1� • �r r visitor parking P71 f All wsit4rS please reVorr to Administr,%IEOr+ � 77 o•- r .� 22 Student Services/Library f s - �, .. 23 Social Sciences 26 27= Lecture Hall Student UnIon pulIdirig _ , } -7b+r �l PROPOSED DESIGN - CONCEPTUAL SAFETY IMPROVEMENTS jd DEDICATED ONE-WAY DROP OFFS popup/039-14.jpg ELEVATED CROSSWALKS PARKING LOT AND STREET TREES Ali https://nacto.org/publication/urban-street-design-guide/street-design-elements/vertical-speed-control-elements/speed-table/ J BULB OUTS ASAKURA ROBINSON PROTECTED PEDESTRIAN PATHWAYS eY &k� %• * ee .ai a https://nacto.org/publication/urban-street-design-guide/street-design-elements/ vertical-speed-control-elements/speed-table/ photos/ m 5 POTENTIAL PHASING PLAN - PART I CONSOR PHASE 1 Phase 1 would remove and rework the existing northern lot and remove the central connection. The existing southern lot would remain open for the duration of construction. PHASE 1 - IN PROGRESS PHASE 2 Phase 2 would remove and rework the existing southern lot. The reworked northern lot from phase 1, as well as all ballfields, would remain open during construction. PHASE 2 - IN PROGRESS PHASE 1 - COMPLETE ASAKURA ROBINSON PHASE 2 - COMPLETsp E- y '`. POTENTIAL PHASING PLAN - PARr2 • •' PHASE 3 Phase 3 would add additional parking on either side of the southern entrance. Access to the batting cages would be rerouted, and all existing lots and ballfields would remain open for the duration of construction. PHASE 3 - IN PROGRESS ( 1 O IM I f r F x.R k 'jr r PHASE 4 Phase 4 would add additional parking spaces between the northern lot and Canada Drive. All existing lots and ballfields would remain open during construction. PHASE 4 - IN PROGRESS _Hey, -- ._ AM J Lrr 4 \` k-L-6 10 r: PHASE 3 - COMPLETE ITI ►F- ASAKURA � ROBINSON PHASE 4 - COMPLETE _ I IciU U U IV -LEI .. L )41 1 CA k) � �' 7 PROPOSED DESIGN - OPINION OF PROBABLE COST F FrF 0 CONSOR Item Approximate Cost Civil + Landscape Design Fees $1780000 Base Project Construction Costs (includes 20% contingency) $208980000 Total Costs $3,0760000 Alternative 1: Elevated Pedestrian Crossings1 $28,000 See elevated crosswalks, page 5. Alternative 2: Wayfinding Package1 $39,000 See wayfinding examples, page 4. Alternative 3: Landscape Package1 $2760000 Includes additional planting beds, street trees, and enhancements to central greenspace. ASAKU RA ROBINSON NOTE • This opinion of probable cost is made on the basis of Consor and Asakura Robinson's experience and qualifications, and represents Consor and Asakura Robinson's best judgment as experienced and qualified professionals generally familiar with the industry. However, since Consor and Asakura Robinson has no control over the cost of labor, materials, equipment, or services furnished by others, or over the Contractor's methods of determining prices, or over competitive bidding or market conditions, Consor and Asakura Robinson cannot and do not guarantee that proposals, bids, or actual construction cost will not vary from opinions of probable cost as prepared by Consor and Asakura Robinson. C> CONSOR CANADA DRIVE' V f ^, ►,' ASAKURA � ROBINSON 46 BATTING I FIELD i CAGE M fa 10Ipm I - - �t I C* RE -ORIENTED LOT ENTRANCE PLAYGROUND C) FIELD FIELD _ i — ONCESSION;" i j FIELD I - _411 STAND + 8I ' t { RESTROOMS I o� - — WAR' UP AREA / v - I - FUT "OE AMENITIES ' REST 0W I - N• Oil r EXISTING I PICK-UP / DROP-OFF f ELECTRICAL K-UP /DROP-OFF I I a LOOP _ LOOP MAINTENANCE AND STORAGE FIELD I FIELD "ti #� FIELD I 5 + 6'" a, FIELD 4ELL st I - f 0 40' 80' 160' CONTACTS Kishore Juluru Brendan Wittstruck Lead, Traffic Design CONSOR EngineersASAKURA Principal I Asakura Robinson 1 CONSOR 281.493.4140 Ext. 4225 / ROBINSON 512.351.9601 kjuluru@consoreng.com brendan@asakurarobinson.com 6 REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Ray Mayo, Director Department: Public Works • Report Resolution Ordinance Exhibits: Fence -Sidewalk Exhibit; Preliminary Fence Layout; and Cost Estimates Appropriation Source of Funds: 015 (General CIP) Account Number: 015-7070-530-1100 Amount Budgeted: $764,324 Amount Requested: N/A Budgeted Item: 6- Yes C No SUMMARY & RECOMMENDATION The intended scope of work for the Spencer Fence and Sidewalk Project includes the installation of a decorative fence and a sidewalk within the available right-of-way (ROW) along Spencer Highway. The fence was intended to be constructed along the south side of Spencer Highway from Farrington to Myrtle Creek and along the north side from Farrington to Valleybrook, with the proposed sidewalk to be constructed on both sides of the Spencer Highway ROW from Farrington to Underwood (ref. Fence -Sidewalk Exhibit). The Spencer Highway ROW was surveyed as part of the initial project design phase to collect topographic data and to identify the limits of the ROW. Fences along the south side of Spencer, between Myrtle Creek and Valleybrook, currently exist on private property, approximately two (2) to six (6) feet from the ROW line. Fences along the south side of Spencer, between Valleybrook and Farrington, currently exist on private property, approximately four (4) to six (6) feet from the ROW line. Based on the survey data, it was determined that the northern ROW had approximately thirty feet (30') of available ROW between the back of curb and the ROW limits, allowing for the installation of a six foot wide sidewalk and placement of the decorative fence on the ROW line. Survey data along the southern ROW indicated ROW availability varying from approximately six feet (6') to ten feet (10') behind the back of curb. Thus, a new fence would be recommended to be placed on the ROW line. Unlike the northern ROW, there are several existing conflicts within southern ROW, which further reduce the amount of available ROW intended to be utilized to install a six foot wide sidewalk. The list of conflicts includes, but is not limited to: telecommunication cabinets, manholes, and pull boxes; power poles; storm sewer inlets; traffic signs; traffic signal control cabinets; underground utilities. Understanding available ROW limitations, consideration was given to reducing the width of the sidewalk down to both five feet (5) and four feet (4'). Sidewalk width, notwithstanding, existing conflicts were unable to be completely relocated outside of any potential alignment for the proposed sidewalk within the southern ROW. Consideration was also given to the potential safety issues associated with placing the sidewalk directly adjacent to the back of the southern curb and the high traffic volumes along Spencer Highway. The preferred route for pedestrians to safely travel is on the newly constructed sidewalk along the northern Spencer Highway ROW. The remaining project budget is approximately $764,000. Costs estimates were prepared for three design options (ref. Cost Estimates exhibit): Option 1: Fence inside ROW — creates space behind wall between public ROW and private property which would be difficult to access; utility conflict will need to be resolved; sidewalk not recommended; estimated cost — $606,715 Option 2: Fence on ROW — Utility conflicts will need to be resolved; sidewalk not recommended; most feasible to construct; recommended option of design consultant; estimated cost - $631,715 Option 3: Fence on Existing Fence Line — requires easement and land acquisition; sidewalk not recommended; estimated cost - $962,449 Evaluating available ROW, constructability, potential costs, and safety, staff recommends revising the project scope to include the decorative fence as originally intended along both sides of the Spencer Highway ROW, but limiting the sidewalk to only the northern Spencer Highway ROW as proposed in Option 2. Benefits: • Decorative wall can be completed to match opposite side of the ROW • Avoids the need for costly property acquisition • Project is anticipated to remain within available budgeted amount Liabilities: • Limited available ROW • Expensive costs associated with resolving construction conflicts • South side of ROW does not match the North side of ROW • Pedestrian safety concerns associated with sidewalk in southern ROW ACTION REQUIRED BY CITY COUNCIL Presentation, discussion, and possible action regarding Spencer Highway Fence Project. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date - GLENVIEW DR s: GLENVIEW CT s F jCRESTWAY DR ,,. �.•, 0 RO;CK,SPRINGS DR y A# v 66E EW DR� �• ��' SUGARCREEKJDR' g` �� _yam D �p� R y 15 Isar i ti"I ,�" N ... , EADOW PLACE DR STONEC I � k Z § % L-:,� _a p GLENVALLEY DR 410* L, lm s DR KING WILLIAM * At ir J " -47 `1 +f e �I r - " 'CREST DR+ r ,e w ` - 6 u t � r 1 3 _ A - av �t � R q CREEFNIEW DR — , 40, A., MM--�'�,�x 13 - } I i SPENCER HWY 70 . ♦, f y , y# ' ua , �h - ORCHARD RD 46 'fl'tlY' �i�. ��$ '11. _�'i�' ,;� ^ , . z tu �®'1. , , • „ " ,r I CD Y — �; r tt z J) � 1 F , �a , Legend iff City Limits f• Y T �O • - 'r�_ Railroad � Y Disclaimer: This product is for informational purposes and may not have been prepared for or be suitable for legal, engineering, or surveying purposes. It does not represent an on -the -ground survey and represents only the approximate relative location of property boundaries. Gov C. §2501.102. The user is encouraged to independently verify all information contained in this product. The City of La Porte makes no representation or warranty as to the accuracy of this product or to its fitness for a particular purpose. The user: (1) accepts the product AS IS, WITH ALL FAULTS, (2) assumes all responsibility for the use thereof,, and (3) releases the City of La Porte from any damage, loss, or liability arising from such use. City of La Porte 604 W Fairmont Parkway LaPorte, TX 77571 (281) 471-5020 www.laportetx.gov e 1 " = 400 PROPOSED FENCE PROPOSED SIDEWALK ■ L 0 a. J SPENCER HIGHWAY �.aa. ROW ~ 10 FT UTILITY O p g EASEMENT > Q EXIST. FENCE 0' Q ROW Q PROP. FENCE POWER POLE IN Z z CONFLICT BOX/STRUCTURE IN CONFLICT T Lv LLJ LU ROW ...,.,. J z nn Q LU 0 N PPP BURIEDSPENCER„GryWAV PP ROW PP BURIED PP LLJ a CABLES PP BOX BOX CABLE -_ -_ - — Ld 7` U PROP. FENCE ON ROW CobbFendley RegistrationTBPE Fin 274 Q C)TBPLLS Fr F rm Registration Noo100467 Q 13430 Northwest Freeway, Suite 1100 Houston, Texas 77040 E.A I Fil O N P P. Fa 'w E T E T I CDN -1713.462.3242 1 fax 713.462.3262 www.cobbfendley.com a CITY OF LA PORTE SPENCER HIGHWAY BURIED PP BURIED CABLES PP PP ROW SPENCER HIGHWAY FENCE ..w,. h7 CABLES PP ;n�; K AND SIDEWALK PROJECT w J PROJECT NO: 1812-006-01 J DRAWN BY: JTE = PROP. FENCE ON R W = CHECKED BY: U U SCALE: HORZ NTS VEftT a Q PRELIMINARY FENCE LAYOUT SHEET 1 OF 2 0 Ti 1w, a -PROP. FENCE -SEEN - - CE — ON ROW HlbHWA-a 'PP — ROW EXIST. SU BURIED Lo 30XPP CABLES Ld EXIST. SUBDIVISION WALL 1H SPENCER HIGHWAY BURIED [BURIED CABLES GAS ' L ' I ' N /-ROW CAE;I-E�.PDX FENCE ON PROP. ROW BURIED CONC CABLES COLUMNS /AGASROW U LINE H:: I F-d -1 PROP. FENCE ON RC `ROW z 0 w > z Nip LL a 10 FT UTILITY EASEMENT EXIST. FENCE ROW PROP. FENCE POWER POLE IN CONFLICT BOX/STRUCTURE IN CONFLICT H" 4 P L A., , ew. lild, SPENCER 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 1 H11+00 12+00 13+00 14+00 iA 9A f A li OF IGI-1 VVM T SPENCER HIGHWAY GIl SPENCER HIGHWAY 21-11 21 111 11 21 lll��N --E N—I TS3 L-1.1 1— TS1 MH1 2 .......... —N 'N"I'll, —E MH TS2 EACI ----------- — — — --- ----------- --------------------- ----------------------- -- -- ---------- ------------------- - --- ----------- -- ------------ --- - ----------- . ............... .............. . . ........ ..... . ... . .. . ........................ ......... ................... ...................... ... .................................... ...... . ..... . ..... ................ . . ....... . .. .......... ........... . .. ............................. . ....... . ............ .. ........ . ... ........ . .............. ................. ........ . ... . ...... I- IIN 7 — - --------------- -- I LU K, EN E 0 F Al T NA` E:: T -F E:: -F ON 75 0 L E T- HN EA DO \/V S S E C L I D N I 22, — ----- . ..... -- - ----- �—:L ---- — --- IENI'l ---- — — — ------ — - �7 ... --- - - ------- -4- - — --------- - ---- ---- - --- ----- - ------ FTY- ------------- ---- - --------- 23+00 24+00 25+00 26+00 27+00 SPENCER HIGHW Y 24 ppi MH5 "'I PP2 PP3 PP4 '�,AlJT I IvI IV,­1 I — I, __ /'A'T' . . . .. . . . . . . . ... .......................... ... ... --E I F—' NA —F F=D F- SEC O + 30+00 31+0032+00 SPENCER HIGHWAY - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - f -- PP 5 PP7 TS7 MH6 PPO IIN I I T' " �F 1111 1 A 21 F EIII 3 3 LEN HN DDCD S SECFFIOI`-- 2 T-� �'E'N'I'E IN °E 44wood --- - -- - - ------- --------- -------- - - - El IINE 3+00 35+00 36+00 37+00 38+00 ER ------------------------------------------- ------------------- ------------ ------------------- � HIGHWAY PB5 PB4 PI'l 1 PP8 TS8 MH7 PIP10 TS10 PP 'E 2,- 4 �41 I'V� S9-- EYE= 3 3 E Z F=— /�LA —F F- F:z-' E- I r-N -1 10 FT UTILITY EASEMENT EXIST. FENCE ROW/PROP. FENCE PROP. SIDEWALK UTILITY IN CONFLICT of o z ' ....... ------ - -- ----------- -------- ------ -El IINE -El LINE 11 39+00 41+00 41+60 SPENCER HIGHWAY PP13 H 8 PP12 TS11 TS1 ppi —El L�NE PB6 . . . . . . . . . . . . . O LU > z LL 0" CobbFendley mom No TBPE Firm Registration No. 274 TBPLS Firm Registration No. 100467 13430 Northwest Freeway, Suite 1100 Houston, Texas 77040 713.462.3242 1 fax 713.462.3262 www.cobbfendley.com CITY OF LA PORTE SPENCER HIGHWAY FENCE AND SIDEWALK PROJECT PROJECT NO: 1812-006-01 DRAWN BY: JTE CHECKED BY: SCALE: HORZ : INTS VERT PRELIMINARY FENCE AND SIDEWALK LAYOUT SHEET I OF Client: City of La Porte Project Name: Spencer Highway Fence and Sidewalk Project South Option 1: Fence Inside of ROW Item No.I Item Description Unit Quantity Unit Price Total Price BASE BID SECTION 1 - GENERAL ITEMS 1 Mobilization (No Greater Than 5% of Total Bid) LS 1 $ 10,000.00 $ 10,000.00 2 Traffic Control and Regulation, in Accordance with Drawings and Specifications LS 1 $ 7,000.00 $ 7,000.00 3 Temporary Fencing, 6' Chain Link Fence LS 1 $ 12,000.00 $ 12,000.00 4 Storm Water Pollution Prevention Control, Including TPDES Requirements, Complete in Place LS 1 $ 4,000.00 $ 4,000.00 5 Tree and Plant Protection, Including Tree and Stump Removal, Tree Trimming, and Root Pruning LS 1 $ 15,000.00 $ 15,000.00 6 Remove and Dispose of Existing Fence and Subdivision Brick Wall (All Types) LF 4031 $ 5.00 $ 20,155.00 7 ISite Restoration, Including Sodding, Complete in Place LS 1 $ 13,000.00 $ 13,000.00 SUBTOTAL SECTION 1 - GENERAL ITEMS $ 81,155.00 SECTION 2 - SIDEWALK AND FENCING 8 Brick Look Precast Concrete Fence (8-feet), Complete in Place LF 3496 $ 110.00 $ 384,560.00 9 Relocate Telephone Box/Concrete Foundation EA 3 $ 7,000.00 $ 21,000.00 10 Existing Fence Tie-in (Match Type), Including Posts EA 50 $ 300.00 $ 15,000.00 SUBTOTAL SECTION 2 - SIDEWALK AND FENCING ITEMS $ 420,560.00 TOTAL BASE BID ESTIMATE $ 501,715.00 ADDITIVE ITEMS 11 Hydro -Excavation for Posts (5-foot Intervals) EA 1 700 1 $ 150.00 $ 105,000.00 ADDITIVE ITEMS BID ESTIMATE $ 105,000.00 TOTAL BASE BID & ADDITIVE ITEMS $ 606,715.00 * Option 1 may not be feasible due to excessive number of utility conflicts and lack of available ROW for relocation Client: City of La Porte Project Name: Spencer Highway Fence and Sidewalk Project South Option 2: Fence On ROW (Recommended) Item No.I Item Description Unit Quantity Unit Price Total Price BASE BID SECTION 1 - GENERAL ITEMS 1 Mobilization (No Greater Than 5% of Total Bid) LS 1 $ 10,000.00 $ 10,000.00 2 Traffic Control and Regulation, in Accordance with Drawings and Specifications LS 1 $ 7,000.00 $ 7,000.00 3 Temporary Fencing, 6' Chain Link Fence LS 1 $ 12,000.00 $ 12,000.00 4 Storm Water Pollution Prevention Control, Including TPDES Requirements, Complete in Place LS 1 $ 4,000.00 $ 4,000.00 5 Tree and Plant Protection, Including Tree and Stump Removal, Tree Trimming, and Root Pruning LS 1 $ 15,000.00 $ 15,000.00 6 Remove and Dispose of Existing Fence and Subdivision Brick Wall (All Types) LF 4031 $ 5.00 $ 20,155.00 7 ISite Restoration, Including Sodding, Complete in Place LS 1 $ 13,000.00 $ 13,000.00 SUBTOTAL SECTION 1 - GENERAL ITEMS $ 81,155.00 SECTION 2 - SIDEWALK AND FENCING 8 Brick Look Precast Concrete Fence (8-feet), Complete in Place LF 3496 $ 110.00 $ 384,560.00 9 Existing Fence Tie-in (Match Type), Including Posts EA 50 $ 300.00 $ 15,000.00 10 Relocate Telephone Box/Concrete Foundation EA 3 $ 7,000.00 $ 21,000.00 11 Relocate Gas Line, Assume 500 LF of Relocation Needed LS 1 $ 25,000.00 $ 25,000.00 12 Relocate Buried Cable LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL SECTION 2 - SIDEWALK AND FENCING ITEMS $ 445,560.00 TOTAL BASE BID ESTIMATEI $ 526,715.00 ADDITIVE ITEMS 13 Hydro -Excavation for Posts (5-foot Intervals) EA 1 700 1 $ 150.00 $ 105,000.00 ADDITIVE ITEMS BID ESTIMATE $ 105,000.00 TOTAL BASE BID & ADDITIVE ITEMS $ 631,715.00 *The cost for the utility relocations, Items 11 and 12, may be reimbursed by utility owner. Client: City of La Porte Project Name: Spencer Highway Fence and Sidewalk Project South Option 3: Fence On Existing Fenceline Item No.I Item Description Unit Quantity Unit Price Total Price BASE BID SECTION 1 - GENERAL ITEMS 1 Mobilization (No Greater Than 5% of Total Bid) LS 1 $ 10,000.00 $ 10,000.00 2 Traffic Control and Regulation, in Accordance with Drawings and Specifications LS 1 $ 7,000.00 $ 7,000.00 3 Temporary Fencing, 6' Chain Link Fence LS 1 $ 12,000.00 $ 12,000.00 4 Storm Water Pollution Prevention Control, Including TPDES Requirements, Complete in Place LS 1 $ 4,000.00 $ 4,000.00 5 Tree and Plant Protection, Including Tree and Stump Removal, Tree Trimming, and Root Pruning LS 1 $ 30,000.00 $ 30,000.00 6 Remove and Dispose of Existing Fence and Subdivision Brick Wall (All Types) LF 4031 $ 5.00 $ 20,155.00 7 ISite Restoration, Including Sodding, Complete in Place LS 1 $ 13,000.00 $ 13,000.00 SUBTOTAL SECTION 1 - GENERAL ITEMS $ 96,155.00 SECTION 2 -SIDEWALK AND FENCING 8 Brick Look Precast Concrete Fence (8-feet), Complete in Place LF 3496 $ 110.00 $ 384,560.00 9 Existing Fence Tie-in (Match Type), Including Posts EA 50 $ 300.00 $ 15,000.00 10 Relocate Telephone Box/Concrete Foundation EA 2 $ 7,000.00 $ 14,000.00 11 Relocate Gas Line, Assume 500 LF of Relocation Needed LS 1 $ 25,000.00 $ 25,000.00 12 Relocate Buried Cable LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL SECTION 2 - SIDEWALK AND FENCING ITEMS $ 488,560.00 TOTAL BASE BID ESTIMATEI $ 584,715.00 ADDITIVE ITEMS 13 Hydro -Excavation for Posts (5-foot Intervals) EA 1 700 $ 150.00 $ 105,000.00 ADDITIVE ITEMS BID ESTIMATE $ 105,000.00 TOTAL BASE BID & ADDITIVE ITEMS $ 689 715.00 Item Description Unit Quanti Unit Price Total Price Easement Acquisition Survey Meets and Bounds EA 46 $ 2,000.00 $ 92,000.00 Land @ 60% Land Value (Approx. $50,000 Land Value/Parcel, 750 sq. ft./Parcel) EA 46 $ 2,143.00 $ 98,578.00 ROW Agent, 4 hrs/parcel @ $100/hr EA 46 $ 400.00 $ 18,400.00 Easement Acquisition Total $ 208,978.00 TOTAL BASE BID, ADDITIVE ITEMS & EASEMENT ACQUISITION $ 898,693.00 Land Ac uisition Survey Meets and Bounds EA 46 $ 2,000.00 $ 92,000.00 Land @ 110% Land Value (Approx. $50,000 Land Value/Parcel, 750 sq. ft./Parcel) EA 46 $ 3,929.00 $ 180,734.00 Land Acquisition Total $ 272,734.00 TOTAL BASE BID, ADDITIVE ITEMS & LAND ACQUISITION1 $ 962,449.00 REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: January 25, 2021 Requested By: Ray Mayo, Director Department: Public Works • Report Resolution Ordinance Exhibits: Area Map, Alternative 2 Information, Bayside Terrace Preliminary Engineerinq Report, Flap Valve Feasibilitv Memo Appropriation 003 /016/019/ 033 Utility / Sewer Rehab and Source of Funds: Street Drainage CIP Account Number: Multiple Amount Budgeted: $2,650,000 Amount Requested: 0 Budgeted Item: Yes �' No SUMMARY & RECOMMENDATION Drainage Improvements for the Bayside Terrace Neighborhood is programmed as a current Capital Improvement Project. This project is in pre -design phase and is also listed as the number two priority in city-wide drainage projects as defined by the Drainage and Flooding Committee. This area of the City was once Bay Municipal Utility District (BayMud) and was annexed by La Porte in the late 1980's. A summary of the Preliminary Engineering Report for Bayside Terrace Drainage project was provided at the November 9th Drainage and Flooding Committee meeting. Representatives from Halff Associates gave a presentation regarding the challenges and potential options for construction. Three (3) alternatives were provided for construction of the improvements. The Drainage and Flooding Committee deemed Alternative 2 as the most effective option to proceed to design phase. The estimated cost of the proposed improvements is $6,771,390.00 which includes a 20% contingency. Staff recommends moving forward to design with Alternative 2. Also, staff is actively pursuing funding options to assist with construction efforts. Benefits: • Alternative 2 will result in the same level of improvements as completed in the neighboring Pine Bluff neighborhood ( widened concrete curb and gutter streets) • Alternative 2 will be designed to meet the 100-yrAtlas 14 rainfall drainage criteria Alternative 2 will result in replacement of aging water mains in the neighborhood • Partnership funding options may exist with Harris County and/or Harris County Flood Control Liabilities: • If the project is delayed it is likely that construction costs will increase. ACTION REQUIRED BY CITY COUNCIL Approval or other action to uphold the determination of the Drainage and Flooding Committee, and provide direction to staff to move forward with design of Bayside Terrace Drainage Improvements. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date Galveston Bay ILI-TL7L1�[IJua��-i�1,� IJ�•� -- —' , i — - - --- VT;.I I G - AYS - D@Df2, ' y aw "5m�-{ P LJ I ` FALK•AVEI— t1U01 �r1z1'.CII7•L7LS - - -- DWIREDR .. DWIRE DR SHADY RIVER DR - - _ — - BAY OAKS DR- - - - - -. - - - - - - - - - - -BAY OAKS DR _- -- - - - - -. - - - - -- - - - - -- - _ ... --,— �� • Myer Greats nleel'�'n {i al,-�l�A.'.ar.,[G9Y-5R BAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 1 Vicinity Map LEGEND Project Area Parcels Flood Zone WD-YR Floodplain a 250 soo Fect N.tes: DRAFT 1. Nearmap 2020 � 4 N H,ALFF' MEN 4•i 4-. .f - r.. � ,k�. GGIalena na{h ,y1 '7 N 1k, 1Pasadena �ji SUuth �lau5lan I I.�r:�I• `� Project Area 1Vrlrilc•1 BAYSIDE TERRACE DRAINAGE IMPROVEMENTS PROJECT OPINION OF PROBABLE COST —ALTERNATIVE #2 ■ Improves existing level of service to meet 100-yr Atlas 14 rainfall for entire project area Site Preparation Items $455,900.00 Paving Items $2,255,387.50 Storm Sewer Items $1,822,625.00 Water Items $1,027,100.00 Wastewater Items $81,800.00 Subtotal $5, 642,820.00 Contingency (20%) $1,128,570.00 Total $6,771,390.00 HALFF BAYSIDE TERRACE DRAINAGE IMPROVEMENTS PROJECT PROPOSED ALTERNATIVE 42 STREET CONCRETE CURB AND GUTTER STREETS) ■ Existing asphalt roadway demolished and converted to new concrete curb and gutter — Aesthetic will match Pine Bluff subdivision to the north #fl ■ Driveway approaches replaced with new concrete y ■ Proposed roadway widened to meet City standards i r 1 TM 1 r__ — 60'right-af-way streets will have two 14-11 travel lanes f i +.I li I1 I -YI II �i 40' right-of-way streets will have two 11-ft travel lanes^ I- I)j Increase in impervious area does not need to be mitigated because of r rMcary.,u,nc,9uu4�e E ll outfall to Galveston Bay �a•� roa `� PROPOSED ALTERNATIVE 42 — STORM DRAINAGE (UNDERGROUND STORM SYSTEM) N Storm Sewer — Upsized to a minimum size of 24' and maximum size of 60° — Collects existing flows heading west to S. Broadway Street and redirects them east to Galveston Bay raGuns:i ca,c r. „v.r r,rr � —• Outfall to Galveston Bay ups¢ed to 60° Improves level 100-yrAtlas 14 i —��7k1 Il u A existing of service to meet rainfall ;I` t Ti [ = �'�llil r I� i 11�J�s for entire project area •�' P -rl: c.r1,.rausuwurs ur+ont r„eurcauo �: � 1EI I=' IIl"'.i w Right-of-way would drain to the new curb and gutter roadway, where I c noes a 1 rai­i v vea io»xe ♦aum -III wcwrw inlets would collect flows and push them east to Galveston Bay ... HALFF PRELIMINARY ENGINEERING REPORT BAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENTS September 30, 2020 AVO 34805 Prepared for: u op L Aopm City of La Porte ®; HALFF Halff Associates, Inc. 100 1-45 North, Suite 260 Conroe, TX 77301 TBPF Firm No. F-312 www, halft.com :: HALFF Bayside Terrace Subdivision Drainage Improvements Prepared for City of La Porte by Halff Associates, Inc. TBPE Firm Registration No. 312 This document, prepared under the supervision of Andrew Moore, P.E., and Long Nguyen, P.E., is for planning purposes only, and is not intended for construction, bidding, or issuance of permits. AVO 34805 September 2020 O¢ L 40 4 m Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. Table of Contents EXECUTIVESUMMARY......................................................................................I.................... 1 1. General Project and Contact Information.............................................................................. 3 1.1 Project Name................................................................................................................... 3 1.2 Precinct........................................................................................................................... 3 2. Introduction.......................................................................................................................... 3 2.1 Project Location............................................................................................................... 3 2.2 Subdivision History.......................................................................................................... 3 3. Data Collection..................................................................................................................... 4 3.1 Survey and Datums......................................................................................................... 4 4. Existing Conditions............................................................................................................... 4 4.1 Topography..................................................................................................................... 4 4.2 Existing Conditions Utilities.............................................................................................. 5 4.2.1 Water Lines .............................................................................................................. 5 4.2.2 Sanitary Sewer......................................................................................................... 6 4.2.3 Private Utilities.......................................................................................................... 6 4.3 Existing Conditions Street and Traffic.............................................................................. 6 4.4 Existing Conditions Drainage.......................................................................................... 8 4.5 Miscellaneous Features................................................................................................... 9 4.6 Site Visit.......................................................................................................................... 9 5. Proposed Conditions, Alternatives, Evaluations, and Recommendations ............................10 5.1 Proposed Conditions Utilities..........................................................................................10 5.1.1 Water Lines.............................................................................................................10 5.1.2 Sanitary Sewer........................................................................................................10 5.1.3 Private Utilities.........................................................................................................11 5.2 Hydrologic Analysis........................................................................................................11 5.2.1 Rainfall....................................................................................................................11 5.2.2 Drainage Areas.......................................................................................................12 5.2.3 Hydrologic.. P.arameter_Deve.lopment and Peak Flows ....._.....,.... .............. .......12. ii September 2020 500 nim HALFF F 4 Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. 5.3 Hydraulic Analysis..........................................................................................................13 5.3.1 Hydraulic Model Development.................................................................................14 5.4 Proposed Alternatives....................................................................................................14 5.4.1 Alternative 1 — Regrade Roadside Ditches..............................................................14 5.4.2 Alternative 2 — Curb and Gutter Storm Sewer..........................................................16 5.4.2.1. Alternative 2 - Paving.................... ........ .............................................. ................... 16 5.4.2.2. Alternative 2 - Drainage..........................................................................................18 5.4.3 Alternative 3 — Combination Roadside Ditch Regrading and Curb and Gutter Storm Sewer 19 5,4.3.1 — Alternative 3 - Paving.................................................................................. 5.4.3.2 --- Alternative 3 - Drainage........................................................................................19 6. Construction Traffic Control Plan.........................................................................................20 7. Tree/Landscape Impacts and Protection.............................................................................20 8. Real Estate Acquisitions......................................................................................................20 9. Variances............................................................................................................................21 10. ,Jurisdiction Determination...................................................................................................21 11. Interagency Coordination....................................................................................................21 12. Conclusion..........................................................................................................................21 13. Recommended Alternative.. ................................... ...................................................... ..... 22 iii September 202C ;;; HALFF aP L 4ogm Bayside Terrace Subdivision Drainage Improvements Preliminary ErigAeering Report Halff Associates, Inc. List of Tables Table 1 Opinion of Probable Cost for Proposed Alternatives Table 2 Existing Street and IOW Widths Table 3 Sanitary Sewer Cost Table 4 24-Hour NOAA Atlas 14 Rainfall Frequency Table 5 Rainfall Intensity Coefficients Table 6 Green and Ampt Loss Parameters Table 7 Summary of Alternative 1 Costs Table 8 Proposed Street Widths for Alternative 2 Table 9 Summary of Alternative 2 Costs Table 10 Summary of Alternative 3 Costs Table 11 Summary of Costs for Alternatives 1-3 List of Exhibits Exhibit 1 Vicinity Map Exhibit 2 Existing Water Line System Exhibit 3 Existing Sanitary Sewer System Exhibit 4 Existing Private Utilities — Gas Exhibit 5 Existing Private Utilities -- Electric Exhibit 6 Typical Existing Pavement Sections Exhibit 7 Existing Storm Sewer System Exhibit 8 Alternative 1 Proposed Conditions Exhibit 9 Alternative 2 Proposed Conditions Exhibit 10 Alternative 3 Proposed Conditions Exhibit 11 Proposed Water Line System Exhibit 12 Alternative 1 Proposed Node Map (5-YR Level of Service) Exhibit 13 Alternative 1 Proposed Node Map (100-YR Level of Service) Exhibit 14 Alternative 2 Typical Proposed Pavement Sections Exhibit 15 Alternative 2 Proposed Node Map (100-YR Level of Service) Exhibit 16 Alternative 3 Proposed Node Map (100-YR Level of Service) iv September 2020 E E HALFF F oQ iL Q�9 Bayside Terrace Subdivision Drainage Improvements w Preliminary Engineering report Halff Associates, Inc. List of Figures Figure 1 2018 H-GAC LiDAR Figure 1 Existing Drainage System Figure 3 Existing Typical Section Figure 4 Proposed Typical Section Figure 5 Proposed Typical Section List of Appendices Appendix A Site Visit Photos Appendix B Hydrologic Parameters and Peak Flaws Appendix C Alternative 1 Node Summary (5-YR and 100-YR Level of Service) Appendix D Alternative 1 Opinion of Probable Cost Appendix E Alternative 2 Node Summary (100-YR Level of Service) Appendix F Alternative 2 Opinion of Probable Cost Appendix G Alternative 3 Node Summary (100-YR Level of Service) Appendix H Alternative 3 Opinion of Probable Cost v September 2020 mom HALFF op 4 04 Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. EXECUTIVE SUMMARY The Bayside Terrace subdivision is located on the east side of La Porte, Texas, south of S.H. 225 and east of S.H. 146. The project area is generally bounded by Pine Bluff Drive to the north, S. Broadway Street to the west, Dwire Drive to the south, and the Galveston Bay to the east. Bayside Terrace is in the City of La Porte's Council District 5. The total project area is approximately 63 acres. The subdivision is zoned as medium and high density residential, and no schools fall within the project boundary. Bayside Terrace Civil Club private gated park is located at the intersection of Bayside Drive and Fondren Street. The Bayside Terrace subdivision is in the Clear Creek watershed. The existing drainage system consists of roadside ditches and underground reinforced concrete pipe ranging in size from 12- inch to 42-inch. The existing stormwater collection system has two outfall points; one through a park adjacent to the intersection of Bayside Drive and Fondren Street, and the other along the southeastern end of the subdivision at the terminus of Fondren Street. Both outfall into Galveston Bay. The southeastern system is not located within a utility easement or public right-of-way, so accessing the system is very difficult. There are approximately 227 total structures within the "At -Risk" project area, including 206 residential homes and 21 commercial structures. All 227 structures exist within FEMA designated Special Flood Hazard Area. During intense rainfall events, the capacity of the southeastern system is exceeded, and the backwater condition inundates sections of the neighborhood upstream. Approximately 17 structures were damaged from Hurricane Harvey in 2017, resulting over $1.1 million dollars in damages. Falk Court, Falk Avenue, Layne Court, a portion of Bonner Avenue, and Bayside Drive have a 60- foot right-of-way. All remaining streets within Bayside Terrace area have 40-foot rights -of -way. All streets in the area have asphalt surfaces in varying condition. Existing pavement widths vary from approximately 14 feet to 24 feet. Water lines within the Bayside Terrace subdivision vary in size from 2-inch to 8-inch in diameter. These water lines are approaching the end of their service life and will be replaced in this project. The sanitary sewer system within Bayside Terrace subdivision consists of gravity mains sizes ranging from 4-inch to 8-inch in diameter. The City of La Porte confirmed that the sanitary sewer mains were either slip -lined or pipe burst in recent years. Halff will provide an opinion of probable cost for the rehabilitation of existing sanitary sewer manholes. Private utilities in the area include CenterPoint Energy gas distribution lines and power poles with overhead electric lines running along the rights -of -way. There are no major pipeline crossings. September 2020 ::: HALFF 1 p Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Hall Associates, Inc. The City of La Porte contracted with Halff Associates to conduct H&H analysis of the Bayside Terrace Subdivision drainage system to examine existing conditions and determine hydrologic parameters to design a system to accommodate proposed condition events. Three alternatives were evaluated to improve the drainage systems. Alternative 1 investigated improving roadside ditches and driveway culvert sizes at a total cost of $3.6 million. Alternative 2 analyzed construction of curb -and -gutter streets with underground storm sewer systems at a total cost of $6.7 million. Alternative 3 investigated a combination drainage system with both roadside diches and underground storm sewers at a total cost of $5.2 million. The opinions of probable cost are summarized in Table 1, below. Table i. Opinion of Probable Cost for Proposed Alternatives Site Preparation Items Paving Items $382,900.00 $455,900.00 $420,900.00 $1,276,225.00 - $389,875.00 $2,255,387.50 Storm Sewer $1,183,400.00 $1,822,625.04 $1,551,360.00 Items Water Items $1,027,100.00 $1,027,100.00 $1,027,100.00 Wastewater $63,800.00 $81,800.00 $81,800.00 Items Subtotal $3,047,080.00 $5,642,820.00 $4,357,390.00 Contingency $609,420.00 $1,128,570.00 T $871,480.00 (20%) Total $3,656,500.00 $6,771,390.00 $5,228,870.00 Halff recommends Alternative 2, construction of curb -and -gutter streets with underground storm sewer systems. The opinion of probable cost for this alternative is estimated at $6,771,390.00. This estimate includes full replacement of the existing water line system and rehabilitation of all sanitary sewer manholes within the project area. 2 September 2020 mom mom HALFF m Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Fieport Halff Assoclates, Inc. 1. General Project and Contact Information 1.1 Proiect Name Bayside Terrace Subdivision Drainage Improvements 1.2 Precinct Harris County Precinct ##2 2. Introduction The City of La Porte engaged Halff Associates to provide professional engineering services for the Bayside Terrace Subdivision Drainage Improvements project. This Preliminary Engineering Report (PER) will provide alternatives and a recommended design solution to improve drainage within the subdivision. Depending on the alternative selected by the City of La Porte, the project scope will consist of a combination of the following: replacement of the existing water line system; sanitary sewer manhole rehabilitation; replacement of roadways and/or driveway approaches; and roadside ditch regrading and/or storm drainage system. 2.1 Project Location Bayside Terrace subdivision is located on the east side of La Porte, Texas, south of S.H. 225 and east of S.H. 146. The project area is bounded Pine Bluff Drive to the north, S. Broadway Street to the west, Dwire Drive to the south, and the San Jacinto Bay to the east. Bayside Terrace is in the City of La Porte's Council District 5. The total project area is approximately 63 acres. The project area is provided in Exhibit 1. 2.2 Subdivision History Bayside Terrace was once part of the Bayshore Municipal District. The Bayshore Municipal District was annexed into the City of La Porte in the late 1980's or early 1990's. All existing utilities and infrastructure were transferred from the Bayshore Municipal District to the City of La Porte at the time of annexation. There are approximately 227 total structures within the subdivision, including 206 residential homes and 21 commercial structures. Of the approximately 63 acres in the project area, 7 acres are classified as high -density residential and the remaining 56 acres are classified as low -density residential. 3 September 2020 ::: HALFF m Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates; Inc. 3. Data Collection The data collection deliverables for this study are as follows: • GIS data provided by the City of La Porte • Houston -Galveston Area Council (H-GAC) 2018 UDAR • Aerial Topography • Field Survey • Record Drawings 3.1 Survey and Datums A Category 6, Condition II topographic survey was performed by Amani Engineering to confirm pipe sizes, locations, and materials for existing sanitary sewer and storm sewer systems. Survey also picked up all above -ground appurtenances, trees, pavement limits, and ditch flowlines. Record drawings were available for the existing storm sewer system along Fondren Street. Record drawings were also available for the newly constructed Pine Bluff subdivision directly north. Halff utilized both topographic survey information for terrain modeling. Topographic survey utilized NAD 1983 (2011 Adjustment), Texas South Central Zone (4204) for the horizontal datum, and NAVD 1988 (2001 Adjustment) for the vertical datum. Topographic survey was supplemented with H-GAG 2018 LIDAR to observe sheet flow patterns outside of the public right- of-way where survey was not obtained. Halff utilized the combination of survey and record drawings to determine location of existing utilities. 4. Existing Conditions 4.1 Topography In general, Bayside Drive slopes from east to west. Elevations range from 9 feet near the S. Broadway Street and 13 feet near Galveston Bay. There is a high point located on Bayside Drive between Bonner Drive and Davis Street where flow from the subdivision splits. The portion of the subdivision located west of the high point drains toward S. Broadway Street and the portion to the east drains toward Galveston Bay. In the southeast corner of the subdivision, sections of Hamilton Street and Fondren Street drain south and outfall to Galveston Bay through a 24-inch storm pipe. A digital terrain model (DTM) of the 2018 H-GAC LiDAR is provided in Figure 2. 4 September 2020 ;;; HALFF .1�p 4 AQ F � Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. `h Terrain (ft) High : 15.15 MEE'- _ i_ow, Q 00 �6, L 3- Figure 2: 2018 H-GAC VDAR 4.2 Existing Conditions Utilities 4.2.1 Water Lines Water lines within the Bayside Terrace subdivision are comprised of asbestos concrete (AC) pipe, steel pipe, and ductile iron pipe, varying in size from 2-inch to 8-inch in diameter. Water line sizes and materials were obtained using the City of La Porte ArcGIS Web AppBuilder. The subdivision's water lines are supplied by a 12-inch water main running north -south along S. Broadway Street. There are two 2-inch, one 6-inch, and two 8-inch water mains running west -east along Pine Bluff Street to the north that tie into the existing Bayside Terrace system on the northern boundary of the subdivision. On the southern boundary of the subdivision, there is one 2-inch, two 6-inch, and one eight -inch water main running west -east along Dwire drive that tie into the existing Bayside Terrace system. An approximately 30-year old 8-inch La Porte Area Water Authority water main feeds the existing water plant on the western side of Humphreyville Street. Most of the water lines are located between the edge of pavement and the right-of-way. Based on the timeline of when Bayside Terrace was annexed into the City of La Porte, it is assumed that the water lines are at least 50 years old. The existing water line system is shown in Exhibit 2. 5 September 2020 � N HALFF m Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. 4.2.2 Sanitary Sewer Topographic survey indicates that the sanitary sewer system within Bayside Terrace subdivision consists of gravity mains sizes ranging from 4-inch to 8-inch in diameter. Sanitary sewer materials consist of polyethylene pipe, PVC pipe, and reinforced concrete pipe. Most of the sanitary sewer lines are located between the edge of pavement and the right-of-way. The sanitary sewer system drains to the west to S. Broadway Street into a 12-inch sanitary sewer main. The sanitary sewer was replaced via slip -line and pipe burst recently and will not be replaced under the scope of this project. The existing sanitary sewer system is shown in Exhibit 3. 4.2.3 Private Utilities Private utilities in the area include Centel Energy gas distribution lines and power poles with overhead electric running along the rights -of -way. Gas lines generally are in back lot easements and range in size from 1-inch to 2-inch. There are existing gas lines on Bayside Drive within the right-of-way, between the northern edge of pavement and the northern edge of right-of-way. There are no AT&T/Texas/SWBT underground conduit structures in the project area. There are no known pipeline easements crossing through the subdivision. Existing gas utilities are shown in Exhibit 4 and existing electric utilities are shown in Exhibit 5. 4.3 Existing Conditions Street and Traffic All streets in the project area are two-lane asphalt streets with two-way traffic. Traffic control in the area is provided by stop signs at the intersections of the collector streets with Bayside Drive. There is a stop sign at the intersection of Bayside Drive and South Broadway Street at the neighborhood exit. Existing street widths and rights -of -way are summarized in Table 2 below. Typical existing pavement sections are shown on Exhibit 6. 6 September 2020 ;;; HALFF F � xQ I 409 F � m Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. Table 2: Existing Street and ROW Widths Bayside Drive 20 to 24 60 Falk Court 19 to 23 60 Humphreyville Street 12 to 13 40 to 50 Layne Street 14 to 15 40 Bonner Drive 13 to 21 40 to 60 Davis Street 13 to 14 40 Carlisle Street 12 to 14 40 Layne Court 18 to 21 60 Falk Avenue 19 to 22 60 Weatherford Street 12 to 14 40 Hamilton Street 11 to 13 40 Fondren Street 14 to 18 40 Bayside Terrace subdivision is a residential subdivision with no through traffic, except to exit to S. Broadway Street. The subdivision is zoned as medium and high density residential, and no schools fall within the project boundary. There are no sidewalks or curb ramps located in the project area. There are no bridges or speed bumps within the project area. Traffic volumes within the subdivision are light. Traffic volumes are heavy along S. Broadway Street with large trucks as well as passenger vehicles. 7 September 2020 mom HALFF of L AQ9m Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Ralff Associates, Inc. 4.4 Existing Conditions Drainacie Bayside Terrace subdivision is in the Clear Creek watershed. The project area encompasses approximately 63 acres. The drainage system consists of roadside ditches, underground storm sewer, and driveway culverts. The storm sewer system pipe sizes range from 12-inch to 42-inch. According to FEMA FIRM Panel No. 48201C0945M, effective date January 6, 2017, the entire project area is in shaded Zone AE (100-year floodplain). During intense rainfall events, the capacity of the southern system is exceeded, and the backwater condition inundates sections of the neighborhood upstream. There are approximately 227 total structures, including 206 residential homes and 21 commercial structures. Approximately 17 structures were damaged from Hurricane Harvey in 2017, resulting over $1.1 million dollars in damages. The existing floodplain is shown on Exhibit 1. While an existing conditions analysis was not conducted to determine the existing drainage deficiencies, storm sewer sizes, driveway culvert conditions, and overland sheet flow patterns appear to be the main causes of potential flooding in the neighborhood. The existing drainage was not modeled because the outfall system is tidally influenced and there is no mitigation required. According to a drainage study conducted by Klotz Associates in 2009, Bayside Terrace subdivision was identified as 5-YR LOS. The existing subdivision has two outfall locations. There is an existing high point between Bonner Street and Davis Street. Bonner Street, Layne Street, Falk Court, and Humphreyville Street have combination roadside ditch and underground storm sewer systems that flow south and collect in the combination system on Bayside Drive and flow west and outfall to S. Broadway Street. Falk Avenue consists of an underground storm sewer system that flows north, outtalls into an existing ditch along Bayside Drive, and flows west and outfalls to S. Broadway Street. East of the high point, Davis Street, Carlisle Street, and Weatherford Street have combination roadside ditch and underground storm sewer systems that collect in the combination system on Bayside Drive and flow east to outfall to Galveston Bay through a 30-inch storm pipe. In the southeast corner of the subdivision, sections of Hamilton Street and Fondren Street outfall to the Bay through a 24-inch storm pipe. The existing collection system is not located within a utility easement nor public right-of-way; it is located within a 5-foot utility easement within fenced backyards of properties. There is not enough space to perform maintenance nor repairs on the existing system. The existing drainage system is shown in Figure 3 and Exhibit 7. 8 September 2020 MEN HALFF ASP L 40 �.. 4 m Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. Figure 3: Existing Drainage System 4.5 Miscellaneous Features Existing land use is zoned as medium -density and high -density residential. There are apartment complexes located on Falk Court, and adjacent to Bayside Drive where it intersects with S. Broadway Street. The rest of the subdivision is comprised of single-family homes. Trees line the streets through the project area, primarily along the right-of-way. Tree species primarily consist consisting of pine and oak, ranging in size from 2-inch to 48-inch in diameter. Driveways in the area vary in material type, ranging from gravel to asphalt to concrete. There does not appear to be fence or structural encroachments in the right-of-way. 4.6 Site Visit Two site visits were conducted to the Bayside Terrace Subdivision. The initial site visit was made on January 16, 2020 to assess the site and during the scoping phase. A thorough site visit was conducted on May 19, 2020 to investigate encroachments, utilities, drainage patterns, and other field conditions that may affect the project. The existing pavement was found to be in fair condition in most places. Ditches were generally well -maintained, though sections have experienced silt build up and overgrowth, resulting in clogged culverts. Photographs from the site visits are presented in Appendix A. 9 September 2020 om HALFF 4 '� s 00 l 4�4 a m Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Hal Associates, Inc. 5. Proposed Conditions, Alternatives, Evaluations, and Recommendations Halff investigated three alternatives to improve drainage within the Bayside Terrace Subdivision. • Alternative 1: Regrade and deepen existing roadside ditches, upsize driveway culverts, and install new roadside ditches in place of existing undersized storm sewer systems along Falk Avenue. This alternative maintains the existing drainage split between the east and west portions of the neighborhood at the high point between Bonner Drive and Davis Street. Proposed improvements for Alternative 1 are shown on Exhibit 8. • Alternative 2: Convert asphalt roadway to concrete curb and gutter with underground storm sewer and trunk line throughout the entirety of the neighborhood. Subdivision drainage outfalls to Galveston Bay through a 60" RCP. Proposed improvements for Alternative 2 are shown on Exhibit 9. • Alternative 3: Combination of regrading and deepening existing roadside ditches, upsizing driveway culverts, and converting roadway to concrete curb and gutter with underground storm. Falk Avenue, Bonner Street south of Bayside Drive, and Bayside Drive is converted to concrete curb and gutter. Subdivision drainage outtalls to Galveston Bay through a 60" RCP. Proposed improvements for Alternative 3 are shown on Exhibit 10. 5.1 Proposed Conditions Utilities 5.1.1 Water Lines Each estimate includes the price to fully replace the existing AC water line system with proposed PVC. Proposed water lines shall be 8-inch in diameter, or match line size connecting to the adjacent subdivision. The cost estimates for all three (3) alternatives include prices to remove and replace the existing system within the project area, as well as installation of additional fire hydrants to meet City of La Porte spacing criteria. The cost associated with improvements to the waterline is consistent on all three alternatives. The proposed water line system is shown in Exhibit 11. 5.1.2 Sanitary Sewer Conflict manholes will be installed where conflicts with proposed storm sewers cannot be avoided. The cost estimates for all three (3) alternatives includes prices to rehabilitate existing sanitary sewer manholes. The cost associated with sanitary sewer depends on the number of conflict manholes found for each alternative, see Table 3 for summarized sanitary sewer costs. - --.. ._......_. _..... _ .......... 10 September 2020 son H,ALFF OP i L AO F 9 Bayside Terrace Subdivision Drainage Improvements ,. Preliminary Engineering Report Halff Associates, Inc. Fable 3: Sanitary Sewer Cost 5.1.3 Private Utilities The private utilities within the project area are listed under the existing conditions section. The existing gas lines are not within the limits of the proposed pavement. However, there are four (4) locations in which the existing 2-inch gas main crosses Bayside Drive. Depth information was not obtained for the existing gas main. The proposed underground storm sewer might require relocation of some gas lines. No power or street light pole conflicts are anticipated due to their close proximity to the edge of the right-of-way. Utility owners will be notified when conflicts are identified in the design phase. 5.2 Hydrolociic Analysis A hydrologic analysis was conducted to determine proposed drainage areas and runoff hydrographs for each alternative. The analysis consisted of delineation of drainage areas, hydrologic parameters, calculating peak flows, and model development. 5.2.1 Rainfall The rainfall used in this project consists of the National Oceanic and Atmospheric Administration (NOAA) Atlas 14 rainfall for Harris County Region 3. Table 4 provides the 5-year and 100-year rainfall frequency data for the 24-hour NOAA Atlas 14 rainfall. Table 4: 24-Hour NOAA Atlas 14 Rainfall Frequency 5 Minutes 0.75 1.37 15 Minutes 1.W07 2,72 1 Hour 2.88 5.25 2 Hours 72 7.64 3 Hours ' 4.26 9.42 6 Hours 5.22 12.50 h 12 Hours 6.24 15.20 I - 1 Day 7.33 18.00 11 September 2020 ONE HALFF P 4 m Bayslde Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. 5.2.2 Drainage Areas The drainage areas were delineated within the Bayside Terrace subdivision using the available 2018 Houston -Galveston Area Council (H-GAC) LiDAR, HCAD Parcel data, field reconnaissance, and aerial imagery. The basins range in size from 0.20 to 3.29 acres among the three alternatives. The basins are shown on Exhibit 8, Exhibit 9, and Exhibit 10. 5.2.3 Hydrologic Parameter Development and Peak Flows The Rational Method and Clark Hydrograph Method was used to calculate peak flows and develop hydrographs, respectively. Runoff hydrographs were developed in accordance with the La Porte Storm Water Design Criteria (Chapter 5) and Harris County Infrastructure Regulations (2019). The Rational Method requires several parameters to determine the flow rate including the runoff coefficient (C), the time of concentration (TC), the basin area (A), and the rainfall intensity (i). The runoff coefficient was determined for each basin based on land use and values provided by the Storm Water Design Criteria (Chapter 5) for the City of La Porte. Formulas for the hydrologic analysis are shown below. Rational Method Q = CiA where: Q = discharge (cfs) C = runoff coefficient i = rainfall intensity (inlhr) A = area (ac) Time of concentration TC = 10-Ao.1761+15 Rainfall intensity Table 51 _ b (d+TC)e Rainfall intensity (i) was determined for the 5-year and 100-year storm events using the equations from Harris County Region 3, shown below in Table 5. 12 September 2020 mom HALFF *01" Bayside Terrace Subdivision Drainage Improvements preliminary Engineering Report Halff Associates, Inc. Table 5: Rainfall Intensity Coefficients Coefficient year 100-year 0.6900 0.5797 60. .. :: 4.44 The calculated peak flows from the Rational Method were used to develop hydrographs in the HEC-HMS model version 4.2. The Green and Ampt loss rate method was used to determine abstractions for each drainage area. The Green and Ampt loss parameters are summarized in Table 6. Table 6: Green and Ampt Loss Parameters Initial Content 0.1 Saturated Content 0.385 Suction (in.) 12.45 Conductivity (inlhr) 0.024 The 5-year and 100-year storm events were simulated in the HEC-HMS model. The Clark Storage Parameter "R" in the HEC-HMS model was calibrated so that peak flows from the model matched those calculated from the Rational Method. The Clark method provides a hydrograph into the XPSWMM model, so we are looking at the entire storm event rather than just the peak flow. The hydrograph is calibrated so that it matches the peak flow of the rational method. Other methods of hydrograph development are available, such as the SCS, or unit hydrograph, but the Clark is the most representative of flat terrains and is used by most agencies in the region. The resultant hydrographs from the model were imported into the proposed alternative models for hydraulic analysis. The hydrologic parameters and peak flows are provided in Appendix B for each alternative.. 5.3 Hydraulic Analysis A hydraulic analysis was conducted for each alternative using XPSWMM version 2019.1 to determine resultant discharge rates and water surface elevations of the proposed drainage systems. The analysis consisted of determining the size and configuration of the roadside ditches, cross culverts required for the roadway, and underground storm sewer for each of the three alternatives. 13 September 2020 mi HALFF Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. 5.3.1 Hydraulic Model Development The roadside ditches, culverts, and storm sewer were modeled with nodes and links in XPSWMM. Nodes represent inflow locations and changes in drainage infrastructure such as changes in slope and outfall locations. The resultant hydrographs from the HEC-HMS model were imported into the XPSWMM model and applied at the corresponding node locations. The invert elevations were set to the flowline of the ditches, culverts, and storm sewer. The spill crest of the nodes (ground elevation) were set to the elevation of the ROW based on the topographic survey performed by Amani. Links represent the roadside ditches, culverts, and storm sewer. Roadside ditches were modeled as trapezoidal ditches. Lengths and flowline inverts were assigned based on preliminary alternative layouts. A typical section of the ditches includes 3:1 side slopes and 2-foot bottom width. A Manning's n-value of 0.04 was assigned for all ditches. A Manning's n-value of 0.013 was assigned for all storm sewer pipes. 5.4 Proposed Alternatives 5.4.1 Alternative 1 -- Regrade Roadside Ditches Alternative 1 included improving roadside ditches and driveway culverts to convey runoff to the proposed outfall. Culverts are recommended to be upsized to 24-inch minimum to better accommodate flows. The existing outfall at the intersection of Bayside Drive and Fondren Street is upsized from 30-inch to 48-inch. Proposed ditch geometry consists of a 2-foot bottom, 3 to 1 side slopes, with depths ranging from 18-inches to 4-feet. An existing typical section is shown in Figure 3. ExISTbv; R01,11 VA,11Es CL VARIES 6'-1 0.5' - EXISTING ASPHALT OBI 74`{EMEIT EYIETING GRAZE-, i \rpi S - I_ n I i —frr -- I — I EXISTI.1JC DITCH 11 VARIES ExIsTItJ1, URaf,E I I VAF ES I_ IIIIII11 IIIII_ailillTl II I: I EY.ISTING DITC. I EXISTING TYPICAL SECTION Figure 3: Existing Typical Section 14 September 2020 ;;; HALFF sip 4 hp h � R Rayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. Roadside ditches on Fondren are recommended to be regraded to drain north to Bayside Drive. The existing outfall to the east of Fondren Street would be abandoned in place. Driveway approaches would be replaced in order to accommodate the new ditch grades and upsized culverts. No roadway improvements are made in this alternative. The model confirmed that the proposed ditch and culvert layout configurations mentioned above support a 5-year Atlas 14 rainfall event for the entire project area. A 100-year Level of Service cannot be achieved in Alternative 1 due to the limited capacity of the roadside ditches, Appendix C summarizes the maximum allowable pending elevation based on the right-of-way and the 5-year and 100-year water surface elevations. The estimated construction cost for Alternative 1 is $3,656,500.00, as summarized below in Table 7. The estimate is provided in Appendix D. The proposed drainage areas, ditch configuration, and culvert layout is shown on Exhibit 8. Exhibit 12 details which nodes meet or exceed the 5- year level of service and Exhibit 13 details which nodes meet or exceed the 100-year level of service for Alternative 1. Table 7. Summary of Alternative 1 Costs Site Preparation Items Paving Items Storm Sewer Items Water Items Wastewater Items Subtotal Contingency (20%) 15 September 2020 mom HALFF $382,900.00 - $389,875.00 $1,183,400.00 $1,027,100.00 $63,800.00 $3,047,080.00 $609,420.00 Total ` $3,656,500.00 *�O` Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. 5.4.2 Alternative 2 — Curb and Gutter Storm Sewer 5.4.2.1. Alternative 2 - Paving Alternative 2 analyzed construction of curb -and -gutter streets with underground storm sewer systems. In order to convert the primarily existing roadside ditch system to curb -and -gutter streets, the existing asphalt roadway would be demolished, and the proposed concrete roadway would be lowered an average of approximately 2-feet to ensure that top of curb elevations are below right-of-way elevations. The existing roadway would be upgraded to current City of La Porte standards; where the right-of-way width is 60 feet, the roadway would be upgraded to 28 feet wide (F-F). The City of La Porte does not have design standards where the right-of-way width is 40 feet. Halff assumed that 22 feet wide pavement (F-F) would be constructed in this scenario. Proposed roadway widths are summarized in Table 8, below. Table S: Proposed Street Widths for Alternative 2 Bayside Drive 20 to 24 _� 28 60 Falk Court 19 to 23 28 60 Humphreyville Street 12 to 13 22 40 to 50 Layne Street 14 to 15 22 40 Bonner Drive 13 to 21 22 to 28 40 to 60 Davis Street 13 to 14 22 40 Carlisle Street 12 to 14� 22 40 - Layne Court 18 to 21 28 60 Falk Avenue 19 to 22 28 60 Weatherford Street 12 to 14 22 40 Hamilton Street 11 to 13 22 40 Fondren Street :T 14 to 18 22 40 16 September 2020 �; HALFF Op L �Q Bayside Terrace Subdivision Drainage Improvements �..«< Preliminary Engineering Report Halff Associates, Inc. Due to the flat existing terrain, it is recommended that the roadway be constructed using 4-inch by 12-inch monolithic curb (in lieu of 6-inch curb) to ensure proper drainage. Roadway pavement will be 6-inch thick concrete with #4 grade 60 steel reinforcement. The roadway base will be assumed to be 6-inch thick lime stabilized subgrade but will be verified with a geotechnical report in the final design phase. All existing driveway approaches will be replaced with 6-inch thick concrete. Proposed roadway typical sections are shown in Figure 4 and Figure 5 below and Exhibit 14. 4"X12" MONOLITHIC CURB {TYP){TYP) III PROP NGL GRADE BACK TO EXISTING ING 50' ROW 30' B-B 14' 14' TRAVELLANE TRAVELLANE r EXISTlld;; RERN 6" CONC PVMT ff --- z% 6" LIME STABILIZED 4"X12" MONOLITHIC o CURB (TYP) I PROP NGL I UNIFORMLY GRADED AND _ -III -III I_ C— 1', GRADE BACK COMPACTED TO 05 % STANDARD - I i_— TO E%15T'ING PROCTOR DENSITY (8 % LIME} PROPOSED TYPICAL SECTION Figure 4: Proposed Typical Section EXISTIIIG RO'k VARIES 40' — 60' 4'X12" 22' F-F 4'X12' MONOLITHIC CL MONOLITHIC CURB (TYR) 10, 70, CURB (TYP) TRAVELLANE TRAVELLANE @KISTIMG RDI'!Y EXISTING GRADE 6° CON C PVMT 2%- - - -- - -2%' ---- - Ip ,_ --- - - - - - - _ tt I _I� III I = 11, I DI IT- li 111 —�'1.I -� .-'�- I --III II1 _ IL_ II 1.1I I I II I —I III III L II —III II I_I-III II - 6' LIME STABILIZED SUBSRADE 11i II UNIFORMLY GRADED AND PROPNGL COMPACTED T065%STANDARD PROP NGL GRADEBACKTO PROCTOR DENSITY (8%LIME) GRADE BACK TO EXISTING ROW EXISTING ROW PROPOSED TYPICAL SECTION Figure 5: Proposed Typical Section Existing traffic control devices (stop signs) will be left in place. Due to the low traffic volumes in the subdivision, no additional stop signs are warranted. Speed cushions are also not warranted due to low traffic volumes and traveling speeds. 17 September 2020 HimEpp HALFF' b y°pO R m Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. 5,4.2.2. Alternative 2 - Drainage Alternative 2 collects existing flows heading west to S. Broadway Street and redirects them east to Galveston Bay. Due to the increase in impervious area from widening the pavement, there will be an increase in impervious cover. The increase in impervious area will result in an increase in the peak runoff rate. However, by taking flow to Galveston Bay, there is no need to mitigate for the proposed improvements. Proposed storm sewer sizes range from 24-inch to 60-inch. The existing outfall through Bayside Terrace Park is upsized from 30-inch to 60-inch. The proposed storm sewer trunk line will be located outside of the proposed paving limits. Type "C inlets will be utilized to minimize the number of manholes necessary to connect storm laterals to the trunk line. Type "C inlets will be placed at the end of the curb return of intersecting streets. Longer streets will be supplemented with additional Type "C" inlets to ensure that the maximum travel distance of water is 300 feet. All storm laterals will be 24-inch in size. The storm sewer layout for Alternative 2 was modeled using XPSWMM. The XPSWMM model confirmed that the proposed pavement and storm sewer layout configurations mentioned above support a 100-year Atlas 14 rainfall event. Appendix E summarizes the maximum allowable ponding elevation based on the right-of-way and the 100-year water surface elevations. The estimated construction cost for Alternative 2 is $6,771,390.00. The estimate is provided in Appendix F. The proposed storm configuration is shown on Exhibit 9. Exhibit 15 details which nodes meet or exceed the 100-year level of service for Alternative 2. Table 9: Summary of Alternative 2 Costs Uescriptio 4nernau'ze z. Curb and Gutter Site Preparation Items $455,900.00 Paving Items $2,255,387.50 Storm Sewer Items $1,822,625.00 Water Items $1,027,100.00 Wastewater Items Subtotal Contingency (20%) 18 September 2020 Omm HALFF' $81,800.00 $5,642,820.00 $1,128,570.00 Total $6,771,390.00 � U m Bayside Terrace Subdivision Drainage Improvements Prei rninary Engineering Report Half Associates, Inc. 5.4.3 Alternative 3 —Combination Roadside Ditch Regrading and Curb and Gutter Storm Sewer 5.4.3.1 — Alternative 3 - Paving Alternative 3 investigated a combination drainage system with roadside diches and construction of curb -and -gutter streets with underground storm sewer systems. Curb -and -gutter streets with underground storm sewer systems would be installed along Bayside Drive, Falk Avenue, and Bonner Street south of Bayside Drive. The existing roadway would be upgraded to current City of La Porte standards; where the right-of-way width is 60 feet, the roadway would be upgraded to 28 feet wide (F-F). The City of La Porte does not have design standards where the right-of-way width is 40 feet. Halff assumed that 22 feet wide pavement (F- F) would be constructed in this scenario. All existing driveway approaches will be replaced with 6-inch thick concrete. There will be no roadway improvements to Falk Court, Humphreville Street, Layne Street, Bonner Street north of Bayside Drive, Davis Street, Carlisle Street, Weatherford Street, Fondren Road, and Hamilton. 5.4.3.2 — Alternative 3 - Drainage The proposed drainage network includes widening and regrading roadside ditches along the north/south side streets and installing underground storm sewer along Bayside Drive and Falk Avenue, which will outfall into Galveston Bay. The proposed ditch geometry consists of a 2-foot bottom, 3 to 1 side slopes, with depths ranging from 1.5-feet to 3-feet. Proposed storm sewer sizes range from 24-inch to 60-inch. The existing outfall through Bayside Terrace Park would be upsized from 30-inch to 60-inch. The proposed storm sewer trunk line will be located outside of the proposed paving limits. Type "C° inlets will be utilized to minimize the number of manholes necessary to connect storm laterals to the trunk line. Type "C" inlets will be placed at the end of the curb return of intersecting streets. Type " B" inlets will collect flow at the downstream end of ditches on side streets and outfall into the trunk line. All storm laterals will be 24-inch in size. The combined roadside ditch and storm sewer layout for Alternative 3 was sized using XPSWMM version 2019.1. The XPSWMM model confirmed that the proposed roadside ditches, pavement, and storm sewer layout configurations mentioned above support a 100-year Atlas 14 rainfall event. Appendix G summarizes the maximum allowable ponding elevation based on the right-of-way and the 100-year water surface elevations. 19 September 2020 HA,LFF P L Bayside Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. The estimated construction cost for Alternative 3 is $5,228,870.00. The estimate is provided in Appendix H. The proposed storm configuration is shown on Exhibit 10. Exhibit 16 details which nodes meet or exceed the 100-year level of service for Alternative 3. Table 10. Summary of Alternative 3 Costs i'5,i.�al�gin, Y1,1— Site Preparation Items $420,900.00 Pawing Items $1,276,225.00 Storm Sewer Items $1,551,360.00 Water Items $1,027,100.00 Wastewater Items $81,800.00 Subtotal $4,357,390.00 Contingency (20%) $871,480.00 Total $5,228,870.00 6. Construction Traffic Control Plan The narrow roadways within the subdivision will require closing one side of the street for construction. While construction is underway on one side of the street, there will be one-way only traffic on the other side. Driveway access will be provided to the extent possible during construction. Flagmen and lane closures will be employed to make the roadway tie-in at S. Broadway Street. 7. Tree/Landscape Impacts and Protection Most trees are outside of the right-of-way but are close to the proposed alignments. The roadway and utilities will be designed to cause minimal impacts to trees where possible. 8. Real Estate Acquisitions The 40-foot and 60-foot rights -of -way are adequate for the proposed construction. Temporary right -of -entries may be necessarily to facilitate construction. 20 September 2020 HALFF a� A Bayside Terrace Subdivision Drainage Improvements ,.,.. Preliminary Engineering Report Halff Associates, Inc. 9. Variances At this point in time, no variances are expected to be obtained. 10. Jurisdiction Determination The following agencies will have jurisdiction over certain aspects of the project, and construction must be coordinated with them to ensure timely completion of the Project: • City of La Porte street cut permits • City of La Porte lane closure permits • TxDOT approval for Street Tie -In • CenterPoint Energy • La Porte Area Water Authority 11. Interagency Coordination Coordination with TxDOT will be required prior to construction in order to obtain approval for a Street Tie -In at the S. Broadway Street and Bayside Drive intersection. 12. Conclusion Three (3) alternatives were evaluated to improve drainage within the Bayside Terrace Subdivision. A summary of costs is provided in Table 11, below. 21 September 2020 OU HALFF F gl Bayside Terrace Subdivision Drainage Improvements ;.... Preliminary Engineering Report Halff Associates, Inc. Table 11; Summary of Costs for Alternatives 1-3 Site $382,900.00 $455,900.00 $420,900.001 Preparation I Items Paving Items $389,875.00 $2,255,392.00 $1,276,225.50 1 Storm Sewer $1,183,400.00 $1,822,625.00 $1,551,360.00 Items Water Items $1,027,100.00 $1,027,100.00 $1,027,100.00' Wastewater $63,800.00 $81,800.00 $81,800.00 Items Subtotal $3,047,080.00 $5,642,820.00 $4,357,390.00 Contingency $609,420.00 $1,128,570.001 $871,480.00 (20%) Total $3,656,500.00 $6,771,390.00 $5,228,870.00 Detailed cost estimates for each of the three (3) alternatives can be found in Appendix ❑, Appendix F, and Appendix H, respectively. 13. Recommended Alternative Although Alternative 1 is the least expensive, it does not achieve the 100-year level of service for the neighborhood, and due to ROW restrictions, does not address repetitive losses properties along Falk Avenue and Layne Court. Alternative 3 is more expensive than Alternative 1, and meets the 100-year level of service. However, only some of the residents in the neighborhood receive concrete curb and gutter roadway improvements. Both Alternative 1 and Alternative 3 require roadside ditch maintenance to ensure the drainage system operates effectively. The recommended alternative is Alternative 2, the construction of curb -and -gutter streets with underground storm sewer systems option, This alternative will match the aesthetic of the recently constructed Pine Bluff Subdivision, directly north of the Bayside Terrace Subdivision. This system provides improved streets and an improved drainage system. Alternative 2 eliminates maintenance of roadside ditches and improves the overall aesthetic of the neighborhood. Alternative 2 provides a 100-year level of service based on Atlas 14 rainfall. The estimated construction cost for this option is $6,771,390.00. 22 September 2020 NUn: ow HALF mc'CAEE R➢ - � - IN m fn. - - 9AYSHORE DR - - - GalVeStOn Bay - - - - .PINE BLt1FRST I _ Jp o I — L.- BAYSIDE•DR, I r ` f III�II{{II 11 FACIS AVE I` i •� IF — - - - - - DWIRE DR SHADY RIVER OR - DWIRE DR _ - - - - - - - RAV OAKS DR _ - - _ - eAY OAKS DR - - - - RAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 1 Vicinity Map LEGEND Project Area Parceks Flood Zone 1 PO-YR Floodplain �.] 0 25Q iQQ w Feet me= DRAFT 1- Nxarmap 2C20 ::: HALFF G�4,iia vsl Ir _ Va�.:rdena ,.le Frnject Area MC CA" Rb BAYSHaRE DR, lam'' .P.IN€BLllFF ST._._. A h O t -1 Galveston Bay _.DWIR€DR - - SHADYRIVERDR _ - - - BAY �DAKS 6R - - - - - - - - - 6AY'DAKS'DR BAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT z Existing Water Line System LEGEND Fire Hydrants - Water Core 13 LPAWA Water TreaMent Piant Project Area Parcels e n 250 5Ra beer Noten DRAFT 1. Nea V 2020 r.. HALFF rrr ru R '- Pmjees Area ' vrePaer Galveston Bay 4 I I SHADY RIVER DR RAYSIDE TERRACE SNBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 3 Existing Sanitary Sewer System LEGEND j Cleanows Manholes Sanitary Sewer PFaject Area Parcels 0 250 SW Feet Nomr DRAFT ,- rve.F ar mm won HALFF h e SIP. —dens f ;rCui+ Project Area '- v pia jnronti in.�M 4wen'wnau.. cc;�v-sa MC'CABE RD C A O b C - -MIRE PR - - SHADY RIVLR DR f — - BAY OAKS DR_ - Galveston Bay DAKS DR I DAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROTECT CITY OF LA PORTE EXHIBIT 4 Existing Private Utilities - Gas LEGEND Centerpoint Gas Line Ph—smpe Communication Line Pr j-t Area Pa[eels 6 250 306 Fael Roea., D R A F T r. ra�rmaP zozn M■■ HALFF ::: . r• ... Prgect Area AFC CASE RP ._ - .. ...I BAYSHORE PR - - - _ - - - - -pWIRE DR SNAPYRlVER DR - _ - -- - - I BAY OAKS' 'Galveston'.IBay - - - - DWfRE DR - ._ BAY OAKS DR BAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 5 Existing Private utilities - Electric LEGEND p Power Pala C-terpoimt Overhead Electric 0 Project Aaea Parcels o zso snn Fee Neies. D R A F T 1. N.—p 2DZL mom HALFF L il.i. &.fir Vns:.cle;ii Pmjed Area mux; I _ r m o _____ _____ �.Ir III � II �I•,I f I.�II ��I��Ilill II]EiIII I'.'ffl. fl III - IF I -I II;IJI_ -� - EXISTING TYPICAL SECTION BAYSICE [DRIVE. FALK GODRT. LAYNF COURT & FALK AVENUE NTS J/fry — r ----- ---'-i .._ �llj !I�l�i; I IhII a I:_JII IL�flc I=; III jl [I If �I I EXISTING TYPICAL SE0710N HUMPHREYVILLE STREET & BONNER GRIVE Ws �° umncc�e' aax5 ��.------_.—--------_.__ --------- ----- EXISTING TYPICAL SECTION LAYNE STREET DAVIS STREET CARL9 SLE STREET WEATHERFORD STREET. HAM ILTON STREET & FONDREN STREET NIS II SHADY RIVER DR l I t I III eAYSHORE DR. 2 S Galveston Bar -DWJRE PR- . _... ._ — _ 9AY'OAKS'9iF_ _ - -- - - I , -- — J BAYSIDE TERRACE SUBDNISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 7 Existing Storm Sewer System LEGEND �q° Qutfatl Culverts Storm Sewer Project Area Parcels ® 250 0 Feel N.— DRAFT i. Ncarrcap 2020 HALFF IWO 1 C ' PmjecE Area 03' o MG CABE RD 1—I - 1_ -- m I I BAYSKORE DR.�- _ _ I I �SHAOY RIVER PR -- — — — --- DWIRE DR — 11 I I BAY OARS DR Galveston Bay BAY OAKS PR BAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT a Alternative #1 - Proposed Conditions LEGEND - Proposed Culverts Prajed Area Drainage Areas Parcels o zso soo- Fcet Rater ❑ R A F T 1. Culvert diameter 24' unless okhervvisa noted ; ; HALFF i I .t[ILII.1 I _ Proia_ct Area Galveston Bay NIC CARE Rl] BAYSFioRE DR_- { II J II Y - - - -- - - �VJ[KE DR- -SHADY RIVER PR T .� BAY (OAKS DR RAY OAISDR RAYSIDE TERRACE SUBDIVISION DRAINArl IMPRMW ENT PRDjEeL CITY OF LA PORTS EXHIBIT 9 Alternative #2 - Proposed Condiiions LEGEND Proposed Stone Sewer rqDrainage Areas 0 Projed Area F-1 parcels o zzR soo Feel DRAFT 1. N--p 2020 ;:HALFF Ir o Project Area BAYSHQRE RR, Galvesion Bay rgeeeee��!_��,aer. reeeebae�ee ■+ aeeee� e_■e>.ee,e e■ e..e r \S ■ 1 "•fit -_ '1 ' � ,,} - b e u x ��r'.�l�feefl�'iPeYbb e �eeilibl�eebeeebeeeebee ieeefeeeee\eab■ ■eeeee ee�R1'FRIA BAYSIDE TERRACE SLIRDNISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 10 Alternative #3 - Proposed Conditions LEGEND Proposed Culverts Proposed St.— Sewer Proposed Ditch Drainage Areas Pin Project Area Parcels ® a xso sno Feet N-t— DRAFT 1. N—P ZUM o ;o ; HALFF k ° - Pasadena I� 5 iul 3l --, Project Area ' ,vi l:irvJ SeahroeY s iayn t<a:: c4�si4Qh^!'M1iuMrtaos, crr%Y-sn MC [ABF R➢ - - _ -- - - - BAVSHORE PR PILAF BtUH-ST SHADY RIVER OR -. - - - -- - - _BAY OAKS DR_ - Galveston. Bay - - - - - - DWiRE Olt - - - - BAY OAKS DR BAYSIOE TERRACE SUBDU[SION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 11 Proposed Water Line System LEGEND Remove and Replace Fire Hydrants f proposed Hre Hydrants Proposed Water Line System Pmjed Area Parrels ® P 250 5P0 Feel Hoes: D R A F T t- Kda�,n,p zozo 2- Proposed Water U- 5,t— Fmplac —t arc to b—pl—d mth e' P<ar march line sire m-t. HALFF 1 it Project Area �, �,I MC CASE R9 I 4. E OR SHADY KIVER'Ln Galveston Bay BAV'OAKS Eli -T - —I EAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 12 Alternative #1 Proposed Node Map 5-YR Siorm LECLND Ditch Node Meets/Exceeds 5-YR LOS Proposed Culverts ❑reioage Areas Project Area Parcels o zsa soa Feet Nnies DRAFT 1. 3M out of 366 nodes meet the S-YR level of ce Sor Niernetive 1_ Z Nearaep 20n HALF'F i� ... l La[ronr Project Area c o ro..�si:eo�y2CPMF��. rFa'r-s4 MC CARE RD i- - N ml eAYSHaRE _ I I II . SHADY RVVFR DR Galveston ,Bay -_.--- -- - - .. .DWiRE DR BAY'GAKS OR -9'OR - - __-- AY 'i — - I 0AYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 13 Alternative 41 Proposed Node Map 100-YR Storm LEGEND 0 Ditch Node Meets/Exceeds 100-YR LOS • Node Does Not Meet/Exceed 100-YR LOS Proposed Cuiverts r9Drainage Areas Project Area F7Parcels 9 260 00 Feet IJ'o[ea D R A F T 1.327 out of 366 nodes meet the 1 W.YR I —A of ce f., Alt, ... tive I. 39 uut oF3GG nodes ( II to meet the 1 -1V I—1 oT.... fce fe. Alternativa I. ••• HALFF Al _. P3 .rlen.l 1C Pr red Area o aio-s. ea4'eePmirR e 2e ntavEl �E 4A/NFLLNIE ccwnE I .'ors' vi�uc Aew s.w °ins dle[ u�lw.l,nic R'ctrNc pNlr I RNC ------ }l e 13 , Iuzeo I msn� „ ii_ � aN.oc,aa oEn ruio�o 3 I r r I' ,oeAs,iric PROP45ED TYPEGAL SECTION RAYSIDE DRIVE. FALK COURT. LAYNE COURT & FALK AVENUE WS IN �wnes aFe � AbN01rtNfC ��1 ,V Cul{e (11'PI -msraw txuF o-wrec �' J �� ,__--- - HALFFO 17EL1�--y�1T�1 T.I - - aTr C-i' mrvno'�4cF,ri'aai�ii i`c I M T' ^W W,I�I I 14361i E TX c u eral 3zae E�uwn.o riLR _,I PROPOSED TYPICAL SECTION HUMPHREYVILLE STREET & BONNER DRPVE MY OF LA PORTE IAAYt I,AiiE Tun.�[1tu1E I %` I os�c ewe BAYS]DE TERRACE SUBDIVISION .-z,z srsnac R.wr .zero cvuc � woxo�,oe emxecvur � DRAINAGE IMPROVEMENTS ___-_ cure P*PI ____ uonorm� - COfi I Project No.: 34805A01 T Issued: 91812020 Design By: ME eur;?.iaQumse� cheeked May: KAR Nr�w�v cre�eo e.m scale: COMFAcfL-0F�6 BS'A ETANDNN cate�er,PaiGo a�Ta+ cxsmr3ax ewe, SheetTitle PROPOSEO TYPICAL SECTION PROPOSED TYPICAL SECTIONS LAYNE STREET, DAMS STREET, CARLISLE STREET, WFITHEREORD STREET, ALTERNATIVE2 HAMILTPN STREET & FONDREN STREET NTS 14 Sheet Numher MC CABERf] 5AY1RORE.❑R._�_ -- _ - - PINE 8C4KSTI_ -_ SHARYRIVER DR WIRE DR _ - .- - - GaIve5toh-Bay BAY'OAKS GR - BAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 1S Alternative #2 Proposed Node Map 100-YR Storm LEGEND • Inlet Nodes Meets/Exceeds iDO-YR LOS Proposed Storm Sewer rqDrainage Areas CI' M Pr p,1 Area parcels ® a zso Boo Feel Nete:: DRAFT 1. 39 out ,f 39 rode, meet tit,1 W -YR levek of 2ere fa. A{lernetive 2, Nearmap 2.2e mom HALFF 9'�t5Af9Crli — _ t iPnn 'Project Area e o�nsmei�pEtyrQl,�eimwn�..ccarse Me cABF Ro �_- - _BAY,SHOREDR.- .. I IL ! - PfNE�ELVFF-ST.I- -I - - - Galveston Bay - I - T � I 8Av mRS OR I I � `snv'onxs _ BAYSIDE TERRACE SUBDIVISION DRAINAGE IMPROVEMENT PROJECT CITY OF LA PORTE EXHIBIT 15 Alternative 43 Proposed Node Map Ton-YR storm LEGEND • Node Meets/Exceeds 100-YR LOS Proposed Storm Sealer dDrainage Areas Project Area Parcels ® o aso soo hwtes DRAFT 1. 247 out of 247 nodes meet the 1M-YR Level a ce for AI—Hve I 2'4--p 2020 i 9 CmIm HALFF' eu P 3dCn ru" ! r Project Area ' - °°v«rta4rtfPnx.� ev- 4 o� L o4m Bayslde Terrace Subdivision Drainage Improvements Preliminary Engineering Report Halff Associates, Inc. Appendix A July 2020 mom HALFF .p; HALFF Bayside Drive r - Intersection of Bayside Drive and Fondren Street 100 1-45 North, Suite 260 Conroe Texas 77301 (936) 777-6378 Fax (936) 756-6833 m;; HALFF Intersection of Bayside Drive and Weatherford Street Intersection of Bayside Drive and Fondren Street 100 1-45 North, Suite 260 Conroe Texas 77301 (936) 777-6378 Fax (936) 756-6833 MEN mmm HALFF OEM Ba side Drive near South Broadway Street t� �w Falk Court �ft�k 100 1-45 North, Suite 260 Conroe Texas 77301 (936)777-6378 Fax (935) 756-6833 O6. m;; HALFF Falk Avenue 100 1-45 North, Suite 260 Conroe Texas 77301 (936) 777-6378 Fax (936) 756-6833 - ce NEE HALFF mom January 14, 2021 34805 Lorenzo Wingate, P.E., CFM Assistant Director of Public Works 2963 N. 23`d Street LaPorte, Texas 77571 RE: Bayside Terrace Drainage Improvements Dear Mr. Wingate, In September 2020, Halff Associates, Inc. submitted a draft preliminary engineering report summarizing a recommended drainage improvement project for the Bayside Terrace Subdivision within the City of LaPorte. Three drainage alternatives were evaluated for efficiency, cost, and constructability and Alternative 2 was recommended for design. The recommendation includes curb and gutter street sections with storm sewer and will outfall into the bay. On November 9, 2020, this recommendation was provided to the drainage council for review and comment. One comment suggested further study be conducted to ensure that increasing the size of storm sewer pipes into the bay would not negatively impact the neighborhood during coastal storm surge events. This letter summarizes those findings. The recommended storm sewer alternative includes replacing the 24" outfall pipe with a 60" RCP which allows more flow to enter the bay from the neighborhood during a local storm event. By replacing the outfall with a larger pipe, there is potential that additional storm surge could back up through the outfall if there is no local rainfall to accompany the surge. In theory, this surge would backup through the storm sewer system and flow west towards Broadway Street. The table below summarizes the FEMA storm surge elevations in the bay near Bayside Terrace. For reference, the highest elevation in the subdivision is along the east side near the bay and is approximately 12.0 feet based on 2018 LiDAR. The lowest elevation in the subdivision is located in the roadside ditches on the west end with elevations at approximately 6.0 feet. Annual Chance Storm Event Peak Elevation 10% ACE 8.8' 2% ACE 11.1' 1 % ACE 13.9' HALFF ASSOCIATES, INC. 100 1-45 NORTH, SUITE 260 TEL (936) 756-6832 WWW.HALFF.COM CONROE, TX 77301-2701 FAX (936) 756-6833 :mC HALFF Mr. Lorenzo Wingate, PE, CFM City of La Porte, Tx January 14, 2021 Page 2 Based on the topography of the land, inundation of the properties in the neighborhood would begin around an elevation of 9.0 feet, which approximately equates to a 10% ACE storm surge event. While this elevation is lower than the east end near the bay, the elevations decrease south of the neighborhood, thereby allowing the storm surge to reach the neighborhood from the south. The LiDAR for the area is shown in Figure 1. Figure 1: 20 IS H-GAC LaDAR High-level modeling showed that during a storm surge event where the elevation in the bay is 9.0 feet (Just prior to inundation of the properties), that 5.0 cfs would back up through the outfall and into the neighborhood under existing conditions. This flow would fill the existing storm sewer and roadside ditches as it flows west. Under the existing conditions, the backflow from the storm surge would cause the maximum water surface elevation in the neighborhood to reach 9.0 feet. However, due to the topography of the land to the south, the surge would simultaneously enter the neighborhood from the south and west ends, causing the maximum water surface to reach an elevation of 9.0 feet, independent of the storm sewer system. In proposed conditions, the larger pipe into the bay also allows for flow from the storm surge event to enter the neighborhood. With the same tailwater condition of 9.0 feet as simulated in existing conditions, 9.0 cfs backs up into the neighborhood and flows west. The maximum water surface elevation in the neighborhood reaches 9.0 feet through the storm system, mirroring existing conditions. Similarly, due to the topography of the land, the surge enters from the south and west ONE HALFF Mr. Lorenzo l\ ingate, Ph:, CHNI Cm, of La Po,tc, T� JanuaiT 14, 2021 Page 3 ends of the neighborhood and the maximum water surface would reach an elevation of 9.0 feet, independent of the storm sewer system. The abbreviated analysis shows that an upsized outfall pipe could influence water surface elevations in the neighborhood during storm surge events prior to overtopping the high bank to the east. However, the topography of the land dictates that any storm surge over 9.0 feet will cause inundation within the area with or without changes to the outfall pipe. Surge elevations between 6.0 feet and 9.0 feet may cause some backflow of water from the bay; however, the flow change is negligible. Backflow preventors, such as a flap valve, can inhibit backflow through storm sewer systems if properly constructed, maintained, and located in a leveed area. While a flap valve can help prevent backflow from the bay during a storm surge event, if it were to fail or clog during a local storm event, the drainage conditions would worsen. Since the impact from the bay is minimal with the upsized pipe and the risk of failure of a flap valve is worsened drainage conditions, it is recommended to continue with design of the alternative without a backflow preventor. We appreciate the opportunity to assist you with this project. Please let us know if you have any further questions. Sincerely, HALFF ASSOCIATES, INC. 6. aAdW.W- 4 � C. Andrew Moore, P.E., CFM Water Resources Team Leader C: OF r'e-hj ..................................... ........`,.P CC ANDREW MOORE i . .......................................... 1 .i 0 24910 : ''Q SS/CENS�NG;���i r�� ��/�r��9 J F-3rz