HomeMy WebLinkAbout06-28-21 Regular Meeting of the La Porte City Council
Service Awards June 28, 2021
Tonight, we will recognize a Public Works employee who started working
for the City on June 21, 1991.
Rene Rodriguez (30 years) Rene began his career of service to the La
Porte community in the Parks and Rec department. He later transferred to
Public Works, specifically the Utility Division where he currently works as
a Senior Operator. In his time with the City, Rene has completed numerous
training programs and is currently a certified Class II Wastewater Collection
Operator. According to his supervisor, Robert Banks, Rene is a major asset
to the Utility Division. He has outstanding knowledge of the La Porte
system and sewer rehab in general. He is normally assigned to our larger
and more complex jobs because of his knowledge and abilities. He is a
seasoned lead man and takes pride in his work.
Rene, we thank you for your 30 years of service to the community, and
look forward to more.
LOUIS R. RIGBY
BILL BENTLEY
Mayor
Councilperson District 3
BRANDON LUNSFORD
THOMAS GARZA
Councilperson At Large A
Councilperson District 4
BRENT McCAULLEY
JAY MARTIN
Councilperson At Large B
Mayor Pro Tem
TREY KENDRICK
Councilperson District 5
Councilperson District 1
ROBBIE McLARRIN
CHUCK ENGELKEN
Councilperson District 6
Councilperson District 2
MINUTES OF THE REGULAR MEETING OF THE
CITY COUNCIL OF THE CITY OF LA PORTE
JUNE 14, 2021
The City Council of the City of La Porte met in a regular meeting on Monday, June 14, 2021, at the City Hall Council
Chambers, 604 West Fairmont Parkway, La Porte, Texas, at 6:00 p.m., with the following in attendance:
Councilpersons present: Louis Rigby, Brent McCaulley, Chuck Engelken, Bill Bentley, Thomas Garza, Jay Martin,
Robbie McLarrin
Councilpersons attending remotely: Brandon Lunsford
Councilpersons absent: Trey Kendrick
Council-appointed officers present: Corby Alexander, City Manager; Lee Woodward, City Secretary; Clark Askins,
Assistant City Attorney
1. CALL TO ORDER Mayor Rigby called the meeting to order at 6:00 p.m.
2. INVOCATION The invocation was given by Rev. Brian Christen, La Porte Community Church and pledges were led
by Councilperson Brent McCaulley.
3.PRESENTATIONS, PROCLAMATIONS, AND RECOGNITIONS
a. Recognition of City employees for years of service. \[Louis R. Rigby, Mayor\]
4. CITIZEN COMMENT (Generally limited to five minutes per person; in accordance with state law, the time may be reduced
if there is a high number of speakers or other considerations.)
Philip Dunn spoke in support of transparency and suggested forming a citizen committee to address the issue.
5.ELECTION MATTERS
a.Presentation, discussion, and possible action to accept a certification of unopposed candidate for the July
31, 2021, District 1 Special Election. \[Lee Woodward, City Secretary/PIO\]
Councilperson Engelken moved to accept a certification of unopposed candidate for the July 31, 2021, District 1
Special Election; the motion was seconded by Councilperson Bentley; the motion was adopted, 8-0.
b.Presentation, discussion, and possible action to adopt Ordinance 2021-3835, cancelling the July 31, 2021,
District 1 Special Election and declaring the unopposed candidate elected. \[Lee Woodward, City
Secretary/PIO\]
Councilperson Engelken moved to adopt Ordinance 2021-3835, cancelling the July 31, 2021, District 1 Special
Election and declaring the unopposed candidate elected; the motion was seconded by Councilperson Bentley; the
motion was adopted, 8-0.
Page 1 of 3
June 14, 2021, Council Meeting Minutes
6.CONSENT AGENDA (Approval of Consent Agenda items authorizes each to be implemented in accordance with staff
recommendations provided. An item may be removed from the consent agenda and added to the Statutory Agenda for
full discussion upon request by a member of the Council present at this meeting.)
Approve the minutes of the May 24, 2021, City Council meeting. \[Louis R. Rigby, Mayor
a. \]
b.Adopt Ordinance 2021-3832, amending the City Council Rules of Procedures and Ethics Policy to limit the
length of speeches in debate to five minutes. \[Mayor Pro Tem Martin\]
c. Approval of an Interlocal Agreement between the City of La Porte and the La Porte Independent School
District to provide law enforcement personnel and services to the School District, for a three- (3-) year term.
\[Steve Deardorff, Chief of Police\]
d.Authorize the City Manager to execute an agreement between the City of La Porte and Body Worn by Utility
Associates, Inc. for a procurement of body, vehicle, and interview room camera equipment for use by the
La Porte Police Department, in the amount of $811,980.80 over a five-year period, including body, dash, and
interview room camera systems. \[Steve Deardorff, Chief of Police\]
Councilperson McCaulley moved to pull item b and vote on it separately; the motion was seconded by Mayor Pro
Tem Martin; the motion was adopted, 8-0. Councilperson McCaulley moved to adopt Ordinance 2021-3832,
amending the City Council Rules of Procedures and Ethics Policy to limit the length of speeches in debate to five
minutes; the motion was seconded by Councilperson Engelken; the motion was adopted, 7-1, Councilperson Garza
voting against.
Councilperson Engelken moved to approve an Interlocal Agreement between the City of La Porte and the La Porte
Independent School District to provide law enforcement personnel and services to the School District, for a three-
(3-) year term; the motion was seconded by Councilperson Bentley; the motion was adopted, 8-0.
Councilperson Engelken moved to execute an agreement between the City of La Porte and Body Worn by Utility
Associates, Inc. for a procurement of body, vehicle, and interview room camera equipment for use by the La Porte
Police Department, in the amount of $811,980.80 over a five-year period, including body, dash, and interview room
camera systems; the motion was seconded by Councilperson Bentley; then motion was adopted, 8-0.
Mayor Pro Tem Martin moved to approve the minutes of the May 24, 2021, City Council meeting; the motion was
seconded by Councilperson McCaulley; the motion was adopted, 8-0.
7. STATUTORY AGENDA
a.Presentation, discussion and possible action to appoint an ad hoc City Council committee to review the
City Council Rules of Procedure and Ethics Policy. \[Louis R. Rigby, Mayor\]
Councilperson Engelken moved to approve an ad hoc City Council committee of Mayor
Pro Tem Martin as chairman and Councilpersons McCaulley and Bentley to review the City Council Rules of
Procedures and Ethics Policy \[with reference to Council absences\]; the motion was seconded by Councilperson
Bentley; the motion was adopted, 8-0.
c. Presentation, discussion and possible action to adopt Ordinance 2021-3833, amending the City Council
Rules of Procedures and Ethics Policy regarding the days on which the City Council meeting agenda
posting will be ready. \[Councilperson Bentley, Engelken, and Lunsford\]
As the editor of the Bay Area Observer has contacted the City and agreed to hold space for the posting agendas
the week before each meeting, it was determined that there was no need for action on this item and the ordinance
was not considered.
8.REPORTS
Receive FY 2020-2021 second quarter Capital Improvement Plan program update. \[Jason Weeks, Assistant
a.
City Manager
\]
Jason Weeks, Assistant City Manager, and staff provided updates on CIP projects.
d.Receive report on the Drainage and Flooding Committee meeting. \[Mayor Pro Tem Martin\]
Page 2 of 3
June 14, 2021, Council Meeting Minutes
Mayor Pro Tem Martin reported the Committee met to discuss Harris County Flood Control Projects, the interlocal
agreement with the City of Pasadena, and other local drainage projects, and noted the next meeting would be July
12, 2021.
9.ADMINISTRATIVE REPORTS
Mr. Alexander said there were no reports.
10. COUNCIL COMMENTS Hear announcements concerning matters appearing on the agenda; items of community
interest; and/or inquiries of staff regarding specific factual information or existing policy from the Mayor,
Councilmembers, and City staff, for which no formal action will be discussed or taken.
Councilpersons congratulated and thanked the employees recognized earlier; invited all to the Fairmont Park West
March to the Park lauded the number of capital improvement
projects around the city; thanked the citizens who came to the meeting this evening; thanked Jason Weeks for the
capital projects updates; noted appreciation of allowing employees to attend via Zoom; expressed encouragement for
the idea of a citizens committee on transparency; and reminded all that the City Manager and his staff were available
in the days prior to meetings to answer questions.
ADJOURN Without objection, the Council adjourned at 7:20 p.m.
_______________________________
Lee Woodward, City Secretary
Page 3 of 3
June 14, 2021, Council Meeting Minutes
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested: June 28, 2021
001 - General Fund
Source of Funds:
Requested By: Shelley Wolny, Asst. Fin. Dir.
Department:
Finance
001-7072-532-6009
Account Number:
$0
Amount Budgeted:
Report Resolution Ordinance
Amount Requested: $120,000
Exhibits: Ordinance, Exhibits A & B and Detail
Budgeted Item: Yes No
Information
SUMMARY & RECOMMENDATION
The City of La Porte City Council adopted the Fiscal Year 2020-21 Budget on
September 28, 2020. Staff is requesting a budget amendment for FY 2020-21 in the
amount of $120,000 for increased costs for landfill disposal fees.
The Summary of Funds, which is shown below, represents the amendments which
council previously approved to the FY 2020-21 Budget. (*denotes funds with current
changes)
FY 2021 Proposed FY
FY 2021 Revised 2021
Original Budget Amended
Budget (1/11/21) Budget
General Fund $ 60,835,130 $ 62,783,395 $ 62,903,395 *
Grant Fund 10,555,403 9,001,303 9,001,303
Street Maintenance Sales Tax 3,232,000 3,232,000 3,232,000
Fund
Emergency Services District 1,376,338 1,376,338 1,376,338
Sales Tax Fund
Hotel/Motel Occupancy Tax 739,543 739,543 739,543
Economic Development 1,774,628 1,774,628 1,774,628
Corporation
Tax Increment Reinvestment 2,931,532 2,931,532 2,931,532
Zone
Utility 8,472,426 8,472,426 8,472,426
Airport 91,73091,73091,730
La Porte Area Water Authority 2,125,393 2,125,393 2,125,393
Motor Pool 3,172,859 3,185,541 3,185,541
Insurance Fund 9,867,814 9,867,814 9,867,814
Technology Fund 691,485 691,485 691,485
General Capital Improvement 4,171,741 4,171,741 4,171,741
Utility Capital Improvement 1,875,000 1,875,000 1,875,000
Sewer Rehabilitation Capital 350,000 350,000 350,000
Improvement
Drainage Improvement Fund 4,205,000 4,205,000 4,205,000
General Debt Service 4,363,779 4,363,779 4,363,779
Total of All Funds $120,831,801 $121,238,648 $121,358,648
ACTION REQUIRED BY CITY COUNCIL
Adopt ordinance 2021-3836
2020-21 Budget for $120,000 for increased costs for landfill disposal fees.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
ORDINANCE2021-3836
AN ORDINANCE APPROVING AN AMENDMENT TO THE BUDGET FOR THE CITY OF LA PORTE, TEXAS,
FOR THE PERIOD OF OCTOBER 1, 2020, THROUGH SEPTEMBER 30, 2021; FINDING THAT ALL THINGS
REQUISITE AND NECESSARY HAVE BEEN DONE IN PREPARATION AND PRESENTMENT OF SAID
BUDGET; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE
DATE HEREOF.
WHEREAS, the Charter of the City of La Porte, Texas, and the Statutes of the State of Texas, require that an
annual budget be prepared and presented to the City Council of the City of La Porte, Texas, prior to the beginning
of the fiscal year of said City, and that a public hearing be held prior to the adoption of said Budget; and
WHEREAS, the Budget for the fiscal year October 1, 2020, through September 30, 2021, has heretofore been
presented to the City Council and due deliberation had thereon, was filed in the office of the City Secretary on
July 27, 2020, and a public hearing scheduled for September 28, 2020 was duly advertised and held, and said
Budget was finally approved by ordinance on September 28, 2020;
WHEREAS, Subsection (b) of Section 102.009 of the Texas Local Government Code provides that, after final
adoption of the budget, the governing body of the municipality may spend municipal funds only in strict
compliance with the budget, except in emergency, where in such cases the governing body of the municipality
may authorize an emergency expenditure as an amendment to the original budget only in the case of grave
public necessity to meet an unusual and unforeseen condition that could not have been included in the original
budget through the use of reasonably diligent thought and attention;
WHEREAS, Section 102.010 of the Texas Local Government Code provides that the governing body of a
municipality may make changes to its budget for municipal purposes;
WHEREAS, the adoption of this ordinance and the amendment of the Budget is necessary for and in the best
interest of the health, safety and general welfare of the inhabitants of the City;
NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
SECTION 1. A grave public necessity exists and to meet an unusual and unforeseen condition that could not
have been included in the original budget through the use of reasonably diligent thought and attention, the Budget
must be amended and revised with respect to those appropriations set forth in Exhibit C, attached hereto by
reference and made part hereof. In support thereof, the City Council finds that additional expenditures are
necessary for the following purposes: 1) $120,000.00 for increased costs for the landfill disposal fees, resulting
from collection of debris from the February 2021 Winter Storm and unexpected 18% increase in heavy trash.
Such additional expenditures are more specifically described on Exhibit C.
SECTION 2: That the Budget for the City of La Porte, Texas, now before the said City Council for consideration,
a complete copy of which is on file with the City Secretary and a summary of which is attached hereto by
reference as Exhibit "A", is hereby amended as reflected on the amended budget summary document, attached
hereto by reference as , as the Budget for the said City of La Porte, Texas, for the period of October
1, 2020, through September 30, 2021.
SECTION 3. The amount stated in Exhibit C as the requested additional expenditure is hereby appropriated to
and for the objects and purposes therein named and are found to be for municipal purposes.
SECTION 4. The amended and revised expenditures contained in the Budget, do not exceed the resources of
each fund, as so amended and revised.
SECTION 5: The City Council finds that all things requisite and necessary to the adoption of said Budget and
the amendments made hereto have been performed as required by charter or statute.
SECTION 6. Upon the passage and adoption of this ordinance, a copy of the ordinance shall be filed with the
City Secretary, who shall attach a copy of same to the original budget.
SECTION 7: The City Council officially finds, determines, recites and declares that a sufficient written notice of
the date, hour, place and subject of this meeting of the City Council was posted at a place convenient to the
public at the City Hall of the City for the time required by law preceding this meeting, as required by the Open
Meetings Law, Chapter 551, Texas Government Code; and that this meeting has been open to the public as
required by law at all times during which this Ordinance and the subject matter thereof has been discussed,
considered and formally acted upon. The City Council further ratifies, approves and confirms such written notice
and the contents and posting thereof.
SECTION 8: This Ordinance shall be in effect from and after its passage and approval.
th
PASSED AND APPROVED this the 28 day of June, 2021.
CITY OF LA PORTE, TEXAS
Louis R. Rigby, Mayor
ATTEST:
Lee Woodward, City Secretary
APPROVED AS TO FORM:
ClarkT. Askins, Assistant City Attorney
EXHIBIT A
(ADOPTED BUDGET)
City of La Porte
Consolidated Summary of All Funds
FY 20-21FY 20-21
RevenuesExpenses
Governmental Fund Types:
General Fund$ 54,019,060 $ 60,835,130
Grant Fund 10,240,174 10,555,403
Street Maintenance Sales Tax 3,612,322 3,232,000
Emergency Services District 1,502,322 1,376,338
Hotel/Motel Occupancy Tax 757,500 739,543
Economic Development Corporat 3,024,644 1,774,628
Tax Increment Reinvestment 6,764,085 2,931,532
Total Governmental Types 79,920,107 81,444,574
Enterprise:
Utility 8,263,050 8,472,426
Airport 46,750 91,730
La Porte Area Water Authority 2,334,573 2,125,393
Total Enterprise 10,644,373 10,689,549
Internal Service
Motor Pool 3,786,517 3,172,859
Insurance Fund 10,327,731 9,867,814
Technology Fund 554,028 691,485
Total Internal Service 14,668,276 13,732,158
Capital Improvement:
General 2,992,000 4,171,741
Utility 1,208,750 1,875,000
Sewer Rehabilitation 302,500 350,000
Drainage Improvement Fund 4,095,000 4,205,000
Total Capital Improvement 8,598,250 10,601,741
Debt Service:
General 3,430,000 4,363,779
Total Debt Service 3,430,000 4,363,779
Total All Funds 117,261,006 120,831,801
EXHIBIT B
(AMENDED BUDGET)
City of La Porte
Consolidated Summary of All Funds
FY 20-21FY 20-21
RevenuesExpenses
Governmental Fund Types:
General Fund$ 54,019,060 $ 62,903,395
Grant Fund 10,240,174 9,001,303
Street Maintenance Sales Tax 3,612,322 3,232,000
Emergency Services District 1,502,322 1,376,338
Hotel/Motel Occupancy Tax 757,500 739,543
Economic Development Corporat 3,024,644 1,774,628
Tax Increment Reinvestment 6,764,085 2,931,532
Total Governmental Types 79,920,107 81,958,739
Enterprise:
Utility 8,263,050 8,472,426
Airport 46,750 91,730
La Porte Area Water Authority 2,334,573 2,125,393
Total Enterprise 10,644,373 10,689,549
Internal Service
Motor Pool 3,786,517 3,185,541
Insurance Fund 10,327,731 9,867,814
Technology Fund 554,028 691,485
Total Internal Service 14,668,276 13,744,840
Capital Improvement:
General 2,992,000 4,171,741
Utility 1,208,750 1,875,000
Sewer Rehabilitation 302,500 350,000
Drainage Improvement Fund 4,095,000 4,205,000
Total Capital Improvement 8,598,250 10,601,741
Debt Service:
General 3,430,000 4,363,779
Total Debt Service 3,430,000 4,363,779
Total All Funds 117,261,006 121,358,648
Wolny, Shelley
From:Alexander, Corby
Sent:Wednesday, May 26, 2021 10:49 AM
To:Mayo, Ray; Dolby, Michael
Cc:Wingate, Lorenzo; Wolny, Shelley
Subject:
RE: landfill costs
Wewillneedtoprepareabudgetamendment.
CƩƚƒʹMayo,Ray
{ĻƓƷʹWednesday,May26,202110:13AM
ƚʹAlexander,Corby<AlexanderC@laportetx.gov>;Dolby,Michael<DolbyM@laportetx.gov>
/ĭʹWingate,Lorenzo<WingateL@laportetx.gov>;Wolny,Shelley<WolnyS@laportetx.gov>
{ǒĬƆĻĭƷʹlandfillcosts
LƒƦƚƩƷğƓĭĻʹHigh
Gentlemen,
HeavyTrashamountsareincreasedbyroughly18percent.Thatfactcoupledwiththeadditionaldebrisfromthewinter
stormindicateswewillbeshortbyroughly$120,000forlandfillfees.
Pleaseadvisewhatadditionalinformationisrequired.
ItappearswiththesignificantincreaseinHeavyTrashcollectionandthepriceincreaseswiththenewcontractIwill
exceedmylandfillbudget.
Iamlookingintothespecificsrightnow.Iamtryingtogetoutaheadofthisasitmayrequireabudgetamendment.
wğǤağǤƚ|PublicWorksDirector
rd
2963N.23Street|LaPorte,TX77571
Ʀ͵281.4719650Ņ͵2814705129
ǞĻĬƭźƷĻƒğƦĻƒğźƌ
1
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested: June 28, 2021
033 - Street Maint.
Source of Funds:
Requested By: Ray Mayo, Director
Department: Public Works
033-7071-531-5130
Account Number:
$720,000.00
Amount Budgeted:
Report Resolution Ordinance
Amount Requested: $720,000.00
Exhibits: Notification and Access Report, Bid Tabulation
Budgeted Item: Yes No
21019, Forde Construction Bid, Exhibit
for Street Overlay and Reconstruction
SUMMARY & RECOMMENDATION
Bids for Asphalt Street Overlay Project (Bid #21019) were opened on Thursday, May
27, 2021. A total of 480 vendors were notified of the bid opportunity with 20 bidders
downloading the bid documents. Bid requests were advertised in the Bay Area Observer,
posted on the City of La Porte website and Public Purchase, with four (4) contractors
returning bids.
Forde Construction Company, Inc. submitted the lowest bid in the amount of $604,840.00
for the Base Bid establishing unit price costs. This project was bid with the intent to award
on a unit pricing basis, based on the city
has an option for two (2) additional one-year renewal terms, with the mutual agreement
of both parties. Following execution of the contract, staff will issue work order
assignments combined to not exceed the budgeted amount for each fiscal year.
Staff recommends that the project be awarded to Forde Construction Company Inc. on a
for approximate quantities
listed in the bid proposal. Forde Construction Co. Inc. has performed this type work for
the City in the past with excellent results.
Streets indicated on the maps were selected for overlay using past and current
assessment information.
Benefits: The proposed project provides maintenance and rehabilitation of existing city
streets anticipated by the residents with the street tax renewal.
Liabilities: The scope and cost of the proposed work would likely increase if the
proposed resurfacing work is deferred for an extended period of time.
ACTION REQUIRED BY CITY COUNCIL
Award of Bid #21019, Asphalt Street Overlay Project to Forde Construction
Company, Inc. for approximate quantities and authorize the City Manager to
execute a contract establishing unit prices for asphalt street reconstruction, not
to exceed the available budgeted amount.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
Notifications & Access Report to Sealed Bid #21019
Notifications:
Vendor NameReason
2GS, LLCBid Notification
2L Construction L.L.C.Bid Notification
A J Commercial ServicesBid Notification
A&S UndergroundBid Notification
A. Ortiz Construction & Paving, Inc.Bid Notification
A.M.S.R. Inc.Bid Notification
A-1 Striping and Paving CompanyBid Notification
AAA Asphalt Paving IncBid Notification
Aaron Concrete Contractors, LPBid Notification
Abel's Paving & ConstructionBid Notification
Acadia Services, LLCBid Notification
Adept Facilities & Design, Inc.Bid Notification
Advance Sealcoat & StripesBid Notification
Advanced Facility MaintenanceBid Notification
Advanced PavingBid Notification
AE ConsultingBid Notification
Affordable Concrete LLC Bid Notification
AGC AustinBid Notification
Aggieland ConstructionBid Notification
AGH2O Holdings, LLCBid Notification
AHRG, CorporationBid Notification
Alegria Construction LLCBid Notification
All Materials Construction LLCBid Notification
All State StripingBid Notification
Allen Butler Construction, Inc.Bid Notification
ALLTEX CORING & SAWINGBid Notification
ALS 88 DESIGN BUILD LLCBid Notification
A'Lure General Contractors, LLCBid Notification
Amani EngineeringBid Notification
AMC TXCI TX CONSTRUCTION INDUSTRIESBid Notification
American Custom Homes & RemodelingBid Notification
American Pavement SolutionsBid Notification
AMSCO Property Services, LLCBid Notification
Anchor Contracting, LLCBid Notification
Anderson Asphalt & Concrete Paving, LLCBid Notification
Anderson Columbia Co.,, Inc.Bid Notification
Andromeda Contracting Bid Notification
Angel Brothers Enterprises, Ltd.Bid Notification
APAC-TexasBid Notification
Apex Construction Inc.Bid Notification
ARCADIS US, Inc.Bid Notification
Archer Western Construction LLCBid Notification
Ark Contracting Services, LLCBid Notification
Arreguin Group IncBid Notification
Ashco ContractingBid Notification
Asphalt Patch Enterprises, IncBid Notification
Associated Construction Partners LtdBid Notification
A-Tech PavingBid Notification
AUI ContractorsBid Notification
Austin Bridge & Road, LPBid Notification
Austin Engineering Company, IncBid Notification
Austin Traffic Signal Construction Company, Inc.Bid Notification
AXIS Contracting, Inc.Bid Notification
aztec remodeling &landscaping companyBid Notification
BakerCorpBid Notification
Barricades UnlimitedBid Notification
Bartek ConstructionBid Notification
Basic IDIQ, Inc.Bid Notification
BATTERY WAREHOUSEBid Notification
Baukus ElectricBid Notification
Bay LtdBid Notification
BDS Constructors LLCBid Notification
Bega Paving, IncBid Notification
Belaire ConstructionBid Notification
Bell Contractors Inc Bid Notification
Benchmark Professionals LLCBid Notification
Bentex Sweeping Inc.Bid Notification
Bergeron Emergency Services, Inc.Bid Notification
Black Canyon ConstructionBid Notification
Blackrock ConstructionBid Notification
BMC ConsolidatedBid Notification
Boyd Construction Services, LLC.Bid Notification
Brannan Paving Co., LtdBid Notification
Braun Intertec CorporationBid Notification
Brazos Point ConstructionBid Notification
BRETT CONSTRUCTION CO., INCBid Notification
Brooks Concrete IncBid Notification
Brownstone Companies LLCBid Notification
BrushmastersBid Notification
C & M Concrete ContractingBid Notification
C&C Industrial Services, Inc.Bid Notification
C&S ConstructionBid Notification
CADCon Corp.Bid Notification
CAM-CRETE CONTRACTING, INC.Bid Notification
CAO Concrete L.L.C.Bid Notification
Capps-Capco Construction, Inc.Bid Notification
Cardno ATCBid Notification
Cash ConstructionBid Notification
Castle Enterprises, LLCBid Notification
Catalyst Advisors, LLCBid Notification
Category 5 Restorations & Construction, Inc.Bid Notification
Cayo LLCBid Notification
CCC Blacktopping LLCBid Notification
CD BUILDERS, INCBid Notification
CDC NewsBid Notification
CDM Holdings, LLC.Bid Notification
Central Road and Utiltiy LtdBid Notification
Central State ResourcesBid Notification
Ceres Environmental Services, Inc.Bid Notification
Champion Fuel SolutionsBid Notification
Champion Infrastructure LLCBid Notification
Chasco ConstructorsBid Notification
CI PavementBid Notification
Clark Construction of Texas, Inc.Bid Notification
Clore Construction LLCBid Notification
CMC Construction ServicesBid Notification
coast to coastBid Notification
Cody Stanley Construction LLCBid Notification
Colair, Inc.Bid Notification
Concrete Raising CorporationBid Notification
Constar ConstructionBid Notification
ConstructConnectBid Notification
Construction Companies Group LLCBid Notification
Construction JournalBid Notification
Construction Masters of Houston, IncBid Notification
CONTECH Construction Products, Inc.Bid Notification
Cornerstone EngineeringBid Notification
Craig Olden, Inc.Bid Notification
CRAIG'S DIRT SERVICEBid Notification
Crockett ConstructionBid Notification
Cruz EnterprisesBid Notification
Cubit Contracting, LLCBid Notification
Cummings Paving and Recycling, LLCBid Notification
CW&W CONTRACTORS, INC.Bid Notification
D & A TECHNOLOGY & DEVELOPMENT, LLCBid Notification
D & D Contractors, Inc.Bid Notification
D & W Contractors Inc.Bid Notification
D DavilaBid Notification
D Guerra Construction LLCBid Notification
D J Site Construction Inc.Bid Notification
DAL MAINTENANCE LLCBid Notification
Dale DobbinsBid Notification
Dalrymple Gravel & Contracting CorpBid Notification
Dannenbaum EngineeringBid Notification
DCCS, LLCBid Notification
DCI Contracting, Inc.Bid Notification
Delta Prime Specialty Services, IncBid Notification
derk harmsen const. co incBid Notification
DezTex Industrial Service LLC dba RamTexBid Notification
DFW Services LLCBid Notification
DIJ Construction, IncBid Notification
DirtBoys, Inc.Bid Notification
Dixon Paving, Inc.Bid Notification
DNT Construction LLCBid Notification
Dodge Data & AnalyticsBid Notification
Doggett Heavy Machinery Services (John Deere)Bid Notification
Don's Trucking & AssociatesBid Notification
Dorame General Repair and Lawn, LLCBid Notification
Dorazio Enterprises, Inc.Bid Notification
Dort & O'Connor ContractorsBid Notification
Drive Design LLC.,dba TexAsphaltBid Notification
Duininck, Inc.Bid Notification
DUO CONSTRUCTION, LLCBid Notification
DURAN CONCRETE & CONSTRUCTION CONTRACTORS LLCBid Notification
Durba ConstructionBid Notification
Durwood Greene Construction Co.Bid Notification
E Contractors usa,LLCBid Notification
E W Wells Group Bid Notification
E Z Bel Construction, LLC Bid Notification
E.P. Brady LTDBid Notification
Eagle Eye Consulting and Construction, LLCBid Notification
Earth Builders, LPBid Notification
East Texas Bridge, Inc.Bid Notification
ECM International, Inc.Bid Notification
Ed Bell Construction CompanyBid Notification
Enterprise Commercial PavingBid Notification
EPCS Environmental LLCBid Notification
ERS, Inc.Bid Notification
Estrada Concrete Co. LLCBid Notification
Exposed Floor Design Group LLCBid Notification
E-Z Bel Construction, LLC.Bid Notification
Fantastic Concrete, L.P.Bid Notification
FD CONCRETE LLCBid Notification
Fire Line Services, Inc. Bid Notification
Florida Traffic Control Devices, Inc.Bid Notification
Flow-Line Construction, Inc.Bid Notification
FNH CONSTRUCTION LLCBid Notification
Forde Construction CompanyBid Notification
Foremost Paving, Inc.Bid Notification
Fort Worth Civil Constructors, LLCBid Notification
Fractional Construction Services, LLCBid Notification
Fugro Consultants, Inc.Bid Notification
Fused Industries LLCBid Notification
G & L Young Construction, LtdBid Notification
G&T PAVING, LLCBid Notification
Gallo PavingBid Notification
Garland Concrete LLPBid Notification
Garner Paving and Construction, Ltd.Bid Notification
Garrett Construction CompanyBid Notification
Gary W Purser Construction, Ltd.Bid Notification
Gauge Engineering, LLCBid Notification
Gayle JuraschekBid Notification
Gibson & Associates, Inc.Bid Notification
Gilbert May Inc.Bid Notification
Gilco Contracting, Inc.Bid Notification
Graham County Land Company, LLCBid Notification
Greco Construction, Inc.Bid Notification
Greenscapes 6Bid Notification
GRod Construction, LLCBid Notification
GT Construction Inc.Bid Notification
Guard Construction LLCBid Notification
Guido Brothers Construction Company, Inc.Bid Notification
GW Phillips Construction, INC. Bid Notification
h & b contractorsBid Notification
H. W. Lochner, Inc.Bid Notification
Haas-Anderson Construction, Ltd.Bid Notification
Harper BrothersBid Notification
HARRIS CONSTRUCTION COMPANY, LTD.Bid Notification
Hart Constractors of Texas, LLCBid Notification
Hayden Paving, Inc.Bid Notification
HBT, IncBid Notification
HDR Engineering, Inc.Bid Notification
Hearn CompanyBid Notification
Heartland Asphalt Materials, IncBid Notification
Herrcon, LLCBid Notification
High Sky Construction & Maintenance Inc.Bid Notification
Highway Technologies, Inc.Bid Notification
Hilbrick IncorporatedBid Notification
Hill Country Bridge, Inc.Bid Notification
HJD Capital Electric, Inc.Bid Notification
Hodges and Son Construction Company Inc.Bid Notification
Holchemont, Ltd.Bid Notification
Holy Contractors LLCBid Notification
Horns Crew TruckingBid Notification
HQS Construction, LLCBid Notification
ICON Diversified, LLCBid Notification
Innovative Roadway, LLCBid Notification
Integrity PavingBid Notification
Intermountain Slurry Seal, Inc.Bid Notification
Interstate Highway Construction, Inc.Bid Notification
Iowa Bridge & Culvert, LCBid Notification
ISI Contracting, Inc.Bid Notification
J M DavidsonBid Notification
J Squared Construction Services LLC Bid Notification
J&G Concrete ProductsBid Notification
J&H sons construction Bid Notification
J. Carroll Weaver, Inc.Bid Notification
J. W. Kelso Company, Inc.Bid Notification
J.D. Abrams, L.P.Bid Notification
J3 CompanyBid Notification
Jackson Construction, Ltd.Bid Notification
JacobsBid Notification
James Construction Group, LLCBid Notification
Jasco Construction LLCBid Notification
Jasiri Construction, L.L.C.Bid Notification
Jay Mills Contracting, Inc.Bid Notification
JCD Construction, LLCBid Notification
JE Construction Services, LLCBid Notification
JE Construction, LLCBid Notification
Jenn Energy Services, LLCBid Notification
Jerdon Enterprise, L.P.Bid Notification
JERDON ENTERPRISE, L.P.Bid Notification
Jericho Foundation Repairs, IncBid Notification
Jeske ConstructionBid Notification
JESSE L. HERRERA CONSTRUCTION, INC.Bid Notification
JFS SERVICES LLCBid Notification
JHL CONSTRUCTIONBid Notification
JHM constructionBid Notification
Jim Bowman Construction Company, L.P.Bid Notification
JJG DEVELOPMENT LLCBid Notification
JK General Contractors & Construction, LLCBid Notification
JLB Contracting,LLCBid Notification
Joe Funk Construction, Inc.Bid Notification
John & Marcus Contractors LLCBid Notification
John Reed and Company LLCBid Notification
Johnson Bros. Corporation, a Southland CompanyBid Notification
Jordan Foster ConstructionBid Notification
joshua dade contractorsBid Notification
Juan NoriegaBid Notification
KALTEK ENGINEERING INCBid Notification
KC Commercial, LLCBid Notification
KEGLEY, Inc.Bid Notification
Ken-Do Contracting LP Bid Notification
Kessler PaintingBid Notification
Kickapoo Empire LLCBid Notification
Kilgore IndustrialBid Notification
KlutzConstruction, LLCBid Notification
KNS LLCBid Notification
L & L Asphalt CorpBid Notification
L.H. Lacy Company, Ltd.Bid Notification
La Banda LLCBid Notification
Lady Liberty Group,LLCBid Notification
Landmark ServicesBid Notification
LaSalle Afforadble BuildersBid Notification
Lee Construction and MaintenanceBid Notification
Leland Bradlee ConstructionBid Notification
LEMCO Construction ServicesBid Notification
Let's Talk Network IncBid Notification
Levy CompanyBid Notification
Lone Star EquipmentBid Notification
Lone Star Grading & MaterialsBid Notification
Lone Star Trucking & ExcavationBid Notification
Longhill Group IncBid Notification
Lowman Land ImprovementsBid Notification
L-Sync LLC Bid Notification
Lyness Construction LPBid Notification
M & M Weatherization Co. dba M Corp ContractingBid Notification
M&C Fonseca Construction Co., Inc.Bid Notification
M. C. Ethridge Co.Bid Notification
M-5 Texas Enterprises, LLCBid Notification
MAC, Inc.Bid Notification
MACBBid Notification
Magnum Electrical Contractors Inc.Bid Notification
Main Lane Industries, Ltd.Bid Notification
MARC III General Contractors, LLCBid Notification
Mar-Con ServicesBid Notification
Margaret RussoBid Notification
Marg-Tiff IncBid Notification
Mas-Tek Engineering & AssociatesBid Notification
Matrix DemolitionBid Notification
McCarthy Building Companies, Inc.Bid Notification
McClendon Construction Co., Inc.Bid Notification
McGraw-Hill Construction Dodge ReportsBid Notification
McKenzie Jackson ConstructionBid Notification
Mclean ConstructionBid Notification
McMahon Contracting LPBid Notification
Meiners Construction Inc.Bid Notification
Metro City ConstructionBid Notification
MGC Contractors IncBid Notification
Midasco LLCBid Notification
Missouri Petroleum Products Company LLC - Texas DivisionBid Notification
Mitchell Enterprises, Ltd.Bid Notification
Moab Construction Company, Inc.Bid Notification
Mobil Construction CorporationBid Notification
Momentum ConcreteBid Notification
Morales Construction ServicesBid Notification
MORGAN REMINGTON INCBid Notification
Myers Concrete Construction LPBid Notification
NBG Constructors, Inc.Bid Notification
Nelson Lewis, Inc.Bid Notification
New World Contracting LLCBid Notification
New York Real Estate, Inc.Bid Notification
NNAC Construction Inc.Bid Notification
North America Procurement CouncilBid Notification
North American Paving, Inc.Bid Notification
NORTH TX CONSTRUCTION REPORT & PLANROOMBid Notification
O.G. Construction Co.,LLCBid Notification
OHL USABid Notification
Oldcastle Pavement SolutionsBid Notification
On Guard Veteran ServicesBid Notification
OnviaBid Notification
Padre Island Property Management Limited Liability CompanyBid Notification
Paradigm Traffic Systems, Inc.Bid Notification
Patin ConstructionBid Notification
Pavecon LimitedBid Notification
Pavecon Public Works, LPBid Notification
Pavement Maintenance Unlimited, L.L.CBid Notification
PEEK Traffic CorporationBid Notification
Perkens WS CorporationBid Notification
Pesado ConstructionBid Notification
Pfeiffer & Son, Ltd.Bid Notification
Presidio Contracting LLCBid Notification
Primoris Services CorporationBid Notification
Professional Coating Technologies, incBid Notification
Professional RestorationBid Notification
Professional Traffic ControlBid Notification
Proficient Constructors, LLCBid Notification
Progressive Structures, Inc.Bid Notification
QC Laboratoires, Inc.Bid Notification
Quality Excavation, LLCBid Notification
Quanta Building Group, LLCBid Notification
R J Construction Company, IncBid Notification
R.D. Howard, LLCBid Notification
R.H. Shackelford, Inc.Bid Notification
R.K. Hall, LLC.Bid Notification
Raba Kistner InfrastructureBid Notification
RAC Industries, LLCBid Notification
Ragle Inc.Bid Notification
RAGLE INC.Bid Notification
Rambo Contracting, INCBid Notification
RANGER Excavating, LPBid Notification
RBR Infrastructure & Road, LLCBid Notification
Rebcon, INcBid Notification
Recio UtiliitesBid Notification
Red Baron Building Municipal Projects Division LLCBid Notification
Red Baron Supply CoBid Notification
Redi-Mix ConcreteBid Notification
Redro Construction LLCBid Notification
Redwood Industries Bid Notification
RELIABLE COMMERCIAL CONSTRUCTION, INC.Bid Notification
Reliable Paving, IncBid Notification
Reliance ConstructionBid Notification
Rexco Inc.Bid Notification
Reyes GroupBid Notification
REYES GROUPBid Notification
Reynolds & Kay, Ltd.Bid Notification
Reynolds Asphalt & Construction CompanyBid Notification
Reytech Services LLCBid Notification
RFx AnalystBid Notification
Ridgeback Asphalt, LLCBid Notification
Rimkus Consutling Group, Inc. Bid Notification
Rise Up refuse LLC Bid Notification
Roth Excavating Inc.Bid Notification
RP GlobalBid Notification
R-Tex ServicesBid Notification
Rucoba & Maya Construction, LLCBid Notification
S.J. Louis Construction of Texas, Ltd.Bid Notification
Salinas Construction TechnologiesBid Notification
SAMES, INC.Bid Notification
SANTOS CONSTRUCTION INC.Bid Notification
SB Contractors, LLCBid Notification
Scott Tucker Construction CompanyBid Notification
SCR Civil Construction, LLCBid Notification
SDM Construction and Development LLCBid Notification
SER Construction Partners, LLCBid Notification
Shallow Ford ConstructionBid Notification
Sherwood Design EngineersBid Notification
Shorty, Inc.Bid Notification
Silver Creek Construction, Inc.Bid Notification
SJ&J CONSTRUCTION, LLCBid Notification
SKE Construction, LLCBid Notification
SmartProcureBid Notification
Smith ContractingBid Notification
South Houston Asphalt & Concrete, LLCBid Notification
South Ranger Construction Inc.Bid Notification
South Texas Steel Service CompanyBid Notification
Southern Road & BridgeBid Notification
SpawGlass Civil Construction, Inc.Bid Notification
Stabile & Winn, Inc.Bid Notification
Steve JordanBid Notification
Stoic Civil Construction, Inc.Bid Notification
Storm Reconstruction services, IncBid Notification
Strategic Partnerships, Inc.Bid Notification
Structural AssuranceBid Notification
Sundt Construction, Inc.Bid Notification
Superior GroutingBid Notification
SYB CONSTRUCTION COMPANY, INCBid Notification
T&TBid Notification
Tandem Services, LLCBid Notification
Taylor & Taylor ConstructionBid Notification
Teamwork Construction Services, Inc.Bid Notification
Tejas Premier Building Contractor, Inc.Bid Notification
Texana Land & Asphalt, Inc. Bid Notification
Texas Cordia Construction, LLCBid Notification
texas diamond construction llcBid Notification
Texas Hot TapsBid Notification
Texas Standard Construction, Ltd.Bid Notification
TexOp Construction LPBid Notification
TFR Enterprises, IncBid Notification
Thalle ConstructionBid Notification
The Bid CalendarBid Notification
The Blue Book Building & Construction NetworkBid Notification
The Fain Group, Inc.Bid Notification
The Fierro GroupBid Notification
The Sandoval Group LLCBid Notification
Thirty-O-SixBid Notification
Thompson General Construction, Inc.Bid Notification
Thyssen-Laughlin, Inc.Bid Notification
Tierra Lease ServiceBid Notification
TIKON GROUP INC.Bid Notification
TI-ZACK CONCRETE, INC.Bid Notification
TLC EngineeringBid Notification
TLC Trucking & Contracting, Inc.Bid Notification
TNSBid Notification
TOPCOR Companies, LLCBid Notification
Trevway, Inc.Bid Notification
Tri-Con ServicesBid Notification
Triple OG Enterprises LLCBid Notification
Tropical Contracting, LLCBid Notification
TTG Utilities, LPBid Notification
Twincrest, Inc.Bid Notification
TX Hydro Industrial Services, LLCBid Notification
UFL Inc.Bid Notification
United Electrical Contractors Inc.Bid Notification
urban infraconstruction llcBid Notification
V.K. Knowlton Construction & Utilities, Inc.Bid Notification
Vescorp Construction,LLCBid Notification
Vick Operating Co, LLCBid Notification
Viking Construction, IncBid Notification
Walenta's ConstructionBid Notification
Walter P Moore and Associates IncBid Notification
Water Experts of Texas Irrigation & Landscaping, LLCBid Notification
Webber LLCBid Notification
Westar Construction Inc.Bid Notification
Woody Contractors, Inc.Bid Notification
WP MURPHY INCBid Notification
WPM Construction Services, Inc.Bid Notification
xit paving and construction, inc.Bid Notification
Yes America Now, IncBid Notification
Yoko Excavating, LLCBid Notification
Access Report:
Vendor NameDocuments
AAA Asphalt Paving#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Alpha Testing, Inc.
Angel Brothers Enterprises, Ltd.#21019 Annual Requirements Contract / Asphalt Street Reconstruction
aztec remodeling &landscaping company#21019 Annual Requirements Contract / Asphalt Street Reconstruction
BidClerk
CMD#21019 Annual Requirements Contract / Asphalt Street Reconstruction
CMS
ConstructConnect#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Construction Journal#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Construction Software Technologies
Dale Dobbins#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Dodge Data & Analytics#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Durba Construction#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Greenscapes 6#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Hayden Paving Inc.#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Hearn Company#21019 Annual Requirements Contract / Asphalt Street Reconstruction
IMS
KNS LLC
Lindsay Circle, LLC
Mar-Con Services
North America Procurement Council#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Oldcastle Materials - Gulf Coast#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Onvia#21019 Annual Requirements Contract / Asphalt Street Reconstruction
PEEK Traffic Corporation
Perkens WS Corporation#21019 Annual Requirements Contract / Asphalt Street Reconstruction
RFx Analyst#21019 Annual Requirements Contract / Asphalt Street Reconstruction
SmartProcure#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Texana Land & Asphalt, Inc.
The Blue Book Building & Construction Network#21019 Annual Requirements Contract / Asphalt Street Reconstruction
TLC Engineering Inc.#21019 Annual Requirements Contract / Asphalt Street Reconstruction
Tukmol General Contractor
Wayne Enterprises
$20,000.00$10,000.00$20,000.00$57,200.00$33,000.00$19,000.00$37,500.00
Total Price
$357,000.00$104,500.00$658,200.00
42
95
7.5
105110200
Hayden Paving
2000010000
Unit Price
$20,000.00$10,000.00$38,850.00$71,500.00$33,000.00$19,000.00$30,000.00
Total Price
$343,400.00$107,800.00$673,550.00
6
98
2.5
101110200
7.77
2000010000
AAA Asphalt Paving
Unit Price
$20,000.00$10,000.00$25,000.00$57,200.00$86,350.00$48,000.00$17,290.00$35,000.00
Total Price
$306,000.00$604,840.00
Forde
527
90
160182
78.5
2000010000
Unit Price
$29,000.00$10,000.00$45,000.00$90,090.00$36,000.00$17,955.00$20,000.00
Total Price
$343,400.00$106,700.00$698,145.00
94
97
101120189
3.15
Angel Brothers
2900010000
Unit Price
LSLS
SYSYSY
TonTonTonTon
UoM
11
95
300
QTY
5000340011005000
28600
Total
Description
Bid Tabulation to Sealed Bid #21019 - Annual Requirements Contract for Asphalt Street Overlay Project Base Bid
MobilizationTraffic Control6" Pavement & Subgrade Removal2" Milling & Removal2" Type D Asphalt4" Type A Asphalt BaseBlack base for base repair, if neededLime, 8%8" Lime stabilized subgrade
123456789
Item
Qspkfdu
Pwfsmbz
Tusffu
Btqibmu
3212:
Cje
PWFSMBZ
Qspkfdu
Pwfsmbz
Tusffu
PWFSMBZ
Btqibmu
3212:
Cje
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested: June 28, 2021
Requested By: Source of Funds: 038 EDC Fund
Jason Weeks, Asst. City Mgr
Department:
Administration/CMO
Account Number: 038-6030-565-5007
Amount Budgeted: $71,000
Report Resolution Ordinance
Amount Requested: $69,000
Exhibits: 2021-22 Agreement w/Exhibits, Ridership Data, and 2020-
Budgeted Item: Yes No
21 Agreement
SUMMARY & RECOMMENDATIONS
For the past 10 years, the City of La Porte has partnered with Harris County Transit
Authority (HCTA) to provide regional bus service in La Porte. Since 2013, the City has
provided a fixed schedule basis along a specific route with vehicles stopping to pick up
and deliver passengers to specific locations within the City, as well as selected sites
outside the City such as Social Security Office, Strawberry Clinic, a connector shuttle
to Baytown which allows riders to be connected to the Metro Station, and paratransit
services. Paratransit services are those services required by the Americans with
Disabilities Act (ADA) for residents with disabilities who are unable to use fixed route
transportation systems and are deemed eligible for t
services). Harris County administers a federal grant for the cost of providing the service
and La Porte provides a match to complete the funding.
Summary Ridership Data:
2016 2017 2018 2019 2020 19 vs 20
La Porte Routes Only 5,051 5,041 6,214 6,870 5,117 -25.5%
Baytown Shuttle 5,046 5,322 5,138 6,086 5,024 -17.5%
st
Comparison of 1 8-Months of Fiscal Years:
2016 2017 2018 2019 2020 2021
La Porte Routes Only 3,529 3,320 4,133 4,317 3,327 2,999
Baytown Shuttle 3,700 3,680 3,341 3,781 3,827 3,091
-month service year, which begins
. Despite the decrease in
ridership from 2019 to 2020 noted above, the cost of the agreement will remain the
same as last year. Clearly, COVID-19 affected our ridership numbers for 2020.
Additionally, when you compare the first 8-months of the fiscal year, 2021 ridership data
will be down too. There is no difference from the previous agreement with HCTA. Harris
County continues to plan more aggressive marketing their services to the community.
If there is an increase in paratransit ridership the cost has the potential to increase next
year. The funding for this agreement will be paid out of the La Porte Development
Corporation budget.
If City Council wishes to continue providing bus services to the community, staff
recommends approving the Bus Service Agreement with Harris County Transit
Authority for local bus service for 12-month period.
Additionally, as mentioned in two of the May weekly department updates from the City
ACTION REQUIRED BY CITY COUNCIL
Approve an interlocal agreement for bus services between Harris County and
the City of La Porte for local bus transit services for the period of twelve (12)
months with the approval of Harris County.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
INTERLOCAL AGREEMENT BETWEEN HARRIS COUNTY AND
CITY OF LA PORTE FOR A FIXED BUS ROUTE SERVICE
THE STATE OF TEXAS §
§
COUNTY OF HARRIS §
to
-rule city under the
laws of the State of Texas. The Count
Recitals
Certain portions of eastern Harris County lie outside the jurisdictional boundaries and service area of the
Metropolitan Transit Authority of Harris County, Texas, including areas within the corporate limits of La Porte.
The Parties agree that the operation of a fixed route bus service will enhance regional mobility and support transit
services within the County and La Porte.
The Parties now desire to enter into this Agreement to establish a new term for the fixed bus route service and to
provide for responsibilities and funding of the fixed bus route service.
Terms
ARTICLE I. Agreement and Definitions
1.1 Scope of Agreement. County, upon receipt of funding from La Porte and matching federal funds, will
provide for the operation of a fixed bus route service, as described in more detail in Exhibit A.
1.2 Definitions. For the purposes of this Agreement, the following terms shall have the meanings set forth
below:
1.2.1
specific route with vehicles stopping to pick up and deliver passengers to specific locations; each
fixed route trip serves the same origins and destinations.
1.2.2
Act (ADA) for individuals with disabilities who are unable to use fixed route transportation
systems and are deemed eligible for the service. This service complements the fixed route bus
service by providing ADA certified individuals access to transit services that serve the same
origins and destinations on the bus routes. Complementary Paratransit Services are more costly to
provide since they are a one-person-one-vehicle trip. The Federal Transit Administration (FTA)
recognizes the additional cost burden associated with Complementary Paratransit Services and
allows transit agencies to charge double the adult fare to help offset some of the higher costs.
Page 1 of 10
1.2.3
operation of the transit system as required by a grant to match the federal contribution. These
include, but are not limited to: tax levies; general funds; specified contributions, contributions from
city, county, or other municipal government towards the Local Share portion of the transit system
budget; and other revenues such as advertising.
1.2.4 The Parties agree the County will provide services in accordance with federal requirements.
ARTICLE II.
2.1 In accordance with the requirements set forth herein, La Porte will provide, maintain, and make available
for use with regard to the services hereunder transit stops at all locations chosen by the County. To be
using the graphic shown in Exhibit B of this Agreement. As additional FTA capital improvement funds
become available, the County may at it sole option, use those funds and Local Matching Funds provided
by La Porte to pay for additional transit stop improvements such as connecting sidewalks to stops within
¾ miles of a stop or shelter bike paths within three (3) miles that connect to a stop and/or shelter site pads,
park benches, and passenger shelters.
2.2 All transit stops will have the following minimum standards:
(a) A firm stable surface;
(b) A minimum clear length of 96 inches measured from the curb or roadway edge and minimum clear
width of 60 inches measured parallel to the vehicle roadway;
(c) A maximum slope of 1:50 (2%) for water drainage; and
(d) An accessible route to the streets, sidewalks or pedestrian paths.
2.3 , as well as other media, informing the general
public of the availability of transit services in the community. Additionally, La Porte will provide
information inserts into its utility bills, but only at such time or intervals as requested by County in writing
The design of the information inserts will be provided by the County.
2.4 Within fifteen (15) days of the effective date of this Agreement, La Porte shall send Sixty-Nine Thousand
and No/Dollars ($69,000.00) to the County in satisfaction of its obligations to provide Local Matching
Funds. Should the County determine that such funds from La Porte are inadequate to pay for the required
Local Share portion of the transit system budget during the term of this Agreement, the County shall have
no obligation to continue providing the services hereunder unless and until La Porte provides the necessary
additional funds to the County for such purpose, subject to the same requirements applicable to use of the
original contribution. Additional funds shall be provided by La Porte within forty-five (45) days from La
2.5 La Porte shall comply with the Davis-Bacon and Copeland Anti-Kickback Acts codified at 40 USC §
3141, et. seq and 18 USC § 874 to the extent applicable.
Page 2 of 10
2.6 Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d,
section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the
Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332,
La Porte agrees that it will not discriminate against any employee or applicant for employment because of
race, color, creed, national origin, sex, age, or disability. In addition, La Porte agrees to comply with
applicable Federal implementing regulations and other implementing requirements FTA may issue.
2.7 Equal Employment Opportunity - The following equal employment opportunity requirements apply to the
underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act,
as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, La Porte agrees to
comply with all applicable equal employment opportunity requirements of U.S. Department of
Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement
Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order
No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42
U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and
Federal policies that may in the future affect activities undertaken in the course of the Project. La
Porte agrees to take affirmative action to ensure that applicants are employed, and that employees
are treated during employment, without regard to their race, color, creed, national origin, sex, or
age. Such action shall include, but not be limited to, the following: employment, upgrading,
demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or
other forms of compensation; and selection for training, including apprenticeship. In addition, La
Porte agrees to comply with any implementing requirements FTA may issue.
(b) Age - In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as
amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, La Porte agrees to refrain
from discrimination against present and prospective employees for reason of age. In addition, La
Porte agrees to comply with any implementing requirements FTA may issue.
(c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended,
42 U.S.C. § 12112, La Porte agrees that it will comply with the requirements of U.S. Equal
Employment Opportunity Commission, "Regulations to Implement the Equal Employment
Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment
of persons with disabilities. In addition, La Porte agrees to comply with any implementing
requirements FTA may issue.
2.8 La Porte also agrees to include these requirements in each subcontract financed in whole or in part with
Federal assistance provided by FTA, modified only if necessary to identify the affected parties.
3.1 The County agrees to operate the Fixed Route Bus Service in La Porte and provide necessary transit
vehicles through the use of outside contractors. The Director of the County Community Services
Department (Director) will, in consultation with the Mayor of La Porte, determine the travel routes for
Page 3 of 10
such service, and will determine the schedule for operations, and the type and number of transit vehicles
to be utilized for the service. The Director may, from time to time, revise the schedule of operation of the
service based upon ridership levels and service demands in consultation with the Mayor. Any changes in
service will be subject to the public input requirements of Title VI, 42 U.S.C. The routes currently in
service and proposed for use during the term of this Agreement are depicted on Exhibit A of this
Agreement. The service hours will be from 7:00 AM until 6:00 PM, Monday through Friday, and Saturday
8:00 AM until 6:00 PM, excluding County holidays. The County shall have no obligation to obtain sites
for or to construct or maintain transit stops for the bus service.
3.2 Fares will be assessed for use of the transit services. The match is only applied to the net cost. The County
will collect and retain the fares as follows, provided that the County may enter into agreements as it may
deem necessary and proper to provide for bus services other than by payment of such fees:
Adult (12 years and older) $1.00 each way
Children (2 years to 11 years) $ 0.50 each way
Seniors (65 and older with identification) $ 0.50 each way
Disabled (with identification) $ 0.50 each way
Medicare recipients (with identification) $ 0.50 each way
Children under 2 years FREE
Certified ADA Paratransit Passengers $2.00 each way
3.3 FTA funds can only be accessed on a reimbursement basis. Notwithstanding any provision of this
Agreement that might be construed to the contrary, the County shall not be obligated by this Agreement
to expend any funds, but it is understood and agreed that the funds provided by La Porte may only be
expended if the County, to the extent that the County at its sole option, expends matching funds for the
purpose of seeking FTA reimbursement.
matching contributions required by a local recipient. All FTA reimbursement will be the property of the
County.
ARTICLE 4. Independent Parties
4.1 This Agreement is not intended to create and shall not constitute a partnership or joint venture between
the Parties. Parties shall have and retain the exclusive right of control over employment, firing, discipline,
compensation, insurance, and benefits in accordance with the applicable laws of the State of Texas. La
Porte has no authority to bind or otherwise obligate the County orally, in writing or by any act or omission.
Nothing contained herein shall establish an agency, employee-employer relationship, partnership, joint
enterprise, joint employer, or joint venture relationship by or between the Parties. Nothing in this
Agreement will create or be deemed to create a relationship between the Parties to this Agreement,
including a relationship in the nature of a third-party beneficiary or fiduciary.
ARTICLE 5. Termination and Default
Page 4 of 10
5.1 Termination by La Porte or the County. La Porte or the County may terminate this Agreement without
cause upon ninety (90) days prior written notice to the other Party.
5.2 Notice of Default
5.2.1 La Porte or the County shall be deemed in default under this Agreement if La Porte or the County
in any material respect fails to perform, observe, or comply with any of its covenants, agreements,
or obligations, or breaches or violates any of the representations contained in this Agreement.
5.2.2 Before any failure of either La Porte or the County shall be deemed to be a breach of this
Agreement, the Party claiming such failure shall notify, in writing, the Party alleged to have failed
to perform of the alleged failure and shall demand the Party cure the default within ninety (90)
calendar days. If the allegedly failing Party has not cured the default, that Party will be in default
of this Agreement, unless La Porte and the County agree to extend time for cure, and the
Agreement may be terminated by the other Party immediately upon notice of the non-defaulting
ARTICLE 6. Term
6.1 This Agreement shall be for a term beginning upon execution by both Parties and, unless terminated
sooner as set forth above, continue in full force and effect for twelve (12) consecutive months. Any
unexpended and unearned surplus funds provided by La Porte remaining upon termination of this
Agreement will be refunded to La Porte unless different arrangements are made in an amendment to this
Agreement or a new agreement between the Parties is executed with regard to the Fixed Route Bus
Service. The County is under no obligation to invest or to account for or pay to La Porte any earnings
derived from funds provided hereunder by La Porte.
ARTICLE 7. Miscellaneous
7.1 Approvals, Further Documents. Where this Agreement requires approval, consent, permission,
agreement, or authorization by either Party, such approval, consent, permission, agreement, or
authorization shall not be unreasonably withheld or delayed. The Parties agree to execute such further
documents, agreements, instruments, and notices as may be necessary or appropriate to effectuate the
purposes of this Agreement.
7.2 Maintenance of Records. The County shall maintain records to show actual time involved in the
provision of the transportation services, the cost incurred for the period of time specified, and the level of
ridership. The County shall maintain ridership information in a manner consistent with National Transit
Database reporting requirements and provide a quarterly report of the same to La Porte. To the extent
applicable to the transportation service, La Porte and the County shall cooperate in good faith to provide
records satisfactory to the federal government or any other regulatory body.
7.3 Audit and Inspection of Records. La Porte and the County shall permit authorized representatives of La
Porte, the County, and the federal government to inspect and audit all data records of La Porte and the
County relating to their performances under this Agreement. La Porte shall keep its books and records
Page 5 of 10
available for this purpose for at least five (5) years after this Agreement terminates. In the event any record
is needed to support any dispute or legal action, such records shall be maintained for a period of not less
than five (5) years following the settlement of any such dispute or legal action.
7.4 Notices. Any notices required or permitted to be given under the terms of this Agreement shall be in
writing and shall be deemed to be given as of the time of hand delivery to the addresses set forth below,
or five (5) days after deposit in the United States mail, postage prepaid, by registered or certified mail,
return receipt requested, addressed as follows:
TO HARRIS COUNTY:
Harris County, Texas
ATTN: Adrienne M. Holloway, Ph.D.
Executive Director, Harris County Community Services Department
8410 Lantern Point Drive
Houston, Texas 77054
TO LA PORTE:
City of La Porte, Texas
ATTN: Lee Woodward, City Secretary
604 W Fairmont Pkwy
La Porte, Texas 77571
A party may change the address for notices upon at least ten (10) days written notice under this provision.
7.5 Waiver. The failure of any Party at any time or times to require performance of any provision hereof shall
in no manner affect the right at a later time to enforce the same. No waiver of a Party of any condition or
breach of any term, covenant, representation, or warranty contained herein, in any one or more instances,
shall be deemed to be constructed a further or continuing waiver of any such condition or breach or waiver
of any other condition or of any breach of any other term, covenant, representation, or warranty.
7.6 Entire Agreement. This Agreement contains the entire agreement of the Parties with regard to the matters
addressed herein. This Agreement may not be amended, modified, superseded, or canceled, nor may any
of the terms, covenants, representations, warranties, or conditions be waived except by written instrument
executed by the Parties.
7.7 Force Majeure. Neither Party shall be held liable for any loss or damage due to delay or failure in
performance of any part of this Agreement from any cause beyond its control that directly impacts its
ability to perform, and without its fault or negligence, which causes may include acts of God, acts of civil
or military authority, government regulations (except those promulgated by the party seeking the benefit
of this provision), embargoes, epidemics, war, terrorist acts, riots, insurrections, fires, explosions,
earthquakes, nuclear accidents, floods, strikes, power blackouts, other major environmental disturbances
or unusually severe weather conditions.
7.8 Governing Law. This Agreement shall be constructed and enforced in accordance with the laws of the
State of Texas. The exclusive forum and venue for any action arising out of, in connection with, or in any
Page 6 of 10
way relating to the Agreement is in a state or federal court of competent jurisdiction in Houston, Harris
County, Texas.
7.9 Headings. Headings and captions contained herein are inserted for convenience and reference only, and
are not deemed part of or to be used in constructing this Agreement.
7.10 Survival. Each Party shall remain obligated to the other Party under all clauses of this Agreement that
expressly or by their nature extend beyond the expiration or termination of this Agreement.
7.11 Current Funds. Each Party paying for the performance of governmental functions or services under this
Agreement must make those payments from current revenues available to the paying Party.
7.12 Compliance with Laws. The Parties shall comply with all applicable laws in carrying out their obligations
under this Agreement.
7.13 Execution, Multiple Counterparts. This Agreement may be executed in several counterparts. Each
counterpart is deemed an original. All counterparts together constitute one and the same instrument. Each
Party warrants that the undersigned is a duly authorized representative with the power to execute this
Agreement.
CITY OF LA PORTE HARRIS COUNTY
By:_____________________________ By:_____________________________
Louis R. Rigby LINA HIDALGO
City of La Porte Mayor COUNTY JUDGE
ATTEST APPROVED AS TO FORM
CHRISTIAN D. MENEFEE
COUNTY ATTORNEY
By:_____________________________ By:_____________________________
Lee Woodward Manasi Tahiliani
City of La Porte Secretary Assistant County Attorney
CAO File No.: 21GEN1537
Page 7 of 10
EXHIBIT A
Bus Routes
Page 8 of 10
Exhibit B
Signage
Page 9 of 10
ORDER OF COMMISSIONERS COURT
Authorizing Agreement
The Commissioners Court of Harris County, Texas, met in regular session at its regular term at the Harris
County Administration Building in the City of Houston, Texas, on __________________________, with all
members present except ________________________
_____________________________________________________________________________.
A quorum was present. Among other business, the following was transacted:
ORDER AUTHORIZING EXECUTION OF INTERLOCAL AGREEMENT BETWEEN HARRIS
COUNTY AND CITY OF LA PORTE FOR A FIXED BUS ROUTE SERVICE
Commissioner ___________________________ introduced an order and moved that Commissioners
Court adopt the order. Commissioner ______________________ seconded the motion for adoption of the order.
The motion, carrying with it the adoption of the order, prevailed by the following vote:
Yes No Abstain
Judge Lina Hidalgo
Comm. Rodney Ellis
Comm. Adrian Garcia
Comm. Tom S. Ramsey, P.E.
Comm. R. Jack Cagle
The County Judge thereupon announced that the motion had duly and lawfully carried and that the order
had been duly and lawfully adopted. The order adopted follows:
IT IS ORDERED that County Judge is hereby authorized to execute for and on behalf of Harris County an
Interlocal Agreement with the City of La Porte for a fixed bus route service. The Agreement is incorporated herein
by reference as though fully set forth word for word.
All Harris County officials and employees are authorized to do any and all things necessary or convenient
to accomplish the purposes of this order.
Page 10 of 10
La Porte Monthly Passenger Ridership
800
700
600
500
400
300
200
100
-
2014-152015-162016-172017-182018-192019-202020-21
La Porte Annual Passenger Ridership
8,000
6,870
7,000
6,214
6,000
5,257
5,117
5,051
5,041
5,000
4,000
2,999
3,000
2,000
1,000
-
2014-152015-162016-172017-182018-192019-202020-21
Baytown/La Porte Shuttle Monthly Ridership
800
700
600
500
400
300
200
100
-
2014-152015-162016-172017-182018-192019-202020-21
Baytown/La Porte Shuttle Annual Ridership
7,000
6,086
6,000
5,406
5,322
5,138
5,024
5,000
4,000
3,313
3,091
3,000
2,000
1,000
-
2014-152015-162016-172017-182018-192019-202020-21
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested: June 28, 2021
Utility and CIP Funds
Source of Funds:
Requested By: Ray Mayo, Director
Department: Public Works
002-7085-533-4012
002-7086-532-4013
Report Resolution Ordinance
002-6176 Various
003- Various
Account Number:
Exhibits: Notification and Access Report, Bid Tabulation
$381,850.00
Amount Budgeted:
#21020 and Bid Summary
$281,639.25
Amount Requested:
Budgeted Item: Yes No
SUMMARY & RECOMMENDATION
Responses for Bid #21020 for Water and Sewer Supplies were received on June 1,
2021. A total of 46 vendors were notified, with 19 downloading the bid documents. Staff
received four (4) bids. Requests for Bids were advertised in the Bay Area Observer,
posted on the C Bid Items were separated into seven
(7) categories.
Low bids meeting specifications were submitted as follows:
Bidder Section Description Bid Amount
Service Material and Brass
Core & Section 1 $109,798.77
Main
Repair Clamps and Couplings
Section 2 $31,403.69
Rubber Adapters, Sewer Fittings, Tubing and
Section 3 $28,155.00
Meter Boxes
Transition Couplings
Section 6 $1,257.02
TOTAL $170,614.48
Gate Valves
Fortiline Section 4 $10,080.06
TOTAL $10,080.06
Ductile & Cast Iron Fittings, Frames and
Coburn Section 5 $14,465.21
Covers
Supply
TOTAL $14,465.21
PVC Pipe and Fittings
Accurate Section 7 $66,479.50
Utility
TOTAL $66,479.50
Supply
GRAND TOTAL 261,639.25
The contract prices are for one (1) year with an option for two (2) one-year extensions
upon agreement of both parties.
Staff recommends award of water and sewer supplies to low bidders meeting
specifications as listed above. Items will be purchased for Public Works warehouse
inventory throughout the year and distributed as needed. Funds are available and within
ncy is
recommended for unforeseen water main breaks and water main replacement.
Benefits: These items are maintained in the warehouse for water and sewer line leaks
and repairs, including commercial and residential. The immediate availability of these
items increases efficiency and speed of repairs.
Liabilities: If the items are not readily available, delays would be experienced,
significantly decreasing productivity and efficiency.
ACTION REQUIRED BY CITY COUNCIL
Consider approval or other action authorizing the City Manager to enter into
contracts with Core & Main L.P., Fortiline, Coburn Supply and Accurate Utility
Supply for the annual supply of water and sewer supplies in the amount of
$261,639.25 and a $20,000 contingency for a total authorization of $281,639.25.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
Notifications & Access Report for Sealed Bid #21020 Annual Requirements Contract f
NOTIFICATIONS:
Vendor NameReason
AECSIBid Notification
ALL-PUMP & EQUIP. CO.Bid Notification
American Melt Blown & Filtration, Inc.Bid Notification
Austin Pump & Supply CompanyBid Notification
Automatic Pump & Equipment Co. Inc.Bid Notification
Bartholow Rental CompanyBid Notification
BDPIBid Notification
Bi-State Rubber Inc.Bid Notification
Camino ServicesBid Notification
CAPP USA INCBid Notification
CDC NewsBid Notification
COBURN'SBid Notification
Construction Market DataBid Notification
Core & MainBid Notification
CPR SERVICES & SUPPLIES, INCBid Notification
D DavilaBid Notification
Equipment SouthwestBid Notification
FERGUSON WATER WORKSBid Notification
Fortiline Inc.Bid Notification
G-SPEC RESOURCES CORP.Bid Notification
Hartwell Environmental CorporationBid Notification
HD Supply Water WorksBid Notification
Hearn CompanyBid Notification
HR Green, Inc.Bid Notification
inCon-trol Water SystemsBid Notification
Jaimar Automation, LLCBid Notification
JBS Water, Inc.Bid Notification
K2 Services, LLCBid Notification
Kinloch EquipmentBid Notification
Matchpoint IncBid Notification
MORRISON SUPPLYBid Notification
Motor Controls IncBid Notification
Newman Regency GroupBid Notification
North America Procurement CouncilBid Notification
Pencco, Inc.Bid Notification
PLW Waterworks, LLCBid Notification
Polston Applied Technologies CA-TXBid Notification
Preferred Tank & Tower MaintenanceBid Notification
PumpWrxs & ControlsBid Notification
R J Construction Company, IncBid Notification
R+B Group, Inc.Bid Notification
SME USA Inc.Bid Notification
Texas Underground, Inc.Bid Notification
Utility Service GroupBid Notification
VistraticBid Notification
wbi incBid Notification
Western Oilfields Supply CompanyBid Notification
ACCESS:
Vendor NameDocuments
Accurate Meter & Supply20 REBID Water & Sewer Supplies.pdf
Accurate Utility and Supply0 REBID Water & Sewer Supplies.pdf
BidClerk0 REBID Water & Sewer Supplies.pdf
Champions Marketing0 REBID Water & Sewer Supplies.pdf
Cleveland Mack0 REBID Water & Sewer Supplies.pdf
CMS
Coburn Supply Company INC.0 REBID Water & Sewer Supplies.pdf
Construction Journal0 REBID Water & Sewer Supplies.pdf
Construction Software Technologies
Core & Main0 REBID Water & Sewer Supplies.pdf
Dodge Data & Analytics0 REBID Water & Sewer Supplies.pdf
Fortiline Inc.0 REBID Water & Sewer Supplies.pdf
Fortiline Waterworks0 REBID Water & Sewer Supplies.pdf
IMS
Lindsay Circle, LLC
North America Procurement Council0 REBID Water & Sewer Supplies.pdf
Onvia0 REBID Water & Sewer Supplies.pdf
Pencco, Inc.0 REBID Water & Sewer Supplies.pdf
Perkens WS Corporation0 REBID Water & Sewer Supplies.pdf
RFx Analyst0 REBID Water & Sewer Supplies.pdf
School Wholesale Supplies LLC
SmartProcure0 REBID Water & Sewer Supplies.pdf
TUCON, LLC0 REBID Water & Sewer Supplies.pdf
Tukmol General Contractor
Wayne Enterprises
Webtech0 REBID Water & Sewer Supplies.pdf
for Water & Sewer Supplies
25
Manufacturer (IF other than specified)
A.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y.
McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y.
McDonaldMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco NorcaMatco Norca
$1.50$6.00
$63.24$18.36$56.70$87.30$45.80
Price
$840.00$722.00$863.70$687.20$235.15$685.20$762.00$620.40$120.32$859.44$139.70$234.80$335.30$932.60$943.30$564.40$712.00
$2,000.00$3,035.40$3,035.40$3,354.00$7,714.00$2,752.40$5,274.40$1,630.50$8,370.25$4,560.60$4,410.00$4,845.60$1,640.80$2,283.08$1,160.00
$21,621.00$21,366.00
Extended
Fortline Waterworks
Unit Price
0.40.420.150.1550.5950.595.5914.4438.5768.81263.7232.6157.5872.0731.6247.83228.0317.6420.1920.5191.32314.517.1847.0368.5215.2420.6860.1671.629.1813.9723.4833.5393.2694.33118.75.678.7328.224.5817.8
Manufacturer (IF other than specified)
$5.60
$28.80$58.68$11.96$91.10$42.40$65.50$34.30
Price
$450.00$240.00$234.50$801.00$636.80$218.15$635.80$707.50$576.00$111.64$797.64$153.10$218.70$832.80$843.20$423.00$533.60
$3,172.80$2,688.00$1,974.00$7,164.00$2,553.20$4,890.80$1,512.50$7,766.50$4,232.20$4,095.00$4,497.60$1,523.20$2,116.25$1,076.00
$20,061.00$19,440.00
Core & Main
Extended
Unit Price
0.090.120.560.7252.8844.83.294.6935.8263.83244.5430.2553.466.8729.3444.38211.6116.3818.7419.0484.6513.4515.9243.6363.5814.1519.255.8266.475.989.1115.3121.8783.2884.321084.246.5521.153.4313.34
Manufacturer (IF other than specified)
EGWEGWEGWEGW
$9.30
$44.40$58.68$12.10$92.10$42.00$64.80$33.90
$400.00$220.00$239.50$801.00$650.40$217.10$632.60$722.50$588.30$110.52$797.64$154.70$221.10$832.90$843.30$418.60$528.00
$2,687.40$2,687.40$2,010.00$7,316.00$2,553.60$4,891.00$1,544.50$7,931.00$4,321.40$4,182.50$4,593.60$1,555.20$2,161.00$1,099.20
$20,703.00$19,848.60
Coburn Supply
Extended Price
Unit Price
0.080.110.931.11 44.79 44.793.354.7936.5863.84244.5530.8953.469.0129.3445.32216.0716.7319.1419.4486.4413.7416.2643.4263.2614.4519.6155.2666.476.059.2115.4722.1183.2984.33110.274.26.4820.933.3913.2
Manufacturer (IF other than specified)
A.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y.
McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y.
McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldA.Y. McDonaldMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-Norca
$22.00$62.00$28.00$50.00$80.00$40.00
Price
$560.00$100.00$450.00$870.00$680.00$250.00$680.00$750.00$630.00$120.00$852.00$150.00$230.00$300.00$920.00$940.00$520.00$600.00
$1,300.00$3,900.00$4,200.00$3,750.00$7,600.00$2,800.00$5,300.00$1,700.00$8,575.00$4,600.00$4,500.00$4,800.00$1,680.00$2,300.00$1,200.00
$21,300.00$20,880.00
Extended
Accurate Utility Supply
Unit Price
0.260.282.22.565706.259387026534587131492301820219215175068152160711415233092941165826415
2522
104060504020501520802580401050301210101010101010201040
60
600200175250240180
QTY
300
50002000
Section 1
Gasket, Rubber 1.5"
Service Materials & NO LEAD Brass Items
Flange
Meter Gasket, Rubber 3/4" x 1/8"Meter Gasket, Rubber 1" x 1/8"MeterMeter Flange Gasket, Rubber 2"Meter Gasket Kit,(#431T07PLF water meter flange,oval) 1.5, MATCOMeter Gasket Kit, (#431TO8PLF
water meter flange, oval), 2", MATCOMeter Coupling with Gasket, 3/4", Matco #433T04LFMeter Coupling with Gasket, 1", Matco #433T05LFCurb Stop with Lockwing, comp/iron, 3/4", Ford #B41-233W-NLCurb
Stop with Lockwing, comp/iron, 1", Ford #B41-344W-NLCurb Stop with Lockwing, comp/iron, 2"Curb Stop with Lockwing, iron/iron, 3/4", Ford #B11-233W-NLCurb Stop with Lockwing, iron/iron,
1"Curb Stop with Meter Swivel Nut, 1" x 3/4", Ford #B43-342W-NLCorporation, cc/compression, 3/4"Corporation, cc/compression, 1", Ford #F1000-4-NLCorporation, cc/compression, 2"3-part
Union, comp/comp, 3/4", FORD #C44-33-NL3-part Union, comp/comp, 1", Ford #C44-44-NL3-part Union, comp/comp, 3/4" x 1", Ford #C44-34-NL3-part Union, comp/comp, 2", Ford #C44-77-NLAdaptor,
Male, comp/iron, 3/4", Ford C84-33-NLAdaptor, Male, comp/iron, 1", Ford #C84-44-NLAdaptor,Male, comp/iron, 1.5"Adaptor, Male, comp/iron, 2"Adaptor, Female, comp/iron, 3/4", Ford #C14-33-NLAdaptor,
Female, comp/iron, 1", Ford #C14-44-NLAdaptor, Female, comp/iron, 1.5"Adaptor, Female, comp/iron, 2"Gate Valve, Brass, 3/4", MATCO #514T04LFGate Valve, Brass, 1", MATCO #514T05LFGate
Valve, Brass, 1.5", MATCO #514T07LFGate Valve, Brass, 2"Meter Riser with Lockwing, 7" x 3/4"Meter Riser with Lockwing, 9" x 3/4"U-Branch w/ Lockwing, 6-1/2" centers, 3/4" x 1" Ford
#UVBS43-42W-65-NLEll, Brass, 90 Degree, 3/4"Ell, Brass, 90 dDegree, 1"Ell, Brass, 90 Degree, 2"Bushing,Brass, 1" x 3/4"Bushing, Brass, 2" x 1"
Manufacturer (IF other than specified)
Matco NorcaMatco NorcaMatco NorcaMatco NorcaMatco Norca
$91.50
Price
$178.00$147.70$312.60$416.25
Extended
Fortline Waterworks
Unit Price
17.814.779.1531.2627.75Not ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot Considered No bid Not ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot
ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot
ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot Considered No Bid
Manufacturer (IF other than specified)
$68.60$30.50$37.60$96.70$90.90$41.40$52.00$90.80$32.80$37.20$52.10$92.70$34.30$52.10
Price
$106.80$110.80$234.30$311.85$131.40$115.20$170.00$296.40$656.10$181.80$132.40$292.90$182.20$840.60$430.80$383.50$536.93$419.10$504.30$113.30$131.68$285.72
$1,843.20$1,788.00$1,698.00
Core & Main
Extended
$110,221.80
Unit Price
10.6811.086.8623.4320.793.053.766.579.6711.52179.0914.8221.879.092.072.64.546.623.282.485.219.2729.293.435.2118.2228.0228.7230.7238.3535.7642.4553.69341.9150.4356.6565.84142.86
Manufacturer (IF other than specified)
$57.90$30.10$37.10$95.60$89.90$40.80$51.40$89.60$32.40$36.90$51.60$91.70$33.90$51.60
$109.50$231.80$231.80$308.55$129.80$113.90$168.30$293.20$649.20$179.80$131.00$289.80$180.30$889.50$455.85$405.80$567.60$443.40$533.60$119.90$139.36$302.34
$1,950.60$1,892.00$1,796.80
Coburn Supply
$112,125.04
Extended Price
Unit Price
5.7910.9523.1823.1820.573.013.716.499.5611.3916.838.9914.6621.648.992.042.574.486.553.242.465.169.1728.983.395.1618.0329.6530.3932.5140.5837.8444.9256.7644.3453.3659.9569.68151.17
Manufacturer (IF other than
Matco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaM
atco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-NorcaMatco-Norca$121,799.00
$90.00$40.00$40.00$60.00$60.00$40.00$45.00$50.00$70.00
$150.00$180.00$260.00$525.00$140.00$100.00$120.00$150.00$100.00$360.00$750.00$200.00$100.00$160.00$120.00$140.00$360.00$240.00$810.00$420.00$370.00$520.00$350.00$490.00$112.00$128.00$290.00
$1,750.00$1,640.00
Accurate Utility Supply
Extended Price
Unit
Price
1518926354471012151018251033584312143657242728303735415235495664145
222
101010101510102010101010203020202020201015101010101010301560105040101010
QTY
Section 1 Total
Section 1 continued on next page
Service Materials & NO LEAD Brass Items, Section 1 cont'd
Bushing,Brass, 2" x 3/4"Bushing, Brass, 2" x 1.5"Bell Reducer, Brass 1 x 3/4Bell Reducer, Brass 2 x 3/4Bell Reducer, Brass 2 x 1.5Nipple, Close All Thread, 1"Nipple, Brass, 1" x 2"Nipple,
Brass, 1" x 4"Nipple, Brass, 1" x 6"Nipple, Brass, 1-1/2" x 4"Nipple, Brass, 1-1/2" x 6"Nipple, Brass, 2" x 2"Nipple, Brass, 2" x 4"Nipple, Brass, 2" x 6"Nipple, Brass, 2" All ThreadNipple,
Brass, 3/4 All ThreadNipple, Brass, 3/4 x 2Nipple, Brass, 3/4 x 4Nipple, Brass, 3/4 x 6Plug, Brass, 1"Plug, Brass, 3/4"Tee. Brass, 3/4Tee, Brass, 1" Tee, Brass, 2" Collar, Brass, 3/4"Collar,
Brass, 1"Collar, Brass, 2"Service Saddle, CC, 2" x 1", ROMAC CCService Saddle, CC 3" x 1", ROMAC CCService Saddle, CC 4" x 1", ROMAC CCService Saddle, CC , 4" x 2", ROMAC CCService
Saddle, CC , 6" x 1", ROMAC CCService Saddle, CC , 8" x 1", ROMAC CCService Saddle, CC 12" x 1", ROMAC CCService Saddle, CC 6" x 2", ROMAC CCService Saddle, CC 8" x 2", ROMAC CCService
Saddle, CC 10" x 2", ROMAC CCService Saddle, CC 12" x 2", ROMAC CCService Saddle, CC 16" x 2", ROMAC CC
Manufacturer (IF other than specified)
Price
Fortline
Extended
Unit Price
No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo
BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid
Manufacturer (IF other than specified)
228228-15"
$98.04$99.92$86.80$56.90
Price
$339.30$240.35$239.30$242.10$122.60$126.65$157.20$895.30$596.20$198.88$540.10$131.52$222.26$677.80$223.30$235.04$393.35$253.50$799.90$167.42$186.44$480.80$308.06$978.10$239.14$535.62$443.40$992.30$23
4.14$183.75$648.72$337.90$765.60$999.30
$3,522.26$2,214.10$1,027.50$1,279.40$1,623.80$1,300.40$1,566.00$1,139.94$1,253.28
Core & Main
Extended
Unit Price
22.6248.0723.9348.4224.5249.0225.3349.968.6815.7250.31889.5359.6299.4463.26108.0265.76111.1367.78111.6568.5117.5278.67126.7579.99127.9481.19130.0483.7193.2296.16154.0397.81156.6119.57267.81221.7496.1
5569.97117.0726.2527.0328.4533.7938.28166.55208.88
Manufacturer (IF other than Specified
2282014381200022820184615000
$98.04$99.92$87.20$56.90
$341.10$240.30$240.50$242.05$122.60$126.65$157.90$895.20$994.30$204.64$540.05$131.64$222.26$681.20$223.30$235.02$393.30$253.50$804.00$167.42$186.42$480.95$308.04$983.10$239.12$535.60$443.40$234.14$18
3.75$651.84$339.60$769.60
$3,530.80$2,225.65$1,032.75$1,286.00$1,632.20$1,307.00$1,574.10$1,007.46$1,139.94$1,001.76$1,326.66
Coburn Supply
Extended Price
Unit Price
22.7448.0624.0548.4124.5249.0225.3349.968.7215.7950.4489.5299.43102.3263.59108.0165.82111.1368.12111.6568.85117.5178.66126.7580.4128.681.61130.783.7193.2196.19154.0298.31157.41119.56267.8221.7503.735
69.97117.0726.2527.1628.4533.9638.48166.96221.11
Manufacturer (IF other than specified)
Extended Price
Accurate Utility Supply
Unit
Price
No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo
BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid
5552522522225222522222227266
15101010701010351015101020101010241020
QTY
Section 2
Clamps & Couplings
Redi Clamp, SMITH BLAIR 244, 3/4" x 3Redi Clamp, SMITH BLAIR 244, 3/4" x 6"Redi Clamp, SMITH BLAIR 244, 1" x 3"Redi Clamp, SMITH BLAIR 244, 1" x 6"Redi Clamp, SMITH BLAIR 244, 1-1/4"
x 3"Redi Clamp, SMITH BLAIR 244, 1-1/4" x 6"Redi Clamp, SMITH BLAIR 244, 1-1/2" x 3"Redi Clamp, SMITH BLAIR 244, 1-1/2" x 6"Redi Clamp, SMITH BLAIR 245, 2" x 3"Redi Clamp, SMITH BLAIR
245, 2" x 6"FCC, SMITH BLAIR 226, 2.35-2.63 X 7.5"FCC, SMITH BLAIR 226, 2.35-2.63 X 12.5FCC, SMITH BLAIR 226, 3.46-3.70 X 7.5FCC, SMITH BLAIR 226, 3.46-3.70 X 12.5FCC, SMITH BLAIR
226, 3.96 - 4.25 X 7.5"FCC, SMITH BLAIR 226, 3.96 - 4.25 X 12.5"FCC, SMITH BLAIR 226, 4.45 - 4.73 X 7.5"FCC, SMITH BLAIR 226, 4.45 - 4.73 X 12.5"FCC, SMITH BLAIR 226, 4.74 - 5.14 X
7.5"FCC, SMITH BLAIR 226, 4.74 - 5.14 X 12.5"FCC, SMITH BLAIR 226, 4.95 - 5.35 X 7.5"FCC, SMITH BLAIR 226, 4.95 - 5.35 X 12.5"FCC, SMITH BLAIR 226, 6.56 - 6.96 X 7.5"FCC, SMITH BLAIR
226, 6.56 - 6.96 X 12.5"FCC, SMITH BLAIR 226, 6.84 - 7.24 X 7.5"FCC, SMITH BLAIR 226, 6.84 - 7.24 X 12.5"FCC, SMITH BLAIR 226, 7.05 - 7.45 X 7.5"FCC, SMITH BLAIR 226, 7.05 - 7.45 X
12.5"FCC, SMITH BLAIR 226, 7.45 - 7.85 X 7.5"FCC, SMITH BLAIR 226, 8.54 - 8.94 X 7.5"FCC, SMITH BLAIR 226, 8.99 - 9.39 X 7.5"FCC, SMITH BLAIR 226, 8.99 - 9.39 X 12.5"FCC, SMITH BLAIR
226, 9.27 - 9.67 X 7.5"FCC, SMITH BLAIR 226, 9.27 - 9.67 X 12.5"FCC, SMITH BLAIR 226, 11.75 - 12.15 X 7.5"FCC, SMITH BLAIR 226, 13.40 - 13.80 X 15"FCC, SMITH BLAIR 226, 14.00 - 14.40
X 12.5"FCC, SMITH BLAIR 226, 14.38 - 15.13 X 15"FCC, SMITH BLAIR 226, 18.46 - 19.20 X 16"FCC, SMITH BLAIR 226, 11.04 - 11.44 X 7.5Dresser Coupling, SMITH BLAIR 411, 3/4"Dresser Coupling,
SMITH BLAIR 411, 1"Dresser Coupling, SMITH BLAIR 411, 1-1/4"Dresser Coupling, SMITH BLAIR 411, 1-1/2"Dresser Coupling, SMITH BLAIR 411, 2"Coupling, 4" Top Bolt HYMAX2, (4.25-5.63),
Smith Blair or HymaxCoupling, 6" Top Bolt HYMAX2, (6.42-7.68)
Manufacturer (IF other than specified)
Price
Fortline
Extended
Unit Price
No BidNo Bid No Bid Not ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot
ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot
ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot
ConsideredNot ConsideredNot Considered No Bid Not Considered
Manufacturer (IF other than specified)
$9.30
$49.90$54.00$42.72$42.72$88.70$36.15$21.86$64.24$90.72$60.62$88.72$32.08
Price
$735.56$299.40$118.10$246.45$492.90$521.00$194.00$112.50$189.20$406.60$887.00$932.40$748.20$115.80$481.20$580.70$571.00$569.60$136.04$282.60$158.90$169.78$349.02$133.58$855.00$597.00
$1,419.30$1,196.00$1,915.20$1,147.20$3,082.10$1,684.00
$31,558.54
Core & Main
Extended
Unit Price
236.55367.784.994.995.410.6810.6811.8116.4316.4317.744.655.2111.961.947.2322.59.4640.668.8710.3612.4711.5810.9332.1245.3615.9648.1258.0728.5528.6830.3156.9668.0270.6579.4584.8958.1744.0316.8444.3616.
0466.792.855.97
Manufacturer (IF other than specified)
$51.00$55.00$43.60$43.60$90.55$50.34$42.85$36.30
$758.14$306.00$120.60$251.55$503.10$443.00$443.00$329.00$133.25$319.00$674.10$567.60$195.50$106.50$150.38$507.10$721.90$665.20$111.24$545.30$205.00$224.16$239.50$225.18$360.12$294.12$106.32$189.08$60
3.00
$1,497.84$1,761.00$1,108.80$2,710.80$1,851.20$3,179.40$1,520.00$1,500.00
$32,234.85
Coburn Supply
Extended Price
Unit Price
249.64379.075.15.15.510.910.912.0616.7716.7718.1125.174.434.433.298.5726.6515.9567.4117.6112.329.4619.5518.1553.2575.1922.5950.7172.1933.2646.2855.6254.53102.556.04119.75112.5960.0245.4215.2147.0653.
1694.5456.03
Manufacturer (IF other than specified)
$69.50$70.00$60.00$60.00$70.00$50.00$30.00$86.00$90.00$84.00$90.00$80.00$90.00
$417.00$160.00$345.00$690.00$120.00$500.00$700.00$300.00$110.00$260.00$520.00$800.00$170.00$550.00$650.00$420.00$450.00$100.00$396.00$198.00$210.00$480.00$600.00
$2,610.00$2,100.00$2,400.00$1,400.00$4,200.00$1,500.00$2,250.00
Extended Price
Accurate Utility Supply
Unit
Price
No BidNo Bid No Bid 6.956.95715151623232435573102213528293517154345205565213542455099991058060154540457.56
62445255222224226222
6010101015302010906010101020401070
100100100300
100120100100
QTY
Section 3
Section 2 TOTAL
Section 3 continued on next page
Rubber Adaptors, Sewer Fittings, Tubing & Meter Boxes
Coupling, 8" Top Bolt HYMAX2, (8.54-9.84)Adaptor, FERNCO, 4" PVC x 4" PVC, 1056-44Adaptor, FERNCO, 4" PVC x 4" Clay, 1002-44Adaptor, FERNCO, 4" PVC x 4" Concrete, 1006-44Adaptor, FERNCO,
6" PVC x 6" PVC, 1056-66Adaptor, FERNCO, 6" PVC x 6" Clay, 1002-66Adaptor, FERNCO, 6" PVC x 6" Concrete, 1006-66Adaptor, FERNCO, 8" PVC x 8" PVC, 1056-88Adaptor, FERNCO, 8" PVC x 8"
Clay, 1002-88Adaptor, FERNCO, 8" PVC x 8" Concrete, 1006-88Adaptor, FERNCO, 10" PVC x 10" PVC, 1056-1010Coupling, 4", SCH 40Coupling, Slip/repair 4" sch 40Coupling, 4" SDR 35Coupling,
6" x 6", SDR 35Coupling, 8" x 8", SDR 35Reducer, SDR 35, 6" x 4"Reducer, SDR 35, 8" x 6"Ell, 22 1/2 deg 4" SCH 40Ell, 45 Degree, 4", SCH 40Ell, 90 Degree, 4", SCH 40Ell, 45 Degree,
6", SDR 35Ell, 90 Degree, 6", SDR35Ell, 45 Degree, 8", SDR 35Ell, 90 Degree, 8", SDR 35Clean-out with square top plug,4" sch 40Clean-out with square top plug, 6", SDR 35Clean-out with
square top plug, 6",SCH40Saddle Tee w/SS Bands, Gaskets, 6" x 4" SDR 35, P2106-4Saddle Tee w/SS Bands, Gaskets, 8" x 4" SDR 35 , P2108-4 Saddle Tee w/SS Bands, Gaskets, 8" x 6"
SDR 35Saddle Tee w/SS Bands, Gaskets, 10" x 4" SDR 35 , P2110-4 Saddle Tee w/SS Bands, Gaskets, 10" x 6" SDR 35Saddle Tee w/SS Bands, Gaskets, 12" x 4" SDR 35 , P2112-4 Saddle
Tee w/SS Bands, Gaskets, 12" x 6" SDR 35Saddle Tee w/SS Bands, Gaskets, 15" x 4" SDR 35Saddle, Universal, 6" FLEX TEESaddle, Universal, 4" FLEX TEE, NDS-4T/C Tee, sch 40, 4" x 4"
x 4 SanitaryTee, SDR 35, 8" x 6"Tee, SDR 35, 6" x 4"Tee, SCH 40, 6" x 4"Straps, SS w/Flip-up ScrewSlip cap 4" sch 40
Manufacturer (IF other than specified)Manufacturer (IF other than specified)Manufacturer (IF other than specified)
KennedyKennedyKennedyKennedy
PricePricePrice
FortlineFortlineFortline
$2,264.70$1,790.40$4,569.40$1,455.56
$10,080.06
Extended Extended Extended
Unit PriceUnit PriceUnit Price
No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid No Bid 226.47358.08456.94727.78No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo
BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid
Manufacturer (IF other than specified)Manufacturer (IF other than specified)Manufacturer (IF other than specified)
Carboline 1 gal
$5.60
$80.40$69.20$24.10$10.40$47.60
PricePricePrice
$136.40$101.90$522.00$361.20$846.20$284.40$667.90$260.00$840.00$164.20$806.70$540.00$413.40$235.30$276.20
$1,510.00$1,933.20$1,798.80$1,212.90$2,606.70$2,140.55$5,451.70$1,700.18$1,872.20$1,131.00$1,245.60$1,182.00$1,347.30$1,576.00$3,080.00$1,031.75
$30,642.90$11,899.13
Core & MainCore & MainCore & Main
Extended Extended Extended
Unit PriceUnit PriceUnit Price
3.4150.9513.059.035.3684.621.5866.790.260.421.5116.1116.426.9229.9840.43260.67428.11545.17850.0980.6734.0456.5512.05124.56118.2134.73157.61820.671541.040.141.1923.5327.6241.27
Manufacturer (IF other than specified)Manufacturer (IF other than specified)Manufacturer (IF other than specified)
$7.60
$73.95$24.20$10.10$39.20
$281.60$201.76$311.60$627.60$320.00$174.60$472.70$260.00$820.00$160.70$293.50$406.20$761.60$967.20$851.10$630.00$513.40$231.10$227.40$977.75
$1,490.00$1,892.40$1,212.90$2,483.20$1,962.05$5,009.90$1,594.44$1,928.30$1,015.50$1,063.80$1,765.00$2,383.40
$32,583.75$11,049.59
Coburn SupplyCoburn SupplyCoburn Supply
Extended PriceExtended PriceExtended Price
248.3276.1635.06
Unit PriceUnit PriceUnit Price
7.04100.887.7915.694.93320.9747.270.260.411.4915.7716.0729.356.7740.43392.41500.99797.2248.3612.1101.5585.11106.38176.52125.67119.171.010.190.9823.1122.7439.11
East JordanEast JordanEast JordanEast Jordan
Manufacturer (IF other than specified)Manufacturer (IF other than specified)Manufacturer (IF other than specified)
East JordanEast JordanEast JordanEast Jordan
$90.00$40.00$18.00$80.00
$360.00$880.00$680.00$180.00$730.00$350.00$900.00$230.00$110.00$750.00$750.00$540.00$200.00$280.00$440.00
$1,500.00$2,700.00$1,500.00$2,400.00$2,700.00$1,140.00$3,500.00$2,501.50$6,500.00$1,900.00$3,300.00$1,500.00$1,200.00$1,250.00$1,400.00$1,550.00$4,000.00$1,475.00
$42,985.50$14,401.50
Extended PriceExtended PriceExtended Price
Accurate Utility SupplyAccurate Utility SupplyAccurate Utility Supply
Unit Unit Unit
PricePricePrice
94522171215015730.350.451.52023114538350500.3650950756075201201251401552527200200.452284459
2522
40404015101010106030101010552010101010302020104040101025
180120
QTYQTYQTY
100020001000
Section 4Section 5
PSI, 100 ft Roll, 3/4"PSI, 100 ft Roll, 2"
Miscellaneous
Section 3 TOTAL
Section 4 TOTAL
250250
Gate Valves w/Gland Restraints
Ductile Fittings w/Gland Restraints & Cast Iron Fittings,
Rubber Adaptors, Sewer Fittings, Tubing & Meter Boxes
Plug Only, 4", SCH 40 with Square TopDouble Wye, 4" x 4", SCH 40Glue, PVC Wet and Dry, Quart Can, OateyPrimer, PVC, Quart Can, OateyLubricant, PVC, Quart Can, OateyCement, Talcote, Roof,
Evergrip ConcreteStrips, Ramneck, Evergrip 1"Tee, SCH 40, 6" x 4"CTS Service Tubing,CTS Service Tubing, 250 PSI, 100 ft Roll, 1"CTS Service Tubing,Meter Box, Plastic, Single w/Lid,
NDS OR DFW FORMeter Box, Plastic, Dual w/Lid, AUTO READERLid, Plastic Single, AUTO READERMeter Box, Commercial Jumbo w/Lid Plastic, AUTO READERPump, Hand, 6 foot HoseMJ Gate Valve
w/Gland Restraints, 2"AVK OR MUELLER, Square Nut TopMJ Gate Valve w/Gland Restraints, 4" AVK, MUELLER, Square Nut TopMJ Gate Valve w/Gland Restraints, ,6" AVK OR MUELLER, Square Nut
TopMJ Gate Valve w/Gland Restraints 8" AVK or MUELLER, Square Nut TopShoe, Cast Iron Cleanout, 4" with lidValve Box w/Lid, 18" x 24", Cast IronValve Box w/Lid, 24" x 36", Cast IronLid
Only for Valve Box, Cast IronRing, Manhole, 23.5"Cover, Manhole 23.5"Ring Manhole, 32"Cover, Manhole 32"Manhole Riser, Concrete 3"X23Manhole Riser, Concrete, 3" x 32Hydralock for
5-1/4" OpeningAll Thread Rods, 5/8", 10 feet longNuts, 5/8"Stainless Bolts, 5/8 x 3"Steel Probing Rod, 4'Manhold Hook w/Flat Handle, 24"Cam Lock Fitting, SMITH BLAIR STYLE 120 f/MJPVC
Pipe,E Ctd /Blt 4"
Manufacturer (IF other than specified)Manufacturer (IF other than specified)
PowersealPowersealPowersealPowersealPowerseal
PricePrice
FortlineFortline
$182.24$222.36$222.36$294.72$343.82
$1,265.50
Extended Extended
Unit PriceUnit Price
No BidNo Bid No Bid 91.12111.18111.18147.36171.91 No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid Not ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot
ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot ConsideredNot Considered
Manufacturer (IF other than specified)Manufacturer (IF other than specified)
Smith BlairPower SealSmith BlairSmith BlairSmith Blair
$4.60$6.00$6.80$3.80$4.20$7.40$5.90$5.70$6.80$4.20$4.60$8.20$2.60$3.80$6.60
$10.40$12.60
PricePrice
$772.80$354.55$152.44$350.21$186.00$262.26$306.00$360.00$732.00$600.00$812.00
$9,990.00$6,798.00$4,048.00$3,680.00
$1,256.91
$18,500.00$33,048.00
$15,952.50
Core & MainCore & Main
Extended Extended
Unit PriceUnit Price
51.5270.9176.22175.1193131.131535.550.91.831.52.039.2511.335.0619.449.20.230.30.340.190.210.370.590.570.340.520.630.210.230.410.130.190.33
Manufacturer (IF other than specified)Manufacturer (IF other than specified)
$732.45$336.05$240.92$466.52$294.00$414.56$483.62
$1,899.62
$14,465.15
Coburn SupplyCoburn Supply
Extended PriceExtended Price
147
233.26207.28241.81
No BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo BidNo Bid
120.46
Unit PriceUnit Price
48.8367.21
Manufacturer (IF other than specified)Manufacturer (IF other than specified)
$6.00$8.00$5.00$6.00$9.00$5.00$6.00$4.00$5.00$8.00
$12.00$10.00$15.00$20.00$14.00$17.00$10.00
$500.00$120.00$272.00$420.00
$1,110.00$9,126.00$1,000.00$6,198.00$3,696.00$3,356.00
$12,000.00$30,124.00
$20,383.00
Extended PriceExtended Price
Accurate Utility SupplyAccurate Utility Supply
Unit Unit
PricePrice
74100NO BIDNO BIDNO BIDNO BIDNO BID NO BID 5.070.30.681.052.5610.334.6217.728.390.30.40.60.250.30.51.520.450.70.850.250.30.50.20.250.4
522222
152020202020201010202020202020202020
QTYQTY
400FT400FT400FT600FT800FT400FT
400 FT
1800FT1700FT
2000 FT
ACACACAC
AC
PVC-3"C900-3"C900-4"C900-6"C900-8"
Section 6Section 7
3"4"4"6"8"
Section 5 TOTALSection 6 TOTAL
PVC Pipe & Fittings
Transition Couplings
POWERMAX,POWERMAX,POWERMAX,POWERMAX,POWERMAX,
Transition,Transition,Transition,Transition,Transition,
Cam Lock Fitting, SMITH BLAIR STYLE 120 f/MJPVC Pipe,E Ctd /Blt6"Cam Lock Fitting, SMITH BLAIR STYLE 120 f/MJPVC Pipe,E Ctd /Blt 8"Coupling,Coupling,Coupling,Coupling,Coupling,Pipe,
C900, 4" x 20Pipe, SCH 40, 1/2"X 20'Pipe, SCH 40, 3/4"X20'Pipe, SCH 40, 1"X 20'Pipe, SCH 40, 2"X 20'Pipe, SCH 40, 4" x 20Pipe, C900, 6"X20Pipe, SDR 35, 6" x 14Pipe, C900, 8"X20'Pipe,
SDR 35 8" x 14Adaptor, 1/2" PVC, Female, SCH 40Adaptor, 3/4" PVC, Female, SCH 40Adaptor, 1" PVC, Female, SCH 40Adaptor, 1/2" PVC, Male, SCH 40Adaptor, 3/4" PVC, Male, SCH 40Adaptor,
1" PVC, Male, SCH 40Reducer, 1 x 1/2, SCH 40Reducer, 1 x 3/4, SCH 40Ell, 45 Degree, 1/2", SCH 40Ell, 45 Degree, 3/4", SCH 40Ell, 45 Degree, 1", SCH 40Ell 90 Degree, 1/2", SCH 40Ell,
90 Degree, 3/4", SCH 40Ell, 90 Degree, 1", SCH 40Collar, PVC, 1/2", SCH 40Collar, PVC, 3/4", SCH 40Collar, PVC, 1", SCH 40
Not ConsideredNot Considered No Bid
$2.20$3.40
$78,677.80
$280,209.58
0.220.34
No BidNo Bid
No Bid
$3.00$4.50
$66,479.50
0.30.45
1010
line items were bid within the Section) NO
ALL
Section 7 Total
the Sections where
ONLY
Section will be awarded unless ALL line items are bid within the section
i t dt t th Cit T dd b Sti ll li it
NOTICE: This Bid may be awarded by Section or by All Sections whichever
TOTAL (add Totals from
SLIP CAP 3/4, SCH 40SLIP CAP 1" SCH 40
Summary of Section Bids
AccurateCoburnCore & MainFortiline
Sec 1$121,329.00$112,117.12$109,798.77$123,561.52
Sec 2No Bid$32,234.33$31,403.69No Bid
Sec 3$42,975.50$32,588.62$28,155.00No Bid
Sec 4$14,400.00$11,049.61$11,899.13$10,080.06
Sec 5$20,383.00$14,465.21$14,698.80No Bid
Sec 6No Bid$1,899.60$1,257.02$1,265.50
Sec 7$66,479.50No Bid$78,677.80No Bid
NOTE: These section totals are verified mathematically and may not be the same as shown on original bid do
ocuments.
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested: June 28, 2021
001 - General Fund
Requested By: Lisa Camp, Chief
034 - ESD Fund
Source of Funds:
Department: Administration/EMS
001-5059-522-2090
034-5059-522-8021
Account Number:
Report Resolution Ordinance
$ 7,641.25 (001)
$35,674.83 (034)
Amount Budgeted:
Exhibits: Stryker LP 15-2021 Quote #10185486, Stryker CR2 Quote
$ 7,641.25 (001)
#10186620, Stryker Sole Source Letter
Amount Requested: $35,674.83 (034)
Budgeted Item: Yes No
SUMMARY & RECOMMENDATION
In 2006 the City of La Porte EMS (LPEMS) purchased advanced life support cardiac
monitoring devices from the Physio Control. This transition to newer advanced
technology allowed EMS to provide a higher level of cardiac care to La Porte residents
and as well as allowed for a continuum of patient care from first responders using
All of e City buildings, parks & recreation centers and on the La Porte
rface with the advanced life
support cardiac monitors (Life Pak 15) used by LPEMS.
Recently Physio Control was acquired by Stryker, while there is no change in their
products or services, the merger now has our sole source vendor, Physio Control, with
a new branding to Stryker. Physio Control a division of Stryker still produces the
advanced life support cardiac monitors, automatic external defibrillators (AED), yearly
maintenance contracts that include preventative checks, 24/7 call out for repairs and
discounted pricing on consumables.
LPEMS has a replacement program as the Physio Control products age out of service
contracts to replace each budget year. This budget year staff will be replacing one (1)
Life Pak 12 with one (1) Life 15 and one (1) Life Pak 500 AED with one (1) Life Pak
1000 CR2 AED. Quotes are attached for the cardiac monitoring devices along with
expiring adult and pediatric AED pads for the City. The total cost of these two (2) quotes
is $43,316.08, including a trade-in credit for the old Life Pak12 of $5,000zz.
Since the City has already spent $34,527.57 with Stryker in this budget year (FY2020-
21) for a Stryker stair chair plus our yearly preventative maintenance contracts for the
ambulance stretchers, power load devices and cardiac monitors this would be a
combined total of over $50,000. The Purchasing Department is requesting LPEMS
bring this purchase to City Council to approve due to the merger of the two companies,
Physio Control into Stryker, bringing the combined total of purchases this budget hear
to over $50,000 for this one vendor.
ACTION REQUIRED BY CITY COUNCIL
Authorize the purchase of the Stryker Cardiac devices (Life Pak 15 and Life Pak
CR2) and supplies from the Stryker quotes #10185486 and #10186620.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested: June 28, 2021
Source of Funds:N/A
Requested By: Teresa Evans, Director
Department: Planning & Development
Account Number:N/A
Amount
Report Resolution Ordinance
Budgeted: N/A
Amount
Requested:N/A
Exhibits: Ordinance 2021-3837, P & Z Letter of
Recommendation, Existing Future Land Use Map,
Budgeted Item: Yes No
Proposed Future Land Use Map
SUMMARY& RECOMMENDATION
This item is a request for consideration to amend the City’s Future Land Use Plan
(FLUP) in conjunction with a request by Raj Shafaii of Shafaii Investments Ltd.,
applicant and owner, who is requesting approval of a Zone Change from the General
Commercial (GC) zoning district to the Mid Density Residential (R-2) zoning district.
The proposed zone change would allow for the development of a residential duplex
development. The site is located at the northwest corner of E. Main St. and S. Utah St,
and legally described as Lots 1-27, Block 184, Town of La Porte, Harris County, Texas.
The City’s Future Land Use Plan (FLUP) identifies this property as “Commercial” land
use. In order to accommodate the proposed development, the FLUP would need to be
amended to allow for “Mid-High Density Residential” use.
At the May 20, 2021 regular meeting, the Planning and Zoning Commission voted 6-1
to recommend approval of the proposed Future Land Use Amendment. Commissioner
Walters was the dissenting vote. Commissioner O’Conner was not present for the vote.
ACTION REQUIRED BY CITY COUNCIL
Approve or deny Ordinance 2021-3837,an ordinance amending the City's Future
Land Use Map Component of the Comprehensive Plan for an approximately 2.1-
acre tract of land located at the northwest corner of E. Main St. and S. Utah St.
and legally described as Lots 1-27, Block 184, Town of La Porte, Harris County,
Texas, by changing the land use designation from “Commercial” to “Mid-High
Density Residential”.
Approved for City Council Agenda
Corby D. Alexander, City Manager Date
ORDINANCENO.2021-3837
AN ORDINANCE ADOPTING AN UPDATE TO THE FUTURE LAND USE MAP
COMPONENT OF THE COMPREHENSIVE PLAN OF THE CITY OF LA PORTE, TEXAS
UPON RECOMMENDATION OF THE PLANNING AND ZONING COMMISSION OF THE
CITY OF LA PORTE, TEXAS; BY CHANGING THE DESIGNTION OF A 2.1-ACRE
TRACT OF LAND AT THE NORTHWEST CORNER OF EAST MAIN STREET AND
SOUTH UTAH STREET FROM “COMMERCIAL” TO “MID-HIGH DENSITY
RESIDENTIAL”; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND
PROVIDING AN EFFECTIVE DATE HEREOF
WHEREAS, Section 211.004 of the Texas Local Government Code provides that zoning regulations
must be adopted in accordance with a Comprehensive Plan; and
WHEREAS, Section 213.003 of the Texas Local Government Code provides that a municipality
may amend a Comprehensive Plan by ordinance, after public hearing and review by the
municipality's planning commission or department; and
WHEREAS, Section 213.003 of the Texas Local Government Code also provides that a
municipality may establish, in its charter or by ordinance, procedures for adopting and amending a
Comprehensive Plan; and
WHEREAS, Chapter 106, "Zoning" Article I, Section 106-3, and Article II, Section 106-65 of the
Code of Ordinances of the City of La Porte, delegates to the Planning and Zoning Commission the
duty to review and make recommendations relevant to modifications of the Comprehensive Plan
and Zoning Ordinance; and
WHEREAS,theCity of La Porte has a Comprehensive Plan, which Plan was adopted by the City
Council of the City of La Porte, Texas in 1986, and which Plan has been the subject of multiple
amendments since its adoption;
WHEREAS, pursuant to mandate of Chapter 106, "Zoning" of the Code of Ordinances of the City
of La Porte, the Planning and Zoning Commission of the City of La Porte has reviewed all elements
of the Comprehensive Plan, and as duly approved by the City Council of the City of La Porte, to
consider possible amendments thereto; and
WHEREAS, at the La Porte Planning and Zoning Commission meeting which occurred on May
20, 2021, the La Porte Planning and Zoning Commission reviewed the Future Land Use Map
component of the Comprehensive Plan for the purpose of considering proposed amendments thereto,
to change the designation for that 2.1-acre tract of land located at the northwest corner of E. Main St.
and S. Utah St., and legally described as follows: Lots 1-27, Block 184, Town of La Porte, Harris
County, Texas, from its present designation of “Commercial” to “Mid-High Density Residential”, and
at the conclusion of such review the La Porte Planning and Zoning Commission voted to recommend
to the La Porte City Council that it approve such amendment to the Future Land Use Plan component of
;
the Comprehensive Plan, to the La Porte City Council
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LA
PORTE, TEXAS, THAT:
Section 1. That an amendment to the Future Land Use Map component of the Comprehensive Plan
of the City of La Porte, Texas,which is incorporated to this ordinance by reference
hereinandattachedheretoasExhibitA,beandisherebyauthorized,approved,and
adopted by the City Council of the City of La Porte, Texas, after duly noticed public
hearing held at its June 28, 2021 meeting, pursuant to the recommendations of the Planning
and Zoning Commission oftheCityof La Porte, Texas.
Section 2. The City Secretary of the City of La Porte orher designatedrepresentative shallbe
required to make thisamendment tothe Comprehensive Plan available to the public and
duly mark and note the updated reference on the Future Land Use Plan component of
the Comprehensive Plan of the City of La Porte, Texas.
Section 3.TheCityCouncilofficiallyfinds,determines, recitesanddeclaresthatasufficientwritten
notice ofthe date, hour, place and subject to this meeting of the City Council was
posted at a place convenient to the public at the City Hall of the City for the time
required by law preceding thismeeting, as required by the Open Meetings Law,Chapter
551, Texas Government Code;andthat this meeting has been open to the public as
required by law at all times during which this ordinance and the subject matter thereof has
been discussed, considered and formally acted upon.
The City Council further ratifies, approvesandconfirmssuch writtennoticeand the
contents and posting thereof.
Section 4. Thisordinance shall be in effect from and after its passage and approval.
th
PASSED ANDAPPROVED this, the 28 day of JUNE, 2021.
CITYOF LA PORTE, TEXAS
______________________________
Louis R. Rigby,Mayor
ATTEST: APPROVED:
__________________________ ____________________________
Lee Woodward,CitySecretary Clark Askins, Assistant City Attorney
City of La PortePlanning and Development Department
Established 1892 Teresa Evans, Director
May 21, 2021
Honorable Mayor Rigby and City Council
City of La Porte
RE: Request #21-92000001to Amend the Future Land Use Map
Dear Mayor Rigby and City Council:
The La Porte Planning and Zoning Commission held a meeting on May 20, 2021 for a
request to amend the City’s Future Land Use Plan as adopted in the Comprehensive
Plan for a 2.1 acre tract of land located at the northwest corner of E. Main St. and S.
Utah St, and legally described as Lots 1-27, Block 184, Town of La Porte, Harris
County, Texas. The request was for approval of a change of the future land use
designation from “Commercial” use to “Mid-High Density Residential” use.
The Commission voted 6-1 to recommend approval of the proposed amendments to the
City’s Future Land Use Map. Commissioner Walters was the dissenting vote.
Commissioner O’Conner was not present for the vote.
Respectfully submitted,
Ian Clowes, City Planner
On Behalf of thePlanning and Zoning Commission
City of La Porte 604 W. Fairmont Parkway Phone: (281) 471-5020
Planning and Development La Porte, TX 77571-6215 Fax: (281) 470-5005
www.laportetx.gov
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested: June 28, 2021
Requested By: Teresa Evans, Director Source of Funds: N/A
Department:Planning & Development
Account Number: N/A
Amount Budgeted: N/A
Report Resolution Ordinance
Amount Requested: N/A
Exhibits: Ordinance 2021-3834, P & Z Letter of
Budgeted Item: YesNo
Recommendation, Area map, Zoning map, Future
Land Use map, Citizen Comment Sheets, and
Applicantion
SUMMARY & RECOMMENDATION
Raj Shafaii of Shafaii Investments Ltd., applicant and owner, requestsapproval of a
Zone Change from the General Commercial (GC) zoning district to the Medium Density
Residential (R-2) zoning district. The 2.1 acre site is located at the northwest corner of E.
Main St. and S. Utah St., and legally described as Lots 1-27, Block 184, Town of La Porte,
Harris County, Texas.
The site is currently undeveloped. The future land use map (FLUP) reflects a GC use
for this site. The applicant proposes to develop a residential duplex development on the
property. Under the current GC zoning district, residential uses are prohibited. A zone
change from GC to R-2 is required to facilitate the proposed residential project.
The Planning & Zoning Commission held a public hearing on this item at their May 20,
2021 regular meeting. Two (2) neighbors of the subject property, voiced concerns with
the request to allowresidential uses to encroach into an area currently zoned
commercial and surrounded by existing commercial developments. The towing
company business owner across Main Street (Todd Johnston, 400 E. Main St.)cited
concerns with a potential conflict in uses and new homeowners that may complain
about the noise and light pollution from nighttime business operations. The property
owners of the adjacent property to the west (Judy Nieuwenhuis, 4433 Green Tee Dr.
Baytown, TX) expressed concerns about their ability to access the former Kansas St.
right-of-way. Currently, they utilize the unimproved former right-of-way to access the
rear of their property. Mr. Shafaii has purchased the former right-of-way from Southern
Pacific Railroad and plans to construct a roadway as part of the residential development
and dedicate it to the city, allowing for public access to the adjacent properties.
The Commission voted on a motion to recommend approval of the zone change
request, as presented. The vote was 7-1, and the item was approved. Commissioner
Walter was the dissenting vote.
Per Sec. 106-171. (8) Vote to overrule. “The affirmative vote of at least three-fourths
of the City Council is required to overrule a recommendation of the City Planning &
Zoning Commission that a proposed change to this chapter or boundary be denied.”
City Council approval of the proposed zone change will require seven (7) affirmative
votes.
Staff mailed23public noticesto property owners located within 200 feet of the subject
property. Staff received three (3) returned comment sheets for the proposed zone
change, all in opposition to therequest.
ACTION REQUIRED BY CITY COUNCIL
Approve or deny Ordinances 2021-3834 for Zone Change request #21-92000001,
a request by Raj Shafaii of Shafaii Investments Ltd., applicant and owner, for
approval of a zone change from General Commercial (GC) to Medium Density
Residential (R-2), on a 2.1 acre tract of land located at the northwest corner of E.
Main St. and S. Utah St.; legally described as Lots 1-27, Block 184, Town of La
Porte, Harris County, Texas.
Approved for City Council Agenda
Corby D. Alexander, City Manager Date
ORDINANCE NO. 2021-3834
AN ORDINANCE AMENDING CHAPTER 106 “ZONING” OF THE CODE OF
ORDINANCES OF THE CITY OF LA PORTE, BY CHANGING THE ZONING
CLASSIFICATION OF A 2.1-ACRE TRACT OF LAND LOCATED AT THE
NORTHWEST CORNER OF EAST MAIN STREET AND SOUTH UTAH STREET,AND
LEGALLY DESCRIBED AS LOTS 1-27, BLOCK 184, TOWN OF LA PORTE, HARRIS
COUNTY, TEXAS, FROM GENERAL COMMERCIAL (GC) TO MEDIUM DENSITY
RESIDENTIAL (R-2); MAKING CERTAIN FINDINGS OF FACT RELATED TO THE
SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND
PROVIDING AN EFFECTIVE DATE HEREOF
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE, TEXAS:
Section 1. Chapter 106 “Zoning” of the Code of Ordinances is hereby amended by changing the
zoning classification of the following described property, to wit: a 2.1-acre tract of land
located at the northwest corner of E. Main St. and S. Utah St, and legally described
as Lots 1-27, Block 184, Town of La Porte, Harris County, Texas, from General
Commercial (GC) to Medium Density Residential (R-2).
Section 2. All ordinances or parts of ordinances inconsistent with the terms of this ordinance are
hereby repealed; provided, however, that such repeal shall be only to the extent of
such inconsistency and in all other respects this ordinance shall be cumulative of other
ordinances regulating and governing the subject matter covered by this ordinance.
Section 3. Should any section or part of this ordinance be held unconstitutional, illegal, or invalid,
or the application to any person or circumstance for any reasons thereof ineffective or
inapplicable, such unconstitutionality, illegality, invalidity, or ineffectiveness of such
section or part shall in no way affect, impair or invalidate the remaining portions
thereof; but as to such remaining portion or portions, the same shall be and remain in
full force and effect and to this end the provisions of this ordinance are declared to be
severable.
Section 4. The City Council officially finds, determines, recites and declares that a sufficient
written notice of the date, hour, place and subject of this meeting of the City Council is
posted at a place convenient to the public at the City Hall of the city for the time
required by law preceding this meeting, as required by Chapter 551, TX. Gov’t Code;
and that this meeting has been open to the public as required by law at all times during
which this ordinance and the subject matter thereof has been discussed, considered
and formally acted upon. The City Council further ratifies, approves and confirms such
written notice and the contents and posting thereof.
Section 5. The City Council of the City of La Porte hereby finds that public notice was properly
mailed to all owners of all properties located within two hundred feet (200’) of the
properties under consideration in compliance with code provisions.
Section 6. It is directed that the Official Zoning Map of the City of La Porte, Texas be changed to
reflect the zoning classification established by this ordinance.
Section 7. The City Council of the City of La Porte hereby finds, determines, and declares that
all prerequisites of law have been satisfied and hereby determines and declares that
the amendments to the City of La Porte Zoning Map and Classification contained in
this ordinance as amendments thereto are desirable and in furtherance of the goals
and objectives stated in the City of La Porte’s Comprehensive Plan.
Section 8. This ordinance shall be effective after its passage and approval.
th
PASSED AND APPROVED this, the 28day of June, 2021.
CITY OF LA PORTE, TEXAS
______________________________
Louis R.Rigby, Mayor
ATTEST: APPROVED:
__________________________ ____________________________
Lee Woodward, City Secretary Clark Askins, Assistant City Attorney
City of La PortePlanning and Development Department
Established 1892 Teresa Evans, Director
May 21, 2021
Honorable Mayor Rigby and City Council
City of La Porte
RE: Zone Change Request #21-92000001
Dear Mayor Rigby and City Council:
The La Porte Planning and Zoning Commission held a public hearing at the May 20,
2021 meeting on a zone change request by Raj Shafaii of Shafaii Investments Ltd,
applicant and owner; for a zone change of property legally described as Lots 1-27, Block
184, Town of La Porte, Harris County, Texas, from General Commercial (GC) to
Medium Density Residential (R-2). The site is a 2.1-acre tract of land located at the
northwest corner of E. Main St. and S. Utah St.
The Commission voted 7-1 on a motion to approve, resulting in a recommendation to
approve the requested zone change. Commissioner Walter was the dissenting vote.
Respectfully submitted,
Ian Clowes, City Planner
On Behalf of the Planning and Zoning Commission
City of La Porte 604 W. Fairmont Parkway Phone: (281) 471-5020
Planning and Development La Porte, TX 77571-6215 Fax: (281) 470-5005
www.laportetx.gov
REQUEST FOR CITY COUNCIL AGENDA ITEM
Appropriation
Agenda Date Requested: June 28, 2021
Source of Funds: 015 (General)
Requested By: Ray Mayo, Director
Department: Public Works
Account Number: 015-7070-530-1100
Amount Budgeted: $355,801
Report Resolution Ordinance
Amount Requested: $0
Exhibits: Revised Conceptual Design and Estimates
Budgeted Item: Yes No
SUMMARY & RECOMMENDATION
Pecan Park is heavily used year-round for baseball and softball practice, games and
tournaments. Currently, the parking lot provides 469 parking spaces. The traffic pattern
for the parking lot was intended to be one-way from the inception of the parking plan.
During the May 9, 2020 Special Meeting of City Council (Pre-budget Retreat), Council
expressed/discussed safety concerns related to vehicular and pedestrian accidents
within the parking lot. City Council directed staff to procure the services of a professional
traffic engineer to evaluate the existing park layout to determine feasible options to
improve park layout and safety within the park. City staff has added six (6) additional
traffic humps, six (6) painted crosswalk locations and increased signage to warn drivers
regarding pedestrians at the crosswalks.
A professional services agreement was presented to City Council at the July 27, 2020
meeting and Council directed staff to proceed with a site assessment and conceptual
design to be provided by the team of CONSOR (traffic engineer) and Asakura Robinson
(landscape architect).ultimate conceptual design was presented to
Council at the February 22, 2021 Council Meeting.
After discussion of the total estimated $3,888,000 cost of the proposed improvements,
Council directed staff to revisit the proposed conceptual plan to develop a less
expensive alternative.
The revised conceptual plan includes:
Removing the western-most parking area and drive aisle to reduce
vehicular/pedestrian conflict near the concession stand/restroom common area;
approximate reduction of 82 spaces.
Two-way traffic on each entrance/exit.
Pedestrian pathways to encourage crosswalk use
Expanded/additional parking areas, net addition of approximately 67 spaces;
Increasing total parking spaces to 536.
The estimated total base cost to complete the improvements proposed within the
revised conceptual plan is $977,717. Of this amount, $355,801 is currently budgeted.
$250,000 may be utilized from park-zone funding and $36,233 is eligible from the tree
preservation fund. This leaves $335,683 to be identified in the FY22 budget. If included,
an alternate item for parking lot trees can also be funded from the tree preservation
fund ($16,481).
direction on the desired approach to the project. Options
include, but are not limited to:
1. Proceed with project as identified within the revised conceptual plan, with
identified funding needs within the FY22 budget.
2. Proceed with project as identified within the revised plan, but phase the
improvements and funding.
Benefits:
Vehicular/pedestrian crossflow reduced.
Additional parking capacity provided.
Drive aisles expanded.
ADA parking for concession stand, restrooms, fields 5 and 6
Central greenspace adds to park amenities.
Improved vehicular circulation.
Liabilities:
Construction improvements are not fully funded within current fiscal year.
Additional storm water detention capacity required.
ACTION REQUIRED BY CITY COUNCIL
Receive presentation and provide staff with direction regarding potential
improvements at Pecan Park.
Approved for the City Council meeting agenda
Corby D. Alexander, City Manager Date
PECAN PARK PARKING REDESIGN
City of La Porte May 2021
2
271
91
51
1
DBOBEB!ESJWF
Votbgf!dpoejujpot!gps!qfeftusjbot!jotjef!qbsljoh0djsdvmbujpo!bsfbt/
!!
Obsspx!tqbdjoh!boe!ujhiu!dpsofst!dpousjcvuf!up!votbgf!dpoejujpot/
!!
ISSUES
3
8
271
GJFME!
9
DBHFT
CBUUJOH!
GJFME!
91
Qspqptfe!Sbjtfe!DspttjohFyjtujoh!Mjhiu!QpmfQspqptfe!Mjhiu!Qpmf
51
Qspkfdu!up!sfmpdbuf!
MPPQ
1
SFTUSPPNT
XJEFOFE!ESJWF!MBOF OPUF;!xiffm!tupqt!boe!vtf!fyjtujoh!ibsetdbqf!up!fyqboe!esjwf!bjtmf!up!35!jo!xjeui
QJDL.VQ!0!ESPQ.PGG!
)OPU!JO!TDPQF*
QSPQPTFE!TJHOBHF
Qspqptfe!OfxQbsljoh!BsfbtQspqptfe!Ofx!Qbuixbzt
7
QSPQPTFE!GJFME!
QBSLJOH!MPU
QSPQPTFE!XBSN!VQ0
:
DJSDVMBUJPO BNFOJUZ!BSFB!)CZ!PUIFST*
JNQSPWFE!MPU!
GJFME!
21
DBOBEB!ESJWF
GJFME!
QSPQPTFE!
QBSLJOH!MPU
TUBOE!,!
DBHFT!)CZ!PUIFST*
QSPQPTFE!CBUUJOH!
SFTUSPPNT
DPODFTTJPO!
QMBZHSPVOE!
6
GJFME!
Eftjhot!opufe!bt!Cz!
MPDBUJPOT!)CZ!PUIFST*
QSPQPTFE!SBJTFE!DSPTTJOH!
OPUF;!Puifst!nbz!cf!qfsgpsnfe!cz!Pxofs!ps!bt!qbsu!pg!puifs!gvoefe!jnqspwfnfout/
Jnqspwfe!qbsljoh!mpu!djsdvmbujpo!boe!qfeftusjbo!qbuixbzt/Sbjtfe!dspttjoht!up!fodpvsbhf!tbgf!usbwfm!tqffet!boe!qfeftusjbo!wjtjcjmjuz/Beejujpobm!qbsljoh!mpu!mjhiujoh!boe!tibef!usfft/
QSPQPTFE!SFNPWBCMF
CPMMBSET!)CZ!PUIFST*
!!!
5
JO!DPOTVMUBUJPO!XJUI!UIF!DJUZ!PG!MB!QPSUF
GJFME!
BOE!TUPSBHF
NBJOUFOBODF!
4
23
GJFME!
GJFME!GJFME!
Qspwjeft!vq!up!bo!beejujpobm!25:!qbsljoh!tqbdft!)ofu!78!tqbdft<!BEB!tqbdft!up!cf!efufsnjofe*
!!
KEY DESIGN CHANGES
4
Dpotusvdujpo!Dptut!qsftfoufe!jodmvef!npcjmj{bujpo-!dpousbdups!gfft-!efnpmjujpo!pg!fyjtujoh!qbwfnfou-!tupsnxbufs!nbobhfnfou-!ofx!dpodsfuf!qbwjoh-!hsbejoh-!qbsljoh!jtmboet-!qbsljoh!mpu!usfft-!mjhiujoh-
!tjefxbmlt-!boe!sfwfhfubujpo/!
NOTE:Uijt!pqjojpo!pg!qspcbcmf!dptu!jt!nbef!po!uif!cbtjt!pg!Dpotps!boe!Btblvsb!Spcjotpot!fyqfsjfodf!Btblvsb!Spcjotpot!cftu!kvehnfou!bt!fyqfsjfodfe!xjui!uif!joevtusz/!Ipxfwfs-!tjodf!Dpotps!boe!Btblvs
b!Spcjotpo!ibt!op!dpouspm!pwfs!uif!dptu!pg!mbcps-!nbufsjbmt-!frvjqnfou-!ps!tfswjdft!gvsojtife!cz!puifst-!ps!pwfs!uif!Dpousbdupst!nfuipet!pg!efufsnjojoh!qsjdft-!ps!pwfs!dpnqfujujwf!cjeejoh!ps!nbslfu!
dpoejujpot-!Dpotps!boe!Btblvsb!Spcjotpo!dboopu!boe!ep!opu!hvbsbouff!uibu!qspqptbmt-!cjet-!ps!bduvbm!dpotusvdujpo!dptu!xjmm!opu!wbsz!gspn!pqjojpot!pg!qspcbcmf!dptu!bt!qsfqbsfe!cz!Dpotps!boe!Btblvsb!Sp
cjotpo/
%5-:55
%23-216%34-:61%47-344%27-592%27-592
%2:1-:88%257-321%334-495%266-111
%:88-828
%:::-253
!%743-96:!%29:-969
FTUJNBUF!PG!QSPCBCMF!DPTU
GPS!EFTJHO!BOE!DPOTUSVDUJPO
JUFN
FTUJNBUF!PG!QSPCBCMF!DPTU
Hfofsbm!DpoejujpotEfnpmjujpoIbsetdbqfHsbejoh!boe!EsbjobhfMjhiujoh!boe!FmfdusjdbmQmboujoh Tvc.Upubm!.!CbtfDpoujohfodz!)41&*Djwjm!Fohjoffsjoh!'!Mboetdbqf!Bsdijufduvsf!GfftQSPKFDU!UPUBM!)Cbtf*Qbsljoh!Mp
u!Usfft!.!Bee!Bmufsobuf Tvc.Upubm!.!Bee!BmufsobufDpoujohfodz!)41&*QSPKFDU!UPUBM!)Cbtf!,!Bee!Bmufsobuf*