HomeMy WebLinkAbout03-26-18 Regular Meeting of the La Porte City Council
LOUIS RIGBY
DARYL LEONARD
Mayor
Councilmember District 3
JOHN ZEMANEK
KRISTIN MARTIN
Councilmember At Large A
Mayor Pro-Tem
DOTTIE KAMINSKI
Councilmember District 4
Councilmember At Large B
JAY MARTIN
DANNY EARP
Councilmember District 5
Councilmember District 1
NANCY OJEDA
CHUCK ENGELKENCouncilmember District 6
Councilmember District 2
MINUTES OF THE REGULARMEETING OF THE
CITY COUNCILOF THE CITY OF LA PORTE
MARCH12,2018
The City Council of the City of La Portemet in aregularmeetingonMonday,March12, 2018,at the City
Hall Council Chambers, 604 West Fairmont Parkway, La Porte, Texas, at 6:00p.m. to consider the
followingitems of business:
1. CALL TO ORDER –Mayor Rigbycalled the meeting to order at 6:00p.m. Members of Council
present: CouncilmembersOjeda, J. Martin,K. Martin, Kaminski, Zemanek, Leonard, Engelken, and
Earp.Also present were City Secretary Patrice Fogarty, City Manager Corby Alexander, Assistant
City Manager Jason Weeks,and Assistant City Attorney Clark Askins.
2.INVOCATION –The invocation was given by Gig Rohmfield,First Baptist Church.
3.PLEDGE OF ALLEGIANCE –The Pledge of Allegiance was led by Councilmember Chuck
Engelken.
4.PUBLIC COMMENTS (Limited to five minutes per person.)
Carolyn Fincher, 1307 Bluebonnet, Taylor Lake Village, TX, addressed Council with concernsof the
City’s development fees and the impact as a real estate broker.
5.CONSENT AGENDA(All consent agenda items are considered routine by City Council and will be
enacted by one motion. There will be no separate discussion of these items unless a
Councilmember requests an item be removed and considered separately.)
(a) Consider approval or other action regarding the minutes of themeeting held on
February26,2018–P. Fogarty
(b)Consider approval or other actionregarding an Ordinance authorizing the execution of an
Industrial District Agreement with North Horizon Ventures, LLC., for 3.761-acre tract of
property located in the Bayport Industrial District, east of Bay Park Road on Fairmont
Parkway –S. Wolny
(c)Receive 2017 Comprehensive Annual Financial (CAFR) Report –M. Dolby
(d)Consider approval or other action awarding Bid # 18007 for Temporary Labor Services Re-
Bid –D. Pennell
Prior to council action, Assistant City Attorney Clark Askins read the caption of Ordinance 2018-
3697:AN ORDINANCE AUTHORIZING THE EXECUTION BY THE CITY OF LA PORTE OF AN
INDUSTRIAL DISTRICT AGREEMENT WITH NORTH HORIZON VENTURES, LLC., FOR THE
TERM COMMENCING JANUARY 1, 2008 AND ENDING DECEMBER 31, 2019, MAKING
VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE
WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF
Page 1of 4
March12, 2018Council Meeting Minutes
Councilmember Engelkenmade a motion to approve Consent Agenda Itemspursuant to staff
recommendations. CouncilmemberLeonardseconded the motion. MOTION PASSED
UNANIMOUSLY 9/0.
Ayes: Mayor Rigby, Councilmembers Leonard, Engelken, Ojeda,
Zemanek, Kaminski, Earp, J. Martin, and K. Martin
Nays:None
Absent:None
6.PUBLIC HEARINGS AND ASSOCIATED ORDINANCES
(a)Public hearing to receive comments regarding the recommendation by the Planning and
Zoning Commission to approve an Ordinance amending Chapter 106 “Zoning” of the Code
of Ordinances of the City of La Porte by amending regulations related to the placement of
Hotels and Motels in certain zoning districts; consider approval or other action regarding an
Ordinance amending Chapter 106 “Zoning” of the Code of Ordinances of the City of La
Porte, by amending regulations related to the placement of Hotels and Motels in certain
zoning districts –I. Clowes
The public hearing opened at 6:06 p.m.
City Planner Ian Clowes presented a summary.
There being no public comments, the hearing closed at 6:11 p.m.
Councilmember Earpmade a motion to accept the Planning and Zoning Commission’s
recommendation to approvean Ordinance amending Chapter 106 “Zoning” of the Code of
Ordinances by amending regulations related to the placement of Hotels and Motels in certain
zoning districts. Councilmember Kaminskiseconded. MOTION PASSED UNAIMOUSLY 9/0.
Ayes: Mayor Rigby, Councilmembers Leonard, Engelken, Ojeda,
Zemanek, Kaminski, Earp, J. Martin, and K. Martin
Nays:None
Absent:None
Prior to council action, Assistant City Attorney Clark Askinsread the caption of Ordinance 2018-
3698:AN ORDINANCEAMENDING CHAPTER 106 “ZONING” OF THE CODE OF ORDINANCES
OF THE CITY OF LA PORTE BY AMENDING REGULATIONS RELATED TO THE PLACEMENT
OF HOTELS AND MOTELS IN CERTAIN ZONING DISTRICTS;PROVIDING THAT ANY PERSON
VIOLATING THE TERMS OF THIS ORDINANCE SHALL BE DEEMED GUILTY OF A
MISDEMEANOR AND UPON CONVICTION SHALL BE FINDED IN A SUM NOT TO EXCEED
TWO THOUSAND DOLLARS; PROVIDING FOR THE PUBLICATION OF THE CAPTION
HEREOF; CONTAINING A SEVERABILITY CLAUSE; CONTAINING A REPEALING CLAUSE;
FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE
DATE HEREOF.
7.DISCUSSION AND POSSIBLE ACTOIN
(a)Discussion and possible action regarding City of La Porte development utility fees –C.
Alexander
City Manager Corby Alexander presented a summary.
Councilmember Earp informed council that the requirement for utilities is to be put “to and thru”
property when it is being developed,and the fee charged by the City ison top of the tap fees. In
addition, Councilmember Earp commented he would like to see the impact fee go away.
Page 2of 4
March12, 2018Council Meeting Minutes
Councilmember Zemanek asked if the fees being charged by the City is for work the City did not
perform. Public Works Director Don Pennell advised the exception is the Dollar General Store
being built on S. Broadway where the waterline was installed inabout1965,when it was still a
MUD;and the City will recoup thecost of theline being installed. In addition, Mr. Pennell advised
anydevelopment along Underwood Road,Fairmont Parkway,and Spencer Highway where water
lineshave been for years,the fee would pay for the line that was installed 20years ago.
Councilmember Earpmade a motion to do away with development utility fee.Councilmember
Zemanek seconded. MOTION PASSED UNAIMOUSLY 9/0.
Ayes: Mayor Rigby, Councilmembers Leonard, Engelken, Ojeda,
Zemanek, Kaminski, Earp, J. Martin, and K. Martin
Nays:None
Absent:None
8.REPORTS
(a)Receive report of the Fiscal Affairs Committee –Councilmember Engelken
Councilmember Engelken provided a report of the Fiscal Affairs Committee meeting held prior to
the City Council meeting.
(b)Receive report from Council Subcommittee on Evaluation Forms –Councilmember
Engelken
Councilmember Engelken provided anupdatefrom the meeting of theCouncil Subcommittee on
Evaluation Forms held on March 5, 2018,and reported the form will be used as a pilot on the
performance review of the City Secretary.
Mayor Rigby advised Council the evaluation form for the City Secretary’s review is due to Human
Resources by March 19, 2018.
9.ADMINISTRATIVE REPORTS
There were no additional reports.
10.COUNCIL COMMENTS regarding matters appearing on the agenda; recognition of community
members, city employees, and upcoming events; inquiry of staff regarding specific factual
information.
CouncilmemberOjeda thanked the Parks and Recreation Department for hosting the Galveston
Bay Foundation’s Rain Barrel Workshop; commented the Juan Sequin Park has the potential for
bringing visitors to the City; thankedthe La Porte Police Department for the Active Shooter training;
shared that she and Chief Adcox served on aninitial committee meeting for Bay Area Council and,
they are working on afive-year grant on drug abuse to serve the city of La Porte; Councilmember
K. Martin advised she attended the La Porte Girls Softball Association’sopening day,and it was a
great turn out considering the weather;and Mayor Rigby reminded everyone LyondellBaselland
the Astros Foundation partnered with the City of La Porte torebuild the baseball fields that are
looking nice and there are two more years pending completion. Mayor Rigby also brought baseball
caps for Council members which wereprovidedby the Astros Foundation.
11.EXECUTIVE SESSION –The City reserves the right to meet in closed session on any agenda item
should the need arise and if applicable pursuant to authorization by Title 5, Chapter 551, of the
Texas Government Code, including, but not limited to, the following:
Texas Government Code, Section 551.071(1)(A) –Pending or Contemplated Litigation: Meet with
City Attorney to discuss CMV enforcement issue raised by Perez Logistics.
Page 3of 4
March12, 2018Council Meeting Minutes
City Council recessed the regular Council meeting to convene an executive session at 6:28p.m.
regarding the item listed above.
12.RECONVENE into regular session and consider action, if any on item(s) discussed in executive
session.
Council reconvened the regular Council meeting at 7:07p.m. Regarding the discussion of CMV
enforcement issuesraised by Perez Logistics,Councilmember Zemanek made a motion to enforce
the City’s truck route Ordinance as written.Councilmember Leonardseconded. MOTION PASSED
UNAIMOUSLY 9/0.
13.ADJOURN -There being no further business, Councilmember Engelken made a motion to adjourn
the meeting at 7:08p.m. Councilmember Leonard secondedthe motion.MOTION PASSED
UNANIMOUSLY9/0.
_______________________________
Patrice Fogarty, City Secretary
Passed and approved on March 26, 2018.
________________________________
Mayor Louis R. Rigby
Page 4of 4
March12, 2018Council Meeting Minutes
REQUEST FOR CITY COUNCIL AGENDA ITEM
Budget
Agenda Date Requested: March 26, 2018
Source of Funds: N/A
Requested By: Don Pennell
Account Number
Department: Public Works
Amount Budgeted:
Report: ___ Resolution: _____ Ordinance: _________
Amount Requested:
Exhibit: Extension Request Letter and Current Rates
Budgeted Item: YES NO
Exhibit: Commercial Solid Waste Agreement
Exhibit: Quarterly Franchise Payment Spreadsheet
Exhibit: Current Accounts Listing Detail
SUMMARY & RECOMMENDATION
The five (5) year city-wide commercial solid waste franchise agreement with WCA Waste Corporation ends
November 1, 2018. In Section 6 of the contract, there is an option to extend the agreement three (3) years
ending October 31, 2021, with mutual agreement of both parties. WCA has requested to extend the agreement
the additional three (3) years.
WCA has proposed to forego any increases in the 2018 rates in lieu of this contract extension. The
do not include the City Franchise Fee of 11%. Originally, these
services were bid out in 2013. During the 5-year term of the contract, the cost to customers has risen
approximately 3.6 percent due to the CPI adjustments. The below chart provides the increase/decrease history
in the commercial rates:
Fiscal Year % Change
2011
2012 5.00%
2013 (Bid) -4.44%
2014 0.0198%
2015 - Current 0.0162%
Additionally, WCA has committed to a $2,000 per year sponsorship for Household Hazardous Waste Collection
events. Over the past five (5) years, staff recalls only two complaints associated with their services: 1) noise
from emptying containers too early in the morning, and 2) WCA sanitation truck leaking in a parking lot.
Generally, WCA responds and resolves complaints directly; therefore, there may be other instances of service
complaints not known to staff.
Staff recommends extending the contract with WCA an additional three (3) years through October 31, 2021.
Action Required by Council:
Consider approval or other action to extend the Commercial Solid Waste Agreement with WCA Waste
Corporation 3 years through October 31, 2021.
Approved for City Council Agenda
Corby D. Alexander Date
lifts per wk
Acct #Site #Customer NameAddressSizeQTYFreqper container
18920110424 LLC10424 Spencer Hwy, La Porte4112
1278611424 Sens Rd1424 Sens Rd, La Porte6111
16975117306*8221 Highway 225, La Porte6112
1278812XL Inc DBA Quiznos 1410 W Fairmont Pkwy, La Porte 4111
1279013E NDT300 HIGHWAY 146 N 4111
1562813E NDT310 N 8TH ST 8111
127961AAA Flexible Pipe Cleaning 3900 Underwood Rd, La Porte6111
157921Abel Unlimited359 Old Underwood Rd, 8112
127981ADVANCED PRESSURE SYSTEMS317 N BROADWAY ST 3111
184111AFC Urgent Care 8850 Spencer Hwy, Ste 100, La Porte4111
128001AGCO Corp 3337 Canada Rd, La Porte 8121
128011Air Liquide America Corp 11450 W Fairmont Pkwy, La Porte 6111
128021AIR VALUE INC 4 115 S 8TH ST 4131
142031Airgas USA LLC616 Miller Cut Off Rd, La Porte8122
185261Alan Auto Repair Center1503 W MAIN ST 4111
128041Alanton Group Inc11810 W Fairmont Pkwy, La Porte4111
181281Aldi Foods 9002 Spencer Hwy, La Porte 4161
184221All Star Tool and Supply126 N 18TH ST 4111
128051ALL THE LITTLE THINGS COUNT 3202 SAN JACINTO ST 3111
128061ALL WORLD IMPORT/EXPORT FUMIGA107 W MADISON 8111
128071ALLEN AND KERBER PARTS 6518 W MAIN ST 6111
195921Alsmarverick Testing 1900 Old Underwood Rd, La Porte4111
128081Amber LP 1499 Underwood Rd, La Porte8112
128091Amegy Bank National ASSOC1401 Fairmont Pkwy, La Porte6111
183561American Piping Inspection614 N 1ST ST 6111
128111AMERICAN RAILCAR 4 *COD222 N 16TH ST 4121
176351Americold 502 N Broadway St, La Porte 8134
188621AMERIMIX TRUCKING631 N 16TH ST 3111
128131AMERITECH PLANT SERVICES LLC420 S 16TH ST 6111
128161Analytic Stress Relieving 111 N. 16th La Porte8131
128171Angel 61601 W Fairmont Pkwy, La Porte6131
128181Animal Clinic of LaPorte10906 Spencer Hwy, La Porte 2111
155521Animal Shelter 10901 Spencer Hwy, La Porte 2151
128791Animal Shelter 1204 S 4th St, La Porte 2151
166771Annex 7117 East, La Porte 8121
188711Antiques Décor and More 8380 Spencer Hwy, La Porte 4111
128221ARGUS MOTORS501 N 16TH ST 6111
185451Aromas Italian Grill1023 S BROADWAY ST 6111
128231ASIA WOK 1434 W Fairmont Pkwy, La Porte 2121
128241ASSOCIATED CARRIERS12803 HIGHWAY 2252111
181231AT FOOD MART 922 S BROADWAY4111
142331At-Pac 1606 Sens Rd, La Porte 6111
132411AUTO ZONE301 E FAIRMONT PKWY 4111
128261Axis Industrial Scvs11502 Spencer Hwy, La Porte 8111
131311Baker Tanks101 Underwood Rd, Unit B, La Porte6127
153171BANK OF AMERICA815 HIGHWAY 146 S 2111
128271Barretts Heating And AC 6208 E Main St, La Porte 6121
190521BARSAN GLOBAL LOGISTICS 1401 S 16TH ST UNIT 100 UNIT 1008111
128281Bay Area Industries12036 N L St, La Porte 2111
128291Bay Colony Council 615 Bay Colony Dr, La Porte4111
128791Bay forest Golf Course201 Bay Forest Dr, La Porte 8131
128301Bay Point Townhomes 1501 Poplar Cove St, La Porte 8125
128311Bayarea Exotic Pets 1124 S Broadway St, La Porte 2121
128331BAYOU CITY IND 4 1606 S 16TH ST 4111
128391Bayport Animal Hospital 10105 W Farimont Pkwy, La Porte 4111
131691Bayport Apts233 Bayshore Dr, La Porte 6121
128361Bayport Machine 11825 W Fairmont Pkwy, La Porte4111
128371BAYPORT MOTEL112 N 8TH ST 3111
175491Bayport Training Center905 S 14TH ST 6111
128401Bayshore Baptist Church11311 Spencer Hwy, La Porte 8111
121Bayshore Condos724 S 1st St, La Porte6132
128431BAYSHORE MOTEL717 HIGHWAY 146 N 8111
128441Baytown Seafood 1101 Highway 146 S, La Porte8121
128451Bayview Senior Housing 1111 Bayshore Dr, La Porte 6121
128461BECKYS CERAMIC STUDIO100 W MAIN ST 4111
178501Belco Industrial Service1246 Underwood Rd, La Porte6112
128471BLETSCH STEAM SHIP212 N 16TH ST 4111
189151BLONDIES BAR AND GRILL1026 S 8TH ST 6111
128501BLUE FLASH EXPRESS 1802 S M ST 8121
128511BNR Business Inc DBA3151 Highway 146 S6111
128521BOATS ETC 331 HIGHWAY 146 S 6111
150801Breaktime at Fairmont Park 10736 Spencer Hwy, La Porte 4121
128551BRENDA BROWN APTS 109 S 3RD ST 2111
151121Brewings8740 Spencer Hwy, Suite A, La Porte8131
128561Brianna Car Wash 42331 Underwood Rd, La Porte 4121
131961Broadway Carwash 2800 Broadway St, La Porte 4111
128571BROOKS FLAG STOP100 S 8TH ST 3121
132611Bullritos 2617 Underwood Rd, La Porte 6132
129931BURGER KING #81 (HOUSTON FOODS1102 HIGHWAY 146 S 8111
128601Butch BBQ Stand Forest2411 Sens Rd, La Porte 2111
128611BW LAPORT HOTEL DBA DAYS INN705 HIGHWAY 146 S 6111
127891Canal Cartage CO1445 Sens Rd, La Porte 8111
82691Candlewood Suites 1250 S 13TH ST 8121
148461Capreze Equities LLC3030 Highway 146 S, La Porte2132
lifts per wk
Acct #Site #Customer NameAddressSizeQTYFreqper container
128651CBRP LLC DBA SUPER 8702 Highway 146 S, La Porte3121
128661CCC Group11837 W Farimont Pkwy, La Porte 6121
129691Central Mobile Home Comnty10911 N L ST, La Porte 8121
128671CENTRIFUGE REPAIR302 N 16TH ST 6111
128682CERES GULF INC417 N 8TH ST 4111
128691CHANNEL DOOR INC330 N 11TH ST 6111
128711CHEA-HOK120 HIGHWAY 146 N4111
128721Chem Coast11820 N H St, La Porte 8111
128731Chem Spray111 N. 17th, La Porte3131
128741CHEMICAL LIME COMPANY801 N 16TH ST 6121
128751CHERRY PICKER PART502 HIGHWAY 146 N4111
128761Chillis Grill and Bar #14148690 Spencer Hwy, La Porte8141
128771CHINESE WOK501 W MAIN ST 2121
196521CHRISMAN ROAD PROPERTY 400 N 11TH ST 8111
196522CHRISMAN ROAD PROPERTY 401 N 10TH ST 6111
128781Churchill Place 1201 S Broadway St, La Porte 8211
180611Churchs Chicken 10905 W Fairmont Pkwy, La Porte 8121
128791City Hall 604 W Fairmont Pkwy, La Porte 4121
128811CLIFF HALL AND CO602 N BROADWAY ST 3112
153641CN Millstid Properties 11007 W Fairmont Pkwy, La Porte 8111
132291Collegeview Apts3333 Luella Blvd, La Porte4122
131951COLT SERVICES LP608 N 14TH ST2111
128831Columbia Scaffolding *COD1511 W G ST 6111
128841Comex Corporation 9841 Spencer Hwy, La Porte 4111
128851COMFORT SUITES902 S 8TH ST 6111
128861COMMERCIAL LA PORTE LTD 1200 HIGHWAY 146 S 6121
128871COMPTONS FLORIST1031 S BROADWAY3111
195911CONTAINERPORT GROUP1400 S 16TH ST 6111
128881Contech Control Services, Inc2801 Send Rd, La Porte 6141
128941Convington Auto Inc9310 Spencer Hwy, La Porte2111
128891COOLING TOWERS OF TEXAS1310 W MAIN ST 8111
178651COONROD ELECTRIC200 N BROADWAY ST6111
171331Core Marine Services519 N 8TH ST 6111
128901CORE TRUCKING OF TEXAS501 S 16TH ST 4111
128911CORNERSTONE SYSTEMS820 S 8TH ST 3111
128921COSTAL EXTERMINATING 4 812 S 8TH ST 4111
128931COUPLAND SIGNS118 S 5TH ST6111
128961CUSTOM WELDING AND FABRICATING122 S 17TH ST UNIT B UNIT B3111
128971D B WESTERN 4TRASH 12511 STRANG RD 4112
128981Dairy Queen 831 S Broadway St, La Porte 6131
128991DAVITA DIALYSIS #2098201 W FAIRMONT PKWY 4111
129001DEISEL FUEL MAINT 1607 W MAIN ST 2111
131301Delecia Fuller 9919 N P St, La Porte 4111
183281Delect Food Inc1450 W Fairmont Pkwy, La Porte6141
162301Delta Court Apts3103 Highway 146 S, La Porte 6121
192311Delta Garden Apts3003 Highway 146 S, La Porte8131
178851Delta Heights Apts3141 Highway 146 S, La Porte 8121
131191Dennys928 Higway 146S, La Porte8141
129021DIAMONDBACK WORKS 901 S 1ST3111
129041Direct Airflow Dist Inc11810 W Farimont Pkwy, La Porte8111
129051Discount Tire8902 Spencer Hwy, La Porte6121
130041DLDB PROPERTIES MGMT INC429 N 11TH ST 3111
135111Dollar General 10405 W Fairmont Pkwy, La Porte 4111
132401Dollar General #100141218 S Broadway St, La Porte 4111
178292Dollar Tree (DLL005538) c/o WM112 HIGHWAY 146 S 4111
131331Dominos Pizza DNO0067749702 Spencer Hwy, La Porte3121
129081Don Cole 11028 N H St, La Porte 3111
129091DORSETT BROTHERS 2 1903 W D ST 2111
133111DOW PIPELINE727 OLD UNDERWOOD RD 4112
129101Dr Goodbody Auto 2151 Underwood Rd, La Porte 6111
129121DR Rakesh Patel 210611 W Fairmont Pkwy, La Porte 2111
129131DT Firestone 10720 Spencer Hwy, La Porte4111
129141Dupont Federal Credit Union 2901 Sens Rd, La Porte 8111
129151DXP ENTERPRISES112 N 12TH ST 6111
129171Easy Cash Pawn9708 Spencer Hwy, La Porte2121
129181EL RANCHERO RESTAURANT 8 308 W MAIN ST 8121
129191El Toro 616 E Main St, La Porte 6131
184721Elite Truck Repair 2014 Sens Rd, La Porte 2111
129201Elite turnaround Specialists11811 N D St, La Porte8111
129211EMCO INC 4 517 S 16TH ST 4111
128791EMS Station 10428 Spencer Hwy, La Porte 6111
133101Endress and Hauser 10057 Porter Rd, Unit 100, La Porte 6121
129221ENTRUST PROFESSIONAL INSURANCE210 W MAIN ST 2111
191551ENVIRONMENTAL RESTORATION211 N 11TH ST 4111
197301Equipco Transportation 1681 Underwood Rd4111
129231EUGENE HOVEY902 W MAIN ST3111
128791Evelyn Kennedy Civic Center 618 San Jancinto St, La Porte 8121
132261Express Lane (Vikil and Bro)9901 Spencer Hwy, La Porte 2131
129261Extra Space 14564400 Underwood Rd, La Porte8111
129761F.E Mran Soecial Hazard System2202 Underwood Rd, La Porte4111
129281Fairmont Park Church 10401 Belfast Rd, La Porte 6121
129591Fairway Inn (G S and SONS)902 Highway 146 S, La Porte6121
127851Fairwood Plaza11001 W Fairmont Pkwy, La Porte 6121
148071Falls A/C AND Heating113 N 10TH ST 8111
lifts per wk
Acct #Site #Customer NameAddressSizeQTYFreqper container
178291Family Dollar (FAM002258) c/o WM913 S BROADWAY ST 8111
129331FERGUSON #27351701 S 16TH ST UNIT #300 UNIT #3008111
1287915Fire Station #1125 S 3RD ST 2111
128791Fire Station #29710 Spencer Hwy, La Porte 3111
128791Fire Station #32400 Sens Rd, La Porte 3111
128791Fire Station #42900 Broadway St, La Porte 3111
174791Firetrol Protection System Inc2323 Underwood Rd, La Porte 8121
129361FIRST ASSEMBLY OF GOD316 E FAIRMONT PKWY3111
129371FIRST BAPTIST CHURCH318 S BROADWAY 3111
135211First Choice Emergency Room1220 W FAIRMONT PKWY 6121
129381First United Methodist 9601 W Fairmont Pkwy, La Porte 4121
129391Fischers Hardware1012 S Broadway St, La Porte8122
128791Fitnesss Center1304 S Broadway St, La Porte 8131
129401Follos Construction 111 N. Broadway St, La Porte 4121
129421FORCE CORP330 N 13TH ST 6111
129441Forest View Mobile 600 McCabe Rd, La Porte 8143
129451Forrest Services Inc2231 Sens Rd, La Porte6111
129461FORT VALE INC 4126 N VIRGINIA ST 4111
129481Four Fairmont LLC 10811 W Fairmont Pkwy, La Porte8121
129501FRATERNAL ORDER OF EAGLES 8 803 S 8TH ST 8111
129301FREDERICK INC 4 420 HIGHWAY 146 N 4121
188361FRESENIUS CLINICS #41851307 W FAIRMONT PKWY 6111
153861Frontier Feed and Apparel 11032 Spencer Hwy, La Porte8111
129521FRONTIER LOGISTICS 6 801 N BROADWAY ST 6111
129551Funcare Childrens Center 12955 W Fairmont Pkwy, La Porte4111
156291Gallington Enterprises LLC215 W MAIN ST 4111
129601GANDP Office Furniture506 Highway 146 S, La Porte8121
129611Garden of Eden Florals 10406 Spencer Hwy, La Porte 4111
129621GARDEN SUITES107 N 8TH ST6111
129631Gary Bass10101 N P St, La Porte6111
188961GB Premium Octg Services LLC8410 Spencer Hwy, La Porte 3111
129681GIRARD EQUIPMENT 4 531 HIGHWAY 146 N 4111
172691Glenwood Baptist Church2104 Underwood Rd, La Porte 4111
184771GMA Americas1434 Sens Rd, La Porte 6111
129711Great Value Storage #04-04710601 W Fairmont Pkwy, La Porte4121
129731Gringos Mexican Café 62631 Underwood Rd, La Porte8142
129771GULF INTERMODAL 101 STRANG RD6111
129781GULF STATES PROTECTIVE COATING201 N 16TH ST 8111
129793GULF WINDS INTERNATIONAL INC409 N BROADWAY ST 4111
129792GULF WINDS INTERNATIONAL INC1117 N BROADWAY ST 6111
129791Gulf Winds International Inc 1842 S 16Th St, La Porte6123
197291H and R block1402 W Fairmont Pkwy, La Porte 2111
129831HAMMELMANN CORP402 HIGHWAY 146 S 2111
169041Hampton Inn and Suites 1328 Highway 146 S, La Porte8121
129841Happy Harbor Apts900 Parkway St, La Porte 6131
182901Hard Line Rail909 S 14TH ST 2111
129851Harris County Dept of Education 927 S 1st St, La Porte 8121
129801HARTEMBERGER 2903 S 8TH ST2111
129861Harvey and Rhin Aviation 101 Airport Blvd, La Porte 3111
129861Harvey and Rhin Aviation 702 Farrington Dr, La Porte2111
197801HAZMAT SPECIAL SERVICES 529 S 16TH ST 8111
128541High Achievers9608 Spencer Hwy, La Porte 3111
128541High Achievers10001 Spencer Hwy, La Porte 6111
129881Highway Transport Inc520 S 16th St. La Porte8131
129891Hoang Investment Corp10910 Spencer Hwy, La Porte4111
142631Hoerbiger12206 W Fairmont Pkwy. La Porte 8121
129031Holiday Inn Express 4 908 W G ST 5111
129901HOLLOWAY ENTERPRSES INC705 S 8TH ST3111
129941HOUSTON TRAINING SCHOOL908 W MAIN ST2111
190291Hydro Tex11802 W Fairmont Pkwy, La Porte4121
129971HYDROCHEM 8 602 S 16TH ST 8111
129982IBERVILLE INSULATIONS LLC611 S 8TH ST 2111
156141IE Group415 W BARBOURS CUT BLVD 4111
129991ILA 1351 FCU 10920 Spencer Hwy, La Porte2111
162121Imperial Crane Services FAC-213411410 S 16TH ST 4111
130001IN TERMINAL SERVICES515 E BARBOURS CUT BLVD 4112
184921Insulation Contractors AND Supply615 E A ST 2111
132981Inter Gulf8989 HIGHWAY 225 6112
130031INTERCOASTAL SALES CO601 S 16TH ST 4111
151831Intergulf Corporation428 HIGHWAY 146 S 2111
141841Intergulf Corporation 12003 Strang Rd, La Pore 6121
162291Intertek Asset Integrity Management Inc101 OLD UNDERWOOD RD STE F 6112
158211Iron Guard Storage2915 N 23rd St, La Porte8111
171491ITT1320 W TYLER ST 2111
130081Jacinto Medical 11006 Spencer Hwy, La Porte 6111
130091Jack Doheny Supples2506 Sens Rd, La Porte 4121
127991Jack in the Box Inc 1018 Highway 146 S, La Porte6141
130101JACKS GROCERY *CASH ONLY*1022 W FAIRMONT PKWY 8111
130111JACKS SUPERMARKET3124 HIGHWAY 146 S 8111
130121Jacobs Field Services1801 Sens Rd, La Porte 8111
130131JAKE HARRIS AND SONS 3631 S 16TH ST 3112
130051Jandi Body Shop 1517 W Main St3111
131761JETECH RENTALS LLC524 HIGHWAY 146 S 3111
130141JJ CENTER MEZA704 W MAIN ST 4111
lifts per wk
Acct #Site #Customer NameAddressSizeQTYFreqper container
130141JJ RESTAURANT MEZA700 W MAIN ST6111
130151JK ENTERPRISES525 S 16TH ST 8111
180621JLL Capital One c/o Republic Svs9055 Spencer Hwy, La Porte4111
130161JM GOODMAN712 W FAIRMONT PKWY 3111
130171Joint Venture Piping Inc2221 Sens Rd, La Porte 6112
185061K2 Industrial120 S 16TH ST 4111
130201KBK Food Mart 9803 W Fairmont Pkwy, La Porte 6121
130211Kings Bay Inn 1601 S Broadway St, La Porte 2111
132851Kings BBQ1322 Underwood Rd, La Porte 8121
130221KINGS BBQ521 W MAIN ST 8121
180381Kobelco 11817 W Farimont Pkwy, La Porte 2111
130241KWIK KAR OF LA PORTE 4 603 W FAIRMONT PKWY 4111
130251La Car Porte10701 W Fairmont Pkwy, La Porte 3111
133071La Petite 8414 Spencer HWY, La Porte 6111
130271LA PORTE AUTOMOTIVE201 N 10TH ST 3111
169741La Porte Center LLC 1101 S Broadway St, La Porte8131
130291LA PORTE COMMUNITY CHURCH202 S 1ST ST 4111
131161La Porte Family Dental 8401 W Fairmont Pkwy, La Porte 2111
130301LA PORTE FEED AND SUPPLY127 N 18TH ST 2111
130311La Porte Flight Line LLC 202 Farrington Blvd, La Porte 6111
130321La Porte Food Mart 10951 W Fairmont Pkwy, La Porte 8111
130331La Porte ISD9832 Spencer Hwy, La Porte 6121
130331La Porte ISD800 McCabe Rd, La Porte8151
131201LA PORTE MEDICAL CTR410 E FARIMONT PKWY4111
130351LA PORTE SHELL111 N 10TH ST 8111
187321La Porte Shopping Center112 Texas 146 S, La Porte8132
190151La Porte Texan and Darlings 3200 Underwood Rd, La Porte6111
130371La Porte Tire11011 W Fairmont Pkwy, La Porte 6121
130381LA PORTE TOBACCO913 S BROADWAY ST 2111
130391LA PORTE TOWING202 N 11TH ST 3111
128151LA PORTE TRUCK SALES 2 905 W BARBOURS CUT BLVD 6111
131351LaQuinta1105 Highway 146 S, La Porte 8141
192531LBY Foods LLC 9629 W Fairmont Pkwy, La Porte8131
146551LC AND E TRUCK AND TRAILOR INC1813 W MAIN ST 3111
130421Lechi Bakery 10625 W Fairmont Pkwy, La Porte4122
130431LEONARDS AUTOMOTIVE305 W FAIRMONT PKWY 3111
128791LIBRARY 600 S BROADWAY ST4111
130451Life Community Church 9529 W Fairmont Pkwy, La Porte 8111
130461Light of Christ Lutheran 2530 S Broadway St, La Porte 3111
129541LION KING TRUCK STOP 8 201 W BARBOURS CUT BLVD 8121
128791Little Cedar Bayou Park600 Little Cedar Bayou Dr, La Porte8132
147761LLE PROPERTY LLC915 S 8TH ST3111
160761Locktile Storage La Porte2619 Underwood Rd, La Porte4111
185501Loco Motors9318 Spencer Hwy, La Porte2111
130501LOGISTIC CTR-HUB-HOUSTON PO 51151921 S 16TH ST 4111
130511LOHMAN GLASS228 N 8TH ST 3111
128791Lomax Park 1508 Lomax School Rd, La Porte 8131
130561Longview Inspection 101 Underwood Rd, BLDG J, La Porte8121
130331LPISD 526 San Jancinto St, La Porte 8131
130331LPISD DEWALT 401 N 2ND ST 6121
130331LPISD (Agricultural BLDG)2015 Sens Rd AA, La Porte 8152
130331LPISD (Support ISD)2015 Sens Rd AA, La Porte 8131
130331LPISD Administration 1002 San Jancinto St, La Porte 8131
130331LPISD Baker Junior High9800 Spencer Hwy, La Porte8151
130331LPISD Gym 301 E Fairmont Pkwy, La Porte4151
130331LPISD Jenie Reid Elementry 10001 W Fairmont Pkwy, La Porte 6152
130331LPISD La Porte Elementry725 S Broadway St, La Porte8152
130331LPISD La Porte High School301 E Fairmont Pkwy, La Porte8153
130331LPISD La Porte Junior High401 S Broadway St, La Porte 8152
130331LPISD Lomax Elementry 10615 N L ST, La Porte 8151
130331LPISD Lomax Junior High 9801 N L St, La Porte 6152
130331LPISD Rizzuto Elementry 3201 Farrington Blvd, La Porte6152
130331LPISD ROTC723 S BROADWAY ST2111
130331LPISD Vacational Blvd800 San Jancinto St, La Porte 3151
130571LUNSFORD AUTO REPAIR 4 201 E MAIN ST 4111
128141M and Y Texaco 10401 W Farimont Pkwy, La Porte 4111
135041Main 101 Grill and Bar101 E Main St, La Porte 6121
130521MAIN PROPERTIES 6 202 W MAIN ST 6111
130621MAJESTY INVESTMENTS602 HIGHWAY 146 S 2111
186851MALENEE DONUTS216 S BROADWAY ST2111
130591Mandm Protection 11831 W Fairmont Pkwy, La Porte2111
130631Maredian Star Inc1369 Underwood Rd, La Porte8211
130641Maria J. M 3105 Carlisle St, La Porte 4111
163501Mariposa at Pecan Park Apts Homes3535 Canada Rd, La Porte8123
130651Martin Marine 42904 N 23rd St, La Porte4111
130661MASS TRANSFER LTD123 S 17TH ST 2121
130671MAXIM CRANE WORKS401 N 16TH ST 8111
171731McCarthy Building Companies Inc 20921801 E BARBOURS CUT BLVD 4111
185951McDonalds #108531102 W Fairmont Pkwy, La Porte8131
130691McPearson Service Center9901 W Fairmont Pkwy, La Porte3111
147731Mechanical Repair AND Engineering202 N 18TH ST 4111
130701MIKE 3 KINSTLEY405 HIGHWAY 146 S3111
148401Mikes Antique Station212 W MAIN ST 2111
171551MJ Systems502 N 8TH ST 4111
lifts per wk
Acct #Site #Customer NameAddressSizeQTYFreqper container
130721Modern GP- Dragon Product816 W Barbours Cut Blvd, La Porte 6136
189371MRC GLOBAL C/O REPUBLIC SERVICES NATIONA1801 S 16TH ST 4111
128791Municipal Court 3005 N 23rd St, La Porte8111
188932NAIG LA PORTE - SERVICE COMPANY 200 STRANG RD 8111
156831National Inspection Services LLC119 N IOWA ST 6111
130771Neon Moon Saloon Texas Inc1201 S 16th, La Porte6131
171451Net Power11426 W Fairmont Pkwy, La Porte 4111
130781NEW ANGELS CONV STORE711 W MAIN ST6111
130791NEW JERUSALEN CHURCH210 W POLK ST 3111
182851New Orleans Seafood Kitchen324 W MAIN ST 8111
130821NLB Corporation 11506 Spencer Hwy, La Porte6111
128791Northside Civic Center 322 N 4th St, La Porte 6121
128791Northwest Park 10210 N P ST, La Porte 8131
129471Oak Dale Apts10914 N L St, La Porte3111
128701Oak Hurst Trailers2420 S Broadway St, La Porte 8121
151661OHL1902 S 16TH ST 6121
130851OLD GLORY MOTORS AND AUTO *AUTOP409 W MAIN ST 2111
132231ONYX 2000 HIGHWAY 146 N 8111
132221ONYX Industrial Svcs1980 Highway 146 N, La Porte 8232
131361OREILLY AUTO ORE000520409 W FAIRMONT PKWY 6111
130881OVERLAND DISTRIBUTION INC200 EXPORT DR UNIT B8111
130891PALA-INTERSTATE 2 1220 W TYLER ST 2111
130901Palm Court1415 S Broadway St, La Porte 3121
130911PANCHOS TIRE SHOP400 S BROADWAY ST3111
139021Papas John #440210 W Fairmont Pkwy, La Porte 6121
170721Paradine LLC8506 Spencer HWY, La Porte8131
130931Park Ave Homes 810 Caplan St, La Porte8131
130941Parsons Housing Group 8727 W Fairmont Pwky, La Porte 8121
130951PASKEY INCORPORATED128 S 8TH ST 4121
130961PAUL LEE201 S 3RD ST 2111
128791Pecan Park 3600 Canada Rd8131
130981Pediatic Clinc10407 W Fairmont Pkwy, La Porte 4111
130991Pelican Bay Apts2601 S Broadway St, La Porte6242
186711PEPES MEXICAN RESTAURANT204 W FAIRMONT PKWY 6111
131001PERFORMANCE INSULATION CONTRAC127 N BROADWAY ST 4111
176571Petrin921 S 14TH ST 3111
131011Petrochem Refrigeration 9102 Spencer Hwy, La Porte6111
145841Petrolium Plant Services215 E MAIN ST 4111
131021PFEIFFER AND SON INC 6116 N 16TH ST 6121
131031PFEIFFER AND SON INC 6116 S 16TH ST 116 THRU 202 116 THRU 2026111
131051Phoenix Services3008 N 23rd St, La Porte3121
131691Pine Bluff Apts234 Pine Bluff St, La Porte 2111
169521Pipeline 10003 Spencer Hwy, La Porte 8131
158101Plastic Express10100 Porter Rd, La Porte 8112
131061PLAZA LIQUORS1021 S BROADWAY ST UNIT A UNIT A2111
131071Plaza San Jancinto 3331 Luella Blvd, La Porte8242
128791Police Station 3001 N 23rd St, La Porte8211
131081POLLUTION CONTROL 200 S 16TH ST6111
131091PONDEROSA PRECISION PLASTICS106 N 15TH ST 6111
129741Popeyes 41509 W Fairmont Pkwy, La Porte 4141
130401Port Auto Truck Stop 904 E Barbours Cut Blvd, La Porte 8111
131102PORT DISPATCH SERVICES INC1401 S 16TH ST SUITE 200 SUITE 2008121
131111PORT SHAMROCK 4 105 HIGHWAY 146 S 6111
131121Puffer Sweiven903 Highway 146 S, La Porte 2121
143501PV Rentals302 HIGHWAY 146 S 6111
131141Pyro Shield1424 Sens Rd, La Porte4121
131151Q A Support LP11005 W Fairmont Pkwy, La Porte 6111
131171Quality Inn and Suites 11003 W Fairmont Pkwy, La Porte8121
131181Quick Stop 10339 W Fairmont Pkwy, La Porte 6111
131621Rail Logix LP1920 S 16TH ST 2111
131211REFRIGERATED CONTAINER1802 HIGHWAY 146 N8314
131231REICHEM INC TRANSPORT OF TEXA1300 S 16TH ST 3111
131251REMMEL ENT1831 W E ST 4111
196771Revakkeene12204 W Farimont Pkwy, La Porte 8111
131441RH #121020 S 1st St, La Porte 4121
131271ROADLINK USA SOUTH LLC326 S 16TH ST 8111
131281Robert Mcgee 10906 N L St, La Porte 2111
131291ROELOFS ANTIQUES319 E MAIN ST 2111
128031Rowdys #18300 Spencer Hwy, La Porte 8121
188091RWC EXPRESS401 W BARBOURS CUT BLVD 2111
130681SAIRAM CATERERS207 W MAIN ST 4111
131401Sammys Groceries Inc9700 Spencer Hwy, La Porte 6121
131391Sams and Daves 1612 Underwood Rd, La Porte 8121
131511SANDS INVESTIGATIONS 3820 W MAIN ST 3111
174251Saulsbury Industries101 OLD UNDERWOOD RD 8112
131421SCAFOM USA1500 S 16TH ST 4111
131431SCS TOOLS INC912 W TYLER ST 6111
128791Seabreeze Park1300 Bayshore Dr, La Porte 3121
131461Seniro Living Properties 208 S Utah St, La Porte6131
131471Sens Food Mart 1444 Sens Rd, La Porte 6131
178511Sens Food Mart 1906 Sens Rd, La Porte8121
133081Setpoint Intergrated Solutions10051 Porter Rd, Unit 900, La Porte8112
185531Shackelford Construction 1810 W POLK ST6111
131491Shell Federal Credit 11528 Spencer Hwy, La Porte 6121
lifts per wk
Acct #Site #Customer NameAddressSizeQTYFreqper container
131501Sheng RAAMCO-Harbour Bay Apts9999 Spencer Hwy, La Porte 8434
161431Shepard and Associates Inc950 S 14TH ST 4111
131541SITEX SAFETY AND RESCUE509 N 8TH ST 3111
133781Slyvan Beach Park 636 N Bayshore Dr, La Porte 8131
151521Smart Choice Auto Group621 HIGHWAY 146 S 8121
154571Snack Time Food Mart 9701 W Fairmont Pkwy, La Porte6111
131551Snider acccurate transmission 10335 W Fairmont Pkwy, La Porte 4111
131571Somerton Plaza Partners Inc8610 Spencer HWY, La Porte 8131
185701Sonic Drive In #33799827 Spencer Hwy, La Porte 8121
131591Southern Kumfort Kitchen 2501 Underwood Rd, La Porte 8141
131601Southern Tire Mart 10941 W Fairmont Pkwy, La Porte6111
128251Southwestern Bell Tele502 W Polk St, La Porte 8131
128251SOUTHWESTERN BELL TELE 6 502 W POLK ST 8111
131611Speciality Tank Services 2225 Sens Rd, La Porte 8111
131631Spencer Cleaners8220 Spencer Hwy, Pasadena4111
131561Spencer Hwy Shopping Center8740 Spencer Hwy, La Porte 4111
131641Spencer Mini Storage 11220 Specner Hwy, La Porte 8121
80111Sprint safety 11804 W Fairmont Pkwy, La Porte 8212
131661St James Presbyterian Church 9725 Spencer Hwy, La Porte 3111
131671ST JOHNS EPISOPAL102 E G ST4111
131681ST Mary Carholic Church816 Park Dr, La Porte 6122
131711Star Retail Center9606 Spencer Hwy, La Porte4111
131721Starcon International 10610 W Fairmont Pkwy, La Porte8111
131741STOP N DRIVE3209 S BROADWAY ST 4111
155451Stripes #507517000 Underwood Rd, La Porte 8152
155461Stripes #50798929 W Fairmont Pkwy, La Porte 8222
183721Stripes #52172601 W Main St, La Porte8232
131751Stronghold LTD1440 Sens Rd, La Porte 8111
131751Stronghold Specialty Ltd.225 S 16TH ST 8111
131751Stronghold Specialty Ltd 10916 Spencer Hwy, La Porte 4111
131732Stronghold Specialty Ltd. 123 S 16TH ST 8111
131771Super Deli and Grocery1824 Sens Rd, La Porte 8111
131781SUPER PLUMBER114 N 1ST ST 4111
162161Sylvan Beach Apartments315 N 2ND ST 6132
131791SYLVAN BEACH GROCERY 6 1105 SAN JACINTO ST 6111
133781Sylvan Beach Park 636 N Bayshore Dr, La Porte 8134
142811Sylvan Beach Pavillion 636 N Bayshore Dr, La Porte 8121
131821Taco Bell 11502 W Fairmont Pkwy, La Porte4141
131831Tammie Jay Apts222 E Farimont Pkwy, La Porte 6232
131841Tank Services 8803 Highway 225, La Porte3121
180291Techline Interntional 11810 W Fairmont Pkwy, STE 100, La Porte 4111
131881TEMPLO BAUTISTA 2 421 S 15TH ST 2111
131901Texas Car Tittle and Payday8402 Spencer Hwy, La Porte2111
131931Texas General Land Office 11811 N Avenue D, La Porte 4111
131941TEXAS INDUSTRIAL MEDICAL LLC1009 S BROADWAY ST 6111
172971Texas Properties Khoury and Turk 1309 W Fairmont Pkwy, La Porte8233
185201TGF Haircutter 1422 W Fairmont Pkwy, La Porte 2111
131962THE GAUGE SHOP609 S 8TH ST 2111
131971THE MEDICINE SHOP800 S BROADWAY ST3111
131981THE PAINTED PONY AND QUILTS1015 S BROADWAY ST 2111
132001TICO TERMINAL TRACTOR1202 W A ST 6121
141791TIGER INDUSTRIAL RENTALS 12803 HIGHWAY 2256112
177981Titan Contracting 11800 W Fairmont Pkwy, La Porte 6111
131811TJS Bayou Nar 2914 S Broadway St, La Porte 8111
132011TL Anderson 2426 Crescent Dr, La Porte 3111
128531Todays Harbor For Children514 Bayridge Rd, La Porte 6232
132041Tony's Bar BQ And Steakhouse2219 Underwood Rd, La Porte8121
130441Tortillas9602 Spencer Hwy, La Porte8121
132051Town Apts121 S Iowa St, La Porte 3121
132061Township Townhomes 3001 Falk Ct, La Porte 8131
147891Transwestern 8920 Spencer Hwy, La Porte8131
128791Treatment Plant 1301 S 4th St, La Porte3321
132071TRI Star Aviation 610615 Spencer Hwy, La Porte 6111
132091TRUCK AND TRAILER INSPECTION 932 HIGHWAY 146 S6111
195661TURNAROUND SPECIALTY GROUP 307 S 8TH ST 2111
132101Turnkey IANDE LTD10819 W Fairmont Pkwy, La Porte8111
132111U WASH LAUNDRYMAT911 S BROADWAY ST SUITE B 6111
132121Underwood Aninal Clinic 2199 Underwood Rd, La Porte 3111
132901United Rental 8787 Highway 225, La Porte8216
132141United Welding Supplies2606 Sens Rd, La Porte8111
131321UPRR (PERM) HO142 6YD12414 HIGHWAY 225 6314
132161USA INTERCARGO LLC1920 W FAIRMONT PKWY 2111
132181USPS LA PORTE 484940 3 801 W FAIRMONT PKWY 3121
132191UTILITY TRAILER SALES SE615 HIGHWAY 146 N 8111
181941VALLEY SOLVENTS AND CHEMICALS11604 STRANG RD6111
146811Value Place Hotel La Porte1506 w Fairmont Pkwy, La Porte8131
132212VAPOR POINT LLC1306 W F ST 4111
132241VESCO OFFICE SUPPLY 6 425 N 10TH ST 6111
132251VICTORY TABERNACLE721 E MAIN ST 4111
132271Village Pizza and Seafood 1128 S Broadway St, La Porte 8141
162821Villages by the Bay1026 S 6th St, La Porte 6132
129061VPS Testing And Inspection 318 N 16Th, La Porte2131
178771W8 Shipping408 N 16TH ST 4121
132421Wachovia National Bank1001 Highway 146 S, La Porte6121
lifts per wk
Acct #Site #Customer NameAddressSizeQTYFreqper container
133041Waffle House Unit #12071501 Fairmont Pkwy, La Porte 4121
132301Walgreens #30011101 S Broadway St, La Porte4121
132301Walgreens #32869705 Spencer Hwy, La Porte4121
150511WALLINGPORT COMPANIES2205 HIGHWAY 146 N8121
132321WAY SERVICE LTD608 N 14TH ST2121
192581WECAN LOGISTICS AND SUPPLY LLC PO 1148816 W POLK ST 6121
189661Welsh Collision Center 2426 Sens Rd, La Porte 8111
132331WESMOR CRYOGENIC MFG LTD615 N 6TH ST 8121
186411Whataburger #5131201 W Main St, La Porte8161
193691WHEELSTONE AUTO SALES 1220 W MAIN ST 2111
132381Winstons Cars9218 Spencer Hwy, La Porte2111
132431WMNA/ Aaron Rents Inc8740 Spencer Hwy, La Porte 8111
132441WORLD FINANCE CORP909 S BROADWAY ST 2111
132461Ybarra Investments 9709 Spencer Hwy, La Porte 8122
132491ZEMANEK MARINE SERVICES229 N 16TH ST2111
Invitation to Bid
Sealed Bid #18010 – Audio and Visual Equipment
required for use by
The City of La Porte Emergency Operations Center Department
issued by
City of La Porte Procurement Division Office
604 W. Fairmont Parkway, La Porte, Texas 77571
Phone: 281-470-5126 Fax: 281-470-5127
Information: Forms furnished by the City of La Porte may be obtained without deposit from
PublicPurchase.com; the Purchasing Division Office located at 604 W. Fairmont Pkwy, La Porte, TX
77571; or, by emailing purchasing@laportetx.gov.
Bid Opening Date: Tuesday, February 20, 2018
Bid Opening Time: 2:00 p.m., Central Standard Time
Bid Receiving Location: City Hall Information Desk, 604 W. Fairmont Parkway, La Porte, Texas 77571.
Sealed Bids must be received no later than date and time stated above. The bids will be opened and
read immediately after the closing hour on said date.
BONDS: All bids shall be accompanied by an acceptable Bid guaranty in an amount of not less than five
percent (5%) of the total Bid. Performance and payment bonds, when required, shall be executed on
forms furnished by Owner. Each bond shall be issued in an amount of 100 hundred percent (100%) of
the Contract Amount by a solvent corporate surety authorized to do business in the State of Texas, and
shall meet any other requirements established by law or by OWNER pursuant to applicable law.
PREBID: Bidders are encouraged to attend a pre bid conference that will be held on February 6, at
rd
Street, La
10:00 a.m. CST in the Emergency Operations Center. The Center is located at 3001 N. 23
Porte, Texas 77571.
No late bids will be considered
Owner reserves the right to reject any or all Bids and to waive any minor informality in any Bid or
solicitation procedure. A minor informality is one that does not affect the competitiveness of the Bid.
Bids must be submitted in on the City's forms and should clearly state the Bid number and name.
Published: February 1, 2018
February 8, 2018
General Information to Bidders
From Posting the Invitationfor Bid toSubmission
Article 1. Requirements for Bidding and Instructions to Bidders
1.1 The Bid Documents
The Bid Documents include this Invitation for Bids, Bid Proposal Pages, Requirements for Bidding and Instructions
for Bidders, Standard Terms and Conditions, Special Conditions, Supplemental Special Conditions (if any), Detailed
Specifications, Plans and Drawings (if any), Insurance Requirements, and all other exhibits attached hereto, and any
and all clarifications and addenda issued by the City. Upon the award and execution of a contract pursuant to the
Bid Documents, the Bid Documents become the Contract Documents.
1.2 Preparing the Bid
Bids are to be prepared and submitted in accordance with the provisions herein. Failure to do so may result in rejection
of the bid. Bids must be prepared and submitted only on the forms provided within the solicitation package. Where a
signature is required, an authorized representative of the bidder must do so. Evidence as to such authority may be
required.
1.3 Obtaining the Bid Documents
Bid Documents are typically provided to a bidder at no cost. If a fee is to be charged it will be so stated in the
Invitation to Bidders
1.3.1 Downloadable Bid Documents
The primary method to obtain documents is by downloading the solicitation package from the City's third party provider,
PublicPurchase.com.
1.3.1.1 All Bidders that download from the City's third party resource, Public Purchase, or that receive
Bid Documents by any other means are responsible for checking the Public Purchase website for
clarifications, supplemental instructions and/or addenda. The City will only publish this information
on Public Purchase and will not be responsible for a bidder’s failure to consider additional
information contained therein in preparing its bid. Further, failure to obtain the proper forms,
clarifications and/or addenda from Public Purchase website and acknowledge them in the Bid
Documents when submitting the bid may render the bid non-responsive. Any harm to the bidder
resulting from such failure to obtain all necessary documents will not be valid grounds for a protest
against award(s) made under this bid solicitation.
1.3.1.2 Printable Documents
If a prospective bidder is unable to download the Bid Documents by registering at PublicPurchase.com
or by other electronic means, these documents are available by contacting the Purchasing Division Office
located at 604 W. Fairmont Parkway, La Porte, Texas 77571. Telephone 281-470-5126, FAX 281-470-5127.
1.3.1.3 Plans and Drawings
Plans and drawings may only be available on CD . In this case, the CD may be picked up from the issuing
office or by contacting the Purchasing Division with an account number for pre-paid courier pick-up.
Bidders are solely responsible for obtaining all Bid Documents, including Clarifications and
Addenda
1.4 Clarifications and Addenda
Owner shall not provide interpretation of the meaning of the plans, specifications or other pre-bid documents to any
bidder orally. Such communications must be in writing.
1.4.1 Clarifications
A request for such interpretation shall be submitted in writing at PublicPurchase.com or to
purchasing@laportetx.gov or delivered to the Purchasing Division Office at 604 W. Fairmont Parkway, La Porte,
Texas 77571. Purchasing will act as liaison between the requestor and the departmental representative to
seek clarification or supplemental instructions appropriate to the request.
1.4.2 Addenda
All interpretations, clarifications or supplemental instructions will be in the form of written addenda. Bidders
cannot rely on oral or informal responses;such answers will not be binding upon the City. These
interpretations, clarifications or supplemental instructions will be placed with the solicitation documents on
PublicPurchase.com not later than 2 working days prior to the scheduled time for receipt of bids. Addenda
posted less than the 2 working days prior to the scheduled time for receipt of bids may include an extension
to the original date of scheduled for receipt of bids.
Failure of any bidder to receive any such Addendum or interpretation shall not relieve bidder from any
obligation of submitted bid. All addenda issued shall become part of the contract documents and must
be acknowledged as received on the submitted document(s).
1.4.3 Communications
All communication with potential respondents should be made only through the Purchasing Department. The
program staff should not have contact with potential respondents outside of pre- solicitation conferences. If
a staff or Council member is contacted by a potential respondent, the person contacted must politely decline
to discuss the procurement and forward the inquiry to the Purchasing Division. Likewise, a respondent that
contacts someone other than authorized staff in regards to a solicitation may be disqualified.
While the Purchasing Staff may not be able to answer all of the technical questions asked by potential
respondents, they will ensure that the information is provided to all potential respondents.
1.5 Examination of the Bid documents and Work Site
Bidders must familiarize themselves with the locations for contract performance required by the Bid Documents
and take into account all relevant conditions when preparing its Bid. The contractor will not be paid additional
compensation due to failure to account for conditions that may be observed by a site visit in its bid. The site for
the Work will be made accessible to the public during normal business hours. Site visits by appointment are
preferred.
Bidders shall carefully examine all of the Bid Documents before completing the forms and submitting a Bid. Bidders
are also advised to inspect the site of the Work to be performed, and familiarize itself with the conditions at the
site that will affect the Work. A Bidder that is awarded a contract will be solely responsible for all costs arising from
comply with the requirements of the Bid Documents, including,
and associated with that Bidder’s (i) failure to
without limitation, this requirement to inspect the Bid Documents and site of the Work, and (ii) failure to
include any costs or expense attributable to site conditions that could have reasonably been discovered through a
site inspection or examination of the Bid Documents.
1.6 Exceptions or Variances
For the purposes of bid evaluation, Bidders must indicate any variances, no matter how slight, in the specification
comments, the Proposal page or pages attached thereto with the exact nature of the change outlined in sufficient detail.
If variances are not stated, or referenced as required, it will be assumed that the product or service complies with the
City's terms, conditions and specifications.
By receiving a bid, the City does not necessarily accept any variance or exception contained in a bid. All variances or
exceptions submitted are subject to review and approval by the City. If any bid contains material variances that, in the
City's sole opinion, make the bid conditional in nature, the City reserves the right to reject the bid or part of that bid that
is declared by the City as conditional.
1.7 Bid Prices Must Incorporate All Costs, Excluding Taxes
Proposed prices must include any freight, handling, or other fees associated with the goods or services. No
additional costs will be allowed, if not included in this proposal. Only sales taxes are to be excluded.
1.7.1 Taxes
Materials purchased by the City of La Porte are not subject to the State of Texas Sales Tax. The City’s
Texas Sales and Use Tax Exemption Certificate is available upon request.
1.8 Completion of the Bid Documents
Each Bidder must complete all of the forms listed as required forms. The forms, including the Bid Proposal
Pages, must be completed in ink, or typewritten. Bidders may not change any of the Bid Documents. Any
changes made by a Bidder to the Bid Documents may result in rejection of the Bid, and will not be binding
upon the City.
Bidders must use the Bid Execution page that is appropriate for their form of business organization (e.g., sole
proprietorship, corporation, partnership, or joint venture). The individual(s) that sign the Bid Execution Page on
behalf of the Bidder, by their signature, represents and warrants to the City that such individual is authorized to
execute bids and contracts on behalf of the Bidder, and that the Bidder agrees and shall be bound to all of the
terms and conditions of the Bid Documents and, upon execution by the City, the Contract Documents. Signatures
must be sworn before a Notary Public.
If in a response, the bidder either electronically scans, re-types or in some way reproduces the City's published bid
package, then in the event of a conflict between the terms and provisions of the City's published bid specifications, or
provisions of the bid response submitted by the bidder, the City's bid
any portion thereof, and the terms and
specifications as published shall control. Furthermore, if an alteration of any kind to the City's published bid
specifications is only discovered after the contract is executed and is or is not being performed the contract is subject
to immediate cancellation.
1.9 Trade Names and Substitutions
Reference to a specific manufacturer or trade name in this solicitation is intended to be descriptive (but not
restrictive) and to establish a desired quality level of merchandise or to meet a pre-established standard due to like
existing items that have been deemed by the City to be satisfactory. The Bidder must, if awarded the Contract,
provide the product(s) specified, unless equivalent alternatives have been proposed as described below and found
acceptable to the City.
A bidder choosing to respond to this solicitation for bids with an alternate product(s) from those specified in the
solicitation, must identify such alternate items with its Bid with a detailed explanation and documentation in
support of how the alternate items proposed by the Bidder can perform as well as or better than those specified.
Unless an alternate item is so identified, it is understood that the Bidder proposes, and will be required to provide,
the specific item described in the specifications. No substitution of specified items will be allowed thereafter except
as otherwise provided for in the specifications.
Documentation in support of alternate items includes, but is not limited to:
complete data substantiating compliance of proposed alternate items with requirements stated in the
solicitation including:
product identification, including manufacturer's name and address
manufacturer's literature identifying the product description, reference standards, performance and
test data
samples, as applicable
name and address of similar applications on which the product has been used, and date of usage.
itemized comparison of proposed alternate item with product or service specified, listing significant
variations
Bidder warrants and represents that in making a formal request for substitution with alternate items that:
the proposed alternate item is equivalent or superior in all respects to the product specified, and
the same warranties and guarantees will be provided for the alternate item as for the product specified
Bidder is solely responsible to provide all pertinent product data with the solicitation package
1.10 Authorized Dealer/Distributor
Bids involving proposals for equipment or other goods that are subject to manufacturer warranties that require
sale or installation by authorized dealers or distributors, the Contractor must be the manufacturer or an authorized
dealer/distributor of the proposed manufacturer and be capable of providing genuine parts, assemblies and/or
accessories as supplied by the manufacturer. Further, the Contractor must be capable of furnishing original
product warranty and manufacturers related services such as product information, product recall notices, etc. The
Bid documents will typically ask the Bidder to certify that it is an authorized dealer/distributor when this
requirement is applicable. The Bidders compliance with these requirements will be determined by the Purchasing
Division, whose decision will be binding.
1.11 Recycled materials
To the extent practicable and economically feasible and to the extent that it does not reduce or impair the quality
of any work or services, The City of La Porte encourages the use of products made of recycled materials. The City
will be the sole judge in determining product selection and suitability.
1.12 Estimated Quantities
Unless explicitly stated to the contrary in the Scope of Work, Detailed Specifications, or Proposal pages, any quantity
shown on the Proposal Pages represent estimated usage and as such are for solicitation purposes only. The
City reserves the right to increase or decrease quantities ordered. Nothing herein will be construed as intent on
the part of the City to procure any goods or services beyond those determined by the City to be necessary to meet
its needs.
The City will only be obligated to pay for such quantity actually received and accepted as satisfactory and upon
receipt of an itemized, correct invoice.
1.13 Bid Modifications
A bidder may modify their bid by written communication at any time prior to the scheduled receipt of bids, provided
such communication is received by the City prior to scheduled time for receipt of bids.
1.14 Withdrawal of bids
Bidders may withdraw their Bid at any time prior to the date and time for Bid opening. Requests for withdrawal
must be made in writing to the Purchasing Division. Bidders must make their own arrangements for the return of
their Bids.
1.15 Cooperative or Interlocal Purchases
Vendors with contracts awarded as Cooperative Purchasing Program participants may submit those contracted items
so long as the specific cooperative contract details necessary to allow the City to verify that the proposed products
or services satisfy theCity's specifications and requirements to the Bid are included. This information may include
attachments to convey the contract specifics.
The City may also, from time to time, enter into Interlocal Cooperation Purchasing Agreements with other
governmental entities or governmental cooperatives to enhance the City's purchasing power. At the City's sole
discretion and option, the City may informother entities that they may acquire items listed inthis solicitation. Such
acquisition(s) shall be at the prices stated herein, and shall be subject to bidder's acceptance. Entities desiring to
acquire items listed in this solicitation shall be listed on a rider attached hereto if known at the time of issuance, or
if after contract award, issued subsequently.
Participating Entity purchase orders will be submitted directly to Vendor by the Entity. The City of La Porte will not
be liable or responsible for any obligations, including, but not limited to, payment and for any item ordered by an
entity other than the City.
Furthermore, Vendor authorizes City's use of Vendor's name, trademarks and Vendor provided materials in City's
presentations or promotions regarding the availability of use of this contract. The City makes no representation or
guarantee as to any minimum amount being purchased by the City or Entities, or whether participating Entity will
purchase utilizing the City's contract.
1.16 Submission of Bids
Bids are to be delivered to the Information Desk at City Hall, 604 W. Fairmont Parkway, La Porte, Texas 77571, on the
date and prior to the time stated on the invitation to the Bid Documents, or any addendum issued by the City to change
such date and/or time. The time of the receipt of the bid will be determined solely by the time stamp used at receipt
of the bid. No bid will be accepted after the date and time specified.
1.16.1 Bidders are responsible for Bid delivery
Each Bidder is solely and completely responsible for delivery of its Bid to the designated delivery location before the
date and time established for the Bid opening. Any Bid that is not delivered on time, including Bids mistakenly delivered
to other City offices, will not be accepted. The City is under no obligation to ensure that misdirected Bids are delivered
to the designated delivery location prior to Bid opening. This article also applies to Bids sent via U.S. Postal Service or
messenger service.
From Bid Receipt and Evaluation to Award
1.17Bid Opening
Bids will be opened and publicly read immediately following the deadline for the submission of Bids has passed. The
public posting of the tabulation, and the apparent low Bidder are neither final nor binding. All Bids and Bid Documents
are subject to review by City Staff to determine responsiveness and responsibility. Bid tabulations are public information
and are posted on PublicPurchase.com typically within 3 business days of opening.
1.18 Effective Term of Bid
Unless a bid is expressly rejected by the City, all bids will remain in effect for sixty (60) days subsequent to bid opening.
Bidder may not withdraw or cancel or modify its Bid for a period of sixty (60) days after the advertised closing time for
the receipt of Bids. The City reserves the right to reject any bid where a modification of its Proposal materially affecting
the bid prior to the sixty (60) day period occurs.
The City may request that Bidders extend the effective period of their Bids. Such requests will be made in writing, and
will require the Bidder's written consent to the extension.
1.19 Evaluation and Consideration of Bids
1.19.1 Determination of responsiveness
The City of La Porte Purchasing Division will review Bids to determine whether they conform to the requirements of
the Bid Documents.
1.19.1.1 Must Bid all line items
A Bidder must bid all line items set forth in the Proposal Pages, except to the extent that the Specification expressly
allows otherwise. Bids submitted to the contrary will be considered incomplete and as a result, will be rejected as
being non-responsive to this requirement.
Per the Basis of Award, if Contract(s) will be awarded per Section or Group, Bidders must bid all items within a
Section or Group, except to the extent that the Specification expressly allows otherwise. Bidders are not required
to bid all Sections or Groups. Bids submitted to the contrary will be considered incomplete and as a result, will be
rejected as being non responsive to this requirement.
1.19.1.2 Mathematical Calculations
The City of La Porte Purchasing Division reserves the right to make corrections after receiving the bids to any clerical
error apparent on the face of the bid. This includes but is not limited to obviously incorrect units or misplaced
decimal points, or arithmetic errors. In the event that comparison of the Bidder's "Unit Price" and "Total Price"
submitted for any line reveals a calculation error, the Unit Price shall prevail.
1.19.1.3 Unbalanced Bids
The Purchasing Manager or their designated representative reserves the right to reject any Bid that, in his or her
sole discretion and authority, determines is materially unbalanced.
1.19.1.4 Conditional Bids
Conditional bids will not be accepted.
1.19.2 Determination of Responsibility
The City of La Porte Purchasing Division has the sole discretion and authority to make the determination of
responsibility. A Bidder may be requested to submit such additional information pertaining to responsibility as the
Purchasing Official deems necessary. Failure to comply with such a request will result in a finding of non-responsibility
and rejection of the bid.
1.19.2.1 Bidder Debts or Defaults
Ordinance No. 98-2217 declares that the City will not make any expenditure of any kind for goods or services by
the city, from any person, firm or corporation, owing any delinquent indebtedness to the city. Contractor agrees
that by submitting this executed Bid that at the time of submitting such proposal, he is, at his option, submitting
the bid in accordance with the Ordinance and, that if he is in debt to the City, payments he is owed under this
contract will first be applied to pay off the debt. The complete Ordinance may be found on the City’s website.
1.19.2.2 Competency of Bidder
Bidder, if requested, must present within a reasonable time, as determined by the City, evidence satisfactory to the
Purchasing Division of ability to perform the Contract and possession of necessary facilities, financial resources
and adequate insurance to comply with the terms of these specifications and contract documents.
The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails
to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete
the work contemplated therein.
1.19.2.3 Rejection of bids and waiver of informalities
The City, in its sole discretion and authority, may determine that it is in the best interest of the City to reject any or
all Bids or to waive any informality in the Bids submitted in response to any invitation for Bids.
1.19.2.4 Tie Bids
In the event of tie bids, preference will be given to the bidder who offers the best value to the city in accordance
with State Law.
1.20 Method of award
Contract will be awarded to the lowest responsible bidder or to the bidder who provides the goods or services specified
herein at the best value for the City of La Porte, in compliance with Texas Local Government Code, Section §252.043.
The City of La Porte reserves the right to select the method in the best interest of the City, as determined by the
Purchasing Manager.
Best value criteria includes, but is not limited to:
All costs including installation, warranty, maintenance, over all life cycle;
Quality of the goods or services;
Reputation of the bidder or bidder’s goods and services;
Extent to which goods or services meet the City’s needs;
The bidder's past relationship with the municipality;
The impact on the ability of the municipality to comply with laws and rules relating to contracting
with historically underutilized businesses and nonprofit organizations employing persons with
disabilities;
Any relevant criteria specifically listed in the request for bids or proposals
The City of La Porte Council reserves the right waive any informalities or technical errors, to make awards to more
than one bidder, consider alternates proposed and award as lump sum, individual basis, or any combination, that in
its judgment, will best serve the interests of the City or to reject any or all bids. For the purpose of evaluation, any
item left "blank" will be deemed "no bid".
The City reserves the right to accept any item or group of items on this bid, unless the bidder qualifies his/her bid by
specific limitations.
ARTICLE 2 Incorporation of Exhibits
The following attached Exhibits are made a part of this agreement:
Exhibit A-Pricing Proposal
Exhibit B -Insurance Requirements
Exhibit C – Conflict of Interest Questionnaire
Exhibit D – Local Bidder Preference
Exhibit E – House Bill 89 Verification Form
Exhibit F – References
Exhibit G – System Access Policy
ARTICLE 3 - Standard Terms and Conditions
3.1 General Provisions
3.1.1 Definitions
Wherever used in the bidding requirements of Contract Documents and printed with initial capital letters, the terms
listed below will have the meanings indicated which are applicable to both the singular and plural, thereof. In addition
to the terms specifically defined, terms with initial capital letters in the Contract documents include references to
identified articles and paragraphs, and the titles of other documents or forms.
Addendum: official revision of the solicitation documents Bidder: person, firm or entity submitting an offer (a
issued by the Purchasing Division prior to Bid Opening Date “bid”) in response to an invitation for bids; for RFPs and
which clarify, correct, or change the Bidding Requirements RFQs, references may be made to "Respondents". The
or the proposed Contract documents. term includes anyone acting on behalf of the individual
or other entity that submits a bid, such as agents,
Additional Services: are those services which are within employees and representatives. Once the Contract is
the general scope of Services of the contract, but beyond awarded the Contractor shall assume that all references
the description of services in the detailed specifications to a Bidder or Respondent and such attendant
and all services reasonably necessary to complete the obligations apply to the Contactor.
additional services to the standards of performance
required by the Contract. Bid Deposit: A deposit required of bidders to protect the
City in the event a low bidder attempts to withdraw its offer
Advertise: to make a public announcement of the or otherwise fails to enter into a contract with the City.
intention to purchase goods or services. Acceptable forms of bid deposits are limited to: cashier’s
check, certified check, or irrevocable letter of credit issued
Agreement: The written instrument which is evidence of by a financial institution subject to the laws of Texas and
the agreement between Owner and Contractor covering entered on the United States Department of the Treasury’s
the work, services or goods. listing of approved sureties; a surety or blanket bond from
a company chartered or authorized to do business in Texas.
Amended: A status change to a Bid, RFP, RFQ or Contract
that indicates a modification to that document. Bid Opening: The public opening of bids, in which the
names of the bidders responding to an invitation and
Amendment: Written addition or change to a contract. prices of the bidders are publicly read and recorded. See
Proposal Opening.
Assignment: Transfer of contractual rights from one party
to another party. Bid Opening Date: date and time publicly advertised by
the Purchasing Division as the deadline for submission of
Attachments: all exhibits and other documents attached Bids; this may be referred to as a "Proposal Due Date”
to the solicitation documents and/or incorporated into for RFP and RFQ solicitations.
them by reference.
Bid Tabulation: The recording of bids and bid data
Best Value: factors that may be considered in determining submitted in response to a solicitation. The bid
lowest overall cost and value in making certain purchases. tabulation is used for comparison, analysis and record
Ref. Texas Government Code, Section 2155.074 (Non-keeping.
Information Technology Related) and Texas Government
Code, Section 2157.003 (Information Technology Related). Bidding Documents: The bidding requirements and the
proposed Contract Documents (including all Addenda).
Bid: an offer to contract with the City, submitted in
response to a solicitation invitation. The term “bid” may
also be used generically to reference a response to
another type of solicitation, e.g., a quote. Bids are
usually nonnegotiable and price is the major
determining factor for selection.
Bidding Requirements: The Advertisement or understood to apply to the Contractor.
Invitation to Bid, Instructions to Bidders, Bid Security of
acceptable form, if any, and the Bid Form with any Deliverables: a unit or increment of supplies, work or
Supplements. product produced by Contractor, including but not limited
to written reviews, reports, recommendations, charts,
Change Order: A document which is used when it analysis, designs, plans, specifications, drawings, or other
becomes necessary that amends, clarifies, changes, or similar products.
cancels contract issues and/or provisions.
Department: which may also be referred to as the
City: means the City of La Porte, a home ruled
using/user Department is the City Department which
government municipality as defined by the State of
appears on the applicable purchase order release for
Texas.
goods, work or services provided under this contract.
Citywide Contract: a legal and binding instrument
Detailed Specifications: refers to the contract specific
between the city and a vendor(s) which is made
requirements that includes but is not limited to a
available to multiple city departments to purchase
detailed description of the scope, term, compensation,
frequently used commodities and services.
price escalation, and such other additional terms
and conditions governing this specific Contract.
Competitive Sealed Bidding: The process of
advertising an invitation for bids, conducting a public
Effective Date of the Agreement: The date on which
bid opening and awarding of a purchase order/contract
the Agreement is signed and delivered by the last of the
to the lowest responsive, responsible bidder in
two parties to sign and deliver or, date of award by City
accordance with state law.
Council.
Competitive Sealed Proposals: The process of
Emergency: A purchase made when unforeseen
advertising a request for proposal (RFP), the evaluation
and/or a sudden unexpected occurrence creates a clear
of submitted proposals and awarding of the contract.
and imminent danger, requiring immediate action to
prevent or mitigate the loss or impairment of life,
Consultant: A person that provides or proposes to
health, property, or essential public services.
provide a consulting service.
Compliance with normal procurement practice is
impracticable or contrary to the public interest.
Consulting Services: The practice of studying and
advising an entity in a manner not involving the
Force Majeure Event: an event beyond the reasonable
traditional employer/employee relationship per the
control of a party to this Contract, which is limited to acts
Texas Government Code, Section 2254.021.
of God, explosion, acts of the public enemy, fires, floods,
earthquakes, tornadoes, epidemics, quarantine
Contract: upon notice of award by Purchasing Division, the
restrictions, work stoppages not caused or unmitigated by
contract consisting of all Bid Documents relating to a
the Contractor.
specific invitation for bids or proposals, and all
amendments, modifications, or revisions made from time
Goods: A transportable article of trade or commerce that
to time in accordance with the terms thereof. All such
can be bartered or sold. Goods do not include services or
documents comprising the Contract are referred to as
real property.
the "Contract Documents".
Historically Underutilized Business: a minority or women-
Contractor: the Bidder (person, firm or entity; vendor)
owned business as defined by Texas Government Code,
that is awarded the Contract to provide goods or
Title 10, Subtitle D, Chapter 2161.
services to the City of La Porte. This term is used
)
(http://www.window.state.tx.us/procurement/prog/hub/
interchangeably with the term “vendor”. Any
reference to the Bidder in the Contract documents is
Performance Bond: A surety bond which provides
Independent Contractor: A person working for an assurance of a bidder’s performance of a certain
entity under contract and not an employee of the contract. Acceptable forms of bonds are those
contracting entity. The contracting entity does not pay described in the definition for “bid deposit.”
unemployment, disability, or worker’s compensation
insurance or withholding taxes from payments to Posted Date: The date a procurement document is
the person. An independent contractor normally made available to the public.
follows the contracting agency’s direction on the
results of the work but not on the means of Pre-Bid/Proposal Conference: A meeting chaired by
accomplishing the work. City personnel which is designed to help potential
bidders/respondents understand the requirements of
Law(s): The word “Law” or “Laws,” whether or not a solicitation.
capitalized, is intended in the broadest possible sense,
including without limitation all applicable laws, rules, Professional Services: Services directly related to
regulations, ordinances, codes and orders of any and all professional practices as defined by the Professional
governmental bodies, agencies, authorities, and courts Services Procurement Act (Government Code, Section
having jurisdiction; requirements and prohibitions of 2254.002) including those services within the scope of
permits, licenses or other similar authorizations of any the practice of: accounting; architecture; optometry,
kind; court decisions; common law; and all other legal medicine; land surveying; and professional
requirements and prohibitions. engineering. Services provided by professionals
outside the scope of their profession, e.g.,
Liquidated Damages: A specified contract provision management consulting services provided by
which entitles the city to demand a set monetary accounting firms, are not considered professional
amount determined to be fair and equitable services.
repayment to the city for loss of service due to vendor’s
failure to meet contract requirements. Proposal: An executed offer submitted by a
respondent in response to a Request for Proposal (RFP)
Notice of Award: The written notice by Owner to the and intended to be used as a basis to negotiate a
Successful Bidder stating that upon timely compliance contract award.
by the Successful Bidder with the Conditions precedent
listed therein, Owner will sign and deliver the Proposal Opening: The public opening of Requests for
Agreement. Proposals or Requests for Qualification responses, in
which the names only of the bidders responding to an
Notice to Proceed: A written notice given by Owner to invitation are publicly read and recorded.
Contractor fixing the date on which the Contract times
will commence to run and on which Contractor shall Proprietary Information: Information provided in
start to perform the work under the Contract response to solicitations to which vendor claims
Documents. ownership or exclusive rights and which is protected
from disclosure under the Texas Public Information Act
Owner: The entity, City of La Porte, Texas, with whom (Texas Government Code, Chapter §551)
the Contractor has entered into the Agreement and for
whom the Works are to be performed or goods Proprietary Purchase: a product or service is having a
supplied. distinctive feature or characteristic that is not shared
or provided by competing companies or similar
Party: or collectively Parties refers to the entities that products or service. Texas Government Code Section
have entered into this Contract including the 2155.067.
Contractor and the City.
Payment Bond: A bond executed in connection with a Purchase Order: a written purchase order from the City
contract which secures the payment requirements of referencing this Contract.
the contractor.
Purchasing Division: The office designated to purchase and materials whether ancillary or as required by the
goods and services for the City of La Porte. Detailed Specifications that Contractor provides in
performance of its obligations under this Contract.
Renewal: When an existing contract is renewed for an
additional time period in accordance with the terms and Solicitation: A document requesting submittal of bids
conditions of the original contract. or proposals for goods or services in accordance with
the advertised specifications.
Request for Information: A general invitation to
contractors requesting information for a potential Specification: means the Bid Documents, including but
future solicitation. The request for information is not limited to the detailed or technical specifications
typically used as a research and information gathering that fully describe the physical of functional
tool for preparation of a solicitation. characteristics or nature of supplies or services to be
purchased. It may include a description of any
Request for Proposal: A solicitation requesting requirements for inspecting, testing, or preparing
submittal of a proposal in response to the required
supplies or services for delivery.
scope of services and usually includes some form of a
Subcontractor: means any person or entity with whom
cost proposal. The RFP process allows for negotiations
the Contractor contracts to provide any part of the
between proposer and the city.
goods, services or work to be provided by Contractor
under the Contract, including subcontractors of any
Request for Qualifications: A solicitation document
tier, suppliers and material men, whether or not in
requesting submittal of qualifications or specialized
privity with the Contractor.
expertise in response to the scope services required.
No pricing is solicited with an RFP.
Successful Bidder: The Bidder submitting a responsive Bid
to whom Owner makes an award.
Request for Quote: An informal solicitation document
requesting pricing on small dollar purchases.
Surety: A person or entity providing a bond to a contractor
to indemnify the City against all direct and consequential
Respondent: An entity submitting a proposal in
damages suffered by failure of the contractor to perform
response to a solicitation (See Bidder)
the contract and to pay all lawful claims of subcontractors,
materials suppliers and laborers as applicable.
Responsive: The respondent has complied with all
material aspects of the solicitation document, including
Term Contract: a contract that addresses the estimated
submission of all required documents.
requirements for a department or number of departments
for supplies or services used repeatedly or in significant
Responsible: The respondent has the capability to fully
quantities over a period of time.
perform and deliver in accordance with the contract
requirements. The city may include past performance,
Vendor: A business entity or individual that has a
financial capabilities and business management as
contract to provide goods or services to the City of La
criteria for determining if a bidder or proposer is
Porte. Used interchangeably with the term
capable of satisfying the contract requirements.
“contractor”.
Services: Refers to all work, services (primarily labor)
3.1.2 Interpretation of the Contract
3.1.2.1 Order of Precedence
The order of precedence of the contract parts will be as follows:
Addenda, if any
Detailed Specifications/Scope
Plans or drawings, if any
Special Conditions
Supplemental Special Conditions, if any
Insurance Requirements
Standard Terms and Conditions
Invitation to bid and proposal pages
3.1.2.2 Interpretation and Rules
Unless a contrary meaning is specifically noted elsewhere, the phrases "as required", "as directed", "as
permitted", and similar words mean the requirements, directions, and permissions of the Council or Purchasing
Division, as applicable to this solicitation.
The words "necessary", "proper", or similar words used with respect to the nature or extent of work or services
mean that work or those services must be conducted in a manner, or be of a character which is necessary or
proper for the type of work or services being provided in the opinion of the Council and the Purchasing Division,
as applicable. The judgment of the Council and or the Purchasing Manager in such matters will be considered
final.
Wherever the imperative form of address is used, such as provide equipment "required" it will be understood
and agreed that such address is directed to the Contractor unless the provision expressly states that the City
will be responsible for the action.
3.1.2.3 Funding
The State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for
which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the
end of the current fiscal year shall be subject to budget approval. Accordingly, the City of La Porte reserves the
right to terminate this contract by giving Bidder thirty (30) days written notice, without liability to the City, in
the event that funding for this contract is discontinued or no longer available.
3.1.2.4 Severability
The invalidity, illegality, or unenforceability of any one or more phrases, sentences, clauses or sections in this
Contract does not affect the remaining portions of this Contract.
3.1.2.5Survival of Terms
Termination of the Contract for any reason shall not release the Respondent from liability or obligation set
forth in the Contract that is expressly stated to survive any such termination or by its nature would be intended
to be applicable following any such termination, including the provisions regarding confidentiality,
indemnification, transition, records, audit, property rights, dispute resolution, invoice and fees verification.
3.1.2.6 Entire Contract
The Contract Documents constitute the entire agreement between the parties and may not be modified except
by the subsequent written agreement of the parties.
3.1.3 Subcontracting and Assignment
3.1.3.1 No assignment of Contract
Contractor may not assign this Contract without the prior written consent of the City. In no case will such
consent relieve Contractor from its obligations, or change the terms of the contracts.
3.1.3.2 Subcontracts
No part of the goods, work or services to be provided under this Contract may be subcontracted without the
prior written consent of the City; but in no case will such consent relieve the Contractor from its obligations, or
change the terms of the contracts. Contractor must notify the City of all Subcontractors to be used and shall
not employ any that the City does not approve of. Prior to proposing the use of a certain Subcontractor, the
Contractor is responsible to verify that neither the Subcontractor nor any of its owners is debarred from or
otherwise ineligible to participate on City Contracts.
Subcontracting of the services or work or any portion of the Contract without the prior written consent
of the City is null and void. Further, Contractor will not make any substitution of a previously approved
Subcontractor without the prior written consent of the City; any substitution of a Subcontractor without the
prior written consent of the City is null and void.
Contractor will only subcontract with competent and responsible Subcontractors. If, in the judgment of the
City, any Subcontractor is careless, incompetent, violates safety or security rules, obstructs the progress of the
services or work, acts contrary to instructions, acts improperly, is not responsible, is unfit, violates any laws
applicable to this Contract, or fails to follow the requirements of this Contract, then the Contractor will,
immediately upon notice from the City, discharge or otherwise remove such Subcontractor and propose an
acceptable substitute for City approval.
3.1.3.3 No Pledging or Assignment of Contract Funds without City approval
The Contractor may not pledge, transfer, or assign any interest in this Contract or contract funds due or to
become due without the prior written approval of the City. In no case will such consent relieve the Contractor
from its obligations, or change the terms of the Contract. Contractor must notify the City, in writing, of the
name of any proposed assignee and the reason for the assignment; consent to which is solely in the City's
discretion.
3.1.4 Contract Governance
3.1.4.1 Governing Law and Jurisdiction
This Contract will be governed in accordance with the competitive bidding requirements of the City and Texas
Local Government Code §252, as amended. Bidders shall comply with all applicable federal, state and local
laws and regulations. Bidder is further advised that these requirements shall be fully governed by the laws of
the State of Texas and that the City of La Porte may request and rely on advice, decisions and opinions of the
Attorney General of Texas and the City Attorney concerning any portion of these requirements.
3.1.4.2 Cooperation by Parties and between Contractors
The Parties hereby agree to act in good faith and cooperate with each other in the performance of this Contract.
Contractor further agrees to implement such measures as may be necessary to ensure that its staff and its
Subcontractors will be bound by the provisions of this Contract.
Unless otherwise provided in Detailed Specifications, if separate contracts are let for work within or adjacent
to the project site as may be further detailed in the Contract Documents, each Contractor must perform its
Services so as not to interfere with or hinder the progress of completion of the work being performed by other
contractors. The Contractor must as far as possible, arrange its work and space and dispose of the materials
being used, so as not to interfere with the operations of the other contractors within or adjacent to the limits
of the project site.
3.1.4.3 Independent Contractor
This Contract is not intended to and does not constitute, create, give rise to, or otherwise recognize a joint
venture, partnership, corporation or other formal business association or organization of any kind between
Contractor and the City. The rights and obligations of the parties are only those set forth in this Contract.
Contractor must perform as an independent contractor and not as a representative, employee, agent, or
partner of the City.
This Contract is between the City and an independent contractor and, if Contractor is an individual, nothing
provided for under this Contract constitutes or implies an employer-employee relationship such that any
membership in any pension, insurance, vacation, sick leave or any other benefits ordinarily provided to
individuals employed and paid through the regular payrolls of the City. Furthermore, the City is not required
to deduct or withhold any taxes, FICA or other deductions from any compensation provided to the Contractor.
3.1.4.4 Authority
Execution of this Contract by the Contractor is authorized and signature(s) of each person signing on behalf of
the Contractor have been made with complete and full authority to commit the Contractor to all terms and
conditions of this Contract, including each and every representation, certifications, and warranty contained
herein, attached hereto, and collectively incorporated by reference herein, or as may be required by the terms
and conditions hereof. If other than a sole proprietorship, Contractor must provide satisfactory evidence that
the execution of the Contract is authorized in accordance with the business entity(s) rules and procedures.
3.1.4.5 Joint and Several Liability
In the event that Contractor, or its successors or assigns, if any, is comprised of more than one individual or
other legal entity (or a combination thereof), then and in that event, each and every obligation or undertaking
herein stated to be fulfilled or performed by Contractor will be the joint and several obligation or undertaking
of each such individual or other legal entity.
3.1.4.6 Contractor Compliance to Ordinance 98-2217
City of La Porte Ordinance 98-2217 prohibits any expenditure for goods or services by the City to any person
firm or corporation owing any delinquent indebtedness to the City. Contractor certifies that it is in compliance
with the requirements of said ordinance. Failure to disclose non-compliance with said ordinance may be cause
for rejection or disqualification of bid. In addition, if Contractor is not in compliance with Ordinance 98-2217,
Contractor hereby assigns to the City of La Porte the amount of its delinquent indebtedness to the City to be
deducted by the City from any amounts due to Contractor.
3.1.4.7 Contractor Compliance to Protection of Resident Workers
The City of La Porte, Texas supports the Immigration and Nationality Act (INA) which includes provisions
addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers
may hire only persons who may legally work in the United States (i.e., citizens and nationals of the United
States) and aliens authorized to work in the United States.
Employer must verify, which includes completing the Employment Eligibility Employer Verification Form (I-9),
the identity and employment eligibility of anyone to be hired and must also establish appropriate processes
and controls so that no services or products related to this contract will be performed or manufactured by
any worker who is not legally eligible to perform such services or employment.
3.1.4.8 Ethics
City of La Porte officials and employees are responsible for protecting the safety and welfare of the public’s
monies. All City officials and employees should endeavor to pursue a course of conduct that does not raise
suspicion among the public. Therefore, they shall avoid acts which are improper or give the appearance of
impropriety. This conduct is particularly important for City purchasing personnel and contract management
personnel who are charged with the disposition of City funds.
City of La Porte Ordinance No. 2013-3489 establishes an ethics and conflict of interest policy applicable to city
council members, appointive members to city boards and commissions, and city employees. Any vendor
entering into a contract or agreement with the City of La Porte, Texas expressly acknowledges that it has
familiarized itself with the provisions of this Ordinance.
3.1.4.9 Conflict of Interest
Chapter 176 of the Texas Local Government Code requires that any person, who enters or seeks to enter into
a contract for the sale or purchase or property, goods or services with a local government entity and who has
an employment or other business relationship with a local government officer or a family member of the
officer, as described by Texas Local Government Code Section 176.006 (a) and (a-1), shall file a completed
conflict of interest questionnaire with the City not later than the seventh business day after the later: 1) date
the vendor (A) begins discussions or negotiations to enter into a contract with the local governmental entity;
or (B) submits to the local governmental entity an application, response to a request for proposals or bids,
correspondence, or another writing related to a potential contract with the local governmental entity; or (2)
the date the vendor becomes aware (A) of an employment or other business relationship with a local
government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has
given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government
officer. The Conflict of Interest Questionnaire (Form CIQ) is included as Exhibit C and must be returned with
your submission. The form is also available from the City's website at www.laportetx.gov or from the Texas
Ethics Commission at www.ethics.state.us. A complete copy of Chapter 176 of the Local Government Code
http://www.statutes.legis.state.tx.us/Docs/LG/htm/LG.176.htm . Please consult your own
may be found at
legal advisor if you have questions regarding this form.
3.1.4.10 Certificate of Interested Parties (Form 1295)
The Texas Legislature adopted House Bill 1295 which states that a governmental entity or state agency may
not enter into certain contracts with a business entity unless the business entity submits a disclosure of
interested parties to the governmental entity or state agency at the time the business entity submits the signed
contract to the governmental entity or state agency. The law applies only to a contract that either (1) requires
an action or vote by the governing body of the entity or agency before the contract may be signed (City of La
Porte requires such action for any contract $50,000 or greater) or (2) has a value of at least $1 million. The
disclosure requirement applies to a contract entered into on or after January 1, 2016.
As of January 1, 2016, the Texas Ethics Commission has made available on its website a filing application that
must be used to file Form 1295. A business entity must use the application to enter the required information
on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain
a unique certification number. An authorized agent of the business entity must sign the printed copy of the
form and have the form notarized. The completed Form 1295 with the certification of filing must be filed with
the governmental body or state agency with which the business entity is entering into the contract. The City is
then responsible for notifying the commission of the receipt of the Filed Form 1295 with the certification of
filing in accordance with the law. Additional information regarding the implementation of House Bill 1295
maybe found at www.ethics.state.tx.us .
3.1.4.11 Local Bidder Preference
Sections 271.905 and 271.9051 of the Texas Local Government Code authorize a municipality to consider a
vendor’s location in the determination of a bid award if the lowest bid received is from a business outside the
municipality and contracting with a local bidder would provide the best combination of price and other
economic benefits to the municipality. If the City receives one or more competitive sealed bids from a bidder
whose principal place of business is in the municipality and whose bid is within 5% of the lowest bid price
received by the City from a bidder who is not a resident of the City, the City may enter into a contract for
construction services in an amount of less than $100,000 or a contract for other purchases in an amount of less
than $500,000 with the lowest bidder; or the bidder whose principal place of business is in the municipality.
Exclusions to the local preference include expenditures of $25,000 or less, and those purchases which are: sole
source, emergency, federally-funded, cooperative contracts, service contracts subject to the Professional
Services Procurement Act, contracts awarded through request for proposals or qualifications, or via inter-local
agreement. The City of La Porte, Texas has determined that the allowable preference shall be applied to local
vendor’s bids for the purposes of evaluation when requested in writing by local bidder and when determined
to be in the best interest of the City to do so. The request form, included as Exhibit D, and any supporting
documentation must be submitted with quote/bid in order to be considered by the City of La Porte, Texas.
This section does not prohibit the City from rejecting all bids.
3.1.4.12 House Bill 89 Verification
H.B. No. 89 mandates companies that contract with Texas government entities for goods or services must
contain a written verification from the company that it:
1) Does not boycott Israel; and
2) Will not boycott Israel during the term of the contract.
By participating in this solicitation, Contractor acknowledges full understanding of and compliance with this
requirement.
3.1.4.13 Confidentiality
All deliverables and reports, data, findings or information in any form prepared, assembled or encountered by
or provided by Contractor under this Contract are property of the City and are confidential, except as
specifically authorized in this Contract or as may be required by law. Contractor must not allow the Deliverables
to be made available to any other individual or organization without the prior written consent of the City.
Further, all documents and other information provided to Contractor by the City are confidential and must not
be made available to any other individual or organization without the prior written consent of the City.
Contractor must not issue any publicity new releases or grant press interviews, and except as may be required
by law during or after the performance of this Contract, disseminate any information regarding its Services or
the project to which the Services pertain without the prior written consent of the City.
Any request for documents regarding any records, data or documents which may be in Contractor's possession
by reason of this Contract, Contractor must immediately give notice to the Purchasing Division of the City with
the understanding that the City will have the opportunity to seek counsel or contest such process by any means
available to it before the records or documents are submitted to a court or other third party. Contractor,
however, is not obligated to withhold the delivery beyond the time ordered by a court or administrative agency,
unless subpoena or request is quashed or the time to produce is otherwise extended.
3.1.4.14 Indemnity
Contractor must defend, indemnify, keep and hold harmless to the fullest extent of the law, its successors,
assigns and guarantors shall pay, defend, indemnify and hold harmless the City, its agents, representatives,
officers, directors, officials and employees from and against all allegations, demands, proceedings, suits,
actions, claims, including claims of patent or copyright infringement, damages, losses, expenses, including but
not limited to attorney's fees, court costs, and the cost of appellate proceedings, and all claim adjusting and
handling expenses, related to, arising from or out of or resulting from any actions, acts, errors, mistakes or
omissions caused in whole or part by Contractor relating to work, services, and/or products provided in the
performance of this Contract, including but not limited to, any Subcontractor or anyone directly or indirectly
employed by or working as an independent contractor for Contractor or said Subcontractors or anyone for
whose acts any of them may be liable and any injury or damages claimed by any of Contractor's and
Subcontractor's employees or independent contractors.
The Contractor expressly understands and agrees that any insurance policies required by this contract, or
otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save
harmless and defend the City of La Porte, its Council members, officers, agents and employees and herein
provided.
3.1.4.15 Drug Free Work Place
The Contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law
100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final
rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management
and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the
Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply with the
relevant provisions thereof, including any amendments to the final rule that may hereafter be issued.
This section does not prohibit the City from rejecting all bids.
3.2 Compensation Provisions
3.2.1 Ordering, Invoices and Payment
Requests for work, services or goods in the form of a Purchase order will be issued by the Purchasing Division and
sent to the contractor to be applied against the Contract. Contractor must not honor any order(s), perform work
or services or make any delivery of goods without receipt of a Purchase Order issued by the City.
3.2.1.1 Invoices
Invoices shall be submitted to the attention of Accounts Payable at 604 W. Fairmont Parkway, La Porte, Texas
.
77571 or at accountspayable@laportetx.gov
3.2.2 Recordkeeping and Audits
Contractor shall maintain a separate accounting and itemized records for these operations in accordance with
Generally Accepted Accounting principles (GAAP). Contractor shall pay all costs and expenses, including lawful
taxes, connected with its operations when due. The City or its authorized agents shall have the right to inspect such
books or original entries and other related books, records or receipts, wherever located at such reasonable times
and as often as may be requested during the term of this Contract until such time as is necessary to complete an
audit should an audit be required beyond 3 years after the termination of this Contract for any reason.
3.2.2.1 Audits
The City may, in its sole discretion audit the records of Contractor or its Subcontractors, or both, at any time
during the term of this Contract or within three years after the Contract ends, in connection with the goods,
work, or services provided under this Contract. Each calendar year or partial calendar year may be deemed an
“audited period”.
3.2.2.2 Federally Funded Contracts
If this Contract is federally funded, the Contractor will ensure that it and its Subcontractors comply with the
applicable provisions of the Davis-Bacon Act (prevailing wages) Act 40 U.S.C. sec 276, as amended and related
regulations and pay such applicable prevailing wage rates.
The term general prevailing hourly rate, when used in this requirement will mean the hourly cash wages plus
fringe benefits for health and welfare, insurance, vacations, and pensions paid generally, in the locality in which
the work is being performed to employees engaged in work of a similar character on public works.
As a condition of making payment to the Contractor, the City may require the Contractor to submit an affidavit
to the effect that not less than the prevailing hourly wage rate is being paid to laborers, mechanics, and other
workmen employed on this Contract in accordance with Texas of federal law, as applicable
3.3 Compliance with all laws
3.3.1 General
Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes,
regulations, codes, ordinances and executive orders in effect now or later and as amended whether or not they
appear in the Contract Documents.
Any agreement resulting from this solicitation shall be construed according to the laws of the State of Texas. The
City and vendors agree that the venue for any legal action under this agreement shall be Harris County, Texas. In
the event that any action is brought under any agreement resulting from the solicitation in Federal Court, the venue
for such action shall be in the Federal Judicial District of Harris County, Texas.
Provisions required by law, ordinances, rules, regulations or executive orders to be inserted in the Contract are
deemed inserted in the Contract whether or not they appear in the contract. Contractor must require all
Subcontractors to also do so.
3.3.2 Compliance with Environmental Laws and related matters
Any noncompliance, by Contractor or any Subcontractor, with any Environmental Law during the time that this
Contract is effective is an event of default, regardless of whether the noncompliance relates to performance of this
Contract. This includes without limitation any failure by Contractor or any Subcontractor to keep current,
throughout the term of this Contract, all insurance certificates, permits and other authorizations of any kind that
are required, directly or indirectly, by any Environmental law.
3.3.2.1 Proof of Noncompliance
Any adjudication, whether administrative or judicial, against Contractor or any Subcontractor, for a violation of
any Environmental Law, is sufficient proof of noncompliance, and therefore of an event of default, for purposes
of this Contract.
Any citation issued to/against Contractor or any Subcontractor, by any government agent or entity, alleging a
violation of any Environmental sufficient proof of noncompliance for purposes of this Contract, and therefore
of an event of default, if the citation contains or is accompanied by, or the City otherwise obtains any evidence
sufficient to support a reasonable conclusion that a violation has occurred.
The City shall have the authority to determine whether noncompliance with an Environmental Law has
occurred, based on any of the foregoing types of proof. The city may, at its discretion may declare an event of
default, whether to offer an opportunity to cure, and if so any requirements for cure, such as by taking specified
actions, which may include without limitation ceasing and desisting from utilizing a Subcontractor.
3.3.2.2 Costs
Any cost arising directly or indirectly, in whole or in part, from any noncompliance, by Contractor or any
Subcontractor with any Environmental Law, will be borne by the Contractor and not by the City. No provision
of this Contract is intended to create or constitute an exception to this provision
3.3.1 Copyright and Patents
Contractor agrees to indemnify and hold the City harmless from any claim involving patent infringement or
copyrights for goods supplied.
3.4 Contract Disputes and Termination
3.4.1 Termination
The City may terminate this Agreement, in whole or in part, at any time by written notice to the vendor. The
effective date of termination will be the date the notice is received by the Contractor or the date stated in the
notice, whichever is later. Vendor may terminate this agreement upon thirty (30) days written notice to the City.
During such termination period, the vendor shall continue to diligently perform all duties hereunder. After a receipt
of termination notice and except as otherwise directed by the City, the vendor shall: stop work on the date and to
the extent specified; terminate and settle all orders and subcontracts relating to the performance of the terminated
work; transfer all work in process, completed work, and other materials related to the terminated work as directed
by the City; and continue and complete all parts of that work that have not been terminated.
stth
to September 30 fiscal year basis. Accordingly the City of
The City of La Porte budget is funded on an October 1
La Porte Texas reserves the right to terminate this contract without liability to the City in the event that funding for
this contract is discontinued or is no longer available. No payments will be made under this Contract beyond those
amounts appropriated and budgeted by the City to fund payments under this Contract. Thirty (30) days written
notice will be provided to Vendor where possible.
3.4.2 Dispute Resolution
The Contractor and using Department must attempt to resolve all disputes arising under this Contract in good faith,
taking such measures as, but not limited to investigating the facts of the dispute and meeting to discuss the issues.
3.4.2.1 Resolution Process
Pursuant to subchapter 1, Chapter 271, Texas Local Government Code, contractor agrees that, prior to
instituting any lawsuit or other proceeding arising from any dispute or claim of breach under this Agreement
(a "Claim"), the parties will first attempt to resolve the claim by taking the following steps: (i) A written notice
substantially describing the factual and legal basis of the claim shall be delivered by the contractor to the City
within 30 days of the event giving rise to the claim, which notice shall request a written response to be delivered
to the contractor not less than fourteen business days after receipt of the notice of claim; (ii) if the response
does not resolve the claim, in the opinion of the contractor, the contractor shall give notice to that effect to
the city whereupon each party shall appoint a person having authority over the activities of the respective
parties who shall promptly meet, in person, in an effort to resolve the claim; (iii) if those persons cannot or do
not resolve the claim, then the parties shall each appoint a person from the highest tier of managerial
responsibility within each respective party, who shall then promptly meet, in person in an effort to resolve the
claim.
3.5 Events of Default and Termination
In addition to any breach of contract and events of default described within the Contract Documents, the following
constitute an event of default:
A. Any material misrepresentation, whether negligent or willful and whether in the inducement
or in the performance, made by Contractor to the City
B. Contractor's material failure to perform any of its obligations under this contract including:
failure to perform services with sufficient personnel and equipment or with sufficient
material to ensure the timely performance of the services;
failure to have and maintain all professional licenses required by law to perform the services;
Contractors repeated or continued violations of City law or ordinances whether related to
the performance of this contract or not;
failure to perform due to insolvency, filing for bankruptcy or assignment for the benefit of
creditors or failure to seek approval for any change in ownership or control of Contractor;
Contractor's default under any other Contract with the City during the life of this Contract;
failure to promptly correct erroneous or unsatisfactory services;
discontinuance of the services for reasons within Contractor's reasonable control;
failure to comply with any other term of this contract
3.5.1 Cure or Default
The City, at its sole discretion, may give Contractor an opportunity to cure a default within a specified period of
time or, if no opportunity to cure is granted, will issue a written default notice. The decision to issue a default notice
is within the sole discretion of the City and neither that decision nor the factual basis for it is subject to review or
challenge under the Disputes provision of this Contract.
3.5.1.1
A default notice will also indicate any present intent to terminate this contract. This decision is final and
effective upon giving the notice. If there is no present intent to terminate this contract, this decision does not
preclude the City from later deciding to terminate in a later notice, which is final and effective upon the giving
of the notice.
3.6 Department-specific requirements
Contractor must comply with the relevant user Department’s specific requirements in the performance of this
Contract, if applicable.
3.6.1 Codes, Permits, Licenses
Vendor shall comply with all federal, state and local standards, codes and ordinances and other authorities such as
utilities and those having jurisdiction pertaining to equipment and materials used and their application. None of
the terms of the specification shall be construed as waiving any rules, regulations or requirements of these
authorities. Prior to start of work, successful bidder will obtain all necessary permits, certificates and/or licenses as
required by law to fulfill contractual obligations to the City. City of La Porte permit fees will be waived.
ARTICLE 4 Special Conditions for Services Contracts
4.1 Providing Services
Contractor must not honor any verbal order(s), make any deliveries or commence any work related to the contract
without receipt of a Purchase Order issued by Purchasing. Any goods or services provided by the Contractor without a
written Purchase Order are made at the Contractor's risk. Consequently, in the event a written Purchase Order is not
provided by the City, Contractor releases the City from any liability whatsoever to pay for any items or services provided
without a written Purchase Order.
4.2 Timeliness of Performance of Services
Contractor must provide the Services and Deliverables within the term and within the time limits required under this
Contract, pursuant to detailed specifications or as specified in the applicable technical information and exhibits. Further,
Contractor acknowledges that TIME IS OF THE ESSENCE and that the failure of Contractor to comply with the time limits
may result in economic or other losses to the City.
Neither Contractor nor its agents, employees or Subcontractors are entitled to any damages from the City, nor is any
party entitled to be reimbursed by the City, for damages, charges or other losses or expenses incurred by Contractor by
reason of delays or hindrances in the performance of the Services whether or not caused by the City.
4.2.1 Force Majeure
To the extent either party of this agreement shall be wholly or partially prevented from the performance of the
term specified, or of any obligation or duty placed on such party by reason of or through work strikes, stoppage of
labor, riot, fire, flood, acts of war, insurrection, court judgment, act of God, or other specific cause reasonably
beyond the parties control and not attributable to its malfeasance, neglect or nonfeasance. In such event, the time
for performance of such obligation or duty shall be suspended until such disability to perform is removed.
4.3 Standard of Performance of Services
Contractor must perform all Services required of it under this Contract with that degree of skill, care and diligence
normally shown by a Contractor in the community performing services of a scope and purpose and magnitude
comparable with the nature of the Services to be provided under this Contract. Contractor acknowledges that it may
be entrusted with or may have access to valuable and confidential information and records of the City and with respect
to that information only, Contractor agrees to be held to the standard care of fiduciary.
Contractor must ensure that all Services that require the exercise of professional skills or judgment are accomplished
by professionals qualified and competent in the applicable discipline and appropriately licensed, if required by law.
Contractor must provide the City copies of any such licenses. Contractor remains responsible for the professional and
technical accuracy of all Services or Deliverables furnished, whether by Contractor or its Subcontractors or others on its
behalf. All deliverables must be prepared in a form and content satisfactory to the Department and delivered in a timely
manner consistent with the requirements of this Contract.
If Contractor fails to comply with the foregoing standards, Contractor must perform again, at its own expense, all
Services required to be re-performed as a direct or indirect result of that failure. Any review, approval, acceptance or
payment by the City does not relieve Contractor of its responsibility for the professional skill and care and technical
accuracy of its services and deliverables. The city’s rights against Contractor under this Contract at law, or in equity is
not limited by this provision.
If the City determines that Contractor has failed to deliver the City will notify the contractor of its failure. If Contractor
does not correct the failure after receipt of notice form the City specifying the failure, then the City, by written notice,
may treat the failure as a default of this contract.
4.4 Additional Services
Any additional services requested by the Department require the approval by the City through a formal amendment
before Contractor is obligated to perform those additional services and before the City becomes obligated to pay for
those additional services.
4.5 Suspension of Services
The City may at any time request that Contractor suspend its services, or any part of them, by giving 15 calendar days
prior written notice to Contractor or in the event of emergency, upon informal, oral, or even no notice. No costs incurred
after the effective date of such suspension are allowed. Contractor must promptly resume its performance of the
Services under the same terms and conditions as stated in this contract upon written notice by the City and such
equitable extension of time as may be mutually agreed upon by the City and Contractor when necessary for continuation
or completion of Services. Any additional costs or expenses actually incurred by Contractor as a result of resuming the
services must be treated in accordance with the compensation provisions of this Contract.
4.6 Personnel
Contractor is expected to maintain an adequate force comprised of suitable, competent personnel that are fully
equipped, licensed as appropriate, available as needed, qualified and assigned to perform the Services. The City reserves
the right to request Contractor to adjust staffing levels to reflect workload and level of required Services or Additional
Services.
The City relied on the qualifications and experience of Contractor’s key personnel to perform the services. Contractor
must not reassign or replace key personnel without the written consent of the City, which consent the City will not
reasonably withhold. The City may at any time in writing notify Contractor that it will no longer accept performance of
Services under this contract by one or more key personnel. Upon that notice contractor must immediately suspend the
services of such person(s) and provide a replacement of comparable qualifications and experience that is acceptable to
the City.
4.7 Purchase Orders
Unless otherwise provided in the Scope of Work and Detailed Specifications, orders for products or services to be
provided under this contract will be in the form of a City of La Porte purchase order that will be issued by the
Purchasing Division and sent to the Contractor.
4.8 Delivery of Goods - Supplies
Upon receipt of a Purchase Order, deliveries are to be made to the location(s) specified on the purchase order or as
listed in the Scope and Detailed Instructions. Unless specifically stated in the Detailed Specifications or a written
purchase order, all deliveries will be F.O.B. Destination City of La Porte. Initial acceptance of any delivery by the City will
not be considered as a waiver of any provision of this Contract and will not relieve the Contractor of its obligation to
supply satisfactory goods or services which conform to the Contract.
Title and risk of loss of goods shall not pass to the City until goods are actually received and in the City is in possession
of the goods at the point or points of delivery as specified in the solicitation. The delivery address may be included in
this solicitation document and will be shown on the Purchase Order as a “Ship To” address.
4.9 Inspection and Defects - Supplies
The City will have the right to inspect any products provided under this Contract. Upon delivery, the City will conduct
an initial visual examination solely for the purpose of identifying any obvious damage, defects or non-conformance to
specifications. The Contractor may be present for such an inspection. This does not limit the City's right to conduct
subsequent inspection of any product(s) delivered.
Should shipment errors defects or non-conformances be discovered in either the initial or subsequent inspection, the
City may exercise appropriate remedies in accordance with the U.C.C., in addition to any other remedies specified in
this agreement. Any returns to the Contractor, due to fault of Contractor will be at Contractor's expense. No re-stocking
charges will apply and, replacements, when applicable shall arrive promptly.
4.10 Quality
Quality of materials and workmanship must comply, at minimum, with best industry practices and standards or,
specifically, as per the Detailed Specifications. Unless otherwise specified in the Detailed specifications, all items
provided must be new and unused, and in conformance with the Contract.
4.11 Warranty and Product information
Contractor must provide original product warranty and related services for products provided under this Contract in
accordance with the standard warranty regularly provided by the original equipment manufacturer for that product,
unless the Detailed Specifications call for a different warranty.
Contractor warrants that the title to products provided under this agreement is good and its transfer is rightful, and that
the products delivered to the City are free from all liens or security interest or other encumbrance. Additionally, in
addition to any implied warranty, the items shall conform to specifications, drawings, and other requirements in the
Detailed Specifications and shall be free from defects in materials and workmanship including defects in design except
to the extent that they are non-standard products manufactured pursuant to detailed designs furnished by the City and
the defect is in the portion of the design furnished by the City. Said warranties, including warranties implied by law,
shall run to City, its successors, assigns, customers and to users of the goods.
ARTICLE 5 Scope of Work and Detailed Specifications
5.1 General
The City of La Porte is seeking competitive bids to upgrade the current Emergency Operations Center audio/visual
equipment from analog to digital.
It is anticipated that the project will commence immediately upon award with 120 calendar days for substantial
completion and 150 calendar days for final project completion.
A pre-bid meeting will be held at the Emergency Operations Center on February 6, 2018 at 10:00 a.m. The EOC is
rd
located at 3001 N. 23 St., La Porte, Texas 77571
NOTICE: Pre-bid attendees must have their driver’s license available prior to being escorted into the facility.
Persons with current warrants will be denied entry. Additional background and security requirements may be
required to be eligible to perform the work, see Exhibit G.
5.2 Technical Requirements
The System upgrade will include, but may not be limited to, the following:
Upgrade existing A/V switcher with a 32x32 switcher, including a new A/V rack (current system is Crestron)
Remove all existing cabling and run new cabling from rack to designated terminals
o The City is planning for twenty (20) inputs and ten (10) outputs with this upgrade
Replace three (3) existing projectors with new laser projectors
Replace three (3) existing projection screens with screens to match the aspect ratio of the new laser
projectors
Remove two (2) existing TV’s, and replace with one 46” TV
Remove two (2) existing TV’s (around 50”), and replace with two (2) 70” TV’s
Ceiling mounts will be needed for the three (3) projectors and two (2) 70” TV’s (if new equipment is not
compatible with current mounts)
One (1) wall mount will be needed for the 46” TV
5.2.2 Access to the worksite
Contractor shall be screened in accordance with current security policy (Exhibit G). At minimum, any person
entering the facility must provide a driver’s license, will have a background check by PD, and must not have any
outstanding warrants.
5.2.2 Hours of Work
All work related to the project is to be completed between the hours of 8am and 5pm, CST, Monday through
Friday. No overtime hours are allowed for the project.
5.2.3 Contractor Supplies and Equipment
Contractor is solely responsible for the delivery of, and the storage and care of all equipment, tools, materials, and
other supplies necessary to perform the work. No secured storage area is available.
5.2.4 Safety and Housekeeping
Contractor is solely responsible for safety of all representatives performing the work, proper disposal of any
equipment, remnants, and related materials and, daily clean-up. Work area shall be left “broom-clean” and free
from any equipment remnants or debris, and shall be left in the original condition prior to commencing the work.
5.3 Silence of Specifications
The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description
concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only
material and workmanship of the finest quality are to be used. All interpretations of specifications shall be made on the
basis of this statement. The items furnished under this contract shall be new, unused of the latest product in production
to commercial trade and shall be of the highest quality as to materials used and workmanship. Manufacturer furnishing
these items shall be experienced in design and construction of such items and shall be an established supplier of the
item bid.
ARTICLE 6 Insurance Requirements and Bonding
6.1 Insurance
Contractor’s performing work on City property or public right-of-way on behalf of the City of La Porte shall provide a
certificate of insurance in accordance with the coverage provisions identified herein. Contractors shall provide the City
evidence that all subcontractors performing work on the project have the same types and amounts of coverages as
required herein or that the subcontractors are included under the contractor’s policy. It required that the required
insurance be maintained at all times during the performance of the contract.
All insurance companies must be authorized by the Texas Department of Insurance to transact business in the State of
Texas and must be acceptable to the City of La Porte.
Signing this solicitation indicates that you have the required insurance and if selected to perform the work, will provide
the certificates of insurance naming the City as additionally insured. A PURCHASE ORDER WILL NOT BE ISSUED WITHOUT
EVIDENCE OF INSURANCE.
The types and amounts of insurances required are found in Exhibit B. The City reserves the right to amend or require
additional types and amounts of coverages or provisions depending on the nature of the work.
6.2 Bonds
A Performance Bond and Payment Bond, furnished as a guaranty of the faithful performance of the work and for the
protection of the claimants for labor and material, each in the full amount of the Contract price, executed by a surety
company or companies authorized to execute surety bonds under and in accordance with the laws of the State of Texas
is required, each in the full amount of the Bid. When required, the City’s bond forms will be included and must be used.
ARTICLE 7 Proposal Pages
7.1
Contractor agrees to charge to the public the retail prices, exclusive of any sales tax, as shown on Exhibit A, attached hereto,
incorporated by reference herein, and made a part hereof for all purposes. Contractor shall offer no other item for sale that
is not on the approved price list. Initial pricing shall be in accordance with Exhibit A. Contractor may add, delete, or make
other adjustments to items or pricing from time to time, provided each item or price change is pre-approved, in writing, by
the City prior to its offering.
ARTICLE 8 EXECUTION AND ACCEPTANCE PAGES
Bid execution and acceptance pages follow. Please complete only the Execution page appropriate for your business type.
Remainder of this page intentionally blank.
8.1 Bid Execution By a Corporation
The undersigned, hereby acknowledges having received Solicitation Number _______________containing a full set of Contract
Documents, including but not limited to, 1) Requirements for Bidding and Instructions to Bidders, @) Standard Terms and
Conditions - General Conditions, 3) Special Conditions, 4) Contract Plans or Drawings (if applicable), 5) Detailed Specifications,
6) Proposal Pages, 7) Certifications and 8) Addenda Nos. (none unless indicated here) ____________________, and affirms
that the corporation shall be bound by all the terms and conditions contained in the Contract Documents regardless of whether
a complete set thereof it attached to this proposal or bid, except only to the extent that the corporation has taken express
written exception thereto in the sections of this solicitation designated for that purpose. Under penalty of perjury, the
undersigned: (1) warrants that he/she was authorized to submit this execution page on behalf of the Disclosing party; (2)
warrants that all certifications and statements contained in the execution pages are true, accurate and complete as of the date
the execution page was submitted; and (3) further warrants that, as of the date of submission of this solicitation there have
been no changes in circumstances since the date that the Execution page was submitted that would render any certification
in the execution page false, inaccurate or incomplete. Furthermore, the undersigned being duly sworn, deposes and says on
oath that no disclosures of ownership interests have been withheld and the information provided therein to the best of its
knowledge is current and the undersigned has not entered into any agreement with any other Bidder (proposer) or prospective
Bidder (proposer) or with any other person, firm or corporation relating to the price named in this proposal or any other
proposal, nor any agreement or arrangement under which any act or omission in restraint of freedom of competition among
Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named
herein.
Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected.
NAME OF CORPORATION: ______________________________________________________________________________
(Print or Type)
SIGNATURE OF PRESIDENT*: ______________________________________________________________________________
(Or Authorized Officer) (Signature)
TITLE OF SIGNATORY: ______________________________________________________________________________
(Print or Type)
BUSINESS ADDRESS: ______________________________________________________________________________
(Print or Type)
*Note: In the event that this bid (proposal) is signed by other than the President, attach hereto a certified copy of that section of Corporate By-Laws
or other authorization, such as a resolution by the Board of Directors, which permits the person to sign the offer for the Corporation.
ATTEST: ___________________________________________________________________
(Corporate Secretary Signature) (Affix Corporate Seal)
State of _______________ County of _________________
This instrument was acknowledged before me on this _____ day of _______________, 20___ by ____________________ as President
(or other authorized officer) and ______________________ as Secretary of ______________________________ (Corporation
Name).
(Seal)
_____________________________ Commission Expires: ____________________
Notary Public Signature
_______________ County of _________________
8.2 Bid Execution By a Joint Venture
The undersigned, hereby acknowledges having received Solicitation Number _______________containing a full set of Contract Documents,
including but not limited to, 1) Requirements for Bidding and Instructions to Bidders, @) Standard Terms and Conditions -General Conditions,
3) Special Conditions, 4) Contract Plans or Drawings (if applicable), 5) Detailed Specifications, 6) Proposal Pages, 7) Certifications and 8) Addenda
Nos. (none unless indicated here) ____________________,
and affirms that the Joint Venture shall be bound by all the terms and conditions contained in the Contract Documents regardless of whether
a complete set thereof it attached to this proposal or bid, except only to the extent that the corporation has taken express written exception
thereto in the sections of this solicitation designated for that purpose.
Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit this execution page on behalf of the Disclosing
Party; (2) warrants that all certifications and statements contained in the execution pages are true, accurate and complete as of the date the
execution page was submitted; and (3) further warrants that, as of the date of submission of this solicitation there have been no changes in
circumstances since the date that the Execution page was submitted that would render any certification in the execution page false, inaccurate
or incomplete.
Furthermore, the undersigned being duly sworn, deposes and says on oath that no disclosures of ownership interests have been withheld and
the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any
other Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this
proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraint of freedom of competition
among Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named herein.
Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected.
JOINT VENTURE NAME: ______________________________________________________________________________
(Print or Type)
JOINT VENTURE ADDRESS:______________________________________________________________________________
(Print or Type)
SIGNATURE AND ADDRESSES OF ALL MEMBERS OF THE JOINT VENTURE (If all members of the Joint Venture do not sign, indicate authority
of signatories by attaching copy of Joint Venture agreement or other authorizing document):
SIGNATURE OF Authorized Party: ______________________________________________________________________________
(Signature)
TITLE OF SIGNATORY: ______________________________________________________________________________
(Print or Type)
BUSINESS ADDRESS: ______________________________________________________________________________
(Print or Type)
ATTEST: ___________________________________________________________________
(Joint Venture Secretary Signature) (Affix Joint Venture Seal)
OR
Joint Venturer Signature: (Signature) ___________________________________________________________
Address (Print or Type) ________________________________________________________
(Signature) ___________________________________________________________
Joint Venturer Signature:
Address: (Print or type) _________________________________________________________
Joint Venturer Signature: (Signature) ___________________________________________________________
(Print or Type) ________________________________________________________
Address:
State of _______________ County of _________________
This instrument was acknowledged before me on this _____ day of _______________, 20___ by ____________________ as President
(or other authorized officer) and ______________________ as Secretary of ______________________________ (Joint Venture Name).
(Seal)
_____________________________ Commission Expires: ____________________
Notary Public Signature
8.3 Bid Execution By a Partnership
The undersigned, hereby acknowledges having received Solicitation Number _______________containing a full set of Contract Documents,
including but not limited to, 1) Requirements for Bidding and Instructions to Bidders, @) Standard Terms and Conditions -General Conditions,
3) Special Conditions, 4) Contract Plans or Drawings (if applicable), 5) Detailed Specifications, 6) Proposal Pages, 7) Certifications and 8) Addenda
Nos. (none unless indicated here) ____________________,
and affirms that the Joint Venture shall be bound by all the terms and conditions contained in the Contract Documents regardless of whether
a complete set thereof it attached to this proposal or bid, except only to the extent that the corporation has taken express written exception
thereto in the sections of this solicitation designated for that purpose.
Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit this execution page on behalf of the Disclosing
Party; (2) warrants that all certifications and statements contained in the execution pages are true, accurate and complete as of the date the
execution page was submitted; and (3) further warrants that, as of the date of submission of this solicitation there have been no changes in
circumstances since the date that the Execution page was submitted that would render any certification in the execution page false, inaccurate
or incomplete.
Furthermore, the undersigned being duly sworn, deposes and says on oath that no disclosures of ownership interests have been withheld and
the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any
other Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this
proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraint of freedom of competition
among Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named herein.
Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected.
BUSINESS NAME: ______________________________________________________________________________
(Print or Type)
BUSINESS ADDRESS: ______________________________________________________________________________
(Print or Type)
SIGNATURE AND ADDRESSES OF ALL MEMBERS OF THE PARTNERSHIP (If all General Partners do not sign, indicate authority of signatories
by attaching copy of the partnership agreement or other authorizing document):
Address: (Print or Type) ________________________________________________________
Partner Signature: (Signature) ___________________________________________________________
Address: (Print or type) _________________________________________________________
Partner Signature: (Signature) ___________________________________________________________
Address: (Print or Type) ________________________________________________________
State of _______________ County of _________________
This instrument was acknowledged before me on this _____ day of _______________, 20___ by ____________________ as President
(or other authorized officer) and ______________________ as Secretary of ______________________________ (Partnership Name).
_____________________________
Notary Public Signature
Commission Expires: ____________________ (Seal)
8.4 Bid Execution By a Sole Proprietor
The undersigned, hereby acknowledges having received Solicitation Number _______________containing a full set of Contract Documents,
including but not limited to, 1) Requirements for Bidding and Instructions to Bidders, @) Standard Terms and Conditions - General Conditions,
3) Special Conditions, 4) Contract Plans or Drawings (if applicable), 5) Detailed Specifications, 6) Proposal Pages, 7) Certifications and 8) Addenda
Nos. (none unless indicated here) ____________________,
and affirms that the sole proprietor shall be bound by all the terms and conditions contained in the Contract Documents regardless of whether
a complete set thereof it attached to this proposal or bid, except only to the extent that the corporation has taken express written exception
thereto in the sections of this solicitation designated for that purpose.
Under penalty of perjury, the undersigned: (1) warrants that he/she was authorized to submit this execution page on behalf of the Disclosing
Party; (2) warrants that all certifications and statements contained in the execution pages are true, accurate and complete as of the date the
execution page was submitted; and (3) further warrants that, as of the date of submission of this solicitation there have been no changes in
circumstances since the date that the Execution page was submitted that would render any certification in the execution page false, inaccurate
or incomplete.
Furthermore, the undersigned being duly sworn, deposes and says on oath that no disclosures of ownership interests have been withheld and
the information provided therein to the best of its knowledge is current and the undersigned has not entered into any agreement with any
other Bidder (proposer) or prospective Bidder (proposer) or with any other person, firm or corporation relating to the price named in this
proposal or any other proposal, nor any agreement or arrangement under which any act or omission in restraint of freedom of competition
among Bidders (proposers) and has not disclosed to any person, firm or corporation the terms of this bid (proposal) or the price named herein.
Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be rejected.
SIGNATURE OF PROPRIETOR: ______________________________________________________________________________
(SIGNATURE)
DOING BUSINESS AS: ____________________________________________________________________________
(Print or Type)
Business Address ____________________________________________________________________________
(Print or Type)
____________________________________________________________________________
(Print or Type)
____________________________________________________________________________
(Print or Type)
State of _______________ County of _________________
This instrument was acknowledged before me on this _____ day of _______________, 20___ by ____________________ as President
(or other authorized officer) and ______________________ as Secretary of ______________________________ (Partnership Name).
_____________________________
Notary Public Signature
Commission Expires: ____________________ (Seal)
Article 9 EXHIBITS
Exhibit pages to follow
Remainder of page intentionally blank
Exhibit A Pricing to Sealed Bid #18010 Audio and Visual Equipment
NOTE: Please itemize any other additional fees or charges. Any charges not included in this proposal will not be
allowed. Attach additional sheet if necessary. The City of La Porte is exempt from taxes. DO NOT INCLUDE TAX IN
BID
Lump Sum Install Audio Visual Equipment, as specified $___________________________
The undersigned certifies:
1.to comply with all instructions to bidders, attached specifications and other documents contained in this
solicitation;
2.that they have not conspired with any other potential supplier in any manner to attempt to control
competitive pricing;
3.that they are a duly qualified, capable and bondable business entity not in receivership or contemplating
same, and has not filed for bankruptcy.
4.affirms that they will not discriminate against any employee or applicant as prohibited by law. Failure to
comply may lead to termination of contract.
It is understood and agreed that the above described item, material, equipment and/or work shall carry the
standard warranty of the manufacturer and be delivered on site in accordance with the attached specifications in
_______ days after receipt of order.
METHOD OF PAYMENT:
City of La Porte payment terms is Net 30 (vendor paid within 30 days of satisfactory receipt of goods and an
approved invoice)
Do you allow for payments using the City’s Procurement Card Provider, CitiBank (this is the preferred payment
method in many instances)? _____________ If “yes”, discount offered ____________ %
Company Name: _________________________________ Authorized Signer: ______________________________
(Printed Name)
Telephone No: ___________________________________ Authorized Signer: ______________________________
(Signature)
E-mail: _________________________________________
Exhibit B Insurance Requirements
Contractor shall keep and maintain during the term of this contract, insurance as detailed in this Exhibit. Each policy
obtained by the Contractor for work with this Contract, with exception of the Worker's Compensation policy, shall name
the City of La Porte as an additional insured, and shall contain waiver of subrogation in favor of the City of La Porte. The
coverage and amounts designated are minimum requirements and do not establish limits of the Contractor's liability.
Additional coverage may be provided at the Contractor's option and expense.
General Liability:
Commercial General Liability
General Aggregate $2,000,000.00
Personal Injury $1,000,000.00
Each Occurrence $1,000,000.00
Automobile Liability:
Combined Single Limit $1,000,000.00
Excess Liability:
Umbrella Each Occurrence $1,000,000.00
Each Aggregate $1,000,000.00
Worker's Compensation:
A.Definitions:
Certificate of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-
insure issued by the commission, or a coverage agreement (TWC-81, TWCC-82, TWCC-83 or TWCC-84), showing
statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a
project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the Contractor's
work on the project has been completed and accepted by the Owner.
Persons providing services on the project - includes all persons or entities performing all or part of the services
the contractor has undertaken to perform on the project, regardless of whether that person has employees. This
includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-
operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the
project. "Services include without limitation providing, hauling or delivering equipment or materials, or providing labor,
transportation or other services related to the project.
GPSN DJR
DPOGMJDU!PG!JOUFSFTU!RVFTUJPOOBJSF
Gps!wfoeps!epjoh!cvtjoftt!xjui!mpdbm!hpwfsonfoubm!foujuz
PGGJDF!VTF!POMZ
Uijt!rvftujpoobjsf!sfgmfdut!dibohft!nbef!up!uif!mbx!cz!I/C/!34-!95ui!Mfh/-!Sfhvmbs!Tfttjpo/
Uijt!rvftujpoobjsf!jt!cfjoh!gjmfe!jo!bddpsebodf!xjui!Dibqufs!287-!Mpdbm!Hpwfsonfou!Dpef-!cz!b!wfoeps!xip
Ebuf!Sfdfjwfe
ibt!b!cvtjoftt!sfmbujpotijq!bt!efgjofe!cz!Tfdujpo!287/112)2.b*!xjui!b!mpdbm!hpwfsonfoubm!foujuz!boe!uif
wfoeps!nffut!sfrvjsfnfout!voefs!Tfdujpo!287/117)b*/
Cz!mbx!uijt!rvftujpoobjsf!nvtu!cf!gjmfe!xjui!uif!sfdpset!benjojtusbups!pg!uif!mpdbm!hpwfsonfoubm!foujuz!opu!mbufs
uibo!uif!8ui!cvtjoftt!ebz!bgufs!uif!ebuf!uif!wfoeps!cfdpnft!bxbsf!pg!gbdut!uibu!sfrvjsf!uif!tubufnfou!up!cf
gjmfe/!!Tff!Tfdujpo!287/117)b.2*-!Mpdbm!Hpwfsonfou!Dpef/
B!wfoeps!dpnnjut!bo!pggfotf!jg!uif!wfoeps!lopxjohmz!wjpmbuft!Tfdujpo!287/117-!Mpdbm!Hpwfsonfou!Dpef/!Bo
pggfotf!voefs!uijt!tfdujpo!jt!b!njtefnfbops/
2
Obnf!pg!wfoeps!xip!ibt!b!cvtjoftt!sfmbujpotijq!xjui!mpdbm!hpwfsonfoubm!foujuz/
3
Difdl!uijt!cpy!jg!zpv!bsf!gjmjoh!bo!vqebuf!up!b!qsfwjpvtmz!gjmfe!rvftujpoobjsf/!)Uif!mbx!sfrvjsft!uibu!zpv!gjmf!bo!vqebufe
dpnqmfufe!rvftujpoobjsf!xjui!uif!bqqspqsjbuf!gjmjoh!bvuipsjuz!opu!mbufs!uibo!uif!8ui!cvtjoftt!ebz!bgufs!uif!ebuf!po!xijdi
zpv!cfdbnf!bxbsf!uibu!uif!psjhjobmmz!gjmfe!rvftujpoobjsf!xbt!jodpnqmfuf!ps!jobddvsbuf/*
4
Obnf!pg!mpdbm!hpwfsonfou!pggjdfs!bcpvu!xipn!uif!jogpsnbujpo!jt!cfjoh!ejtdmptfe/
!!!!!!!!Obnf!pg!Pggjdfs
5
Eftdsjcf!fbdi!fnqmpznfou!ps!puifs!cvtjoftt!sfmbujpotijq!xjui!uif!mpdbm!hpwfsonfou!pggjdfs-!ps!b!gbnjmz!nfncfs!pg!uif
pggjdfs-!bt!eftdsjcfe!cz!Tfdujpo!287/114)b*)3*)B*/!!Bmtp!eftdsjcf!boz!gbnjmz!sfmbujpotijq!xjui!uif!mpdbm!hpwfsonfou!pggjdfs/
Dpnqmfuf!tvcqbsut!B!boe!C!gps!fbdi!fnqmpznfou!ps!cvtjoftt!sfmbujpotijq!eftdsjcfe/!!Buubdi!beejujpobm!qbhft!up!uijt!Gpsn
DJR!bt!ofdfttbsz/
B/Jt!uif!mpdbm!hpwfsonfou!pggjdfs!ps!b!gbnjmz!nfncfs!pg!uif!pggjdfs!sfdfjwjoh!ps!mjlfmz!up!sfdfjwf!ubybcmf!jodpnf-
puifs!uibo!jowftunfou!jodpnf-!gspn!uif!wfoeps@
Zft!!Op
C/Jt!uif!wfoeps!sfdfjwjoh!ps!mjlfmz!up!sfdfjwf!ubybcmf!jodpnf-!puifs!uibo!jowftunfou!jodpnf-!gspn!ps!bu!uif!ejsfdujpo
pg!uif!mpdbm!hpwfsonfou!pggjdfs!ps!b!gbnjmz!nfncfs!pg!uif!pggjdfs!BOE!uif!ubybcmf!jodpnf!jt!opu!sfdfjwfe!gspn!uif
mpdbm!hpwfsonfoubm!foujuz@
Zft!!Op
6
Eftdsjcf!fbdi!fnqmpznfou!ps!cvtjoftt!sfmbujpotijq!uibu!uif!wfoeps!obnfe!jo!Tfdujpo!2!nbjoubjot!xjui!b!dpsqpsbujpo!ps
puifs!cvtjoftt!foujuz!xjui!sftqfdu!up!xijdi!uif!mpdbm!hpwfsonfou!pggjdfs!tfswft!bt!bo!pggjdfs!ps!ejsfdups-!ps!ipmet!bo
pxofstijq!joufsftu!pg!pof!qfsdfou!ps!npsf/
7
Difdl!uijt!cpy!jg!uif!wfoeps!ibt!hjwfo!uif!mpdbm!hpwfsonfou!pggjdfs!ps!b!gbnjmz!nfncfs!pg!uif!pggjdfs!pof!ps!npsf!hjgut
bt!eftdsjcfe!jo!Tfdujpo!287/114)b*)3*)C*-!fydmvejoh!hjgut!eftdsjcfe!jo!Tfdujpo!287/114)b.2*/
8
Tjhobuvsf!pg!wfoeps!epjoh!cvtjoftt!xjui!uif!hpwfsonfoubm!foujuz
Ebuf
Gpsn!qspwjefe!cz!Ufybt!Fuijdt!Dpnnjttjpoxxx/fuijdt/tubuf/uy/vt
Sfwjtfe!2204103126
CITY OF LA PORTE
LOCAL BIDDER PREFERENCE APPLICATION
Sections 271.905 and 271.9051 of the Texas Local Government Code authorize a municipality to consider a vendor’s
location in the determination of a bid award if the lowest bid received is from a business outside the municipality and
contracting with a local bidder would provide the best combination of price and other economic benefits to the
municipality. The City of La Porte, Texas has determined that the allowable preference shall be applied to local
vendor’s bids for the purposes of evaluation when requested in writing by local bidder and when determined to be in
the best interest of the City to do so. This request form and any supporting documentation must be submitted with
quote/bid in order to be considered by the City of La Porte, Texas. Questions should be addressed to the Purchasing
Department at 281-470-5126. Exclusions to the local preference include expenditures of $25,000 or less, and those
purchases which are: sole source, emergency, federally-funded, cooperative contracts, service contracts subject to the
Professional Services Procurement Act, contacts awarded through request for proposals or qualifications, or via inter-
local agreement.
Location Eligibility: Principal place of business in La Porte, Texas. Principal place of business is defined herein as a
business that is headquartered in and has an established place of business in the incorporated limits of the City of La
Porte, and from which a substantial role in the entity’s performance of a commercially useful function or a substantial
part of its operations is conducted. A location utilized as a post office box, mail drop or telephone message center or
any combination thereof, with no other substantial work function, shall not be construed as a principal place of
business.
1.
(a)If yes, identify name of business/DBA, address and business structure: sole proprietorship, partnership,
corporation or other.
Name of business/DBA: ____________________________________________________
Address: _______________________________________________________________
City: __________________________ State: _____________ Zip: ___________________
Sole Proprietorship
Partnership
Corporation
Other ______________________________
(b)Name and city of residence of owner(s) partners/corporate officers as applicable
Name: ______________________________________
City: ________________________________________
2.General Business Information:
(a)Year business established (La Porte location) _________
(b)Most recent year property valuation (if owned); real and personal property $____________
(c)Is business current on all property, sales tax and utility bills at the time of this application? ________ (d)
Total number of current employees_______ and number of La Porte-resident employees ______
3.Economic Development benefits resulting from award of this contract:
(a)Number of additional jobs created______ or retained for La Porte resident-employees ______
(b)Local subcontractor utilized, if applicable; name, location and contract value for each
LOCAL BIDDER PREFERENCE APPLICATION, Continued
Name: ________________________________
Address: ______________________________
Contract Value $________________________
(c)Other economic development benefit deemed pertinent by applicant
_______________________________________________________
_______________________________________________________
_______________________________________________________
_______________________________________________________
The undersigned does hereby affirm that the information supplied is true and correct as of the date hereof, under
penalty of perjury.
City Bid No. /Quote for which the local preference is requested: ____________________________
______________________________________________________________________________
(Name of Bidder) (Date)
____________________________________
(Signature)
____________________________________
(Print Name)
THE STATE OF TEXAS §
§
COUNTY OF______________§
Appeared before me the above-named_____________________________, known to me to be the same, and swore
that the information provided in response to the foregoing questions are true and correct to the best of his/her
knowledge and belief, this ______ day of _________________, 20___.
________________________________
NOTARY PUBLIC, STATE OF TEXAS
Printed Name: _____________________
Commission Expires: ________________
References:
Please PRINT or TYPE here, the names, addresses and other contact information of persons in a management
capacity where other similar work has been provided within the last five (5) years, or is currently being provided that
may be willing to provide a reference and recommendation for your company. Failure to complete and submit this
form may be cause to disqualify your proposal. References provided must be for similar projects.
At least 2 references should be current and of a similar size and scope. Contractor shall also indicate the date
services were performed and a brief description of the type of involved for each reference
provided.
Company Name Contact Address Telephone E-mail
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
Company Name Contact Address Telephone E-mail
_____________________________________________________________________________________________
_____________________________________________________________________________________________
____________________________________________________________________________________
Company Name Contact Address Telephone E-mail
_____________________________________________________________________________________________
_____________________________________________________________________________________________
____________________________________________________________________________________
Company Name Contact Address Telephone E-mail
_____________________________________________________________________________________________
_____________________________________________________________________________________________
____________________________________________________________________________________
Company Name Contact Address Telephone E-mail
_____________________________________________________________________________________________
_____________________________________________________________________________________________
____________________________________________________________________________________
Company Name Contact Address Telephone E-mail
_____________________________________________________________________________________________
____________________________________________________________________________________
_____________________________________________________________________________
February 01, 2018
Addendum No 1
Bid #18010 –Audio and Visual Equipment
Invitation to Bid
Current Invitation to Bid readsthat prebid will be held on February 6, 2018. The date has been
changed:
From: 2-6-18
To: February 13, 2018, 10:00 a.m. CST in the Emergency Operations Center located at 3001 N.
rd
Street, La Porte, Texas 77571.
23
Please acknowledge receipt of addendum by signing below. This form must accompany your
proposal.
I do hereby acknowledge receipt of Addendum No. 1 to Bid #18010
Signature
______________________________________________________________________________
Printed Name
Regards,
Sandie Scarborough, CPSM, C.P.M.
Contract Administrator
February , 2018
Addendum No
Bid #18010 – Audio andVisual Equipment
I
Please acknowledge receipt of addendum by signing below. This form must accompany your
proposal.
I do hereby acknowledge receipt of Addendum No. to Bid #18010
Signature
______________________________________________________________________________
Printed Name
Regards,
Sandie Scarborough, CPSM, C.P.M.
Contract Administrator
Exhibit A Pricing to Sealed Bid #18010 Audio and Visual Equipment
NOTE: Please itemize any other additional fees or charges. Any charges not included in this proposal will not be
allowed. Attach additional sheet if necessary. The City of La Porte is exempt from taxes. DO NOT INCLUDE TAX IN
BID
Lump Sum Install Audio Visual Equipment, as specified
$___________________________
to comply with all instructions to bidders, attached specifications and other documents contained in this
solicitation;
that they have not conspired with any other potential supplier in any manner to attempt to control
competitive pricing;
that they are a duly qualified, capable and bondable business entity not in receivership orcontemplating
same, and has not filed for bankruptcy.
affirms that they will not discriminate against any employee or applicant as prohibited by law. Failureto
comply may lead to termination of contract.
It is understood and agreed that the above described item, material, equipment and/or work shall carry the
standard warranty of the manufacturer and be delivered on site in accordance with the attached
specifications in _______ days after receipt of order.
METHOD OF PAYMENT: City of La Porte payment terms is Net 30 (vendor paid within 30 days of satisfactory
receipt of goods and an approved invoice)
Do you allow for payments using the City’s Procurement Card Provider, CitiBank (this is the preferred
payment methd in many instances)? If “yes”, discount offered ____________ %
February , 2018
Addendum No
Bid #18010 – Audio andVisual Equipment
Please acknowledge receipt of addendum by signing below. This form must accompany your
proposal.
I do hereby acknowledge receipt of Addendum No. to Bid #18010
Signature
______________________________________________________________________________
Printed Name
Regards,
Sandie Scarborough, CPSM, C.P.M.
Contract Administrator
Exhibit A Pricing to Sealed Bid #18010 Audio and Visual Equipment
NOTE: Please itemize any other additional fees or charges. Any charges not included in this proposal will not be
allowed. Attach additional sheet if necessary. The City of La Porte is exempt from taxes. DO NOT INCLUDE TAX IN
BID
Lump Sum Install Audio Visual Equipment, as specified
$___________________________
to comply with all instructions to bidders, attached specifications and other documents contained in this
solicitation;
that they have not conspired with any other potential supplier in any manner to attempt to control
competitive pricing;
that they are a duly qualified, capable and bondable business entity not in receivership orcontemplating
same, and has not filed for bankruptcy.
affirms that they will not discriminate against any employee or applicant as prohibited by law. Failureto
comply may lead to termination of contract.
It is understood and agreed that the above described item, material, equipment and/or work shall carry the
standard warranty of the manufacturer and be delivered on site in accordance with the attached
specifications in _______ days after receipt of order.
METHOD OF PAYMENT: City of La Porte payment terms is Net 30 (vendor paid within 30 days of satisfactory
receipt of goods and an approved invoice)
Do you allow for payments using the City’s Procurement Card Provider, CitiBank (this is the preferred
payment methd in many instances)? If “yes”, discount offered ____________ %
1170100010003170
9148191481
$94,651.00
Ford AV
610305
12202135
113829.08113829.08
$115,964.08
Group
Audio Visual
Technologies
113924.18113924.18
$113,924.18
DataVox, Inc.
NANANA
LSLSLSLS
QTY
Description
Bid Tabulation to #18010 - Audio Visual Equipment Upgrade at PD
lump sum to provide and install audio visual equipment as specifiedrelocate existing electrical outlets in closer proximity to projectors being installed (3 projectors)relocate existing
electrical outlets for TV's to accommodate new TV installationpatch and paint to line new condition where installation changes or relocation of equipment within this scope leave visible
damages SubTotal Item 1Sub Total Options (1A, 1B, 2)Grand Total
1
Item No.Option 2
Option 1AOption 1B
REQUEST FOR CITY COUNCIL AGENDA ITEM
Budget
Agenda Date Requested: March 26, 2018
Source of Funds: 015
Requested By: Don Pennell
Account Number: 015-7070-530-1100
Department: Public Works
Amount Budgeted: 015 $400,000
Report: ___ Resolution: _____ Ordinance: _______
Amount Requested: 015 $52,485
Budgeted Item: YES NO
Exhibit: Burditt Consultants Professional Services Proposal
Exhibit: Sample Conceptual Drawing
Exhibit: Sample Custom Designed Facilities
SUMMARY & RECOMMENDATION
The former Texas Parks and Wildlife building, located at the corner of Main Street and S. Broadway (Five Points),
has sustained substantial weather related structural and roof damages causing damages to the interior building
and contents. The cost of necessary rehabilitation exceeds the cost to demolish the building and prepare the site
for a new facility (a new restroom and pavilion).
Thus, the FY 17 budget includes an allocation of $40,700 for the demolition of the existing facility, as well as
funding from the La Porte Development Corporation of $400,000 for the design and construction of a covered
open-air pavilion, restroom facility, storage facility, and parking.
The pavilion and facilities will serve the area during recurring events such as Movie in the Park, Main Street
Trade Days, and other outdoor programming.
Burditt Consultants, L.L.C., was selected as the top firm of the two (2) respondents to RFQ #17603, Professional
Architectural Design and Engineering Services Five Points Improvements. The proposal submitted by Burditt
Consultants (attached) includes design of an open air pavilion and parking and coordinating design motif with
pre-itect for a total fee of $52,485. The pre-fabricated building will be
procured using an approved BuyBoard Cooperative Purchasing vendor.
At least one (1) public stakeholder meeting is anticipated prior to the design phase. Additionally, Burditt will
provide three (3) conceptual options for the project prior to proceeding with the design phase.
Benefits:
The project will provide useful facilities, such as restrooms and storage, which were provided in the currently
unusable existing building. Additionally, the new facility will match the existing art deco design motif, creating
a more uniform aesthetic throughout the park.
Liabilities:
Deferring the project would require the procurement and use of portable restrooms for all events hosted at the
site.
Operating Costs:
The pavilion will have both electrical and water/sewer service that will incur monthly recurring charges.
However, the anticipated utilization is not expected to be much more than what is currently being utilized at this
site today.
Action Required by Council:
Consider approval or other action authorizing the City Manager to enter into a professional services contract with
Burditt Consultants, L.L.C., for the design, bidding and construction phase services for design and construction
of new facilities at Five Points, with a total authorization of $52,485.00.
Approved for City Council Agenda
Corby D. Alexander Date
¸
¸
¸
¸
¸
¸
¸
¸
¸
¸
¸
RestroomFacilitiesLimited
COMPANY.
C Copyright 2017
written contract with the
property of RESTROOM
to others without the written
This material is the exclusive
FACILITIES (the company) and
permission of the PRESIDENT of
shall not be reproduced or disclosedthe COMPANY or as authorized by
MARBLE FALLS, TX 78654
512-222-5454
1707 COLT CIRCLE
q
q
"
"
/
/
2
2
SPACE
FLOOR
CLEAR
30"X48"
clear
30"X36"to panel
SPACE
FLOOR
CLEAR
30"X48"
q
"
/
2
q
"
/
2
RestroomFacilitiesLimited
COMPANY.
C Copyright 2017
written contract with the
property of RESTROOM
to others without the written
This material is the exclusive
FACILITIES (the company) and
permission of the PRESIDENT of
shall not be reproduced or disclosedthe COMPANY or as authorized by
MARBLE FALLS, TX 78654
512-222-5454
1707 COLT CIRCLE
3D View 2
3D View 4
3D View 13D View 3
SAMPLE CUSTOM DESIGNED FACILITIES
REQUEST FOR CITY COUNCIL AGENDA ITEM
March 26, 2018
Appropriation
Agenda Date Requested
Source of Funds: N/A
Requested By: Corby Alexander, City Manager
Account Number: N/A
Department: Administration
Amount Budgeted: N/A
Report Resolution: Ordinance: XX
Amount Requested: N/A
Exhibit: Ordinance
Budgeted Item: YES NO
SUMMARY & RECOMMENDATION
th
At the March 12 City Council meeting, direction was provided to staff to prepare an ordinance that
. Staff has prepared an
ordinances for consideration pertaining to the elimination of these fees. This ordinance will revise
Chapter 74 Utilities, Article III. Water and Sewer Service Charges, Division 4 Utility Development
development water and sewer fees.
Action Required by Council:
Consider approval or other action regarding an ordinance that eliminates the front foot development fees
for water and sewer services.
Approved for City Council Agenda
Corby D. Alexander, City Manager Date
ORDINANCE NO. ___________
AN ORDINANCE AMENDING CHAPTER 74“UTILITIES” OF THE CODE OF
ORDINANCES OF THE CITY OF LA PORTE, TEXAS, BY ELIMINATING FRONT
FOOT DEVELOPMENT FEES FOR WATER AND SEWER SERVICES; AMENDING
APPENDIX A-FEES; PROVIDING A SEVERABILITY CLAUSE;CONTAINING A
REPEALING CLAUSE;PROVIDING THAT ANY PERSON VIOLATING THE TERMS
OF THIS ORDINANCE SHALL BE DEEMED GUILTY OF A MISDEMEANOR AND
UPON CONVICTION SHALL BE FINED IN A SUM NOT TO EXCEED TWO
THOUSANDDOLLARS; PROVIDING FOR THE PUBLICATION OF THE CAPTION
HEREOF; FINDING COMPLIANCEWITH THE OPEN MEETINGS LAW; AND
PROVIDING AN EFFECTIVE DATE.
BE IT ORDAINEDBY THE CITY COUNCIL OF THE CITY OF LA PORTE:
Section 1.That Chapter 74, “Utilities,” Article III “Water and Sewer Service Charges”,
Division 4 “Utility Development Fees”, of the Code of Ordinances of the City of La Porte, Texas
is hereby amended in its entirety and shall hereinafter read as follows:
“DIVISION 4. -UTILITY DEVELOPMENT FEES
Sec. 74-280. -Definitions.
The following words, terms and phrases, when used in this division, shall have the meanings ascribed to them in
this section, except where the context clearly indicates a different meaning:
Actual costis the cost of off-site water lines or sanitary sewer line extensions as was paid by the city
or developer for the contractor to complete the project.
Developeris a person, firm or corporation, whether one or more or a combination of one or more, that
improves, sells or uses land for the purpose ofconstructing residential, commercial or industrial buildings
thereon to be sold or leased to others, or for personal use.
Off-site extensionis an extension of water lines or sanitary sewer lines that are totally outside a tract of
land to be subdivided and/or developed.
Sanitary sewer linesare the sanitary sewer mains, laterals, sanitary sewers, lift stations, and pump
stations located in public streets and easements.
Tap feesare the fees paid for a metered water service connection or a stack fee for sanitary sewer
service.
Tract acreageis the total acreage that can be served by the off-site extension, i.e., the total acres or
parcels of land that can be served on the extension as shown by a project service area map to be prepared by
the planning department prior to construction of the extension.
Water linesare the water mains, service lines, fire hydrants, and appurtenances located in public
streets and public easements.
Sec. 74-281. -City to construct water and sanitary sewer lines only in public rights-of-way, or easements.
The city shall construct or cause to be constructed water and sanitary sewer laterals, mains, and facilities under
the provisions hereof only in public rights-of-way or easements. All such laterals, mains and facilities when
constructed shall remain the property of the City of La Porte, and no person shallby any meansacquire any
interest or right in any laterals, mains, or facilities, or any portion thereof, other than the privilege to have
their property connected thereto for water and/or sanitary sewer service in accordance with the ordinances of
the city.
Sec. 74-282.-Developer responsibilities.
(a) The developer will be responsible for installation of all internal utilities necessary to serve the development
including fire protection and either public or private lift station(s) where required.
(b) A developer/owner may also be required to pay a pro-rata reimbursement for certain
infrastructure funded by a third party.
(c) In all cases, a tap fee per connection and all applicable inspection fees are due to the city before
the physical connection to the public infrastructure line is made.
Sec. 74-283. -City participation in cost of extension of mains.
(a) The decision of whether or not the city will participate in the cost of extending any water or
sanitary sewer main to serve the property of an applicant under the provisions hereof shall be on a
case by case basis. Requests for city participation shall be in writing to the director of planning.
(b) For developments whose utility demands are higher than can be accommodated by existing
utilities and the proposed land use is different than that described for in the La Porte Comprehensive
Plan, the developer shall be responsible for and will provide for any additional costs necessary to
serve the development
Sec. 74-284.-Tap fees and payment.
(a)For development of property within the city limits:
(1) Where public utilities are not immediately available to the site the fees listed in
Appendix A of this Code, will be assessed as a minimum, and such fees may be utilized to
extend water and/or sanitary sewer to and through the fronting public right-of-way.
(2) Any additional costs required will be the responsibility of the
developer/owner/applicant. Application for city participation in either off-site extensions
and/or oversizing will be considered on a case by case basis.
(b)All applicants shall complete an application for utility service on forms provided by the city.
Sec. 74-285.-Required off-site extensions to serve property development.
(a) When water line or sanitary sewer line facilities are not available to serve a tract of land, the city will
construct or cause to be constructed public or private construction of an off-site extension of water lines
and/or sanitary sewer lines at the developer's expense to and through the subject tract.
(b) Applications for extension.
(1) Any developer/owner who desires an extension of city water or sanitary sewer lines to
serve his facility or property shall make written application to the planning and
development department to extend said water or sanitary sewer lines to and through the
subject tract. The planning and development department shall determine if the project
applied for is feasible.
(2) The planning and development department may approvea project's feasibility within
the city if it is determined the project is feasible based upon, but not limited to, the following
factors:
a. Economic practicability considering cost of project to city.
b. Anticipated revenue.
c. Availability of funds if the city's participation is sought or desired.
d. Engineering feasibility -construction plans must first be approved by city.
e. Plant capacity.
f. Trunk line capacity.
g. Benefits to city.
(3) If any developer/owner pays for and extends water and/or sanitary sewer lines, provided that
such extensions are in accordance with the city's Public Improvement Criteria Manual and are
accepted by the city for maintenance, thenthe developer/owner:
a. May apply for a utility extension agreement with the city.
b. May be eligible for a pro-rata reimbursement for a ten-year period if a utility extension
agreement is executed with the city prior to installation/extension and if the
owner/developer is seeking or seeks such future pro-rata reimbursement of the extended
utilities from developments seeking connections to said line.
(c) Developer's estimate.
(1) At the time of plan submittal developer shall provide the city three written construction
estimates and after the award of the bid for the project, the developer shall submit to the
city the actual cost of construction/installation as provided by the owner/developer's
contractor responsible for the construction and installation of the utilities. After the project
is completed and accepted by the city and final payment has been made to the contractor
by the developer, the developer may be eligible, under the provisions and procedure set
forth insection 74-285(b) above for the cost of extending said infrastructure/utilities.
(d) Project records. The planning department's office shall keep complete records on each project
made after the date of this division and each tract of land affected by each utility extension project
provided a utility extension agreement exists for the newly extended line.
(e) Stipulations on reimbursement.
(1) All reimbursements established under this division are an obligation of the city for a
period of ten years from the date of acceptance of the improvements, and, if qualifications
for refund under the terms of this division have not been met in this time, the city and
landowners of all future taps onto said utility line shall be automatically released of all
obligation and further bookkeeping on the account.
(2) A developer/owner shall not be required to pay a pro-rata reimbursement as described
in thisdivision if the developer/owner is proposing to extend an existing line and will not
be gaining any direct utility service tap from the theretofore previously installed utility line.
(3) Pro-rata reimbursement charge formula. A reimbursementfee shall bemade against
each tract or parcel that uses or ties onto the subject project water line or sanitary sewer line
based on the following formula:
Total construction cost of
project
Reimbursement feewhen Linear front footage of that certain tract that taps
=x
service is requested onto previously extended line
Total linear footage of
the extension
Section 2.That Appendix –A “Fees”, Chapter 74, “Utilities,” Article III “Water and Sewer
Service Charges”, Division4 “Utility Development Fees”,of the Code of Ordinances of the City
of La Porte is hereby amended and shall hereinafter read as follows:
Division 4. Utility Development Fees
(a) Water Development fee (equal to or under 2.5 acres):
Rates per 100 square feet of the lot, tract or parcel of land to which water connections may be
made, plus a water tapping fee listed below:
(1) Residential ..... None
(2) Commercial/Industrial ..... None
Water Tap Fee ..... 388.00
(b) Sewer Development Fee (equal to or under 2.5 acres):
Rates per 100 square feet of the lot, tract or parcel of land to which sanitary sewer connections
may be made, plus a sewer tap and inspection fees listed below:
(1) Residential ..... None
(2) Commercial/Industrial ..... None
Stack Fee for 4-inch sewer tap ..... 290.00
Stack Fee for a 6-inch sewer tap ..... 315.00
Inspection Fee ..... 25.00
The charge for larger sewer service connections shall be at the city's actual cost.
(c) Water Development Fee (over 2.5 acres):
Rates per linear front footage of the lot, tract or parcel of land to which water connections may be
made, plus a water tapping fee listed below:
Commercial/industrial ..... None
Water tap fee ..... 388.00
(d) Sewer Development Fee (over 2.5 acres):
Rates per linear front footage of the lot, tract or parcel of land to which sanitary sewer connections
may be made, plus a sewer tap and inspection fees listed below:
Commercial/industrial None
Stack Fee for 4-inch sewer tap 290.00
Stack Fee for a 6-inch sewer tap 315.00
Inspection Fee 25.00
The charge for larger sewer service connections shall be at the city's actual cost.
Section 3.If any provision, section, subsection, sentence, clause, or phrase of this ordinance,
or the application of same to any person or set of circumstances is for any reason held to be
unconstitutional, void or invalid, the validity of the remaining portions ofthis ordinance or their
application to other persons or sets of circumstances shall not be affected thereby, it being the
intent of the City Council in adopting this ordinance that no portion hereof or provision or
regulation contained herein shall becomeinoperative or fail by reason of any unconstitutionality,
vividnessor invalidity of any other portion hereof, and all provisions of this ordinance are declared
to be severable for that purpose.
Section 4.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 5.Any person who violates a provision of this ordinance, upon conviction in the
municipal court of the City of La Porte shall be subject to fine not to exceed two thousand dollars
($2000.00). Each day of violation shall be considered a separate offense.
Section 6.The City Council officially finds, determines, recites and declares that a sufficient
written notice of the date, hour, place and subject of this meeting of the City Council was posted
at a place convenient to the public at the City Hall of the City for the time required by law
preceding this meeting, as required by the Open Meetings Law, 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 contacts and posting thereof.
Section 7.This Ordinance shall be effective fourteen (14) days after its passage and approval.
The City Secretary shall give notice of the passage of this ordinance by causing the caption hereof
to be published in the official newspaper of the City of La Porte at least once within ten (10) days
after the passage of this ordinance, in accordance with the City of La Porte Charter.
PASSED AND APPROVED, this the 26thday of MARCH, 2018.
CITY OF LA PORTE, TEXAS
By:
Louis R. Rigby, Mayor
ATTEST:
Patrice Fogarty
City Secretary
APPROVED:
Clark T. Askins
Assistant City Attorney
Council Agenda Item
March 26, 2018
8 (a)Receive report of the La Porte Development Corporation Board Meeting Councilmember Ojeda
***********************************************************************************