Loading...
HomeMy WebLinkAbout06-28-21 Regular Meeting of the La Porte City Council Service Awards June 28, 2021 Tonight, we will recognize a Public Works employee who started working for the City on June 21, 1991. Rene Rodriguez (30 years) Rene began his career of service to the La Porte community in the Parks and Rec department. He later transferred to Public Works, specifically the Utility Division where he currently works as a Senior Operator. In his time with the City, Rene has completed numerous training programs and is currently a certified Class II Wastewater Collection Operator. According to his supervisor, Robert Banks, Rene is a major asset to the Utility Division. He has outstanding knowledge of the La Porte system and sewer rehab in general. He is normally assigned to our larger and more complex jobs because of his knowledge and abilities. He is a seasoned lead man and takes pride in his work. Rene, we thank you for your 30 years of service to the community, and look forward to more. LOUIS R. RIGBY BILL BENTLEY Mayor Councilperson District 3 BRANDON LUNSFORD THOMAS GARZA Councilperson At Large A Councilperson District 4 BRENT McCAULLEY JAY MARTIN Councilperson At Large B Mayor Pro Tem TREY KENDRICK Councilperson District 5 Councilperson District 1 ROBBIE McLARRIN CHUCK ENGELKEN Councilperson District 6 Councilperson District 2 MINUTES OF THE REGULAR MEETING OF THE CITY COUNCIL OF THE CITY OF LA PORTE JUNE 14, 2021 The City Council of the City of La Porte met in a regular meeting on Monday, June 14, 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, Chuck Engelken, Bill Bentley, Thomas Garza, Jay Martin, Robbie McLarrin Councilpersons attending remotely: Brandon Lunsford Councilpersons absent: Trey Kendrick Council-appointed officers present: Corby Alexander, City Manager; Lee Woodward, City Secretary; Clark Askins, Assistant City Attorney 1. CALL TO ORDER Mayor Rigby called the meeting to order at 6:00 p.m. 2. INVOCATION The invocation was given by Rev. Brian Christen, La Porte Community Church and pledges were led by Councilperson Brent McCaulley. 3.PRESENTATIONS, PROCLAMATIONS, AND RECOGNITIONS a. Recognition of City employees for years of service. \[Louis R. Rigby, Mayor\] 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.) Philip Dunn spoke in support of transparency and suggested forming a citizen committee to address the issue. 5.ELECTION MATTERS a.Presentation, discussion, and possible action to accept a certification of unopposed candidate for the July 31, 2021, District 1 Special Election. \[Lee Woodward, City Secretary/PIO\] Councilperson Engelken moved to accept a certification of unopposed candidate for the July 31, 2021, District 1 Special Election; the motion was seconded by Councilperson Bentley; the motion was adopted, 8-0. b.Presentation, discussion, and possible action to adopt Ordinance 2021-3835, cancelling the July 31, 2021, District 1 Special Election and declaring the unopposed candidate elected. \[Lee Woodward, City Secretary/PIO\] Councilperson Engelken moved to adopt Ordinance 2021-3835, cancelling the July 31, 2021, District 1 Special Election and declaring the unopposed candidate elected; the motion was seconded by Councilperson Bentley; the motion was adopted, 8-0. Page 1 of 3 June 14, 2021, Council Meeting Minutes 6.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.) Approve the minutes of the May 24, 2021, City Council meeting. \[Louis R. Rigby, Mayor a. \] b.Adopt Ordinance 2021-3832, amending the City Council Rules of Procedures and Ethics Policy to limit the length of speeches in debate to five minutes. \[Mayor Pro Tem Martin\] c. Approval of an Interlocal Agreement between the City of La Porte and the La Porte Independent School District to provide law enforcement personnel and services to the School District, for a three- (3-) year term. \[Steve Deardorff, Chief of Police\] d.Authorize the City Manager to execute an agreement between the City of La Porte and Body Worn by Utility Associates, Inc. for a procurement of body, vehicle, and interview room camera equipment for use by the La Porte Police Department, in the amount of $811,980.80 over a five-year period, including body, dash, and interview room camera systems. \[Steve Deardorff, Chief of Police\] Councilperson McCaulley moved to pull item b and vote on it separately; the motion was seconded by Mayor Pro Tem Martin; the motion was adopted, 8-0. Councilperson McCaulley moved to adopt Ordinance 2021-3832, amending the City Council Rules of Procedures and Ethics Policy to limit the length of speeches in debate to five minutes; the motion was seconded by Councilperson Engelken; the motion was adopted, 7-1, Councilperson Garza voting against. Councilperson Engelken moved to approve an Interlocal Agreement between the City of La Porte and the La Porte Independent School District to provide law enforcement personnel and services to the School District, for a three- (3-) year term; the motion was seconded by Councilperson Bentley; the motion was adopted, 8-0. Councilperson Engelken moved to execute an agreement between the City of La Porte and Body Worn by Utility Associates, Inc. for a procurement of body, vehicle, and interview room camera equipment for use by the La Porte Police Department, in the amount of $811,980.80 over a five-year period, including body, dash, and interview room camera systems; the motion was seconded by Councilperson Bentley; then motion was adopted, 8-0. Mayor Pro Tem Martin moved to approve the minutes of the May 24, 2021, City Council meeting; the motion was seconded by Councilperson McCaulley; the motion was adopted, 8-0. 7. STATUTORY AGENDA a.Presentation, discussion and possible action to appoint an ad hoc City Council committee to review the City Council Rules of Procedure and Ethics Policy. \[Louis R. Rigby, Mayor\] Councilperson Engelken moved to approve an ad hoc City Council committee of Mayor Pro Tem Martin as chairman and Councilpersons McCaulley and Bentley to review the City Council Rules of Procedures and Ethics Policy \[with reference to Council absences\]; the motion was seconded by Councilperson Bentley; the motion was adopted, 8-0. c. Presentation, discussion and possible action to adopt Ordinance 2021-3833, amending the City Council Rules of Procedures and Ethics Policy regarding the days on which the City Council meeting agenda posting will be ready. \[Councilperson Bentley, Engelken, and Lunsford\] As the editor of the Bay Area Observer has contacted the City and agreed to hold space for the posting agendas the week before each meeting, it was determined that there was no need for action on this item and the ordinance was not considered. 8.REPORTS Receive FY 2020-2021 second quarter Capital Improvement Plan program update. \[Jason Weeks, Assistant a. City Manager \] Jason Weeks, Assistant City Manager, and staff provided updates on CIP projects. d.Receive report on the Drainage and Flooding Committee meeting. \[Mayor Pro Tem Martin\] Page 2 of 3 June 14, 2021, Council Meeting Minutes Mayor Pro Tem Martin reported the Committee met to discuss Harris County Flood Control Projects, the interlocal agreement with the City of Pasadena, and other local drainage projects, and noted the next meeting would be July 12, 2021. 9.ADMINISTRATIVE REPORTS Mr. Alexander said there were no reports. 10. COUNCIL COMMENTS Hear announcements concerning matters appearing on the agenda; items of community interest; and/or inquiries of staff regarding specific factual information or existing policy from the Mayor, Councilmembers, and City staff, for which no formal action will be discussed or taken. Councilpersons congratulated and thanked the employees recognized earlier; invited all to the Fairmont Park West March to the Park lauded the number of capital improvement projects around the city; thanked the citizens who came to the meeting this evening; thanked Jason Weeks for the capital projects updates; noted appreciation of allowing employees to attend via Zoom; expressed encouragement for the idea of a citizens committee on transparency; and reminded all that the City Manager and his staff were available in the days prior to meetings to answer questions. ADJOURN Without objection, the Council adjourned at 7:20 p.m. _______________________________ Lee Woodward, City Secretary Page 3 of 3 June 14, 2021, Council Meeting Minutes REQUEST FOR CITY COUNCIL AGENDA ITEM Appropriation Agenda Date Requested: June 28, 2021 001 - General Fund Source of Funds: Requested By: Shelley Wolny, Asst. Fin. Dir. Department: Finance 001-7072-532-6009 Account Number: $0 Amount Budgeted: Report Resolution Ordinance Amount Requested: $120,000 Exhibits: Ordinance, Exhibits A & B and Detail Budgeted Item: Yes No Information SUMMARY & RECOMMENDATION The City of La Porte City Council adopted the Fiscal Year 2020-21 Budget on September 28, 2020. Staff is requesting a budget amendment for FY 2020-21 in the amount of $120,000 for increased costs for landfill disposal fees. The Summary of Funds, which is shown below, represents the amendments which council previously approved to the FY 2020-21 Budget. (*denotes funds with current changes) FY 2021 Proposed FY FY 2021 Revised 2021 Original Budget Amended Budget (1/11/21) Budget General Fund $ 60,835,130 $ 62,783,395 $ 62,903,395 * Grant Fund 10,555,403 9,001,303 9,001,303 Street Maintenance Sales Tax 3,232,000 3,232,000 3,232,000 Fund Emergency Services District 1,376,338 1,376,338 1,376,338 Sales Tax Fund Hotel/Motel Occupancy Tax 739,543 739,543 739,543 Economic Development 1,774,628 1,774,628 1,774,628 Corporation Tax Increment Reinvestment 2,931,532 2,931,532 2,931,532 Zone Utility 8,472,426 8,472,426 8,472,426 Airport 91,73091,73091,730 La Porte Area Water Authority 2,125,393 2,125,393 2,125,393 Motor Pool 3,172,859 3,185,541 3,185,541 Insurance Fund 9,867,814 9,867,814 9,867,814 Technology Fund 691,485 691,485 691,485 General Capital Improvement 4,171,741 4,171,741 4,171,741 Utility Capital Improvement 1,875,000 1,875,000 1,875,000 Sewer Rehabilitation Capital 350,000 350,000 350,000 Improvement Drainage Improvement Fund 4,205,000 4,205,000 4,205,000 General Debt Service 4,363,779 4,363,779 4,363,779 Total of All Funds $120,831,801 $121,238,648 $121,358,648 ACTION REQUIRED BY CITY COUNCIL Adopt ordinance 2021-3836 2020-21 Budget for $120,000 for increased costs for landfill disposal fees. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date ORDINANCE2021-3836 AN ORDINANCE APPROVING AN AMENDMENT TO THE BUDGET FOR THE CITY OF LA PORTE, TEXAS, FOR THE PERIOD OF OCTOBER 1, 2020, THROUGH SEPTEMBER 30, 2021; FINDING THAT ALL THINGS REQUISITE AND NECESSARY HAVE BEEN DONE IN PREPARATION AND PRESENTMENT OF SAID BUDGET; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. WHEREAS, the Charter of the City of La Porte, Texas, and the Statutes of the State of Texas, require that an annual budget be prepared and presented to the City Council of the City of La Porte, Texas, prior to the beginning of the fiscal year of said City, and that a public hearing be held prior to the adoption of said Budget; and WHEREAS, the Budget for the fiscal year October 1, 2020, through September 30, 2021, has heretofore been presented to the City Council and due deliberation had thereon, was filed in the office of the City Secretary on July 27, 2020, and a public hearing scheduled for September 28, 2020 was duly advertised and held, and said Budget was finally approved by ordinance on September 28, 2020; WHEREAS, Subsection (b) of Section 102.009 of the Texas Local Government Code provides that, after final adoption of the budget, the governing body of the municipality may spend municipal funds only in strict compliance with the budget, except in emergency, where in such cases the governing body of the municipality may authorize an emergency expenditure as an amendment to the original budget only in the case of grave public necessity to meet an unusual and unforeseen condition that could not have been included in the original budget through the use of reasonably diligent thought and attention; WHEREAS, Section 102.010 of the Texas Local Government Code provides that the governing body of a municipality may make changes to its budget for municipal purposes; WHEREAS, the adoption of this ordinance and the amendment of the Budget is necessary for and in the best interest of the health, safety and general welfare of the inhabitants of the City; NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE: SECTION 1. A grave public necessity exists and to meet an unusual and unforeseen condition that could not have been included in the original budget through the use of reasonably diligent thought and attention, the Budget must be amended and revised with respect to those appropriations set forth in Exhibit C, attached hereto by reference and made part hereof. In support thereof, the City Council finds that additional expenditures are necessary for the following purposes: 1) $120,000.00 for increased costs for the landfill disposal fees, resulting from collection of debris from the February 2021 Winter Storm and unexpected 18% increase in heavy trash. Such additional expenditures are more specifically described on Exhibit C. SECTION 2: That the Budget for the City of La Porte, Texas, now before the said City Council for consideration, a complete copy of which is on file with the City Secretary and a summary of which is attached hereto by reference as Exhibit "A", is hereby amended as reflected on the amended budget summary document, attached hereto by reference as , as the Budget for the said City of La Porte, Texas, for the period of October 1, 2020, through September 30, 2021. SECTION 3. The amount stated in Exhibit C as the requested additional expenditure is hereby appropriated to and for the objects and purposes therein named and are found to be for municipal purposes. SECTION 4. The amended and revised expenditures contained in the Budget, do not exceed the resources of each fund, as so amended and revised. SECTION 5: The City Council finds that all things requisite and necessary to the adoption of said Budget and the amendments made hereto have been performed as required by charter or statute. SECTION 6. Upon the passage and adoption of this ordinance, a copy of the ordinance shall be filed with the City Secretary, who shall attach a copy of same to the original budget. SECTION 7: The City Council officially finds, determines, recites and declares that a sufficient written notice of the date, hour, place and subject of this meeting of the City Council was posted at a place convenient to the public at the City Hall of the City for the time required by law preceding this meeting, as required by the Open Meetings Law, Chapter 551, Texas Government Code; and that this meeting has been open to the public as required by law at all times during which this Ordinance and the subject matter thereof has been discussed, considered and formally acted upon. The City Council further ratifies, approves and confirms such written notice and the contents and posting thereof. SECTION 8: This Ordinance shall be in effect from and after its passage and approval. th PASSED AND APPROVED this the 28 day of June, 2021. CITY OF LA PORTE, TEXAS Louis R. Rigby, Mayor ATTEST: Lee Woodward, City Secretary APPROVED AS TO FORM: ClarkT. Askins, Assistant City Attorney EXHIBIT A (ADOPTED BUDGET) City of La Porte Consolidated Summary of All Funds FY 20-21FY 20-21 RevenuesExpenses Governmental Fund Types: General Fund$ 54,019,060 $ 60,835,130 Grant Fund 10,240,174 10,555,403 Street Maintenance Sales Tax 3,612,322 3,232,000 Emergency Services District 1,502,322 1,376,338 Hotel/Motel Occupancy Tax 757,500 739,543 Economic Development Corporat 3,024,644 1,774,628 Tax Increment Reinvestment 6,764,085 2,931,532 Total Governmental Types 79,920,107 81,444,574 Enterprise: Utility 8,263,050 8,472,426 Airport 46,750 91,730 La Porte Area Water Authority 2,334,573 2,125,393 Total Enterprise 10,644,373 10,689,549 Internal Service Motor Pool 3,786,517 3,172,859 Insurance Fund 10,327,731 9,867,814 Technology Fund 554,028 691,485 Total Internal Service 14,668,276 13,732,158 Capital Improvement: General 2,992,000 4,171,741 Utility 1,208,750 1,875,000 Sewer Rehabilitation 302,500 350,000 Drainage Improvement Fund 4,095,000 4,205,000 Total Capital Improvement 8,598,250 10,601,741 Debt Service: General 3,430,000 4,363,779 Total Debt Service 3,430,000 4,363,779 Total All Funds 117,261,006 120,831,801 EXHIBIT B (AMENDED BUDGET) City of La Porte Consolidated Summary of All Funds FY 20-21FY 20-21 RevenuesExpenses Governmental Fund Types: General Fund$ 54,019,060 $ 62,903,395 Grant Fund 10,240,174 9,001,303 Street Maintenance Sales Tax 3,612,322 3,232,000 Emergency Services District 1,502,322 1,376,338 Hotel/Motel Occupancy Tax 757,500 739,543 Economic Development Corporat 3,024,644 1,774,628 Tax Increment Reinvestment 6,764,085 2,931,532 Total Governmental Types 79,920,107 81,958,739 Enterprise: Utility 8,263,050 8,472,426 Airport 46,750 91,730 La Porte Area Water Authority 2,334,573 2,125,393 Total Enterprise 10,644,373 10,689,549 Internal Service Motor Pool 3,786,517 3,185,541 Insurance Fund 10,327,731 9,867,814 Technology Fund 554,028 691,485 Total Internal Service 14,668,276 13,744,840 Capital Improvement: General 2,992,000 4,171,741 Utility 1,208,750 1,875,000 Sewer Rehabilitation 302,500 350,000 Drainage Improvement Fund 4,095,000 4,205,000 Total Capital Improvement 8,598,250 10,601,741 Debt Service: General 3,430,000 4,363,779 Total Debt Service 3,430,000 4,363,779 Total All Funds 117,261,006 121,358,648 Wolny, Shelley From:Alexander, Corby Sent:Wednesday, May 26, 2021 10:49 AM To:Mayo, Ray; Dolby, Michael Cc:Wingate, Lorenzo; Wolny, Shelley Subject: RE: landfill costs Wewillneedtoprepareabudgetamendment. CƩƚƒʹMayo,Ray {ĻƓƷʹWednesday,May26,202110:13AM ƚʹAlexander,Corby<AlexanderC@laportetx.gov>;Dolby,Michael<DolbyM@laportetx.gov> /ĭʹWingate,Lorenzo<WingateL@laportetx.gov>;Wolny,Shelley<WolnyS@laportetx.gov> {ǒĬƆĻĭƷʹlandfillcosts LƒƦƚƩƷğƓĭĻʹHigh Gentlemen, HeavyTrashamountsareincreasedbyroughly18percent.Thatfactcoupledwiththeadditionaldebrisfromthewinter stormindicateswewillbeshortbyroughly$120,000forlandfillfees. Pleaseadvisewhatadditionalinformationisrequired. ItappearswiththesignificantincreaseinHeavyTrashcollectionandthepriceincreaseswiththenewcontractIwill exceedmylandfillbudget. Iamlookingintothespecificsrightnow.Iamtryingtogetoutaheadofthisasitmayrequireabudgetamendment. wğǤağǤƚ|PublicWorksDirector rd 2963N.23Street|LaPorte,TX77571 Ʀ͵281.4719650΋Ņ͵2814705129 ǞĻĬƭźƷĻ΋ƒğƦ΋Ļƒğźƌ΋ 1 REQUEST FOR CITY COUNCIL AGENDA ITEM Appropriation Agenda Date Requested: June 28, 2021 033 - Street Maint. Source of Funds: Requested By: Ray Mayo, Director Department: Public Works 033-7071-531-5130 Account Number: $720,000.00 Amount Budgeted: Report Resolution Ordinance Amount Requested: $720,000.00 Exhibits: Notification and Access Report, Bid Tabulation Budgeted Item: Yes No 21019, Forde Construction Bid, Exhibit for Street Overlay and Reconstruction SUMMARY & RECOMMENDATION Bids for Asphalt Street Overlay Project (Bid #21019) were opened on Thursday, May 27, 2021. A total of 480 vendors were notified of the bid opportunity with 20 bidders downloading the bid documents. Bid requests were advertised in the Bay Area Observer, posted on the City of La Porte website and Public Purchase, with four (4) contractors returning bids. Forde Construction Company, Inc. submitted the lowest bid in the amount of $604,840.00 for the Base Bid establishing unit price costs. This project was bid with the intent to award on a unit pricing basis, based on the city has an option for two (2) additional one-year renewal terms, with the mutual agreement of both parties. Following execution of the contract, staff will issue work order assignments combined to not exceed the budgeted amount for each fiscal year. Staff recommends that the project be awarded to Forde Construction Company Inc. on a for approximate quantities listed in the bid proposal. Forde Construction Co. Inc. has performed this type work for the City in the past with excellent results. Streets indicated on the maps were selected for overlay using past and current assessment information. Benefits: The proposed project provides maintenance and rehabilitation of existing city streets anticipated by the residents with the street tax renewal. Liabilities: The scope and cost of the proposed work would likely increase if the proposed resurfacing work is deferred for an extended period of time. ACTION REQUIRED BY CITY COUNCIL Award of Bid #21019, Asphalt Street Overlay Project to Forde Construction Company, Inc. for approximate quantities and authorize the City Manager to execute a contract establishing unit prices for asphalt street reconstruction, not to exceed the available budgeted amount. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date Notifications & Access Report to Sealed Bid #21019 Notifications: Vendor NameReason 2GS, LLCBid Notification 2L Construction L.L.C.Bid Notification A J Commercial ServicesBid Notification A&S UndergroundBid Notification A. Ortiz Construction & Paving, Inc.Bid Notification A.M.S.R. Inc.Bid Notification A-1 Striping and Paving CompanyBid Notification AAA Asphalt Paving IncBid Notification Aaron Concrete Contractors, LPBid Notification Abel's Paving & ConstructionBid Notification Acadia Services, LLCBid Notification Adept Facilities & Design, Inc.Bid Notification Advance Sealcoat & StripesBid Notification Advanced Facility MaintenanceBid Notification Advanced PavingBid Notification AE ConsultingBid Notification Affordable Concrete LLC Bid Notification AGC AustinBid Notification Aggieland ConstructionBid Notification AGH2O Holdings, LLCBid Notification AHRG, CorporationBid Notification Alegria Construction LLCBid Notification All Materials Construction LLCBid Notification All State StripingBid Notification Allen Butler Construction, Inc.Bid Notification ALLTEX CORING & SAWINGBid Notification ALS 88 DESIGN BUILD LLCBid Notification A'Lure General Contractors, LLCBid Notification Amani EngineeringBid Notification AMC TXCI TX CONSTRUCTION INDUSTRIESBid Notification American Custom Homes & RemodelingBid Notification American Pavement SolutionsBid Notification AMSCO Property Services, LLCBid Notification Anchor Contracting, LLCBid Notification Anderson Asphalt & Concrete Paving, LLCBid Notification Anderson Columbia Co.,, Inc.Bid Notification Andromeda Contracting Bid Notification Angel Brothers Enterprises, Ltd.Bid Notification APAC-TexasBid Notification Apex Construction Inc.Bid Notification ARCADIS US, Inc.Bid Notification Archer Western Construction LLCBid Notification Ark Contracting Services, LLCBid Notification Arreguin Group IncBid Notification Ashco ContractingBid Notification Asphalt Patch Enterprises, IncBid Notification Associated Construction Partners LtdBid Notification A-Tech PavingBid Notification AUI ContractorsBid Notification Austin Bridge & Road, LPBid Notification Austin Engineering Company, IncBid Notification Austin Traffic Signal Construction Company, Inc.Bid Notification AXIS Contracting, Inc.Bid Notification aztec remodeling &landscaping companyBid Notification BakerCorpBid Notification Barricades UnlimitedBid Notification Bartek ConstructionBid Notification Basic IDIQ, Inc.Bid Notification BATTERY WAREHOUSEBid Notification Baukus ElectricBid Notification Bay LtdBid Notification BDS Constructors LLCBid Notification Bega Paving, IncBid Notification Belaire ConstructionBid Notification Bell Contractors Inc Bid Notification Benchmark Professionals LLCBid Notification Bentex Sweeping Inc.Bid Notification Bergeron Emergency Services, Inc.Bid Notification Black Canyon ConstructionBid Notification Blackrock ConstructionBid Notification BMC ConsolidatedBid Notification Boyd Construction Services, LLC.Bid Notification Brannan Paving Co., LtdBid Notification Braun Intertec CorporationBid Notification Brazos Point ConstructionBid Notification BRETT CONSTRUCTION CO., INCBid Notification Brooks Concrete IncBid Notification Brownstone Companies LLCBid Notification BrushmastersBid Notification C & M Concrete ContractingBid Notification C&C Industrial Services, Inc.Bid Notification C&S ConstructionBid Notification CADCon Corp.Bid Notification CAM-CRETE CONTRACTING, INC.Bid Notification CAO Concrete L.L.C.Bid Notification Capps-Capco Construction, Inc.Bid Notification Cardno ATCBid Notification Cash ConstructionBid Notification Castle Enterprises, LLCBid Notification Catalyst Advisors, LLCBid Notification Category 5 Restorations & Construction, Inc.Bid Notification Cayo LLCBid Notification CCC Blacktopping LLCBid Notification CD BUILDERS, INCBid Notification CDC NewsBid Notification CDM Holdings, LLC.Bid Notification Central Road and Utiltiy LtdBid Notification Central State ResourcesBid Notification Ceres Environmental Services, Inc.Bid Notification Champion Fuel SolutionsBid Notification Champion Infrastructure LLCBid Notification Chasco ConstructorsBid Notification CI PavementBid Notification Clark Construction of Texas, Inc.Bid Notification Clore Construction LLCBid Notification CMC Construction ServicesBid Notification coast to coastBid Notification Cody Stanley Construction LLCBid Notification Colair, Inc.Bid Notification Concrete Raising CorporationBid Notification Constar ConstructionBid Notification ConstructConnectBid Notification Construction Companies Group LLCBid Notification Construction JournalBid Notification Construction Masters of Houston, IncBid Notification CONTECH Construction Products, Inc.Bid Notification Cornerstone EngineeringBid Notification Craig Olden, Inc.Bid Notification CRAIG'S DIRT SERVICEBid Notification Crockett ConstructionBid Notification Cruz EnterprisesBid Notification Cubit Contracting, LLCBid Notification Cummings Paving and Recycling, LLCBid Notification CW&W CONTRACTORS, INC.Bid Notification D & A TECHNOLOGY & DEVELOPMENT, LLCBid Notification D & D Contractors, Inc.Bid Notification D & W Contractors Inc.Bid Notification D DavilaBid Notification D Guerra Construction LLCBid Notification D J Site Construction Inc.Bid Notification DAL MAINTENANCE LLCBid Notification Dale DobbinsBid Notification Dalrymple Gravel & Contracting CorpBid Notification Dannenbaum EngineeringBid Notification DCCS, LLCBid Notification DCI Contracting, Inc.Bid Notification Delta Prime Specialty Services, IncBid Notification derk harmsen const. co incBid Notification DezTex Industrial Service LLC dba RamTexBid Notification DFW Services LLCBid Notification DIJ Construction, IncBid Notification DirtBoys, Inc.Bid Notification Dixon Paving, Inc.Bid Notification DNT Construction LLCBid Notification Dodge Data & AnalyticsBid Notification Doggett Heavy Machinery Services (John Deere)Bid Notification Don's Trucking & AssociatesBid Notification Dorame General Repair and Lawn, LLCBid Notification Dorazio Enterprises, Inc.Bid Notification Dort & O'Connor ContractorsBid Notification Drive Design LLC.,dba TexAsphaltBid Notification Duininck, Inc.Bid Notification DUO CONSTRUCTION, LLCBid Notification DURAN CONCRETE & CONSTRUCTION CONTRACTORS LLCBid Notification Durba ConstructionBid Notification Durwood Greene Construction Co.Bid Notification E Contractors usa,LLCBid Notification E W Wells Group Bid Notification E Z Bel Construction, LLC Bid Notification E.P. Brady LTDBid Notification Eagle Eye Consulting and Construction, LLCBid Notification Earth Builders, LPBid Notification East Texas Bridge, Inc.Bid Notification ECM International, Inc.Bid Notification Ed Bell Construction CompanyBid Notification Enterprise Commercial PavingBid Notification EPCS Environmental LLCBid Notification ERS, Inc.Bid Notification Estrada Concrete Co. LLCBid Notification Exposed Floor Design Group LLCBid Notification E-Z Bel Construction, LLC.Bid Notification Fantastic Concrete, L.P.Bid Notification FD CONCRETE LLCBid Notification Fire Line Services, Inc. Bid Notification Florida Traffic Control Devices, Inc.Bid Notification Flow-Line Construction, Inc.Bid Notification FNH CONSTRUCTION LLCBid Notification Forde Construction CompanyBid Notification Foremost Paving, Inc.Bid Notification Fort Worth Civil Constructors, LLCBid Notification Fractional Construction Services, LLCBid Notification Fugro Consultants, Inc.Bid Notification Fused Industries LLCBid Notification G & L Young Construction, LtdBid Notification G&T PAVING, LLCBid Notification Gallo PavingBid Notification Garland Concrete LLPBid Notification Garner Paving and Construction, Ltd.Bid Notification Garrett Construction CompanyBid Notification Gary W Purser Construction, Ltd.Bid Notification Gauge Engineering, LLCBid Notification Gayle JuraschekBid Notification Gibson & Associates, Inc.Bid Notification Gilbert May Inc.Bid Notification Gilco Contracting, Inc.Bid Notification Graham County Land Company, LLCBid Notification Greco Construction, Inc.Bid Notification Greenscapes 6Bid Notification GRod Construction, LLCBid Notification GT Construction Inc.Bid Notification Guard Construction LLCBid Notification Guido Brothers Construction Company, Inc.Bid Notification GW Phillips Construction, INC. Bid Notification h & b contractorsBid Notification H. W. Lochner, Inc.Bid Notification Haas-Anderson Construction, Ltd.Bid Notification Harper BrothersBid Notification HARRIS CONSTRUCTION COMPANY, LTD.Bid Notification Hart Constractors of Texas, LLCBid Notification Hayden Paving, Inc.Bid Notification HBT, IncBid Notification HDR Engineering, Inc.Bid Notification Hearn CompanyBid Notification Heartland Asphalt Materials, IncBid Notification Herrcon, LLCBid Notification High Sky Construction & Maintenance Inc.Bid Notification Highway Technologies, Inc.Bid Notification Hilbrick IncorporatedBid Notification Hill Country Bridge, Inc.Bid Notification HJD Capital Electric, Inc.Bid Notification Hodges and Son Construction Company Inc.Bid Notification Holchemont, Ltd.Bid Notification Holy Contractors LLCBid Notification Horns Crew TruckingBid Notification HQS Construction, LLCBid Notification ICON Diversified, LLCBid Notification Innovative Roadway, LLCBid Notification Integrity PavingBid Notification Intermountain Slurry Seal, Inc.Bid Notification Interstate Highway Construction, Inc.Bid Notification Iowa Bridge & Culvert, LCBid Notification ISI Contracting, Inc.Bid Notification J M DavidsonBid Notification J Squared Construction Services LLC Bid Notification J&G Concrete ProductsBid Notification J&H sons construction Bid Notification J. Carroll Weaver, Inc.Bid Notification J. W. Kelso Company, Inc.Bid Notification J.D. Abrams, L.P.Bid Notification J3 CompanyBid Notification Jackson Construction, Ltd.Bid Notification JacobsBid Notification James Construction Group, LLCBid Notification Jasco Construction LLCBid Notification Jasiri Construction, L.L.C.Bid Notification Jay Mills Contracting, Inc.Bid Notification JCD Construction, LLCBid Notification JE Construction Services, LLCBid Notification JE Construction, LLCBid Notification Jenn Energy Services, LLCBid Notification Jerdon Enterprise, L.P.Bid Notification JERDON ENTERPRISE, L.P.Bid Notification Jericho Foundation Repairs, IncBid Notification Jeske ConstructionBid Notification JESSE L. HERRERA CONSTRUCTION, INC.Bid Notification JFS SERVICES LLCBid Notification JHL CONSTRUCTIONBid Notification JHM constructionBid Notification Jim Bowman Construction Company, L.P.Bid Notification JJG DEVELOPMENT LLCBid Notification JK General Contractors & Construction, LLCBid Notification JLB Contracting,LLCBid Notification Joe Funk Construction, Inc.Bid Notification John & Marcus Contractors LLCBid Notification John Reed and Company LLCBid Notification Johnson Bros. Corporation, a Southland CompanyBid Notification Jordan Foster ConstructionBid Notification joshua dade contractorsBid Notification Juan NoriegaBid Notification KALTEK ENGINEERING INCBid Notification KC Commercial, LLCBid Notification KEGLEY, Inc.Bid Notification Ken-Do Contracting LP Bid Notification Kessler PaintingBid Notification Kickapoo Empire LLCBid Notification Kilgore IndustrialBid Notification KlutzConstruction, LLCBid Notification KNS LLCBid Notification L & L Asphalt CorpBid Notification L.H. Lacy Company, Ltd.Bid Notification La Banda LLCBid Notification Lady Liberty Group,LLCBid Notification Landmark ServicesBid Notification LaSalle Afforadble BuildersBid Notification Lee Construction and MaintenanceBid Notification Leland Bradlee ConstructionBid Notification LEMCO Construction ServicesBid Notification Let's Talk Network IncBid Notification Levy CompanyBid Notification Lone Star EquipmentBid Notification Lone Star Grading & MaterialsBid Notification Lone Star Trucking & ExcavationBid Notification Longhill Group IncBid Notification Lowman Land ImprovementsBid Notification L-Sync LLC Bid Notification Lyness Construction LPBid Notification M & M Weatherization Co. dba M Corp ContractingBid Notification M&C Fonseca Construction Co., Inc.Bid Notification M. C. Ethridge Co.Bid Notification M-5 Texas Enterprises, LLCBid Notification MAC, Inc.Bid Notification MACBBid Notification Magnum Electrical Contractors Inc.Bid Notification Main Lane Industries, Ltd.Bid Notification MARC III General Contractors, LLCBid Notification Mar-Con ServicesBid Notification Margaret RussoBid Notification Marg-Tiff IncBid Notification Mas-Tek Engineering & AssociatesBid Notification Matrix DemolitionBid Notification McCarthy Building Companies, Inc.Bid Notification McClendon Construction Co., Inc.Bid Notification McGraw-Hill Construction Dodge ReportsBid Notification McKenzie Jackson ConstructionBid Notification Mclean ConstructionBid Notification McMahon Contracting LPBid Notification Meiners Construction Inc.Bid Notification Metro City ConstructionBid Notification MGC Contractors IncBid Notification Midasco LLCBid Notification Missouri Petroleum Products Company LLC - Texas DivisionBid Notification Mitchell Enterprises, Ltd.Bid Notification Moab Construction Company, Inc.Bid Notification Mobil Construction CorporationBid Notification Momentum ConcreteBid Notification Morales Construction ServicesBid Notification MORGAN REMINGTON INCBid Notification Myers Concrete Construction LPBid Notification NBG Constructors, Inc.Bid Notification Nelson Lewis, Inc.Bid Notification New World Contracting LLCBid Notification New York Real Estate, Inc.Bid Notification NNAC Construction Inc.Bid Notification North America Procurement CouncilBid Notification North American Paving, Inc.Bid Notification NORTH TX CONSTRUCTION REPORT & PLANROOMBid Notification O.G. Construction Co.,LLCBid Notification OHL USABid Notification Oldcastle Pavement SolutionsBid Notification On Guard Veteran ServicesBid Notification OnviaBid Notification Padre Island Property Management Limited Liability CompanyBid Notification Paradigm Traffic Systems, Inc.Bid Notification Patin ConstructionBid Notification Pavecon LimitedBid Notification Pavecon Public Works, LPBid Notification Pavement Maintenance Unlimited, L.L.CBid Notification PEEK Traffic CorporationBid Notification Perkens WS CorporationBid Notification Pesado ConstructionBid Notification Pfeiffer & Son, Ltd.Bid Notification Presidio Contracting LLCBid Notification Primoris Services CorporationBid Notification Professional Coating Technologies, incBid Notification Professional RestorationBid Notification Professional Traffic ControlBid Notification Proficient Constructors, LLCBid Notification Progressive Structures, Inc.Bid Notification QC Laboratoires, Inc.Bid Notification Quality Excavation, LLCBid Notification Quanta Building Group, LLCBid Notification R J Construction Company, IncBid Notification R.D. Howard, LLCBid Notification R.H. Shackelford, Inc.Bid Notification R.K. Hall, LLC.Bid Notification Raba Kistner InfrastructureBid Notification RAC Industries, LLCBid Notification Ragle Inc.Bid Notification RAGLE INC.Bid Notification Rambo Contracting, INCBid Notification RANGER Excavating, LPBid Notification RBR Infrastructure & Road, LLCBid Notification Rebcon, INcBid Notification Recio UtiliitesBid Notification Red Baron Building Municipal Projects Division LLCBid Notification Red Baron Supply CoBid Notification Redi-Mix ConcreteBid Notification Redro Construction LLCBid Notification Redwood Industries Bid Notification RELIABLE COMMERCIAL CONSTRUCTION, INC.Bid Notification Reliable Paving, IncBid Notification Reliance ConstructionBid Notification Rexco Inc.Bid Notification Reyes GroupBid Notification REYES GROUPBid Notification Reynolds & Kay, Ltd.Bid Notification Reynolds Asphalt & Construction CompanyBid Notification Reytech Services LLCBid Notification RFx AnalystBid Notification Ridgeback Asphalt, LLCBid Notification Rimkus Consutling Group, Inc. Bid Notification Rise Up refuse LLC Bid Notification Roth Excavating Inc.Bid Notification RP GlobalBid Notification R-Tex ServicesBid Notification Rucoba & Maya Construction, LLCBid Notification S.J. Louis Construction of Texas, Ltd.Bid Notification Salinas Construction TechnologiesBid Notification SAMES, INC.Bid Notification SANTOS CONSTRUCTION INC.Bid Notification SB Contractors, LLCBid Notification Scott Tucker Construction CompanyBid Notification SCR Civil Construction, LLCBid Notification SDM Construction and Development LLCBid Notification SER Construction Partners, LLCBid Notification Shallow Ford ConstructionBid Notification Sherwood Design EngineersBid Notification Shorty, Inc.Bid Notification Silver Creek Construction, Inc.Bid Notification SJ&J CONSTRUCTION, LLCBid Notification SKE Construction, LLCBid Notification SmartProcureBid Notification Smith ContractingBid Notification South Houston Asphalt & Concrete, LLCBid Notification South Ranger Construction Inc.Bid Notification South Texas Steel Service CompanyBid Notification Southern Road & BridgeBid Notification SpawGlass Civil Construction, Inc.Bid Notification Stabile & Winn, Inc.Bid Notification Steve JordanBid Notification Stoic Civil Construction, Inc.Bid Notification Storm Reconstruction services, IncBid Notification Strategic Partnerships, Inc.Bid Notification Structural AssuranceBid Notification Sundt Construction, Inc.Bid Notification Superior GroutingBid Notification SYB CONSTRUCTION COMPANY, INCBid Notification T&TBid Notification Tandem Services, LLCBid Notification Taylor & Taylor ConstructionBid Notification Teamwork Construction Services, Inc.Bid Notification Tejas Premier Building Contractor, Inc.Bid Notification Texana Land & Asphalt, Inc. Bid Notification Texas Cordia Construction, LLCBid Notification texas diamond construction llcBid Notification Texas Hot TapsBid Notification Texas Standard Construction, Ltd.Bid Notification TexOp Construction LPBid Notification TFR Enterprises, IncBid Notification Thalle ConstructionBid Notification The Bid CalendarBid Notification The Blue Book Building & Construction NetworkBid Notification The Fain Group, Inc.Bid Notification The Fierro GroupBid Notification The Sandoval Group LLCBid Notification Thirty-O-SixBid Notification Thompson General Construction, Inc.Bid Notification Thyssen-Laughlin, Inc.Bid Notification Tierra Lease ServiceBid Notification TIKON GROUP INC.Bid Notification TI-ZACK CONCRETE, INC.Bid Notification TLC EngineeringBid Notification TLC Trucking & Contracting, Inc.Bid Notification TNSBid Notification TOPCOR Companies, LLCBid Notification Trevway, Inc.Bid Notification Tri-Con ServicesBid Notification Triple OG Enterprises LLCBid Notification Tropical Contracting, LLCBid Notification TTG Utilities, LPBid Notification Twincrest, Inc.Bid Notification TX Hydro Industrial Services, LLCBid Notification UFL Inc.Bid Notification United Electrical Contractors Inc.Bid Notification urban infraconstruction llcBid Notification V.K. Knowlton Construction & Utilities, Inc.Bid Notification Vescorp Construction,LLCBid Notification Vick Operating Co, LLCBid Notification Viking Construction, IncBid Notification Walenta's ConstructionBid Notification Walter P Moore and Associates IncBid Notification Water Experts of Texas Irrigation & Landscaping, LLCBid Notification Webber LLCBid Notification Westar Construction Inc.Bid Notification Woody Contractors, Inc.Bid Notification WP MURPHY INCBid Notification WPM Construction Services, Inc.Bid Notification xit paving and construction, inc.Bid Notification Yes America Now, IncBid Notification Yoko Excavating, LLCBid Notification Access Report: Vendor NameDocuments AAA Asphalt Paving#21019 Annual Requirements Contract / Asphalt Street Reconstruction Alpha Testing, Inc. Angel Brothers Enterprises, Ltd.#21019 Annual Requirements Contract / Asphalt Street Reconstruction aztec remodeling &landscaping company#21019 Annual Requirements Contract / Asphalt Street Reconstruction BidClerk CMD#21019 Annual Requirements Contract / Asphalt Street Reconstruction CMS ConstructConnect#21019 Annual Requirements Contract / Asphalt Street Reconstruction Construction Journal#21019 Annual Requirements Contract / Asphalt Street Reconstruction Construction Software Technologies Dale Dobbins#21019 Annual Requirements Contract / Asphalt Street Reconstruction Dodge Data & Analytics#21019 Annual Requirements Contract / Asphalt Street Reconstruction Durba Construction#21019 Annual Requirements Contract / Asphalt Street Reconstruction Greenscapes 6#21019 Annual Requirements Contract / Asphalt Street Reconstruction Hayden Paving Inc.#21019 Annual Requirements Contract / Asphalt Street Reconstruction Hearn Company#21019 Annual Requirements Contract / Asphalt Street Reconstruction IMS KNS LLC Lindsay Circle, LLC Mar-Con Services North America Procurement Council#21019 Annual Requirements Contract / Asphalt Street Reconstruction Oldcastle Materials - Gulf Coast#21019 Annual Requirements Contract / Asphalt Street Reconstruction Onvia#21019 Annual Requirements Contract / Asphalt Street Reconstruction PEEK Traffic Corporation Perkens WS Corporation#21019 Annual Requirements Contract / Asphalt Street Reconstruction RFx Analyst#21019 Annual Requirements Contract / Asphalt Street Reconstruction SmartProcure#21019 Annual Requirements Contract / Asphalt Street Reconstruction Texana Land & Asphalt, Inc. The Blue Book Building & Construction Network#21019 Annual Requirements Contract / Asphalt Street Reconstruction TLC Engineering Inc.#21019 Annual Requirements Contract / Asphalt Street Reconstruction Tukmol General Contractor Wayne Enterprises $20,000.00$10,000.00$20,000.00$57,200.00$33,000.00$19,000.00$37,500.00 Total Price $357,000.00$104,500.00$658,200.00 42 95 7.5 105110200 Hayden Paving 2000010000 Unit Price $20,000.00$10,000.00$38,850.00$71,500.00$33,000.00$19,000.00$30,000.00 Total Price $343,400.00$107,800.00$673,550.00 6 98 2.5 101110200 7.77 2000010000 AAA Asphalt Paving Unit Price $20,000.00$10,000.00$25,000.00$57,200.00$86,350.00$48,000.00$17,290.00$35,000.00 Total Price $306,000.00$604,840.00 Forde 527 90 160182 78.5 2000010000 Unit Price $29,000.00$10,000.00$45,000.00$90,090.00$36,000.00$17,955.00$20,000.00 Total Price $343,400.00$106,700.00$698,145.00 94 97 101120189 3.15 Angel Brothers 2900010000 Unit Price LSLS SYSYSY TonTonTonTon UoM 11 95 300 QTY 5000340011005000 28600 Total Description Bid Tabulation to Sealed Bid #21019 - Annual Requirements Contract for Asphalt Street Overlay Project Base Bid MobilizationTraffic Control6" Pavement & Subgrade Removal2" Milling & Removal2" Type D Asphalt4" Type A Asphalt BaseBlack base for base repair, if neededLime, 8%8" Lime stabilized subgrade 123456789 Item Qspkfdu Pwfsmbz Tusffu Btqibmu 3212: Cje PWFSMBZ Qspkfdu Pwfsmbz Tusffu PWFSMBZ Btqibmu 3212: Cje REQUEST FOR CITY COUNCIL AGENDA ITEM Appropriation Agenda Date Requested: June 28, 2021 Requested By: Source of Funds: 038 EDC Fund Jason Weeks, Asst. City Mgr Department: Administration/CMO Account Number: 038-6030-565-5007 Amount Budgeted: $71,000 Report Resolution Ordinance Amount Requested: $69,000 Exhibits: 2021-22 Agreement w/Exhibits, Ridership Data, and 2020- Budgeted Item: Yes No 21 Agreement SUMMARY & RECOMMENDATIONS For the past 10 years, the City of La Porte has partnered with Harris County Transit Authority (HCTA) to provide regional bus service in La Porte. Since 2013, the City has provided a fixed schedule basis along a specific route with vehicles stopping to pick up and deliver passengers to specific locations within the City, as well as selected sites outside the City such as Social Security Office, Strawberry Clinic, a connector shuttle to Baytown which allows riders to be connected to the Metro Station, and paratransit services. Paratransit services are those services required by the Americans with Disabilities Act (ADA) for residents with disabilities who are unable to use fixed route transportation systems and are deemed eligible for t services). Harris County administers a federal grant for the cost of providing the service and La Porte provides a match to complete the funding. Summary Ridership Data: 2016 2017 2018 2019 2020 19 vs 20 La Porte Routes Only 5,051 5,041 6,214 6,870 5,117 -25.5% Baytown Shuttle 5,046 5,322 5,138 6,086 5,024 -17.5% st Comparison of 1 8-Months of Fiscal Years: 2016 2017 2018 2019 2020 2021 La Porte Routes Only 3,529 3,320 4,133 4,317 3,327 2,999 Baytown Shuttle 3,700 3,680 3,341 3,781 3,827 3,091 -month service year, which begins . Despite the decrease in ridership from 2019 to 2020 noted above, the cost of the agreement will remain the same as last year. Clearly, COVID-19 affected our ridership numbers for 2020. Additionally, when you compare the first 8-months of the fiscal year, 2021 ridership data will be down too. There is no difference from the previous agreement with HCTA. Harris County continues to plan more aggressive marketing their services to the community. If there is an increase in paratransit ridership the cost has the potential to increase next year. The funding for this agreement will be paid out of the La Porte Development Corporation budget. If City Council wishes to continue providing bus services to the community, staff recommends approving the Bus Service Agreement with Harris County Transit Authority for local bus service for 12-month period. Additionally, as mentioned in two of the May weekly department updates from the City ACTION REQUIRED BY CITY COUNCIL Approve an interlocal agreement for bus services between Harris County and the City of La Porte for local bus transit services for the period of twelve (12) months with the approval of Harris County. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date INTERLOCAL AGREEMENT BETWEEN HARRIS COUNTY AND CITY OF LA PORTE FOR A FIXED BUS ROUTE SERVICE THE STATE OF TEXAS § § COUNTY OF HARRIS § to -rule city under the laws of the State of Texas. The Count Recitals Certain portions of eastern Harris County lie outside the jurisdictional boundaries and service area of the Metropolitan Transit Authority of Harris County, Texas, including areas within the corporate limits of La Porte. The Parties agree that the operation of a fixed route bus service will enhance regional mobility and support transit services within the County and La Porte. The Parties now desire to enter into this Agreement to establish a new term for the fixed bus route service and to provide for responsibilities and funding of the fixed bus route service. Terms ARTICLE I. Agreement and Definitions 1.1 Scope of Agreement. County, upon receipt of funding from La Porte and matching federal funds, will provide for the operation of a fixed bus route service, as described in more detail in Exhibit A. 1.2 Definitions. For the purposes of this Agreement, the following terms shall have the meanings set forth below: 1.2.1 specific route with vehicles stopping to pick up and deliver passengers to specific locations; each fixed route trip serves the same origins and destinations. 1.2.2 Act (ADA) for individuals with disabilities who are unable to use fixed route transportation systems and are deemed eligible for the service. This service complements the fixed route bus service by providing ADA certified individuals access to transit services that serve the same origins and destinations on the bus routes. Complementary Paratransit Services are more costly to provide since they are a one-person-one-vehicle trip. The Federal Transit Administration (FTA) recognizes the additional cost burden associated with Complementary Paratransit Services and allows transit agencies to charge double the adult fare to help offset some of the higher costs. Page 1 of 10 1.2.3 operation of the transit system as required by a grant to match the federal contribution. These include, but are not limited to: tax levies; general funds; specified contributions, contributions from city, county, or other municipal government towards the Local Share portion of the transit system budget; and other revenues such as advertising. 1.2.4 The Parties agree the County will provide services in accordance with federal requirements. ARTICLE II. 2.1 In accordance with the requirements set forth herein, La Porte will provide, maintain, and make available for use with regard to the services hereunder transit stops at all locations chosen by the County. To be using the graphic shown in Exhibit B of this Agreement. As additional FTA capital improvement funds become available, the County may at it sole option, use those funds and Local Matching Funds provided by La Porte to pay for additional transit stop improvements such as connecting sidewalks to stops within ¾ miles of a stop or shelter bike paths within three (3) miles that connect to a stop and/or shelter site pads, park benches, and passenger shelters. 2.2 All transit stops will have the following minimum standards: (a) A firm stable surface; (b) A minimum clear length of 96 inches measured from the curb or roadway edge and minimum clear width of 60 inches measured parallel to the vehicle roadway; (c) A maximum slope of 1:50 (2%) for water drainage; and (d) An accessible route to the streets, sidewalks or pedestrian paths. 2.3 , as well as other media, informing the general public of the availability of transit services in the community. Additionally, La Porte will provide information inserts into its utility bills, but only at such time or intervals as requested by County in writing The design of the information inserts will be provided by the County. 2.4 Within fifteen (15) days of the effective date of this Agreement, La Porte shall send Sixty-Nine Thousand and No/Dollars ($69,000.00) to the County in satisfaction of its obligations to provide Local Matching Funds. Should the County determine that such funds from La Porte are inadequate to pay for the required Local Share portion of the transit system budget during the term of this Agreement, the County shall have no obligation to continue providing the services hereunder unless and until La Porte provides the necessary additional funds to the County for such purpose, subject to the same requirements applicable to use of the original contribution. Additional funds shall be provided by La Porte within forty-five (45) days from La 2.5 La Porte shall comply with the Davis-Bacon and Copeland Anti-Kickback Acts codified at 40 USC § 3141, et. seq and 18 USC § 874 to the extent applicable. Page 2 of 10 2.6 Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, La Porte agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, La Porte agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2.7 Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, La Porte agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect activities undertaken in the course of the Project. La Porte agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, La Porte agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, La Porte agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, La Porte agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, La Porte agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, La Porte agrees to comply with any implementing requirements FTA may issue. 2.8 La Porte also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 3.1 The County agrees to operate the Fixed Route Bus Service in La Porte and provide necessary transit vehicles through the use of outside contractors. The Director of the County Community Services Department (Director) will, in consultation with the Mayor of La Porte, determine the travel routes for Page 3 of 10 such service, and will determine the schedule for operations, and the type and number of transit vehicles to be utilized for the service. The Director may, from time to time, revise the schedule of operation of the service based upon ridership levels and service demands in consultation with the Mayor. Any changes in service will be subject to the public input requirements of Title VI, 42 U.S.C. The routes currently in service and proposed for use during the term of this Agreement are depicted on Exhibit A of this Agreement. The service hours will be from 7:00 AM until 6:00 PM, Monday through Friday, and Saturday 8:00 AM until 6:00 PM, excluding County holidays. The County shall have no obligation to obtain sites for or to construct or maintain transit stops for the bus service. 3.2 Fares will be assessed for use of the transit services. The match is only applied to the net cost. The County will collect and retain the fares as follows, provided that the County may enter into agreements as it may deem necessary and proper to provide for bus services other than by payment of such fees: Adult (12 years and older) $1.00 each way Children (2 years to 11 years) $ 0.50 each way Seniors (65 and older with identification) $ 0.50 each way Disabled (with identification) $ 0.50 each way Medicare recipients (with identification) $ 0.50 each way Children under 2 years FREE Certified ADA Paratransit Passengers $2.00 each way 3.3 FTA funds can only be accessed on a reimbursement basis. Notwithstanding any provision of this Agreement that might be construed to the contrary, the County shall not be obligated by this Agreement to expend any funds, but it is understood and agreed that the funds provided by La Porte may only be expended if the County, to the extent that the County at its sole option, expends matching funds for the purpose of seeking FTA reimbursement. matching contributions required by a local recipient. All FTA reimbursement will be the property of the County. ARTICLE 4. Independent Parties 4.1 This Agreement is not intended to create and shall not constitute a partnership or joint venture between the Parties. Parties shall have and retain the exclusive right of control over employment, firing, discipline, compensation, insurance, and benefits in accordance with the applicable laws of the State of Texas. La Porte has no authority to bind or otherwise obligate the County orally, in writing or by any act or omission. Nothing contained herein shall establish an agency, employee-employer relationship, partnership, joint enterprise, joint employer, or joint venture relationship by or between the Parties. Nothing in this Agreement will create or be deemed to create a relationship between the Parties to this Agreement, including a relationship in the nature of a third-party beneficiary or fiduciary. ARTICLE 5. Termination and Default Page 4 of 10 5.1 Termination by La Porte or the County. La Porte or the County may terminate this Agreement without cause upon ninety (90) days prior written notice to the other Party. 5.2 Notice of Default 5.2.1 La Porte or the County shall be deemed in default under this Agreement if La Porte or the County in any material respect fails to perform, observe, or comply with any of its covenants, agreements, or obligations, or breaches or violates any of the representations contained in this Agreement. 5.2.2 Before any failure of either La Porte or the County shall be deemed to be a breach of this Agreement, the Party claiming such failure shall notify, in writing, the Party alleged to have failed to perform of the alleged failure and shall demand the Party cure the default within ninety (90) calendar days. If the allegedly failing Party has not cured the default, that Party will be in default of this Agreement, unless La Porte and the County agree to extend time for cure, and the Agreement may be terminated by the other Party immediately upon notice of the non-defaulting ARTICLE 6. Term 6.1 This Agreement shall be for a term beginning upon execution by both Parties and, unless terminated sooner as set forth above, continue in full force and effect for twelve (12) consecutive months. Any unexpended and unearned surplus funds provided by La Porte remaining upon termination of this Agreement will be refunded to La Porte unless different arrangements are made in an amendment to this Agreement or a new agreement between the Parties is executed with regard to the Fixed Route Bus Service. The County is under no obligation to invest or to account for or pay to La Porte any earnings derived from funds provided hereunder by La Porte. ARTICLE 7. Miscellaneous 7.1 Approvals, Further Documents. Where this Agreement requires approval, consent, permission, agreement, or authorization by either Party, such approval, consent, permission, agreement, or authorization shall not be unreasonably withheld or delayed. The Parties agree to execute such further documents, agreements, instruments, and notices as may be necessary or appropriate to effectuate the purposes of this Agreement. 7.2 Maintenance of Records. The County shall maintain records to show actual time involved in the provision of the transportation services, the cost incurred for the period of time specified, and the level of ridership. The County shall maintain ridership information in a manner consistent with National Transit Database reporting requirements and provide a quarterly report of the same to La Porte. To the extent applicable to the transportation service, La Porte and the County shall cooperate in good faith to provide records satisfactory to the federal government or any other regulatory body. 7.3 Audit and Inspection of Records. La Porte and the County shall permit authorized representatives of La Porte, the County, and the federal government to inspect and audit all data records of La Porte and the County relating to their performances under this Agreement. La Porte shall keep its books and records Page 5 of 10 available for this purpose for at least five (5) years after this Agreement terminates. In the event any record is needed to support any dispute or legal action, such records shall be maintained for a period of not less than five (5) years following the settlement of any such dispute or legal action. 7.4 Notices. Any notices required or permitted to be given under the terms of this Agreement shall be in writing and shall be deemed to be given as of the time of hand delivery to the addresses set forth below, or five (5) days after deposit in the United States mail, postage prepaid, by registered or certified mail, return receipt requested, addressed as follows: TO HARRIS COUNTY: Harris County, Texas ATTN: Adrienne M. Holloway, Ph.D. Executive Director, Harris County Community Services Department 8410 Lantern Point Drive Houston, Texas 77054 TO LA PORTE: City of La Porte, Texas ATTN: Lee Woodward, City Secretary 604 W Fairmont Pkwy La Porte, Texas 77571 A party may change the address for notices upon at least ten (10) days written notice under this provision. 7.5 Waiver. The failure of any Party at any time or times to require performance of any provision hereof shall in no manner affect the right at a later time to enforce the same. No waiver of a Party of any condition or breach of any term, covenant, representation, or warranty contained herein, in any one or more instances, shall be deemed to be constructed a further or continuing waiver of any such condition or breach or waiver of any other condition or of any breach of any other term, covenant, representation, or warranty. 7.6 Entire Agreement. This Agreement contains the entire agreement of the Parties with regard to the matters addressed herein. This Agreement may not be amended, modified, superseded, or canceled, nor may any of the terms, covenants, representations, warranties, or conditions be waived except by written instrument executed by the Parties. 7.7 Force Majeure. Neither Party shall be held liable for any loss or damage due to delay or failure in performance of any part of this Agreement from any cause beyond its control that directly impacts its ability to perform, and without its fault or negligence, which causes may include acts of God, acts of civil or military authority, government regulations (except those promulgated by the party seeking the benefit of this provision), embargoes, epidemics, war, terrorist acts, riots, insurrections, fires, explosions, earthquakes, nuclear accidents, floods, strikes, power blackouts, other major environmental disturbances or unusually severe weather conditions. 7.8 Governing Law. This Agreement shall be constructed and enforced in accordance with the laws of the State of Texas. The exclusive forum and venue for any action arising out of, in connection with, or in any Page 6 of 10 way relating to the Agreement is in a state or federal court of competent jurisdiction in Houston, Harris County, Texas. 7.9 Headings. Headings and captions contained herein are inserted for convenience and reference only, and are not deemed part of or to be used in constructing this Agreement. 7.10 Survival. Each Party shall remain obligated to the other Party under all clauses of this Agreement that expressly or by their nature extend beyond the expiration or termination of this Agreement. 7.11 Current Funds. Each Party paying for the performance of governmental functions or services under this Agreement must make those payments from current revenues available to the paying Party. 7.12 Compliance with Laws. The Parties shall comply with all applicable laws in carrying out their obligations under this Agreement. 7.13 Execution, Multiple Counterparts. This Agreement may be executed in several counterparts. Each counterpart is deemed an original. All counterparts together constitute one and the same instrument. Each Party warrants that the undersigned is a duly authorized representative with the power to execute this Agreement. CITY OF LA PORTE HARRIS COUNTY By:_____________________________ By:_____________________________ Louis R. Rigby LINA HIDALGO City of La Porte Mayor COUNTY JUDGE ATTEST APPROVED AS TO FORM CHRISTIAN D. MENEFEE COUNTY ATTORNEY By:_____________________________ By:_____________________________ Lee Woodward Manasi Tahiliani City of La Porte Secretary Assistant County Attorney CAO File No.: 21GEN1537 Page 7 of 10 EXHIBIT A Bus Routes Page 8 of 10 Exhibit B Signage Page 9 of 10 ORDER OF COMMISSIONERS COURT Authorizing Agreement The Commissioners Court of Harris County, Texas, met in regular session at its regular term at the Harris County Administration Building in the City of Houston, Texas, on __________________________, with all members present except ________________________ _____________________________________________________________________________. A quorum was present. Among other business, the following was transacted: ORDER AUTHORIZING EXECUTION OF INTERLOCAL AGREEMENT BETWEEN HARRIS COUNTY AND CITY OF LA PORTE FOR A FIXED BUS ROUTE SERVICE Commissioner ___________________________ introduced an order and moved that Commissioners Court adopt the order. Commissioner ______________________ seconded the motion for adoption of the order. The motion, carrying with it the adoption of the order, prevailed by the following vote: Yes No Abstain Judge Lina Hidalgo Comm. Rodney Ellis Comm. Adrian Garcia Comm. Tom S. Ramsey, P.E. Comm. R. Jack Cagle The County Judge thereupon announced that the motion had duly and lawfully carried and that the order had been duly and lawfully adopted. The order adopted follows: IT IS ORDERED that County Judge is hereby authorized to execute for and on behalf of Harris County an Interlocal Agreement with the City of La Porte for a fixed bus route service. The Agreement is incorporated herein by reference as though fully set forth word for word. All Harris County officials and employees are authorized to do any and all things necessary or convenient to accomplish the purposes of this order. Page 10 of 10 La Porte Monthly Passenger Ridership 800 700 600 500 400 300 200 100 - 2014-152015-162016-172017-182018-192019-202020-21 La Porte Annual Passenger Ridership 8,000 6,870 7,000 6,214 6,000 5,257 5,117 5,051 5,041 5,000 4,000 2,999 3,000 2,000 1,000 - 2014-152015-162016-172017-182018-192019-202020-21 Baytown/La Porte Shuttle Monthly Ridership 800 700 600 500 400 300 200 100 - 2014-152015-162016-172017-182018-192019-202020-21 Baytown/La Porte Shuttle Annual Ridership 7,000 6,086 6,000 5,406 5,322 5,138 5,024 5,000 4,000 3,313 3,091 3,000 2,000 1,000 - 2014-152015-162016-172017-182018-192019-202020-21 REQUEST FOR CITY COUNCIL AGENDA ITEM Appropriation Agenda Date Requested: June 28, 2021 Utility and CIP Funds Source of Funds: Requested By: Ray Mayo, Director Department: Public Works 002-7085-533-4012 002-7086-532-4013 Report Resolution Ordinance 002-6176 Various 003- Various Account Number: Exhibits: Notification and Access Report, Bid Tabulation $381,850.00 Amount Budgeted: #21020 and Bid Summary $281,639.25 Amount Requested: Budgeted Item: Yes No SUMMARY & RECOMMENDATION Responses for Bid #21020 for Water and Sewer Supplies were received on June 1, 2021. A total of 46 vendors were notified, with 19 downloading the bid documents. Staff received four (4) bids. Requests for Bids were advertised in the Bay Area Observer, posted on the C Bid Items were separated into seven (7) categories. Low bids meeting specifications were submitted as follows: Bidder Section Description Bid Amount Service Material and Brass Core & Section 1 $109,798.77 Main Repair Clamps and Couplings Section 2 $31,403.69 Rubber Adapters, Sewer Fittings, Tubing and Section 3 $28,155.00 Meter Boxes Transition Couplings Section 6 $1,257.02 TOTAL $170,614.48 Gate Valves Fortiline Section 4 $10,080.06 TOTAL $10,080.06 Ductile & Cast Iron Fittings, Frames and Coburn Section 5 $14,465.21 Covers Supply TOTAL $14,465.21 PVC Pipe and Fittings Accurate Section 7 $66,479.50 Utility TOTAL $66,479.50 Supply GRAND TOTAL 261,639.25 The contract prices are for one (1) year with an option for two (2) one-year extensions upon agreement of both parties. Staff recommends award of water and sewer supplies to low bidders meeting specifications as listed above. Items will be purchased for Public Works warehouse inventory throughout the year and distributed as needed. Funds are available and within ncy is recommended for unforeseen water main breaks and water main replacement. Benefits: These items are maintained in the warehouse for water and sewer line leaks and repairs, including commercial and residential. The immediate availability of these items increases efficiency and speed of repairs. Liabilities: If the items are not readily available, delays would be experienced, significantly decreasing productivity and efficiency. ACTION REQUIRED BY CITY COUNCIL Consider approval or other action authorizing the City Manager to enter into contracts with Core & Main L.P., Fortiline, Coburn Supply and Accurate Utility Supply for the annual supply of water and sewer supplies in the amount of $261,639.25 and a $20,000 contingency for a total authorization of $281,639.25. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date Notifications & Access Report for Sealed Bid #21020 Annual Requirements Contract f NOTIFICATIONS: Vendor NameReason AECSIBid Notification ALL-PUMP & EQUIP. CO.Bid Notification American Melt Blown & Filtration, Inc.Bid Notification Austin Pump & Supply CompanyBid Notification Automatic Pump & Equipment Co. Inc.Bid Notification Bartholow Rental CompanyBid Notification BDPIBid Notification Bi-State Rubber Inc.Bid Notification Camino ServicesBid Notification CAPP USA INCBid Notification CDC NewsBid Notification COBURN'SBid Notification Construction Market DataBid Notification Core & MainBid Notification CPR SERVICES & SUPPLIES, INCBid Notification D DavilaBid Notification Equipment SouthwestBid Notification FERGUSON WATER WORKSBid Notification Fortiline Inc.Bid Notification G-SPEC RESOURCES CORP.Bid Notification Hartwell Environmental CorporationBid Notification HD Supply Water WorksBid Notification Hearn CompanyBid Notification HR Green, Inc.Bid Notification inCon-trol Water SystemsBid Notification Jaimar Automation, LLCBid Notification JBS Water, Inc.Bid Notification K2 Services, LLCBid Notification Kinloch EquipmentBid Notification Matchpoint IncBid Notification MORRISON SUPPLYBid Notification Motor Controls IncBid Notification Newman Regency GroupBid Notification North America Procurement CouncilBid Notification Pencco, Inc.Bid Notification PLW Waterworks, LLCBid Notification Polston Applied Technologies CA-TXBid Notification Preferred Tank & Tower MaintenanceBid Notification PumpWrxs & ControlsBid Notification R J Construction Company, IncBid Notification R+B Group, Inc.Bid Notification SME USA Inc.Bid Notification Texas Underground, Inc.Bid Notification Utility Service GroupBid Notification VistraticBid Notification wbi incBid Notification Western Oilfields Supply CompanyBid Notification ACCESS: Vendor NameDocuments Accurate Meter & Supply20 REBID Water & Sewer Supplies.pdf Accurate Utility and Supply0 REBID Water & Sewer Supplies.pdf BidClerk0 REBID Water & Sewer Supplies.pdf Champions Marketing0 REBID Water & Sewer Supplies.pdf Cleveland Mack0 REBID Water & Sewer Supplies.pdf CMS Coburn Supply Company INC.0 REBID Water & Sewer Supplies.pdf Construction Journal0 REBID Water & Sewer Supplies.pdf Construction Software Technologies Core & Main0 REBID Water & Sewer Supplies.pdf Dodge Data & Analytics0 REBID Water & Sewer Supplies.pdf Fortiline Inc.0 REBID Water & Sewer Supplies.pdf Fortiline Waterworks0 REBID Water & Sewer Supplies.pdf IMS Lindsay Circle, LLC North America Procurement Council0 REBID Water & Sewer Supplies.pdf Onvia0 REBID Water & Sewer Supplies.pdf Pencco, Inc.0 REBID Water & Sewer Supplies.pdf Perkens WS Corporation0 REBID Water & Sewer Supplies.pdf RFx Analyst0 REBID Water & Sewer Supplies.pdf School Wholesale Supplies LLC SmartProcure0 REBID Water & Sewer Supplies.pdf TUCON, LLC0 REBID Water & Sewer Supplies.pdf Tukmol General Contractor Wayne Enterprises Webtech0 REBID Water & Sewer Supplies.pdf for Water & Sewer Supplies 25 Manufacturer (IF other than specified) A.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco Norca $1.50$6.00 $63.24$18.36$56.70$87.30$45.80 Price $840.00$722.00$863.70$687.20$235.15$685.20$762.00$620.40$120.32$859.44$139.70$234.80$335.30$932.60$943.30$564.40$712.00 $2,000.00$3,035.40$3,035.40$3,354.00$7,714.00$2,752.40$5,274.40$1,630.50$8,370.25$4,560.60$4,410.00$4,845.60$1,640.80$2,283.08$1,160.00 $21,621.00$21,366.00 Extended Fortline Waterworks Unit Price 0.40.420.150.1550.5950.595.5914.4438.5768.81263.7232.6157.5872.0731.6247.83228.0317.6420.1920.5191.32314.517.1847.0368.5215.2420.6860.1671.629.1813.9723.4833.5393.2694.33118.75.678.7328.224.5817.8 Manufacturer (IF other than specified) $5.60 $28.80$58.68$11.96$91.10$42.40$65.50$34.30 Price $450.00$240.00$234.50$801.00$636.80$218.15$635.80$707.50$576.00$111.64$797.64$153.10$218.70$832.80$843.20$423.00$533.60 $3,172.80$2,688.00$1,974.00$7,164.00$2,553.20$4,890.80$1,512.50$7,766.50$4,232.20$4,095.00$4,497.60$1,523.20$2,116.25$1,076.00 $20,061.00$19,440.00 Core & Main Extended Unit Price 0.090.120.560.7252.8844.83.294.6935.8263.83244.5430.2553.466.8729.3444.38211.6116.3818.7419.0484.6513.4515.9243.6363.5814.1519.255.8266.475.989.1115.3121.8783.2884.321084.246.5521.153.4313.34 Manufacturer (IF other than specified) EGWEGWEGWEGW $9.30 $44.40$58.68$12.10$92.10$42.00$64.80$33.90 $400.00$220.00$239.50$801.00$650.40$217.10$632.60$722.50$588.30$110.52$797.64$154.70$221.10$832.90$843.30$418.60$528.00 $2,687.40$2,687.40$2,010.00$7,316.00$2,553.60$4,891.00$1,544.50$7,931.00$4,321.40$4,182.50$4,593.60$1,555.20$2,161.00$1,099.20 $20,703.00$19,848.60 Coburn Supply Extended Price Unit Price 0.080.110.931.11 44.79 44.793.354.7936.5863.84244.5530.8953.469.0129.3445.32216.0716.7319.1419.4486.4413.7416.2643.4263.2614.4519.6155.2666.476.059.2115.4722.1183.2984.33110.274.26.4820.933.3913.2 Manufacturer (IF other than specified) A.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-Norca $22.00$62.00$28.00$50.00$80.00$40.00 Price $560.00$100.00$450.00$870.00$680.00$250.00$680.00$750.00$630.00$120.00$852.00$150.00$230.00$300.00$920.00$940.00$520.00$600.00 $1,300.00$3,900.00$4,200.00$3,750.00$7,600.00$2,800.00$5,300.00$1,700.00$8,575.00$4,600.00$4,500.00$4,800.00$1,680.00$2,300.00$1,200.00 $21,300.00$20,880.00 Extended Accurate Utility Supply Unit Price 0.260.282.22.565706.259387026534587131492301820219215175068152160711415233092941165826415 2522 104060504020501520802580401050301210101010101010201040 60 600200175250240180 QTY 300 50002000 Section 1 Gasket, Rubber 1.5" Service Materials & NO LEAD Brass Items Flange Meter Gasket, Rubber 3/4" x 1/8"Meter Gasket, Rubber 1" x 1/8"MeterMeter Flange Gasket, Rubber 2"Meter Gasket Kit,(#431T07PLF water meter flange,oval) 1.5, MATCOMeter Gasket Kit, (#431TO8PLF water meter flange, oval), 2", MATCOMeter Coupling with Gasket, 3/4", Matco #433T04LFMeter Coupling with Gasket, 1", Matco #433T05LFCurb Stop with Lockwing, comp/iron, 3/4", Ford #B41-233W-NLCurb Stop with Lockwing, comp/iron, 1", Ford #B41-344W-NLCurb Stop with Lockwing, comp/iron, 2"Curb Stop with Lockwing, iron/iron, 3/4", Ford #B11-233W-NLCurb Stop with Lockwing, iron/iron, 1"Curb Stop with Meter Swivel Nut, 1" x 3/4", Ford #B43-342W-NLCorporation, cc/compression, 3/4"Corporation, cc/compression, 1", Ford #F1000-4-NLCorporation, cc/compression, 2"3-part Union, comp/comp, 3/4", FORD #C44-33-NL3-part Union, comp/comp, 1", Ford #C44-44-NL3-part Union, comp/comp, 3/4" x 1", Ford #C44-34-NL3-part Union, comp/comp, 2", Ford #C44-77-NLAdaptor, Male, comp/iron, 3/4", Ford C84-33-NLAdaptor, Male, comp/iron, 1", Ford #C84-44-NLAdaptor,Male, comp/iron, 1.5"Adaptor, Male, comp/iron, 2"Adaptor, Female, comp/iron, 3/4", Ford #C14-33-NLAdaptor, Female, comp/iron, 1", Ford #C14-44-NLAdaptor, Female, comp/iron, 1.5"Adaptor, Female, comp/iron, 2"Gate Valve, Brass, 3/4", MATCO #514T04LFGate Valve, Brass, 1", MATCO #514T05LFGate Valve, Brass, 1.5", MATCO #514T07LFGate Valve, Brass, 2"Meter Riser with Lockwing, 7" x 3/4"Meter Riser with Lockwing, 9" x 3/4"U-Branch w/ Lockwing, 6-1/2" centers, 3/4" x 1" Ford #UVBS43-42W-65-NLEll, Brass, 90 Degree, 3/4"Ell, Brass, 90 dDegree, 1"Ell, Brass, 90 Degree, 2"Bushing,Brass, 1" x 3/4"Bushing, Brass, 2" x 1" Manufacturer (IF other than specified) Matco NorcaMatco NorcaMatco NorcaMatco NorcaMatco Norca $91.50 Price $178.00$147.70$312.60$416.25 Extended Fortline Waterworks Unit Price 17.814.779.1531.2627.75Not ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot Considered No bid Not ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot Considered No Bid Manufacturer (IF other than specified) $68.60$30.50$37.60$96.70$90.90$41.40$52.00$90.80$32.80$37.20$52.10$92.70$34.30$52.10 Price $106.80$110.80$234.30$311.85$131.40$115.20$170.00$296.40$656.10$181.80$132.40$292.90$182.20$840.60$430.80$383.50$536.93$419.10$504.30$113.30$131.68$285.72 $1,843.20$1,788.00$1,698.00 Core & Main Extended $110,221.80 Unit Price 10.6811.086.8623.4320.793.053.766.579.6711.52179.0914.8221.879.092.072.64.546.623.282.485.219.2729.293.435.2118.2228.0228.7230.7238.3535.7642.4553.69341.9150.4356.6565.84142.86 Manufacturer (IF other than specified) $57.90$30.10$37.10$95.60$89.90$40.80$51.40$89.60$32.40$36.90$51.60$91.70$33.90$51.60 $109.50$231.80$231.80$308.55$129.80$113.90$168.30$293.20$649.20$179.80$131.00$289.80$180.30$889.50$455.85$405.80$567.60$443.40$533.60$119.90$139.36$302.34 $1,950.60$1,892.00$1,796.80 Coburn Supply $112,125.04 Extended Price Unit Price 5.7910.9523.1823.1820.573.013.716.499.5611.3916.838.9914.6621.648.992.042.574.486.553.242.465.169.1728.983.395.1618.0329.6530.3932.5140.5837.8444.9256.7644.3453.3659.9569.68151.17 Manufacturer (IF other than Matco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaM atco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-Norca$121,799.00 $90.00$40.00$40.00$60.00$60.00$40.00$45.00$50.00$70.00 $150.00$180.00$260.00$525.00$140.00$100.00$120.00$150.00$100.00$360.00$750.00$200.00$100.00$160.00$120.00$140.00$360.00$240.00$810.00$420.00$370.00$520.00$350.00$490.00$112.00$128.00$290.00 $1,750.00$1,640.00 Accurate Utility Supply Extended Price Unit Price 1518926354471012151018251033584312143657242728303735415235495664145 222 101010101510102010101010203020202020201015101010101010301560105040101010 QTY Section 1 Total Section 1 continued on next page Service Materials & NO LEAD Brass Items, Section 1 cont'd Bushing,Brass, 2" x 3/4"Bushing, Brass, 2" x 1.5"Bell Reducer, Brass 1 x 3/4Bell Reducer, Brass 2 x 3/4Bell Reducer, Brass 2 x 1.5Nipple, Close All Thread, 1"Nipple, Brass, 1" x 2"Nipple, Brass, 1" x 4"Nipple, Brass, 1" x 6"Nipple, Brass, 1-1/2" x 4"Nipple, Brass, 1-1/2" x 6"Nipple, Brass, 2" x 2"Nipple, Brass, 2" x 4"Nipple, Brass, 2" x 6"Nipple, Brass, 2" All ThreadNipple, Brass, 3/4 All ThreadNipple, Brass, 3/4 x 2Nipple, Brass, 3/4 x 4Nipple, Brass, 3/4 x 6Plug, Brass, 1"Plug, Brass, 3/4"Tee. Brass, 3/4Tee, Brass, 1" Tee, Brass, 2" Collar, Brass, 3/4"Collar, Brass, 1"Collar, Brass, 2"Service Saddle, CC, 2" x 1", ROMAC CCService Saddle, CC 3" x 1", ROMAC CCService Saddle, CC 4" x 1", ROMAC CCService Saddle, CC , 4" x 2", ROMAC CCService Saddle, CC , 6" x 1", ROMAC CCService Saddle, CC , 8" x 1", ROMAC CCService Saddle, CC 12" x 1", ROMAC CCService Saddle, CC 6" x 2", ROMAC CCService Saddle, CC 8" x 2", ROMAC CCService Saddle, CC 10" x 2", ROMAC CCService Saddle, CC 12" x 2", ROMAC CCService Saddle, CC 16" x 2", ROMAC CC Manufacturer (IF other than specified) Price Fortline Extended Unit Price No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid Manufacturer (IF other than specified) 228228-15" $98.04$99.92$86.80$56.90 Price $339.30$240.35$239.30$242.10$122.60$126.65$157.20$895.30$596.20$198.88$540.10$131.52$222.26$677.80$223.30$235.04$393.35$253.50$799.90$167.42$186.44$480.80$308.06$978.10$239.14$535.62$443.40$992.30$23 4.14$183.75$648.72$337.90$765.60$999.30 $3,522.26$2,214.10$1,027.50$1,279.40$1,623.80$1,300.40$1,566.00$1,139.94$1,253.28 Core & Main Extended Unit Price 22.6248.0723.9348.4224.5249.0225.3349.968.6815.7250.31889.5359.6299.4463.26108.0265.76111.1367.78111.6568.5117.5278.67126.7579.99127.9481.19130.0483.7193.2296.16154.0397.81156.6119.57267.81221.7496.1 5569.97117.0726.2527.0328.4533.7938.28166.55208.88 Manufacturer (IF other than Specified 2282014381200022820184615000 $98.04$99.92$87.20$56.90 $341.10$240.30$240.50$242.05$122.60$126.65$157.90$895.20$994.30$204.64$540.05$131.64$222.26$681.20$223.30$235.02$393.30$253.50$804.00$167.42$186.42$480.95$308.04$983.10$239.12$535.60$443.40$234.14$18 3.75$651.84$339.60$769.60 $3,530.80$2,225.65$1,032.75$1,286.00$1,632.20$1,307.00$1,574.10$1,007.46$1,139.94$1,001.76$1,326.66 Coburn Supply Extended Price Unit Price 22.7448.0624.0548.4124.5249.0225.3349.968.7215.7950.4489.5299.43102.3263.59108.0165.82111.1368.12111.6568.85117.5178.66126.7580.4128.681.61130.783.7193.2196.19154.0298.31157.41119.56267.8221.7503.735 69.97117.0726.2527.1628.4533.9638.48166.96221.11 Manufacturer (IF other than specified) Extended Price Accurate Utility Supply Unit Price No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid 5552522522225222522222227266 15101010701010351015101020101010241020 QTY Section 2 Clamps & Couplings Redi Clamp, SMITH BLAIR 244, 3/4" x 3Redi Clamp, SMITH BLAIR 244, 3/4" x 6"Redi Clamp, SMITH BLAIR 244, 1" x 3"Redi Clamp, SMITH BLAIR 244, 1" x 6"Redi Clamp, SMITH BLAIR 244, 1-1/4" x 3"Redi Clamp, SMITH BLAIR 244, 1-1/4" x 6"Redi Clamp, SMITH BLAIR 244, 1-1/2" x 3"Redi Clamp, SMITH BLAIR 244, 1-1/2" x 6"Redi Clamp, SMITH BLAIR 245, 2" x 3"Redi Clamp, SMITH BLAIR 245, 2" x 6"FCC, SMITH BLAIR 226, 2.35-2.63 X 7.5"FCC, SMITH BLAIR 226, 2.35-2.63 X 12.5FCC, SMITH BLAIR 226, 3.46-3.70 X 7.5FCC, SMITH BLAIR 226, 3.46-3.70 X 12.5FCC, SMITH BLAIR 226, 3.96 - 4.25 X 7.5"FCC, SMITH BLAIR 226, 3.96 - 4.25 X 12.5"FCC, SMITH BLAIR 226, 4.45 - 4.73 X 7.5"FCC, SMITH BLAIR 226, 4.45 - 4.73 X 12.5"FCC, SMITH BLAIR 226, 4.74 - 5.14 X 7.5"FCC, SMITH BLAIR 226, 4.74 - 5.14 X 12.5"FCC, SMITH BLAIR 226, 4.95 - 5.35 X 7.5"FCC, SMITH BLAIR 226, 4.95 - 5.35 X 12.5"FCC, SMITH BLAIR 226, 6.56 - 6.96 X 7.5"FCC, SMITH BLAIR 226, 6.56 - 6.96 X 12.5"FCC, SMITH BLAIR 226, 6.84 - 7.24 X 7.5"FCC, SMITH BLAIR 226, 6.84 - 7.24 X 12.5"FCC, SMITH BLAIR 226, 7.05 - 7.45 X 7.5"FCC, SMITH BLAIR 226, 7.05 - 7.45 X 12.5"FCC, SMITH BLAIR 226, 7.45 - 7.85 X 7.5"FCC, SMITH BLAIR 226, 8.54 - 8.94 X 7.5"FCC, SMITH BLAIR 226, 8.99 - 9.39 X 7.5"FCC, SMITH BLAIR 226, 8.99 - 9.39 X 12.5"FCC, SMITH BLAIR 226, 9.27 - 9.67 X 7.5"FCC, SMITH BLAIR 226, 9.27 - 9.67 X 12.5"FCC, SMITH BLAIR 226, 11.75 - 12.15 X 7.5"FCC, SMITH BLAIR 226, 13.40 - 13.80 X 15"FCC, SMITH BLAIR 226, 14.00 - 14.40 X 12.5"FCC, SMITH BLAIR 226, 14.38 - 15.13 X 15"FCC, SMITH BLAIR 226, 18.46 - 19.20 X 16"FCC, SMITH BLAIR 226, 11.04 - 11.44 X 7.5Dresser Coupling, SMITH BLAIR 411, 3/4"Dresser Coupling, SMITH BLAIR 411, 1"Dresser Coupling, SMITH BLAIR 411, 1-1/4"Dresser Coupling, SMITH BLAIR 411, 1-1/2"Dresser Coupling, SMITH BLAIR 411, 2"Coupling, 4" Top Bolt HYMAX2, (4.25-5.63), Smith Blair or HymaxCoupling, 6" Top Bolt HYMAX2, (6.42-7.68) Manufacturer (IF other than specified) Price Fortline Extended Unit Price No BidNo Bid No Bid Not ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot Considered No Bid Not Considered Manufacturer (IF other than specified) $9.30 $49.90$54.00$42.72$42.72$88.70$36.15$21.86$64.24$90.72$60.62$88.72$32.08 Price $735.56$299.40$118.10$246.45$492.90$521.00$194.00$112.50$189.20$406.60$887.00$932.40$748.20$115.80$481.20$580.70$571.00$569.60$136.04$282.60$158.90$169.78$349.02$133.58$855.00$597.00 $1,419.30$1,196.00$1,915.20$1,147.20$3,082.10$1,684.00 $31,558.54 Core & Main Extended Unit Price 236.55367.784.994.995.410.6810.6811.8116.4316.4317.744.655.2111.961.947.2322.59.4640.668.8710.3612.4711.5810.9332.1245.3615.9648.1258.0728.5528.6830.3156.9668.0270.6579.4584.8958.1744.0316.8444.3616. 0466.792.855.97 Manufacturer (IF other than specified) $51.00$55.00$43.60$43.60$90.55$50.34$42.85$36.30 $758.14$306.00$120.60$251.55$503.10$443.00$443.00$329.00$133.25$319.00$674.10$567.60$195.50$106.50$150.38$507.10$721.90$665.20$111.24$545.30$205.00$224.16$239.50$225.18$360.12$294.12$106.32$189.08$60 3.00 $1,497.84$1,761.00$1,108.80$2,710.80$1,851.20$3,179.40$1,520.00$1,500.00 $32,234.85 Coburn Supply Extended Price Unit Price 249.64379.075.15.15.510.910.912.0616.7716.7718.1125.174.434.433.298.5726.6515.9567.4117.6112.329.4619.5518.1553.2575.1922.5950.7172.1933.2646.2855.6254.53102.556.04119.75112.5960.0245.4215.2147.0653. 1694.5456.03 Manufacturer (IF other than specified) $69.50$70.00$60.00$60.00$70.00$50.00$30.00$86.00$90.00$84.00$90.00$80.00$90.00 $417.00$160.00$345.00$690.00$120.00$500.00$700.00$300.00$110.00$260.00$520.00$800.00$170.00$550.00$650.00$420.00$450.00$100.00$396.00$198.00$210.00$480.00$600.00 $2,610.00$2,100.00$2,400.00$1,400.00$4,200.00$1,500.00$2,250.00 Extended Price Accurate Utility Supply Unit Price No BidNo Bid No Bid 6.956.95715151623232435573102213528293517154345205565213542455099991058060154540457.56 62445255222224226222 6010101015302010906010101020401070 100100100300 100120100100 QTY Section 3 Section 2 TOTAL Section 3 continued on next page Rubber Adaptors, Sewer Fittings, Tubing & Meter Boxes Coupling, 8" Top Bolt HYMAX2, (8.54-9.84)Adaptor, FERNCO, 4" PVC x 4" PVC, 1056-44Adaptor, FERNCO, 4" PVC x 4" Clay, 1002-44Adaptor, FERNCO, 4" PVC x 4" Concrete, 1006-44Adaptor, FERNCO, 6" PVC x 6" PVC, 1056-66Adaptor, FERNCO, 6" PVC x 6" Clay, 1002-66Adaptor, FERNCO, 6" PVC x 6" Concrete, 1006-66Adaptor, FERNCO, 8" PVC x 8" PVC, 1056-88Adaptor, FERNCO, 8" PVC x 8" Clay, 1002-88Adaptor, FERNCO, 8" PVC x 8" Concrete, 1006-88Adaptor, FERNCO, 10" PVC x 10" PVC, 1056-1010Coupling, 4", SCH 40Coupling, Slip/repair 4" sch 40Coupling, 4" SDR 35Coupling, 6" x 6", SDR 35Coupling, 8" x 8", SDR 35Reducer, SDR 35, 6" x 4"Reducer, SDR 35, 8" x 6"Ell, 22 1/2 deg 4" SCH 40Ell, 45 Degree, 4", SCH 40Ell, 90 Degree, 4", SCH 40Ell, 45 Degree, 6", SDR 35Ell, 90 Degree, 6", SDR35Ell, 45 Degree, 8", SDR 35Ell, 90 Degree, 8", SDR 35Clean-out with square top plug,4" sch 40Clean-out with square top plug, 6", SDR 35Clean-out with square top plug, 6",SCH40Saddle Tee w/SS Bands, Gaskets, 6" x 4" SDR 35, P2106-4Saddle Tee w/SS Bands, Gaskets, 8" x 4" SDR 35 , P2108-4 Saddle Tee w/SS Bands, Gaskets, 8" x 6" SDR 35Saddle Tee w/SS Bands, Gaskets, 10" x 4" SDR 35 , P2110-4 Saddle Tee w/SS Bands, Gaskets, 10" x 6" SDR 35Saddle Tee w/SS Bands, Gaskets, 12" x 4" SDR 35 , P2112-4 Saddle Tee w/SS Bands, Gaskets, 12" x 6" SDR 35Saddle Tee w/SS Bands, Gaskets, 15" x 4" SDR 35Saddle, Universal, 6" FLEX TEESaddle, Universal, 4" FLEX TEE, NDS-4T/C Tee, sch 40, 4" x 4" x 4 SanitaryTee, SDR 35, 8" x 6"Tee, SDR 35, 6" x 4"Tee, SCH 40, 6" x 4"Straps, SS w/Flip-up ScrewSlip cap 4" sch 40 Manufacturer (IF other than specified)Manufacturer (IF other than specified)Manufacturer (IF other than specified) KennedyKennedyKennedyKennedy PricePricePrice FortlineFortlineFortline $2,264.70$1,790.40$4,569.40$1,455.56 $10,080.06 Extended Extended Extended Unit PriceUnit PriceUnit Price No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid No Bid 226.47358.08456.94727.78No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid Manufacturer (IF other than specified)Manufacturer (IF other than specified)Manufacturer (IF other than specified) Carboline 1 gal $5.60 $80.40$69.20$24.10$10.40$47.60 PricePricePrice $136.40$101.90$522.00$361.20$846.20$284.40$667.90$260.00$840.00$164.20$806.70$540.00$413.40$235.30$276.20 $1,510.00$1,933.20$1,798.80$1,212.90$2,606.70$2,140.55$5,451.70$1,700.18$1,872.20$1,131.00$1,245.60$1,182.00$1,347.30$1,576.00$3,080.00$1,031.75 $30,642.90$11,899.13 Core & MainCore & MainCore & Main Extended Extended Extended Unit PriceUnit PriceUnit Price 3.4150.9513.059.035.3684.621.5866.790.260.421.5116.1116.426.9229.9840.43260.67428.11545.17850.0980.6734.0456.5512.05124.56118.2134.73157.61820.671541.040.141.1923.5327.6241.27 Manufacturer (IF other than specified)Manufacturer (IF other than specified)Manufacturer (IF other than specified) $7.60 $73.95$24.20$10.10$39.20 $281.60$201.76$311.60$627.60$320.00$174.60$472.70$260.00$820.00$160.70$293.50$406.20$761.60$967.20$851.10$630.00$513.40$231.10$227.40$977.75 $1,490.00$1,892.40$1,212.90$2,483.20$1,962.05$5,009.90$1,594.44$1,928.30$1,015.50$1,063.80$1,765.00$2,383.40 $32,583.75$11,049.59 Coburn SupplyCoburn SupplyCoburn Supply Extended PriceExtended PriceExtended Price 248.3276.1635.06 Unit PriceUnit PriceUnit Price 7.04100.887.7915.694.93320.9747.270.260.411.4915.7716.0729.356.7740.43392.41500.99797.2248.3612.1101.5585.11106.38176.52125.67119.171.010.190.9823.1122.7439.11 East JordanEast JordanEast JordanEast Jordan Manufacturer (IF other than specified)Manufacturer (IF other than specified)Manufacturer (IF other than specified) East JordanEast JordanEast JordanEast Jordan $90.00$40.00$18.00$80.00 $360.00$880.00$680.00$180.00$730.00$350.00$900.00$230.00$110.00$750.00$750.00$540.00$200.00$280.00$440.00 $1,500.00$2,700.00$1,500.00$2,400.00$2,700.00$1,140.00$3,500.00$2,501.50$6,500.00$1,900.00$3,300.00$1,500.00$1,200.00$1,250.00$1,400.00$1,550.00$4,000.00$1,475.00 $42,985.50$14,401.50 Extended PriceExtended PriceExtended Price Accurate Utility SupplyAccurate Utility SupplyAccurate Utility Supply Unit Unit Unit PricePricePrice 94522171215015730.350.451.52023114538350500.3650950756075201201251401552527200200.452284459 2522 40404015101010106030101010552010101010302020104040101025 180120 QTYQTYQTY 100020001000 Section 4Section 5 PSI, 100 ft Roll, 3/4"PSI, 100 ft Roll, 2" Miscellaneous Section 3 TOTAL Section 4 TOTAL 250250 Gate Valves w/Gland Restraints Ductile Fittings w/Gland Restraints & Cast Iron Fittings, Rubber Adaptors, Sewer Fittings, Tubing & Meter Boxes Plug Only, 4", SCH 40 with Square TopDouble Wye, 4" x 4", SCH 40Glue, PVC Wet and Dry, Quart Can, OateyPrimer, PVC, Quart Can, OateyLubricant, PVC, Quart Can, OateyCement, Talcote, Roof, Evergrip ConcreteStrips, Ramneck, Evergrip 1"Tee, SCH 40, 6" x 4"CTS Service Tubing,CTS Service Tubing, 250 PSI, 100 ft Roll, 1"CTS Service Tubing,Meter Box, Plastic, Single w/Lid, NDS OR DFW FORMeter Box, Plastic, Dual w/Lid, AUTO READERLid, Plastic Single, AUTO READERMeter Box, Commercial Jumbo w/Lid Plastic, AUTO READERPump, Hand, 6 foot HoseMJ Gate Valve w/Gland Restraints, 2"AVK OR MUELLER, Square Nut TopMJ Gate Valve w/Gland Restraints, 4" AVK, MUELLER, Square Nut TopMJ Gate Valve w/Gland Restraints, ,6" AVK OR MUELLER, Square Nut TopMJ Gate Valve w/Gland Restraints 8" AVK or MUELLER, Square Nut TopShoe, Cast Iron Cleanout, 4" with lidValve Box w/Lid, 18" x 24", Cast IronValve Box w/Lid, 24" x 36", Cast IronLid Only for Valve Box, Cast IronRing, Manhole, 23.5"Cover, Manhole 23.5"Ring Manhole, 32"Cover, Manhole 32"Manhole Riser, Concrete 3"X23Manhole Riser, Concrete, 3" x 32Hydralock for 5-1/4" OpeningAll Thread Rods, 5/8", 10 feet longNuts, 5/8"Stainless Bolts, 5/8 x 3"Steel Probing Rod, 4'Manhold Hook w/Flat Handle, 24"Cam Lock Fitting, SMITH BLAIR STYLE 120 f/MJPVC Pipe,E Ctd /Blt 4" Manufacturer (IF other than specified)Manufacturer (IF other than specified) PowersealPowersealPowersealPowersealPowerseal PricePrice FortlineFortline $182.24$222.36$222.36$294.72$343.82 $1,265.50 Extended Extended Unit PriceUnit Price No BidNo Bid No Bid 91.12111.18111.18147.36171.91 No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid Not ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot Considered Manufacturer (IF other than specified)Manufacturer (IF other than specified) Smith BlairPower SealSmith BlairSmith BlairSmith Blair $4.60$6.00$6.80$3.80$4.20$7.40$5.90$5.70$6.80$4.20$4.60$8.20$2.60$3.80$6.60 $10.40$12.60 PricePrice $772.80$354.55$152.44$350.21$186.00$262.26$306.00$360.00$732.00$600.00$812.00 $9,990.00$6,798.00$4,048.00$3,680.00 $1,256.91 $18,500.00$33,048.00 $15,952.50 Core & MainCore & Main Extended Extended Unit PriceUnit Price 51.5270.9176.22175.1193131.131535.550.91.831.52.039.2511.335.0619.449.20.230.30.340.190.210.370.590.570.340.520.630.210.230.410.130.190.33 Manufacturer (IF other than specified)Manufacturer (IF other than specified) $732.45$336.05$240.92$466.52$294.00$414.56$483.62 $1,899.62 $14,465.15 Coburn SupplyCoburn Supply Extended PriceExtended Price 147 233.26207.28241.81 No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid 120.46 Unit PriceUnit Price 48.8367.21 Manufacturer (IF other than specified)Manufacturer (IF other than specified) $6.00$8.00$5.00$6.00$9.00$5.00$6.00$4.00$5.00$8.00 $12.00$10.00$15.00$20.00$14.00$17.00$10.00 $500.00$120.00$272.00$420.00 $1,110.00$9,126.00$1,000.00$6,198.00$3,696.00$3,356.00 $12,000.00$30,124.00 $20,383.00 Extended PriceExtended Price Accurate Utility SupplyAccurate Utility Supply Unit Unit PricePrice 74100NO BIDNO BIDNO BIDNO BIDNO BID NO BID 5.070.30.681.052.5610.334.6217.728.390.30.40.60.250.30.51.520.450.70.850.250.30.50.20.250.4 522222 152020202020201010202020202020202020 QTYQTY 400FT400FT400FT600FT800FT400FT 400 FT 1800FT1700FT 2000 FT ACACACAC AC PVC-3"C900-3"C900-4"C900-6"C900-8" Section 6Section 7 3"4"4"6"8" Section 5 TOTALSection 6 TOTAL PVC Pipe & Fittings Transition Couplings POWERMAX,POWERMAX,POWERMAX,POWERMAX,POWERMAX, Transition,Transition,Transition,Transition,Transition, Cam Lock Fitting, SMITH BLAIR STYLE 120 f/MJPVC Pipe,E Ctd /Blt6"Cam Lock Fitting, SMITH BLAIR STYLE 120 f/MJPVC Pipe,E Ctd /Blt 8"Coupling,Coupling,Coupling,Coupling,Coupling,Pipe, C900, 4" x 20Pipe, SCH 40, 1/2"X 20'Pipe, SCH 40, 3/4"X20'Pipe, SCH 40, 1"X 20'Pipe, SCH 40, 2"X 20'Pipe, SCH 40, 4" x 20Pipe, C900, 6"X20Pipe, SDR 35, 6" x 14Pipe, C900, 8"X20'Pipe, SDR 35 8" x 14Adaptor, 1/2" PVC, Female, SCH 40Adaptor, 3/4" PVC, Female, SCH 40Adaptor, 1" PVC, Female, SCH 40Adaptor, 1/2" PVC, Male, SCH 40Adaptor, 3/4" PVC, Male, SCH 40Adaptor, 1" PVC, Male, SCH 40Reducer, 1 x 1/2, SCH 40Reducer, 1 x 3/4, SCH 40Ell, 45 Degree, 1/2", SCH 40Ell, 45 Degree, 3/4", SCH 40Ell, 45 Degree, 1", SCH 40Ell 90 Degree, 1/2", SCH 40Ell, 90 Degree, 3/4", SCH 40Ell, 90 Degree, 1", SCH 40Collar, PVC, 1/2", SCH 40Collar, PVC, 3/4", SCH 40Collar, PVC, 1", SCH 40 Not ConsideredNot Considered No Bid $2.20$3.40 $78,677.80 $280,209.58 0.220.34 No BidNo Bid No Bid $3.00$4.50 $66,479.50 0.30.45 1010 line items were bid within the Section) NO ALL Section 7 Total the Sections where ONLY Section will be awarded unless ALL line items are bid within the section i t dt t th Cit T dd b Sti ll li it NOTICE: This Bid may be awarded by Section or by All Sections whichever TOTAL (add Totals from SLIP CAP 3/4, SCH 40SLIP CAP 1" SCH 40 Summary of Section Bids AccurateCoburnCore & MainFortiline Sec 1$121,329.00$112,117.12$109,798.77$123,561.52 Sec 2No Bid$32,234.33$31,403.69No Bid Sec 3$42,975.50$32,588.62$28,155.00No Bid Sec 4$14,400.00$11,049.61$11,899.13$10,080.06 Sec 5$20,383.00$14,465.21$14,698.80No Bid Sec 6No Bid$1,899.60$1,257.02$1,265.50 Sec 7$66,479.50No Bid$78,677.80No Bid NOTE: These section totals are verified mathematically and may not be the same as shown on original bid do ocuments. REQUEST FOR CITY COUNCIL AGENDA ITEM Appropriation Agenda Date Requested: June 28, 2021 001 - General Fund Requested By: Lisa Camp, Chief 034 - ESD Fund Source of Funds: Department: Administration/EMS 001-5059-522-2090 034-5059-522-8021 Account Number: Report Resolution Ordinance $ 7,641.25 (001) $35,674.83 (034) Amount Budgeted: Exhibits: Stryker LP 15-2021 Quote #10185486, Stryker CR2 Quote $ 7,641.25 (001) #10186620, Stryker Sole Source Letter Amount Requested: $35,674.83 (034) Budgeted Item: Yes No SUMMARY & RECOMMENDATION In 2006 the City of La Porte EMS (LPEMS) purchased advanced life support cardiac monitoring devices from the Physio Control. This transition to newer advanced technology allowed EMS to provide a higher level of cardiac care to La Porte residents and as well as allowed for a continuum of patient care from first responders using All of e City buildings, parks & recreation centers and on the La Porte rface with the advanced life support cardiac monitors (Life Pak 15) used by LPEMS. Recently Physio Control was acquired by Stryker, while there is no change in their products or services, the merger now has our sole source vendor, Physio Control, with a new branding to Stryker. Physio Control a division of Stryker still produces the advanced life support cardiac monitors, automatic external defibrillators (AED), yearly maintenance contracts that include preventative checks, 24/7 call out for repairs and discounted pricing on consumables. LPEMS has a replacement program as the Physio Control products age out of service contracts to replace each budget year. This budget year staff will be replacing one (1) Life Pak 12 with one (1) Life 15 and one (1) Life Pak 500 AED with one (1) Life Pak 1000 CR2 AED. Quotes are attached for the cardiac monitoring devices along with expiring adult and pediatric AED pads for the City. The total cost of these two (2) quotes is $43,316.08, including a trade-in credit for the old Life Pak12 of $5,000zz. Since the City has already spent $34,527.57 with Stryker in this budget year (FY2020- 21) for a Stryker stair chair plus our yearly preventative maintenance contracts for the ambulance stretchers, power load devices and cardiac monitors this would be a combined total of over $50,000. The Purchasing Department is requesting LPEMS bring this purchase to City Council to approve due to the merger of the two companies, Physio Control into Stryker, bringing the combined total of purchases this budget hear to over $50,000 for this one vendor. ACTION REQUIRED BY CITY COUNCIL Authorize the purchase of the Stryker Cardiac devices (Life Pak 15 and Life Pak CR2) and supplies from the Stryker quotes #10185486 and #10186620. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date REQUEST FOR CITY COUNCIL AGENDA ITEM Appropriation Agenda Date Requested: June 28, 2021 Source of Funds:N/A Requested By: Teresa Evans, Director Department: Planning & Development Account Number:N/A Amount Report Resolution Ordinance Budgeted: N/A Amount Requested:N/A Exhibits: Ordinance 2021-3837, P & Z Letter of Recommendation, Existing Future Land Use Map, Budgeted Item: Yes No Proposed Future Land Use Map SUMMARY& RECOMMENDATION This item is a request for consideration to amend the City’s Future Land Use Plan (FLUP) in conjunction with a request by Raj Shafaii of Shafaii Investments Ltd., applicant and owner, who is requesting approval of a Zone Change from the General Commercial (GC) zoning district to the Mid Density Residential (R-2) zoning district. The proposed zone change would allow for the development of a residential duplex development. The site is located at the northwest corner of E. Main St. and S. Utah St, and legally described as Lots 1-27, Block 184, Town of La Porte, Harris County, Texas. The City’s Future Land Use Plan (FLUP) identifies this property as “Commercial” land use. In order to accommodate the proposed development, the FLUP would need to be amended to allow for “Mid-High Density Residential” use. At the May 20, 2021 regular meeting, the Planning and Zoning Commission voted 6-1 to recommend approval of the proposed Future Land Use Amendment. Commissioner Walters was the dissenting vote. Commissioner O’Conner was not present for the vote. ACTION REQUIRED BY CITY COUNCIL Approve or deny Ordinance 2021-3837,an ordinance amending the City's Future Land Use Map Component of the Comprehensive Plan for an approximately 2.1- acre tract of land located at the northwest corner of E. Main St. and S. Utah St. and legally described as Lots 1-27, Block 184, Town of La Porte, Harris County, Texas, by changing the land use designation from “Commercial” to “Mid-High Density Residential”. Approved for City Council Agenda Corby D. Alexander, City Manager Date ORDINANCENO.2021-3837 AN ORDINANCE ADOPTING AN UPDATE TO THE FUTURE LAND USE MAP COMPONENT OF THE COMPREHENSIVE PLAN OF THE CITY OF LA PORTE, TEXAS UPON RECOMMENDATION OF THE PLANNING AND ZONING COMMISSION OF THE CITY OF LA PORTE, TEXAS; BY CHANGING THE DESIGNTION OF A 2.1-ACRE TRACT OF LAND AT THE NORTHWEST CORNER OF EAST MAIN STREET AND SOUTH UTAH STREET FROM “COMMERCIAL” TO “MID-HIGH DENSITY RESIDENTIAL”; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF WHEREAS, Section 211.004 of the Texas Local Government Code provides that zoning regulations must be adopted in accordance with a Comprehensive Plan; and WHEREAS, Section 213.003 of the Texas Local Government Code provides that a municipality may amend a Comprehensive Plan by ordinance, after public hearing and review by the municipality's planning commission or department; and WHEREAS, Section 213.003 of the Texas Local Government Code also provides that a municipality may establish, in its charter or by ordinance, procedures for adopting and amending a Comprehensive Plan; and WHEREAS, Chapter 106, "Zoning" Article I, Section 106-3, and Article II, Section 106-65 of the Code of Ordinances of the City of La Porte, delegates to the Planning and Zoning Commission the duty to review and make recommendations relevant to modifications of the Comprehensive Plan and Zoning Ordinance; and WHEREAS,theCity of La Porte has a Comprehensive Plan, which Plan was adopted by the City Council of the City of La Porte, Texas in 1986, and which Plan has been the subject of multiple amendments since its adoption; WHEREAS, pursuant to mandate of Chapter 106, "Zoning" of the Code of Ordinances of the City of La Porte, the Planning and Zoning Commission of the City of La Porte has reviewed all elements of the Comprehensive Plan, and as duly approved by the City Council of the City of La Porte, to consider possible amendments thereto; and WHEREAS, at the La Porte Planning and Zoning Commission meeting which occurred on May 20, 2021, the La Porte Planning and Zoning Commission reviewed the Future Land Use Map component of the Comprehensive Plan for the purpose of considering proposed amendments thereto, to change the designation for that 2.1-acre tract of land located at the northwest corner of E. Main St. and S. Utah St., and legally described as follows: Lots 1-27, Block 184, Town of La Porte, Harris County, Texas, from its present designation of “Commercial” to “Mid-High Density Residential”, and at the conclusion of such review the La Porte Planning and Zoning Commission voted to recommend to the La Porte City Council that it approve such amendment to the Future Land Use Plan component of ; the Comprehensive Plan, to the La Porte City Council NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LA PORTE, TEXAS, THAT: Section 1. That an amendment to the Future Land Use Map component of the Comprehensive Plan of the City of La Porte, Texas,which is incorporated to this ordinance by reference hereinandattachedheretoasExhibitA,beandisherebyauthorized,approved,and adopted by the City Council of the City of La Porte, Texas, after duly noticed public hearing held at its June 28, 2021 meeting, pursuant to the recommendations of the Planning and Zoning Commission oftheCityof La Porte, Texas. Section 2. The City Secretary of the City of La Porte orher designatedrepresentative shallbe required to make thisamendment tothe Comprehensive Plan available to the public and duly mark and note the updated reference on the Future Land Use Plan component of the Comprehensive Plan of the City of La Porte, Texas. Section 3.TheCityCouncilofficiallyfinds,determines, recitesanddeclaresthatasufficientwritten notice ofthe date, hour, place and subject to 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 thismeeting, as required by the Open Meetings Law,Chapter 551, Texas Government Code;andthat 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, approvesandconfirmssuch writtennoticeand the contents and posting thereof. Section 4. Thisordinance shall be in effect from and after its passage and approval. th PASSED ANDAPPROVED this, the 28 day of JUNE, 2021. CITYOF LA PORTE, TEXAS ______________________________ Louis R. Rigby,Mayor ATTEST: APPROVED: __________________________ ____________________________ Lee Woodward,CitySecretary Clark Askins, Assistant City Attorney City of La PortePlanning and Development Department Established 1892 Teresa Evans, Director May 21, 2021 Honorable Mayor Rigby and City Council City of La Porte RE: Request #21-92000001to Amend the Future Land Use Map Dear Mayor Rigby and City Council: The La Porte Planning and Zoning Commission held a meeting on May 20, 2021 for a request to amend the City’s Future Land Use Plan as adopted in the Comprehensive Plan for a 2.1 acre tract of land located at the northwest corner of E. Main St. and S. Utah St, and legally described as Lots 1-27, Block 184, Town of La Porte, Harris County, Texas. The request was for approval of a change of the future land use designation from “Commercial” use to “Mid-High Density Residential” use. The Commission voted 6-1 to recommend approval of the proposed amendments to the City’s Future Land Use Map. Commissioner Walters was the dissenting vote. Commissioner O’Conner was not present for the vote. Respectfully submitted, Ian Clowes, City Planner On Behalf of thePlanning and Zoning Commission City of La Porte 604 W. Fairmont Parkway Phone: (281) 471-5020 Planning and Development La Porte, TX 77571-6215 Fax: (281) 470-5005 www.laportetx.gov REQUEST FOR CITY COUNCIL AGENDA ITEM Appropriation Agenda Date Requested: June 28, 2021 Requested By: Teresa Evans, Director Source of Funds: N/A Department:Planning & Development Account Number: N/A Amount Budgeted: N/A Report Resolution Ordinance Amount Requested: N/A Exhibits: Ordinance 2021-3834, P & Z Letter of Budgeted Item: YesNo Recommendation, Area map, Zoning map, Future Land Use map, Citizen Comment Sheets, and Applicantion SUMMARY & RECOMMENDATION Raj Shafaii of Shafaii Investments Ltd., applicant and owner, requestsapproval of a Zone Change from the General Commercial (GC) zoning district to the Medium Density Residential (R-2) zoning district. The 2.1 acre site is located at the northwest corner of E. Main St. and S. Utah St., and legally described as Lots 1-27, Block 184, Town of La Porte, Harris County, Texas. The site is currently undeveloped. The future land use map (FLUP) reflects a GC use for this site. The applicant proposes to develop a residential duplex development on the property. Under the current GC zoning district, residential uses are prohibited. A zone change from GC to R-2 is required to facilitate the proposed residential project. The Planning & Zoning Commission held a public hearing on this item at their May 20, 2021 regular meeting. Two (2) neighbors of the subject property, voiced concerns with the request to allowresidential uses to encroach into an area currently zoned commercial and surrounded by existing commercial developments. The towing company business owner across Main Street (Todd Johnston, 400 E. Main St.)cited concerns with a potential conflict in uses and new homeowners that may complain about the noise and light pollution from nighttime business operations. The property owners of the adjacent property to the west (Judy Nieuwenhuis, 4433 Green Tee Dr. Baytown, TX) expressed concerns about their ability to access the former Kansas St. right-of-way. Currently, they utilize the unimproved former right-of-way to access the rear of their property. Mr. Shafaii has purchased the former right-of-way from Southern Pacific Railroad and plans to construct a roadway as part of the residential development and dedicate it to the city, allowing for public access to the adjacent properties. The Commission voted on a motion to recommend approval of the zone change request, as presented. The vote was 7-1, and the item was approved. Commissioner Walter was the dissenting vote. Per Sec. 106-171. (8) Vote to overrule. “The affirmative vote of at least three-fourths of the City Council is required to overrule a recommendation of the City Planning & Zoning Commission that a proposed change to this chapter or boundary be denied.” City Council approval of the proposed zone change will require seven (7) affirmative votes. Staff mailed23public noticesto property owners located within 200 feet of the subject property. Staff received three (3) returned comment sheets for the proposed zone change, all in opposition to therequest. ACTION REQUIRED BY CITY COUNCIL Approve or deny Ordinances 2021-3834 for Zone Change request #21-92000001, a request by Raj Shafaii of Shafaii Investments Ltd., applicant and owner, for approval of a zone change from General Commercial (GC) to Medium Density Residential (R-2), on a 2.1 acre tract of land located at the northwest corner of E. Main St. and S. Utah St.; legally described as Lots 1-27, Block 184, Town of La Porte, Harris County, Texas. Approved for City Council Agenda Corby D. Alexander, City Manager Date ORDINANCE NO. 2021-3834 AN ORDINANCE AMENDING CHAPTER 106 “ZONING” OF THE CODE OF ORDINANCES OF THE CITY OF LA PORTE, BY CHANGING THE ZONING CLASSIFICATION OF A 2.1-ACRE TRACT OF LAND LOCATED AT THE NORTHWEST CORNER OF EAST MAIN STREET AND SOUTH UTAH STREET,AND LEGALLY DESCRIBED AS LOTS 1-27, BLOCK 184, TOWN OF LA PORTE, HARRIS COUNTY, TEXAS, FROM GENERAL COMMERCIAL (GC) TO MEDIUM DENSITY RESIDENTIAL (R-2); MAKING CERTAIN FINDINGS OF FACT RELATED TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE, TEXAS: Section 1. Chapter 106 “Zoning” of the Code of Ordinances is hereby amended by changing the zoning classification of the following described property, to wit: a 2.1-acre tract of land located at the northwest corner of E. Main St. and S. Utah St, and legally described as Lots 1-27, Block 184, Town of La Porte, Harris County, Texas, from General Commercial (GC) to Medium Density Residential (R-2). Section 2. All ordinances or parts of ordinances inconsistent with the terms of this ordinance are hereby repealed; provided, however, that such repeal shall be only to the extent of such inconsistency and in all other respects this ordinance shall be cumulative of other ordinances regulating and governing the subject matter covered by this ordinance. Section 3. Should any section or part of this ordinance be held unconstitutional, illegal, or invalid, or the application to any person or circumstance for any reasons thereof ineffective or inapplicable, such unconstitutionality, illegality, invalidity, or ineffectiveness of such section or part shall in no way affect, impair or invalidate the remaining portions thereof; but as to such remaining portion or portions, the same shall be and remain in full force and effect and to this end the provisions of this ordinance are declared to be severable. Section 4. 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 is 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 Chapter 551, TX. Gov’t 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 5. The City Council of the City of La Porte hereby finds that public notice was properly mailed to all owners of all properties located within two hundred feet (200’) of the properties under consideration in compliance with code provisions. Section 6. It is directed that the Official Zoning Map of the City of La Porte, Texas be changed to reflect the zoning classification established by this ordinance. Section 7. The City Council of the City of La Porte hereby finds, determines, and declares that all prerequisites of law have been satisfied and hereby determines and declares that the amendments to the City of La Porte Zoning Map and Classification contained in this ordinance as amendments thereto are desirable and in furtherance of the goals and objectives stated in the City of La Porte’s Comprehensive Plan. Section 8. This ordinance shall be effective after its passage and approval. th PASSED AND APPROVED this, the 28day of June, 2021. CITY OF LA PORTE, TEXAS ______________________________ Louis R.Rigby, Mayor ATTEST: APPROVED: __________________________ ____________________________ Lee Woodward, City Secretary Clark Askins, Assistant City Attorney City of La PortePlanning and Development Department Established 1892 Teresa Evans, Director May 21, 2021 Honorable Mayor Rigby and City Council City of La Porte RE: Zone Change Request #21-92000001 Dear Mayor Rigby and City Council: The La Porte Planning and Zoning Commission held a public hearing at the May 20, 2021 meeting on a zone change request by Raj Shafaii of Shafaii Investments Ltd, applicant and owner; for a zone change of property legally described as Lots 1-27, Block 184, Town of La Porte, Harris County, Texas, from General Commercial (GC) to Medium Density Residential (R-2). The site is a 2.1-acre tract of land located at the northwest corner of E. Main St. and S. Utah St. The Commission voted 7-1 on a motion to approve, resulting in a recommendation to approve the requested zone change. Commissioner Walter was the dissenting vote. Respectfully submitted, Ian Clowes, City Planner On Behalf of the Planning and Zoning Commission City of La Porte 604 W. Fairmont Parkway Phone: (281) 471-5020 Planning and Development La Porte, TX 77571-6215 Fax: (281) 470-5005 www.laportetx.gov REQUEST FOR CITY COUNCIL AGENDA ITEM Appropriation Agenda Date Requested: June 28, 2021 Source of Funds: 015 (General) Requested By: Ray Mayo, Director Department: Public Works Account Number: 015-7070-530-1100 Amount Budgeted: $355,801 Report Resolution Ordinance Amount Requested: $0 Exhibits: Revised Conceptual Design and Estimates Budgeted Item: 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. City staff has added six (6) additional traffic humps, six (6) painted crosswalk locations and increased signage to warn drivers regarding pedestrians at the crosswalks. 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).ultimate conceptual design was presented to Council at the February 22, 2021 Council Meeting. After discussion of the total estimated $3,888,000 cost of the proposed improvements, Council directed staff to revisit the proposed conceptual plan to develop a less expensive alternative. The revised conceptual plan includes: Removing the western-most parking area and drive aisle to reduce vehicular/pedestrian conflict near the concession stand/restroom common area; approximate reduction of 82 spaces. Two-way traffic on each entrance/exit. Pedestrian pathways to encourage crosswalk use Expanded/additional parking areas, net addition of approximately 67 spaces; Increasing total parking spaces to 536. The estimated total base cost to complete the improvements proposed within the revised conceptual plan is $977,717. Of this amount, $355,801 is currently budgeted. $250,000 may be utilized from park-zone funding and $36,233 is eligible from the tree preservation fund. This leaves $335,683 to be identified in the FY22 budget. If included, an alternate item for parking lot trees can also be funded from the tree preservation fund ($16,481). direction on the desired approach to the project. Options include, but are not limited to: 1. Proceed with project as identified within the revised conceptual plan, with identified funding needs within the FY22 budget. 2. Proceed with project as identified within the revised plan, but phase the improvements and funding. Benefits: Vehicular/pedestrian crossflow reduced. Additional parking capacity provided. Drive aisles expanded. ADA parking for concession stand, restrooms, fields 5 and 6 Central greenspace adds to park amenities. Improved vehicular circulation. Liabilities: Construction improvements are not fully funded within current fiscal year. Additional storm water detention capacity required. ACTION REQUIRED BY CITY COUNCIL Receive presentation and provide staff with direction regarding potential improvements at Pecan Park. Approved for the City Council meeting agenda Corby D. Alexander, City Manager Date PECAN PARK PARKING REDESIGN City of La Porte May 2021 2 271“ 91“ 51“ 1 DBOBEB!ESJWF Votbgf!dpoejujpot!gps!qfeftusjbot!jotjef!qbsljoh0djsdvmbujpo!bsfbt/ !! –– Obsspx!tqbdjoh!boe!ujhiu!dpsofst!dpousjcvuf!up!votbgf!dpoejujpot/ !! –– ISSUES 3 8 271“ GJFME! 9 DBHFT CBUUJOH! GJFME! 91“ Qspqptfe!Sbjtfe!DspttjohFyjtujoh!Mjhiu!QpmfQspqptfe!Mjhiu!Qpmf 51“ Qspkfdu!up!sfmpdbuf! MPPQ 1 SFTUSPPNT XJEFOFE!ESJWF!MBOF OPUF;!xiffm!tupqt!boe!vtf!fyjtujoh!ibsetdbqf!up!fyqboe!esjwf!bjtmf!up!35“!jo!xjeui QJDL.VQ!0!ESPQ.PGG! )OPU!JO!TDPQF* QSPQPTFE!TJHOBHF Qspqptfe!OfxQbsljoh!BsfbtQspqptfe!Ofx!Qbuixbzt 7 QSPQPTFE!GJFME! QBSLJOH!MPU QSPQPTFE!XBSN!VQ0 : DJSDVMBUJPO BNFOJUZ!BSFB!)CZ!PUIFST* JNQSPWFE!MPU! GJFME! 21 DBOBEB!ESJWF GJFME! QSPQPTFE! QBSLJOH!MPU TUBOE!,! DBHFT!)CZ!PUIFST* QSPQPTFE!CBUUJOH! SFTUSPPNT DPODFTTJPO! QMBZHSPVOE! 6 GJFME! Eftjhot!opufe!bt!”Cz! MPDBUJPOT!)CZ!PUIFST* QSPQPTFE!SBJTFE!DSPTTJOH! OPUF;!Puifst•!nbz!cf!qfsgpsnfe!cz!Pxofs!ps!bt!qbsu!pg!puifs!gvoefe!jnqspwfnfout/ Jnqspwfe!qbsljoh!mpu!djsdvmbujpo!boe!qfeftusjbo!qbuixbzt/Sbjtfe!dspttjoht!up!fodpvsbhf!tbgf!usbwfm!tqffet!boe!qfeftusjbo!wjtjcjmjuz/Beejujpobm!qbsljoh!mpu!mjhiujoh!boe!tibef!usfft/ QSPQPTFE!SFNPWBCMF CPMMBSET!)CZ!PUIFST* !!! ––– 5 JO!DPOTVMUBUJPO!XJUI!UIF!DJUZ!PG!MB!QPSUF GJFME! BOE!TUPSBHF NBJOUFOBODF! 4 23 GJFME! GJFME!GJFME! Qspwjeft!vq!up!bo!beejujpobm!25:!qbsljoh!tqbdft!)ofu!78!tqbdft<!BEB!tqbdft!up!cf!efufsnjofe* !! KEY DESIGN CHANGES –– 4 Dpotusvdujpo!Dptut!qsftfoufe!jodmvef!npcjmj{bujpo-!dpousbdups!gfft-!efnpmjujpo!pg!fyjtujoh!qbwfnfou-!tupsnxbufs!nbobhfnfou-!ofx!dpodsfuf!qbwjoh-!hsbejoh-!qbsljoh!jtmboet-!qbsljoh!mpu!usfft-!mjhiujoh- !tjefxbmlt-!boe!sfwfhfubujpo/! NOTE:Uijt!pqjojpo!pg!qspcbcmf!dptu!jt!nbef!po!uif!cbtjt!pg!Dpotps!boe!Btblvsb!Spcjotpo“t!fyqfsjfodf!Btblvsb!Spcjotpo“t!cftu!kvehnfou!bt!fyqfsjfodfe!xjui!uif!joevtusz/!Ipxfwfs-!tjodf!Dpotps!boe!Btblvs b!Spcjotpo!ibt!op!dpouspm!pwfs!uif!dptu!pg!mbcps-!nbufsjbmt-!frvjqnfou-!ps!tfswjdft!gvsojtife!cz!puifst-!ps!pwfs!uif!Dpousbdups“t!nfuipet!pg!efufsnjojoh!qsjdft-!ps!pwfs!dpnqfujujwf!cjeejoh!ps!nbslfu! dpoejujpot-!Dpotps!boe!Btblvsb!Spcjotpo!dboopu!boe!ep!opu!hvbsbouff!uibu!qspqptbmt-!cjet-!ps!bduvbm!dpotusvdujpo!dptu!xjmm!opu!wbsz!gspn!pqjojpot!pg!qspcbcmf!dptu!bt!qsfqbsfe!cz!Dpotps!boe!Btblvsb!Sp cjotpo/ %5-:55 %23-216%34-:61%47-344%27-592%27-592 %2:1-:88%257-321%334-495%266-111 %:88-828 %:::-253 !%743-96:!%29:-969 FTUJNBUF!PG!QSPCBCMF!DPTU GPS!EFTJHO!BOE!DPOTUSVDUJPO JUFN FTUJNBUF!PG!QSPCBCMF!DPTU Hfofsbm!DpoejujpotEfnpmjujpoIbsetdbqfHsbejoh!boe!EsbjobhfMjhiujoh!boe!FmfdusjdbmQmboujoh Tvc.Upubm!.!CbtfDpoujohfodz!)41&*Djwjm!Fohjoffsjoh!'!Mboetdbqf!Bsdijufduvsf!GfftQSPKFDU!UPUBM!)Cbtf*Qbsljoh!Mp u!Usfft!.!Bee!Bmufsobuf Tvc.Upubm!.!Bee!BmufsobufDpoujohfodz!)41&*QSPKFDU!UPUBM!)Cbtf!,!Bee!Bmufsobuf*