City of Piney Point Village 7676 WOODWAY DR., SUITE 300 HOUSTON.TX7763-1523 TELEHONE (713)782-0271 FAX (713)782-0281 THE CITY OF PINEY POINT VILLAGE REGULAR COUNCIL MEETING MONDAY, OCTOBER 26, 2020 NOTICE IS HEREBY GIVEN THAT THE CITY COUNCIL OF THE CITY OF PINEY POINT VILLAGE WILL HOLD A REGULAR MEETING ON MONDAY, OCTOBER 26, 2020 AT 6:30 P.M. AT CITY HALL, 7676 WOODWAY, SUITE 300, HOUSTON, TEXAS OCTOBER 26, 2020 6:30 P.M. MEETING WILL BE HELD VIRTUALLY THROUGH THE USE OF ZOOM. THE DIAL IN NUMBER IS: 884-841-6839 with additional information. TO DISCUSS THE AGENDA ITEMS LISTED BELOW. Join Zoom Meeting Meeting ID: 8848416839 Passcode: 3786960901 One tap mobile Atps/uso2webzoom.us/EB46B9PNdcURAndMaB/ISVZIR042902DX209 13462487799,884841689H..0H,3786960901# US (Houston) 16699006833,88484168396.0H,3786960901# US (San. Jose) Dial by your location +1 3462481 7799 US (Houston) +1 6699006833 US (San. Jose) +1 2532158782 US (Tacoma) +1 312 626 6799 US (Chicago) +1 9292056099 US (New York) +1 3017158592 US Germantown) Meeting ID: 884841 6839 Passcode: 3786960901 Find your local number: ntps/0/webzom.uU/eVNb/BVUA DECLARATION OF QUORUM AND CALL TO ORDER PLEDGE OF ALLEGIANCE CITIZENS WISHING TO ADDRESS COUNCIL: - Atthis time, any person with city-related business may speak to the Council. In compliance with the Texas Open Meetings Act, if a member of the public comments or inquiries about a subject that is not specifically identified on the agenda, a member of Council or a Staff Member may only respond by giving a statement of specific factual information or by reciting existing policy. The City Council may not deliberate or vote on the matter 1. Discuss and take possible action on the MVPD monthly report 2. Discuss and take possible action on the VFD monthly report 3. Discuss and take possible action on HGAC Representative Designation 4. Discuss and take possible action on Harris County Public Library Interlocal 5. Discuss and take possible action on Harris County Agreement for Prisoners Agreement 6. Discuss and take possible action on Alarm Permits (HK) 7. Discuss and take possible action on Kinkaid School 8. Discuss and take possible action on the Mayor's monthly report 9. Discuss and take possible action on the City Administrators monthly report, including but not limited to: September 2020 Financials 10.Discuss and take possible action on 9B Woods Edge 11.Discuss and take possible action on City Restriping Quotes 12.Discuss and take possible action on Calico Type A Inlet Quotes 13. Discuss and take possible action on S. Piney Point Road Guardrail Improvement 14.Discuss and take possible action on 2020 Paving Improvements Bid Results and 15.Discuss and take possible action on HDR Proposal - 2020 Paving Improvements authorization to begin Construction Management, Materials Testing and Quotes Letter of Recommendation Construction Observation phase services 16.Discuss and take possible action on CDBG Acceptance of Application 17.Discuss and take possible action on CDBG HDR Contract 18. Discuss and take possible action on the City Engineer's monthly report 19.Discuss and take possible action on the minutes of the September 28, 2020 and October 6, 2020 City Council meetings 20. EXECUTIVE SESSION: The City Council will adjourn into closed executive session pursuant to Section 551.071 of the Texas Govemment Code CONSULTATION WITH ATTORNEY), specifically regarding pending and potential litigation; and pursuant to Section 551.072 of the Texas Government Code 21.Action outside of Executive Session, if any 22.Adjourn CERTIFICATION Icertify that a copy of the October 26, 2020 agenda of items to be considered by the Piney Point Village City Council was posted in a place convenient to the general public in Compliance with Chapter 551, of the Texas Government Code on October 23, 2020. 2 Blh Roger Nelson City Administrator Inc compliance with the Americans with Disabilities Act, the City of Piney Point Village will provide for reasonable accommodations for persons attending City Council meetings. This facility is wheelchair accessible and accessible parking spaces are available. To better serve you, your requests should be received 48 hours prior toi the meeting. Please contact Karen Farris, City Secretary, at713-782-0271. The City Council reserves the right to adjourn into a Closed Executive Session at any time under the Texas Government Code, Section 551.071, to consult with an attorney. POLICE TX MEMORIAL VILLAGES POLICE DEPARIMENT COMMISSION MEETING. PACKAGE Page 1 of 102 10/09/2020 MEMORIAL VILLAGES POLICE DEPARTMENT NOTICE OF Al REGULAR MEETING Notice is hereby given ofal Regular Meeting oft thel Board of Commissioners of the Memorial Villages Police Department, ac combined police department of the Cities of Bunker Hill Village, Hunters Creek Village and Piney Point Village, Texas, tol be held at 6:001 PM on October 12, 2020, by teleconference for the purpose of considering the agenda items as listed. A limited number of the members of the Board of Commissioners and Department staff will be physically present in the City Council chambers at the City of Hunters Creek City Hall at #1 Hunters Creek Place, while other members of the board and department will be participating in the meeting by teleconference. a)JOINING THE MEETING ON ZOOM: t.mw19AIS3HPme-TAMLMTANRIOKSSUVANZSZOA ID: 9416 62333494 PW:015218 b) DIALING THE: FOLLOWING TOLL-FREE NUMBER: 1+346-248-7799 (Houston) and entering thel Meeting ID: 941 62333494: and password 015218 This meeting agenda, and the agenda packet, are posted online at htp/www.mvpdx.org Members oft the public will be permitted to offer public comments telephonically as provided by the agenda and as permitted by the presiding officer during the meeting. A recording of the telephonic meeting will be made, and will be available to the public in accordance with the Open Meetings Act upon written request. The matters to be discussed and acted on at the meeting are as follows: AGENDA a. Citizen Comments - At this time, any person may speak to the Police Commission. In compliance with the Texas Open Meetings Act, if a member of the public comments or inquires about a subject that is not specifically identified on the agenda, the Police Commission may only respond by giving a statement of specific factual information or by reciting existing policy. The Police Commission may not deliberate or vote on the matter, but it may be recessed fora a future meeting. . Approval ofMinutes Update, discussion and possible action. 1. Approval of September 14, 2020 minutes. Financial Report Update, discussion andj possible action. 1. FY20 Budget Review and Discussion. d. New Business - Update, discussion and possible action. 1. MergerTree QBR September 2020 - Annual Review ofIT systems report. 2. Fleet Inventory Report and 2021 Vehicle Purchases - Annual Review. Chief's updates - Summary overview ofr monthly reports and activities. 1. COVID-19 Pandemic updates and discussion of possible actions that may be required, due to staffing. 2. Election Day Prep Update. Follow Up Item from a Previous Meeting Discussion and possible action on outstanding items. Page 3of1 102 10/09/2020 Notice of Regular Meeting Page2 2.1 Rules ofConduct - Updated policy toi include "Duty to Intervene"- requires review/approval by Executive Session - Iti is anticipated that all, or aj portion ofthe discussion of the following item will be conducted in closed executive session under authority of the Texas Open Meetings Act. However, no action will be taken on 1. Legal advice from the Commission's: attorney regarding personnel matters $551.074-I Discussion and h. Suggestions for future agenda items - Discussion of the agenda for the next Commission meeting and the meeting Police Commission this item until the Commission reconvenes in open session. possible action. schedule. Adjournment The Police Commission may convene a public mccting and then recess into executive (closed) session, to discuss any of the items listed on this agenda, if necessary, and if authorized under chapter 551 of the Texas Government Code. Situations in which a closed executive session may be authorized by lawi include, without limitation; (I) consulting with the Commission's attomey tos seek or receive legal advice concerning pending or contemplated litigation, a settlement offer, or any other matter in which the ethical duty of the attorney to the Commission clearly conflicts with the general requirement that all mcetings be open, S 551.071; (2) discussing the purchase, exchange, lease, or value of real property, $ 551.072; (3) discussing aj prospective gift or donation, $ 551.073; (4) discussing certain personnel matters, $551.074; and (5) discussing security personnel or devices, $551.076. The Commission may announce thati it will goi into executive Session on any item listed on this agenda if the subject matter and circumstances are such that a discussion in executive (closed) session is authorized under the provisions of chapter 551 of the Texas Government Code. Raymond Schultz, a ChierbfPolice Memorial Villages Police Dèpartment POSTED: 10/08/2020 (date) City ofl BunkerHill Village Jay Smyre, Commissioner William Murphy, Commissioner @ 11981 Memorial Drive at 2:30 p.m. CityofHunters' Creck Village Scan. Johnson, Commissioner Brooke Hamilton, Chairman (time) City of Pincy Point Village James Huguenard, Commissioner Solace Southwick, Commissioner John Ebeling, Alt. Commissioner Bert Rosenbaum,. Alt. Commissioner Stephen Reichek, Alt. Commissioner Chief of Police Raymond Schultz Legal Counsel. John Hightower This facility is wheelchair accessible and accessible parking spaces are available. Persons with disabilities who plant toa attend this meeting and who may need auxiliary aids ors services such asi interpreters for person who are deaf orl hearing impaired, readers, orl large print, are requested to contact Office! Manager at 713-365-3701. Requests should bci made atl least 48 hours prior tot ther meeting. This agenda is posted on the Memorial Village Police Department website aty www.mypdx.org- Agenda Oct 20201 Via Zoom Video Conference Rev.1.Doc Page 4 of 102 10/09/2020 APPROVAL OF MINUTES Page 7of1 102 10/09/2020 pu MEMORIAL VILLAGES POLICE DEPARTMENT Minutes of the Police Commission Meeting September 14th, 2020, 6:00 p.m. A quorum was established, and Commissioner Hamilton called the September 14th, 2020 meeting to order at 6:00 p.m. via. Zoom Teleconference, the toll-free number used for the meeting was 1- 346-248-7799. In attendance were: From the Commission: CityofP Piney Point Commissioner Huguenard Commissioner Southwick Alt. Commissioner Ebeling CityofHunters Creek Commissioner Hamilton Commissioner Johnson Alt. Commissioner Reichek CityofBunker Hill Commissioner Smyre Commissioner Murphy Alt. Commissioner Rosenbaum Legal Counsel John Hightower/ Keila Garcia From Memorial Village PD Chiefof Police, Raymond Schultz Finance Manager, Victoria Bowman Office Manager, Maureen Loud Guests MINUTES At6 6:00 p.m. Commissioner Hamilton called the Zoom teleconference to order as allowed by the Governor's order to suspend certain portions of the open meetings act. This meeting is being recorded and will be available to the public in accordance with the Open Meetings Act upon written Any members ofthe public who may wish to address the board during the meeting must wait until recognized by Commissioner Hamilton. All participants in the meeting should make efforts to minimize any background noise at their location. Meeting participants should identify themselves by stating their name when speaking. Commissioner Hamilton proceeded to call roll of all request. OurZoom moderator is Keila Garcia of Olson and Olson. participants oft the meeting and stated that we have a virtual quorum. a. Citizen Comments None. Sept 2020 Minutes Dra Rev. 2.Docx Page 9 of 102 10/09/2020 b. Approval of Minutes Motion was made by Commissioner Ebeling and seconded by Commissioner Murphy to approve the August 10, 2020 minutes as presented. The Commission voted unanimously to approve the minutes. - Financial Report Mrs. Bowman stated that wel have 4 months remaining in the fiscal year the department has received 75% oft the appropriation and expended 64%. At this time last year expenditures totaled 62%. We are currently forecasted to expend 97% ofthe budget. The Department received and additional $7,718 for Hurricane Harvey related expenditures. In the vehicle fund, invoices were received and processed for the 3 Dodge Durango's and upfitting charges will be processed once received. d. New Business 1.2 2.1 Rules of Conduct - Updated policy requires review/pproval by Police Commission. Legal Counsel stated that some concerns have been brought to his attention on this policy and sO 911 Calls- - Chief Schultz stated that item 2, is for 9110 calls. Therei are two PSAPS (Public Access Points for 911). MVPD is the primary PSAP and VFD is the secondary and this can present some issues which have been previously discussed. The current problem is 911 calls transferred from Houston, ifa fire or medical call will go to VFD and: not MVPD. Some oft these calls also require al Police responsè. This sometimes results as an "unknown" emergency classification which can present issues. as we don't always receive the necessary information since the calls are going to VFD. Examples include Domestic Violence and the recent suicide. 2. 911 Calls Exchange Information between MVPD and VFD. would suggest we move this into Executive Session for discussion. AI meeting iss scheduled with Chiefl Foster to discuss the issue. e. Chief's Updates Chief Schultzpresented: his monthly report. Wel had 11,704 calls/incidents, 10,8121 house watches, 27 traffic stops with 36 citations, resulting in 63 violations. There were 15 emergency response calls with an average response time of3 3:29. Six stolen vehicles were recovered through We implemented and have been working on the Duty to Intervene policy, this was ai result of events that have been happening around the country. The draft policy has been put in place and this can be modified at the Commissions direction ifnecessary. Everybody has completed the review oft the Use of Force tests online with the exception of one follow up has been done with that officer and it isi inj process. On September 2nd the Department hosted an areawide CID meeting. This included detectives from agencies from Katy to 610 areas. There were 30 attendees, Houston PD had a really good attendance. The meeting went very well, there was the use oft the. ALPR. We had 27 new V-LINC registrations. good points ofo contact established and sharing ofinformation. Sept 2020 Minutes Draf Rev 2.Docx Page 2 Page 10of1 102 10/09/2020 Follow Up Item from a Previous Meeting 1. Resolution No. 2020-02/3 - Related to COVID-19 Quarantine and Compensation. Legal Counsel explained that under the two federal statutes that provide for paid sick leave you are allowed to exclude first responders. What this resolution does is, it takes us out of the Federal regime and provides that same benefit for the first 14 days that people have under the Federal Statute, which is paid sick without any deductions from sick leave banks that you may already have. Then another 16 days can be paid but they would not accrue any additional sick leave. Legal Counsel put 30 days in the policy just as a starter point, but the Commission can decide what number to put in the policy. The Commission agreed that we need to approve the policy tonight and then have the Personnel Committee come up with a solid recommendation for the next Motion was made by Commissioner Southwick and seconded by Commissioner Huguenard to accept the policy as proposed but substituting the number of çalendar days from 30 to 140. The At 7:09 p.m. Commissioner Hamilton stated that they would move into Executive Session under Commission meeting. Commission voted unanimously to approve the minutes. Texas Governmental code $551.074. Executive Session 1. Legal advice from the Commission's attorney regarding personnel matters 551.074. The Commission reconvened into Public Session at 9:05p.m. Commissioner Hamilton stated that Discussion and possible action. no action was taken during Executive Session. h. Suggestions for future agenda items 1. Resolution No. 2020-03. - Further review/discussion and possible action 2. Duty to Intervene - Review, discussion and possible action. Motion was made by Commissioner Southwick and seconded by Commissioner Smyre to adjourn the meeting at 9:10p.m. The Commission voted unanimously to approve the motion. Approved and accepted. on 2020 By: Brooke Hamilton, Chairman Board of Commissioners Memorial Villages Police Department Sept 20201 Minutes Draf Rev 2.Docr Page. 3 Page 11 of1 102 10/09/2020 Page 12 of 102 10/09/2020 FINANCIAL REPORT Page 130 of1 102 10/09/2020 CATER 9 LICB Memorial Villages Police Department 11981 Memorial Drive Houston, Texas 77024 Raymond Schultz Chiefof Police October 7, 2020 Submitted for your review is the FY20 Budget Performance Report and accompanying documents as ofs September 30, 2020. At the completion oft the third quarter oft the fiscal year, the department has received 83% ofi its appropriation and has expended 71%. At this same point last year, the Department expended 69%. General Fund: The Department received $1700.00 from Accredited Security for 27 taser units with spark and a There are no significant changes to the year-end projection to report. Current line item overages have been previously discussed. The Department remains projected to end the year operating within holster, along with 70 cartridges. budget. Special Capital Assets Fund: The Department received a small check in the amount of$21.64 from Propertyroom.com for the sale ofobsolete equipment (15 items were sold). Page 15 of102 10/09/2020 Memorial Villages Police Department General Fund For the nine months ended September 2020 DESCRIPTION Expenditures 100 110 115 120 125 130 140 150 160 200 210 220 230 240 300 310 320 330 400 410 420 430 500 510 520 530 540 600 310 620 630 700 710 720 730 740 800 810 820 830 835 840 850 860 870 880 890 75.00% 73.08% Forecasted Projected Annualized Saving/ ADOPTED BUDGET ACTUAL DIFF Executed 12/31/20 (Deficits) %1 Forecasted 3,520,578 2,472,943 1,047,635 70:24% 3,548,927 (28,349) 120,000 53,029 66,971 44.19% 72,566 47,434 21,600 1,269 20,331 5.87% 1,736 19,864 432,315 312,599 119,716 72% 431,834 546,228 402,948 143,280 73.77% 507,065 39,163 66,712 48,054 18,658 72.03% 64,072 2,640 21,523 14,155 7,368 65.77% 18,992 2,531 53,169 37,607 15,562 70.73% 52,537 4,815,125 3,342,605 1,472,520 69.4% 4,730,728 84,397 25,332 18,383 6,949 72.6% 24,511 25,200 14,534 10,666 57.7% 19,379 5,821 15,840 10,096 5,744 63.7% 13,462 2,378 68,052 43,915 24,137 64.5% 58,554 9,498 70,500 37,477 33,023 53.2% 69,713 7,000 5,951 1,049 85.0% 7,000 10,000 3,310 6,690 33.1% 4,413 5,587 115,000 73,266 41,734 63.7% 116,496 (1,496) 101.3% 28,400 15,720 12,680 55.4% 20,959 7,441 21,000 13,978 7,022 66.6% 18,638 2,362 17,800 2,383 15,417 13.4% 3,178 14,622 68,200 32,380 35,820 47.5% 43,775 24,425 10,000 6,925 3,075 69.2% 10,000 18,000 9,604 8,396 53.4% 12,805 5,195 17,400 12,748 4,652 73.3% 17,400 47,400 30,458 16,942 64.3% 41,780 5,620 34,408 25,360 9,048 73.7% 33,289 1,119 23,000 10,943 12,057 47.6% 14,590 8,410 5,000 3,781 1,219 75.6% 4,500 63,008 40,412 22,596 64.1% 52,818 10,190 129,100 133,073 (3,973) 103.1% 133,073 (3.973) 60,400 52,484 7,916 86.9% 60,400 101,250 75,302 25,948 74.4% 100,065 1,185 56,091 51,933 4,158 92.6% 56,091 350,441 315,838 34,603 90.1% 353,029 2:588) 100.79 32,000 19,360 12,640 60.5% 25,814 6,186 33,036 31,328 1,708 94.8% 33,036 5,500 5,676 (176) 103.2% 5,676 878 92.0% 10,122 54,000 18,295 35,705 33.9% 20,000 34,000 67 6,933 1.0% 958 9,042 9.6% 1,277 8,723 897 74.4% 3,500 25,000 4,179 20,821 16.7% 4,179 20,821 580 1,920 23.2% 46.706 (46.706) 184,736 139,875 44,861 75.7% 152,783 31,953 5,711,962 4,018,750 1,693,212 70.4% 5,549,963 161,999 Regular Wages Overtime Cour/BailiffoT Relirement 457B- Employer Contribution Health Insurance Workers Compensation LifelTD Medicare/SS Personnel Services Auto General Liability Public Ofticiall Bond Professional Liability Real& Rersonal Property Total Other Insurance Gas&Oil Maintenance Tires Damage Repair Maintenance & Misc. Generall Maintenance Janitorial Services Jail Building! Fumishings Total Building Computers Postage/Postage Machine Smionety/Expendabls Bank Finance Charges Payroll Total Onice Telephone Elcctric Water/Sewer Natural Gas Total Utllities Equipment Maint Gontracts SETCIC fees Legal/Professional ITS Scrvices Softwarel Maintenance Gontracts Total Contract Services Accreditation Uniforms Radiop parts andi labor Firearms Training & Ammo Tasers Training & Profi Dues Travel Recruiting Costs Criminal Investigations Contingency Small Equipment COVID19 Total Office TOTALGENERAL 1019 60% 8% 481 100% 0 1009 93% 96% 88% 632 98.8% 98.2% 821 97% 354 366 49% 848 112 88% 77% 85% 86.0% 787 99% 129% 100% 449 74% 89% 0 1009 1890 64.290 0 100% 141 899 719 284 59% 0 100% 88.19 9790 63% 500 90% 438 162 739 83.89 103% 200 94% 0 100% 99% 0 100% 0 100% 81% 0 100% (176) 103% 878 92% 37% 500 6,500 7% 13% 0 100% 17% 773 1,727 31% 46.706 (46.706) 82.7% 97.2% 10/09/2020 33,000 33,000 0% 33,000 720 266 960 636 454 36.9% 324 66.3% 27,500 26,527 973 96.5% 35,370 (7,870) 1,000 1,300 700 299 869 312 701 29.9% 1,000 431 66.9% 1,159 388 44.6% 416 600 3,600 3,045 328 272 54.7% 555 84.6% 3,400 1,200 11,000 10,122 7,000 10,000 3,500 2,603 2,500 0 1,200 0.0% 1,200 Page 160f102 MemorialVillages PoliceDepartnent Vehicle Replacement Fort the nine months ended September202) Prior Year Cash Carryover FY20 Salec ofvehicles FY20 Assessment collected to date FY20 Interest earned to date FY20 Expenditures FY20 A/P 75,00%0 26,581.50 115,002.00 259.25 (115,379.08) 7,354.00 33.817.67 ADOPTED FY20 Assessment remaining 22,998.00 PY20Vchr replacement expenditures covered by carryover Cash Balance @ 09/30/20 VehicleE Replacement Total Vehicle Replacement Vehicle Replacement costs covered by carryover Forecasted Projected Annualized Saving/ DESCRIPTION Expenditures 1000 BUDGET ACTUAL DIFF Executed 12/31/20 (Deficits) %Forecasted 138,000 115,379 22,621 83.61% 138,000 138,000 115,379 22,621 83.6% 138,000 0 100.0% 0 100.0% Memorial Villages Police Department Special CapitalAssets For the nine months ended September202 Prior Vear Cash Carryover FY20 Assessment collected toc date FY201 Interest earned to date FY20 Misc Income FY20 Expenditures DESCRIPTION Expenditures 2880 75.00% 83,668.24 282.31 252.36 (112.74) 84,090.17 ADOPTED 0 113 0 113 FY20 Assessment remaining 0.00 Cash Balance @ 09/30/20 Capital Projects Total Capitall Items Total Vehicle & Capital Forecasted Projected Annualized Saving/ 150 (150) 150 (150) (150) BUDGET ACTUAL DIFF Executed 12/31/20 (Deficits) %1 Forecasted (113) 0.0% (113) 0.0% 0.0% 0.0% 100% 138,000 115,492 22,508 83.7% 138,150 Memorial Villages Police Department Forecasted Projected Annualized Saving/ ADOPTED DESCRIPTION BUDGET ACTUAL DIFF Executed 12/31/20 (Deficits) %F Forecasted 5,711,962 4,018,750 1,693,212 70% 5,549,963 161,999 138,000 115,492 22,508 84% 138,150 5,849,962 4,134,241 1,715,721 71% 5,688,113 161,849 GENERALFUND TOTALVEHICLE &C CAPITAL TOTALBUDGET 97% 100% 97% (150) Page 17of102 10/09/2020 MEMORIAL VILLAGES POLICE DEPARTMENT PROJECTED CASHI BALANCE 30-Sep-20 4-Sep-20 AIIFunds (MODIFIED CASHE BASIS PROJECTIONS) Cash collected for FY20 @ 09/30/20 $ 4,892,815 Estimated Expenditures (September. 20). $ 4,134,241 Estimated cash on hand @ 09/30/20 for FY20 activities $ 758,573 $6,808.94 $15,645.18 $84.090.17 2020 2020 YTD Total Difference Adopted Budgerv-Actual) Budget 17,048 5,711,962 259 138,000 Cash Balances@ 09/30/20: Health Benefits General $881,536.38 Vehicle Replacement Dare Fund Special Capital Assets 2020 YTD Actual 4,018,750 758,269 115,261 115,379 0 (118) 535 113 422 4,134,241 758,573 Actual cash balance @ 09/30/20 all accounts $1,021,898.34 2020 YTD Budget AUFunds (Modifled Accrual Basis Projections) GENERAL FUNDREVENUES GENERAL FUND EXPENDITURES NETFY20 REVENUES OVERI EXPENDITURES VEHICLEREPLACEMENT REVENUES VEHICLE REPLACEMENT EXPENDITURES VEHICLE REPLACEMENT COVEREDI BY CARRYOVERFUNDS NETFY20 REVENUES OVER EXPENDITURES SPECIAL CAPITAL ASSETS REVENUES CAPITAL EXPENDITURES NETFY20 REVENUES OVERI EXPENDITURES COMBINED: REVENUES COMBINED EXPENDITURES COMBINED FY 20 NET REVENUESI VEXPENDITURES Formalr reserves: 4,759,971 4,777,019 115,002 0 535 0 4,874,973 4,892,815 17,307 5,849,962 DARE VEHICLER REPLACEMENT SPECIAL CAPITAL ASSETS WORKING CAPITAL STATE TRAININGI FUNDS $15,645 $33,818 $84,090 $60,000 $2,406 $195,959 Page 18 of1 102 10/09/2020 NEW BUSINESS Page 43 of1 102 10/09/2020 MVPD VEHICLE INVENTORY september 2020 UNIT# YEAR MAKE Projected Mileage 109,548 109,700 83,273 84,273 86,493 64,415 70,415 70,622 70,460 92,460 100,216 62,771 84,771 100,791 101,323 56,170 81,089 90,944 112,944 66,664 90,371 94,441 116,441 138,441 34,581 49,010 84,952 106,952 128,952 39,092 42,048 98,758 120,758 34,195 49,601 92,187 114,187 136,187 14,693 22,000 51,326 73,326 95,326 4,528 22,000 47,833 69,833 91,833 6,374 22,000 24,865 46,865 68,865 9,968 29,968 51,968 53,968 5,422 27,422 49,422 71,422 25 22,025 24,025 25 22,025 24,025 25 22,025 44,025 1,116 8,000 Assigned 172 ALPR 173 Patrol 174 Patrol 175 Patrol 176* Patrol 177 Patrol 178 Patrol 179 Patrol 180* Patrol 181 Patrol 182 Patrol 183 Patrol 184 Patrol 185 Patrol 186 Patrol 187 Patrol UM/Spares DARE DARE* 83 Pool 84 Chief 79 Truck 10/27/2016 10/27/2017 12/1/2018 10/27/2019 9/22/2020 9/22/2021 9/22/2022 168 Community 2014 FORD 65,548 170 ExJobUnit 2015 FORD 39,357 87,548 61,357 46,270 62,723 44,323 39,089 46,371 5,010 4,048 5,601 X x x 0 0 0 0 2015 FORD 24,270 2015 FORD 40,723 2015 FORD 22,323 2016 FORD 17,089 2016 CHEV 15,089 2017 FORD 0 2017 FORD 0 2017 DODG 0 2018 Chevy 2018 Ford 2018 Ford 2019 DODG 2019 DODG 2020 DODG 2020 DODG 2020 DODG 2020 TOYO 2012 CHEV 91,650 2016 DODG 3,400 70,722 0 8,000 x 96,650 13,150 5,210 6,234 113,104 118,104 124,122 129,122 18,150 23,150 20,547 32,101 37,101 110,158 115,158 124,112 12,332 17,755 40,000 11,600 46,100 51,100 56,100 25,547 36,000 41,000 46,000 73,000 78,000 83,000 85 Commander 2017 DODG 0 86 Det Grey 2017 DODG 0 87 Det Black 2018 DODG 88 Commander 2019 DODG DARE -LOANERV VEHICLE 2008 FORD 96,470 101,470 x x Avg Mileage for Fleet Current Mileage Going Out of Service Note: Spare unit Inservice 51,090 50,180 app 50,000 app 55,000 app 67000 app! 55000 app 55000 Note: Patrol units assigned to 2officers per unit driving @22,000 miles per year. Note: Admin/Support Services/Chief vehiçles based on a single officer driving @5,000 miles per year. TO: Commander Sission, Chief Schultz FROM: Sgt. L. Owens DATE: 09-22-2020 SUBJECT: Fleet Replacement In preparation of new patrol units coming online, I evaluated the status of the units currently in Two units are over 100 thousand miles, Units 173 and 174. Four units are at 90 thousand miles or more, Unit 175, Supervisors Tahoe 176, Unit 178 and unit 179. Unit 178 will exceed 100 Five Units are at fifty-one thousand miles or less, the Supervisor Tahoe 180, Unit 181, Drone Manufacturers production was stopped for several months due to the Covid-19 Pandemic. The department had placed an order for three new patrol units in. January. Because of the shutdown, Due to the delay, 2 units that were scheduled to be removed from service, had to remain in The three new units 185, 186, and 187, should be placed in service in the next few weeks. Unit 175 will be removed from service and used as a pool car until the end of 2021. It could be Unit 173 will be removed from service and along with the current pool cars, Unit 168, and 170 will be taken to Houston Auto Auction. Due to ongoing mechanical issues and mileage, over 4 Iwould also like approval to order for the 2021 Patrol Fleet in September or October at the latest. The order process typically takes 120 days, and payment is not required until delivery is made. Ordering the new units in September or October should place delivery of the units in January. This would allow for the units to be upfitted and placed in service earlier in 2021. Iwould recommend purchasing three Dodge Durango SUV patrol units. Two ofthe Units would be added to fleet and replace Unit 178 and 179. Those units will exceed one hundred thousand miles by the first part of2021. The third Unit would replace the supervisor Tahoe Unit 176. service in the patrol division. thousand miles in the next 60 days. Unit 182, Unit 183, and Unit 184. the units were not delivered until August 2020. service causing additional maintenance and mileage. extended until the end of2022 ifnecessary. one hundred thousand should C miles, Unit 174 also be sent to the Houston Auto Auction. gu Page 46 of1 102 10/09/2020 Vehicle Make 2021 Chevy Tahoe PPV 2021 Dodge Durango Pursuit Initial Cost Upfitting* Laptop Computer StopSitck Kustom Radar Decal Package Total Cost $35,467 $34,678 $17,900 $14,500 $3,700 $3,700 $465 $465 $1,517 $1,517 $925 $925 $59,974 C) $55,785 (3) *Includes cost of all emegency lighting andi installation: as well as installations of radar, video systems, and decals 4171,544 mergertree ITS Simply Works. TM MergerTree Solutions Memorial Villages POLICE Managed rechnology Services QBR for Memorial Villages Police Department September 2020 CONFIDENTIAL mergertree Agenda Asset Health Reporting Asset Security Technology Refresh Operational Planning Cybersecurity IT Simply Works. TM 2 Asset Health Report mergertree Executive Summary Memorial Villages Police Departmen: (September 21, 2020). Latest Client Health 6Servers 38Warkstations 77% ONetwork Devices 83% Pertormance CPUPerfomance Memory! Performance 85% Drive Performance 95% Diivefrngmentation 71% Stability 0 CPUStability 96% Memory! Stability 100 Drive Stability oS Stability Other! Stability Checks(4) 78% Security Antivirus Security Patch Compliance mergertree AssetAnalysis Servers Workstations Misesontsapponaw Migosonrfxtendego Micoxontndolureo. Mac/Appieyo unux os:0 10 ICUK Overall Health is good. Some assets are near end oflifecycle Primary server MVPDVHOI Drives near capacity One-Windewe7 Server Drive VIIzatOn:TOPSAEASK Location/Computer BORxMMPDROTCOTT DATA MaOIRANwPDAOICOIT : Main CHicAMIPD-MD:OSAV Coban 7.2873 56% (2959) VeNCEACAPE0810366, Database 300G3 35% Workstation LocationiComputer (2144) (2065) Falled (2413) 4/44 3/44 Patch Compliance: Top! 5/ At-Risk 3/44 LocationkCompuer 2/44 VeNceNO:XIOPSTV2ORC 0.0% VehicleslUNITI73 VehideslUNIT-176 VehidesUNITi74 MamOhkeDPAION2OB3 0.0% MergerfreeSoitors VolumeName Size DriveSpacel Utilized 838G8 92% 500GB 84% 838GB 81% CBN149342133256 AMasisinemeraneramdunserewiewty Webreet-neten-Vehiele-Units Patching window needed refresh Server plan for Domain server MVPDVH01. Capers now running as Virtuals on re- purposed server. Backups BDR needs to be replaced. Data Drive! Utilization: Top5At-Risk VolumeName Size DriveSpacel Utilized ManOhkAWALACEHPS HP_RECOVERY 18GB 99%1 ManOIicMMPDRLRA. Windows7.os 214G3 90% MamOikaMPDOGMIER Recoverylmage 17GB 87% Patch Recommended Check MenORcAMVOMIOUDN HP_RECOVERY 13GB 95% Asset Standards. At-Risk (2425) Standard Name Server Hard Drives Workstabion CPU Workcstations Memory Server CPU asdlonuisiaasarasg. detected Workstation: Hard Drives 15/44 ManolicwPDAESO2I8IMPPACOVENT 13G5 86% PatchCompliance I/NA/F PatchStatus 0.0% 0.0% 0.0% 0/12/0 MissingPatches 0/7/0 MissingPatches 0/5/0 MisangPatches 0/4/0 MissingPatches 0/4/0 MissingPatches ITS Simply Works. TM 3 Septemberzl 2020 Page2of3 Network Security - Firewall mergertree Clients all- tor thel last: 300 days- TBEwIecAre7ce, Applications SOMb/s Aug25 Aug28 Aug31 Sep03 Sep06 Sep09 Sep Sep Sep Hide Applications details Description Miscelaneous: scuew SSH 3oupP Netflo CYoulube Mabnouas vide2 Amszon! Instant Videe Vimee et huhacom 10 - microsofts com 11 a Encebook 12 Twtter 13 omsagrm Sappchg: 5 a Pantares: 16 Yeh2 17 Omce365 18 Shorooin: 19 Slack 20 adoce Creatve Cload Group Usoge 754.58GB 344.28GB 109.20GB 82.03GB 23.95GB 1.18GB 674.5MS 4.1MB 594KB 76.19GB 50.88GB 2.16GB 818.2MB 465.6MB 395MB 608KB 16.48GB 5.50GB 463KB 54KB SUsoge 48.7% 22.2% 7.0% 5,3% 1.5% 0.1% <0.1% <0.1% <0.1% 4.9% 3.3% 0.1% 0.1% <0.1% <0.1% <0.1% 11% 0.4% <0.1% <0.1% Groupusage" 754.58GB 344.28GB 109.20GB 107.83GB 107.83GB 107.83GB 107.83GB 107.83GB 107.83GB 76.19GB 54.32GB 54.32GB 54.32GB 54.32GB 54.32GB 54.32GB 21.98GB 21.98GB 21.98GB 21.98GB Group Video Video Video Video Video Video Social web Social wep Social web Social wep Social web Social web Productivty Producovty Productuty Productvity ITS Simply Works. TM 4 Network Security - Firewall mergertree Security Center thel last2weeks" Search events MX Summary MX Events Events over time ePrint o Download- B- Fiter- 21 matching events a2 Most affected clients Cllent MVPD-KKELSO-DF C47295432009 0081C-00160013986 MVPD-KSSSION-OT MMPD-CROOQURZ-DT mvpd Cnat-001804739469 Most prevalent threats Threat Top: sources of threats Network MVPDI Firewas Sep 15105319 MVPDF Firewal Se122.2543 MVPDE Firewal MVPDF Firewalr Sep11312:23 MVPDF Frewal Sep1131329 MVPDFrewal Sep1131632 MVPD Frrewal Se019145822 Last Affected Events Au92775930 Occurrences ROWSRE Microson Eoge App-v vbs commana attemot ITS Simply Works. TM 5 OpenDNS Web Security mergertree Deployment Health oen) Mwnorts 1/1-ctve Network Breakdown AcbvR Romg Gents 1/TACINE Actve Vi Applncee O/DACtve SeeA AB Secunty! Events ALL Totall Blocks 551 Total 285.vs last30days ONS TotalRequem 18M1 Totaivesvs last days Securty! Blocks 55 Total à 28%vs last3 30days Prvy W Secunty Categones Malware Blocka 521 Totl.275vs lasr30days J See ASecunyEvents Phishing Blocks 3Totala 505vs last 30days Aug. Crypromining Blocks OTotar-Svs last3 300 days Command sControlBlocke OTotal-Ss tas:30d days Sep? Sep13 Sepip ITS Simply Works. TM MEWALLS SECURITYACTMITY Endpoint WEBROOT mergertree Security Hostname DIGITALALLYMAIP DISPATCHI-0818 DISPATCH2-0G18 DISPATCH3 EVIDENCE-PC FINANCE LAPTOP-AUG787D S MAPPING MVPD-CHIEF-DT 10 MVPD-CID 11 MVPD-CRODRIGUEZ 12 MVPD-EJONES-DT 13 MVPD-JALL 14 MVPD-AKELSO 15 MVPD-KKELSO-DT 16 MVPD-KSISSION 17 MVPD-KSISSION-D 18 t9 MVPD-MLOUD-DT 20 MVPD-MLOUD-HP 21 MVPD-MLOUDLT 22 MVPD-OGMILLER 23 MIVPO-RSCHULTZ-D 24 MVPD-RSTMIER.D 25 MVPD-SGTPC2 26 MVPDDCI 6MVPDFS1 28 MMVPOVHD1 29 ROLLCALLI 30 ROLLCALL2 31 ROLLCALL3 N VWALLACEAPIT Policy MVPD: Shueld Less Recommended Detautts Recommended Detauts MVPD: Shield Less Recommended Defauns Detautts Recommended Defaults Recommended Detaulls Recommended Detautts Recommended Detautls Recommended! Detautts Recommended Detauns Recommended Detautts Recommended Defautts Detautis Recommended Defaufs Recommendod Defauns Recommendedi Defautis Recommended! Detaufis Recommended Detaurs RecmmendadDehan Recommended Detaulls Recommended Detautts Recommended Defautts Recommended Detsutts Recommended Defauits Recommended Defautts Recommendedi Defautts Recormended Defaults Detsulls Recommended Defaults Recommended Defautts Group Defaut Group Delau! Group Defaut Group Defaut Group Defaut Group Default Group Defaut Group Defauf! Group Default Group Defau Group Defaul Group Defzut Group Default Group Defaut Group Defaut Group Defaul Group Defauf! Group Defaul Group Defaul Group Defaul Group Defau Group Defaun Group Defaut Group Defaun Group Detaut Group Defaufl Group Defau Group Defaut Group Defaul Group Defaun Group Detau Group Defaul Group Status e Nots Seen Recenty Protected Protectec Protected Protected Protected Prolected Protected Hot Seen Recently Nct Scen Recenty Protected Protected Protected Protected Protected Hot Seen Recenby Protected Hot Seen Recently Not Seen! Recenty Protected Protected Protected Protected Protected Not Seen Recenty Protected Pretected Protected Protected Protected Not Seen Recenty Protected Last Seen Aug 181h2 2020. 10:41 Sep 21s12 2020. 1007 Sep 21st2 2020. 1037 Sep: 20th 2020. 11:10 Sep 152 2020. 12:36 Sep: 21st2020. 0937 Sep 20th 2020. 1853 Sep 21st2020. 1029 Aug 7m 2020. 1429 Aug: 291h2 2020. 10.45 Sep: 20th: 2020. 1349 Sep: 21st 2020. 1017 Sep 21st2 2020. 10 16 Sep: 21st:2020. 1006 Sep 21s12 2020. 101 17 Jut 140 2020. 11:54 Sep: 21st2020. 101 17 May 1s12020. 08 09 Sep 4th2 2020. 1337 Sep 21s12020. 1021 Sep 190 2020. 18:12 Sep: 200h. 2020. 17:59 Sep: 200: 2020. 10:17 Sep 1702020. 10.57 Aug: 290 2020. 10.40 Sep: 21st2020. 1046 Sep: 21s:2020. 1042 Sep: 20th2 2020. 10:56 Sep 21s12020. 1010 Sep: 200 2020. 18:48 Aug 19t2 2020. 10:42 Sep2 21st:2020. 10.06 Last7 Vihreat Dec 10th2016. 19:46 Apr 4th2 2020. 1007 Feb 1st2016. 11:21 AgentVersion 9.02848 902848 9.02848 9.02848 9.02848 902848 902848 9.028.48 9.02848 9.02848 9.02848 902848 9028.48 9.02848 9.02848 9.02848 9.02848 9.028:39 9.02848 9,02848 9.0.28.48 9.0.28.48 90.2848 902848 9.0.2848 9028.48 9.028.48 902848 9.0.28.48 9.0.28.48 902848 9.028.48 Aug 7th2 2010. 15:36 Feb 135: 2020. 0937 Od34d2018.0704 Jan4 4th2019. 10:44 Apr240:2017. 1505 Feb9m2016. 11:12 Oct402018.. 10.39 ITS Simply Works. TM 7 Computer Asset List mergertree ClientName AgentName Venora MaceFck: SGISPRITR.EHP Asron w Vemcre Verwn rn MA wna emra Venors Wuns Poke MPCD Mamona NiSi mn Hce MApErs - Memorial Vllages Police UNIT173 Memonal Vilages Police FINANCE AgentT Type AgentManufacturer ENp Kp sgr4a- Aonsaon xp Agent.Manboard HPEMroc-e KE.ES1O S4-Me5B 53-1030 P.230 SwrhsNiEn H230 EWT Mcu PPubcs 55: SrscPa3 Agent Seriall Number Agent AssetTag ECDCEAOIKGE A33e 2145-84 E039550 RI25PSL 21A5E30FW: 91355.D245 506120288 $4544952 204553024 S0FS:F-3-0 MALE: 5BTSA91441 5CD65052T2 MXL7032419 PC03DDK5 6JTSA92160 2UA4380DWN 8QJ5NS1 MJ0780RX MJ0780RV MJ0780RW MXL3520ZW3 4LTSA74657 6DTSA64337 9CTTC25481 MXL9212S8K MXL921258J 7DTSA27846 7DTSA27864 9CTTC25473 7DTSA27842 MXL92954F3 MXL0254N7V MXL0254N7Z MXL0254N7W MXL0254N7Y AgentA AssetDate un59 V23 MPDJaI APJMLC AP Vgr.Sidion HE ES-ICPSORE xon MKFon LALLMAT McSlson SUSCOMPUTEEIE DEMJAD MED fh Esset , E3505 21455412": 2U-5E302WG 50513.56 2155302 lloissis, MAS45L No Asset Tag 5CD6505212 MXL7032419 No Asset Information 392017103707AM No Asset Tag 2UA4380DWN 3C- wirEaEh "riora aget Pol- MVFEKKELSD MonSan ew-E3047 Mssidisn ECOMEPHDEPE SN 311455....5 PPoLs SLO2SF HP ProBook 450G4 HP ProDesk 600G2SFF 20B6005KUS HP EiteDesk 800 G1 TWR OpiPlex 790 308H00SUUS 30BH00SUUS 30BH005UUS HP ProDesk 600G1TWR CF53-4 HP ProDesk 600G4SFF HP ProDesk 600G4SFF MoaStsrn i-rcs ac:op FyuwwCras CF5:1 dMn wier.sost Laptop Panasanic Corporation CF534 WorkStation Hewiett-Packard 1/17/20171 12:52:56PM 22820171:1825AM 2282017124027PM: 4212017123720PM 628/2018826.05AM 73-2018808:19AM 82/2018642.40PM 83/201841945AM 83/2018221:13PM 3/0/2018114807AM 9/32018104350AM 9/13/20181 10:58.30AM 525/20191E515AM 531/2019125301PM: 6/4/2019953:04AM 621/201911.0420AM 6252019114808AM 625201912200IPM: 8/7/20191 12:51:41PM V/820191251:PM 6/30/20201 12:37:16PM 6/30/20201 1:45:33PM 724202023517PM 724202030507PM Memonal Vlages Police MVPD-OGMILLER Laptop Hewlett-Packard Memoral Vilages Police MVPD-LERMALT Laptop LENOVO Memoria! Vilages Polce DODGECHARGER Laptop Panasanic Corporation CF-54-1 Memonal Vilages Police MVPD-RSTIVNERD WorkSabon Hewlett-Packard Memonal Vilages Police DISPATCH1-0818 WorkSation LENOVO Memonal Vilages Police DISPATCH2-0818 WorkSlabon LENOVO Memonal Vilages Police DISPATCH3-0818 WorkStation LENOVO Memorial Vilages Police MVPD-SGTPC2 WorkSation Hewiett-Packard Memorial Vilages! Police EVIDENCE-PC WorkStaton Dell MXL3520ZW3 No Asset Tag NoA Asset Tag No Asset Tag MXL921258K MXL9212S8J No Asset Tag No Asset Tag NoAsset Tag NoAsset Tag MXL92954F3 MXL0254N7V MXL0254N7Z MXL0254N7W MXL0254N7Y Memorial Vllages Police UNIT174 Memorial Vilages Police UNIT-176 Memorial Vilages Police UNIT-183 Memorial Vilages Police ROLLCALLI Memorial Vilages Police ROLLCALL2 Memorial Vilages Police UNIT-179 Memorial Vilages Police UNIT-177 Memorial Vilages Police UNIT-184 Memonal Vilages Police UNIT178 Laptop Panasonic Corparation Laptop Panasonc Corporation CF-54-1 Laptop Panasonic Corporation CF54-3 WorkSation Hewlett-Packard WorkStation Hewlett-Packard Laptop Panasonic Corporation CF54-2 Laptop Panasonic Corporation CF54-2 Laptop Panasonic Corporation CF54-3 Laptop Panasonic Corporation CF-54-2 HP Z2SFFG4V Workstation HP ProDesk 600G5SFF HP ProDesk 600G5SFF HP ProDesk 600G5SFF HP ProDesk 600G5SFF Memorial Vilages Police MVPD-RSCHULTZD WokSation Hewlett-Packard Memorial Vilages Police MVPD-KSISSOND WorkStation Hewlett-Packard Memorial Vilages Police MVPD-E.ONES-DT WorkStation Hewiett-Packard Memonal Vilages Police MVPDCRODAIGUEZ WorkStation Hewlett-Packard Memonal Vilages Police MVPD-MLOUD-DT WorkSlation Hewiett-Packard ITS Simply Works. TM 8 mergertree Data Protection - Server Backups MVPDBDROZ o SNEOCC47A768E2E Agent Name DigitatAllyMar DISPATCH2-0818 DISPATCH3 DISPATCH3-0818 FINANCE MVPD-CHIEF-DT MVPD-MLOUD-HP MVPD-RSCHULIZ-OT MVPD-VIDEOSRV MVPODC1 MVPDFSI VWALLACE-HP-LT DEVICEWEB E Unprotected 2Volumes OVotumes OVotumes OVotumes OVolumes OVotumes 2Volumes 1Volume 2Volumes OVotumes OVotumes OVotumes MODEL SP5000 Last Screenshot 1month ldays 4months Idays 13days 10montns 3aays 3aays ldays 3days 3days ligays CLIENT MVPD LASTCHECKIN 6minutes Last Otfsite Syne 1month 1days -months 1davs 13days 3cays 3aays ldavs Thours 3days Tloays TICKETS 0 Last Local Backup Imontn ldays montns lidays 13aavs 10montns 23minutes 23minutes laays 5nours 23minutes Tdays OFFSITE 6.7TB LOCAL 98% Last 10 Backup Attempts Pauspcs apeat Fa secagent CE sesagent PGusetapen secagent e000000000 e00000000e Vusecuucnt ece0000000 e000c00000 Ge : Review backup utilization. engeisat9sutlae. Now 98% UTILIZED. This impact virtualization process in time ofneed. INSUFFICIENT BACKUP CAPACITY. RISK OF DATA LOSS. NEED CAPERS APP & DB INCLUDED. We have special pricing options with up to 509offhardware with 36 mos. agreement. 10TB $7,290-$3,500 setup +$800/mo. 12TB $10,000-$5,000 setup +$900/mo. 18TB $12,685-$6,000 setup +$1,200/mo. ITS Simply Works. TM 10 Server Asset List mergertree ClentName AgentName AgentType AgentManufactre AgentManboard AgentMemory Total AgentSeraiMumbe Agent AssetT Tag Agent Asset! Date 1/8/20191 12:26.04PI Memonal) Viages Polce NVPDFS1 Memorial Vilages Polce MVPD-IDEOSRV Server HPE Memonal Vlages Polce CAPERSD81 Server Microsot Corporation Virtual Machne Memoral Vilages Polce CAPERSAP1 Server Mcrosa Corporation Virtual Machine Server Mcrosdt Corporation Virtual Machine 4000mb .XS9417.34024 X765.154033 11/6/20187 734:01A 20479mb 93.455X9941314 395.93XXX1334 5/17/2020 12:06:50PI 8191mb 917495104135 3.3533499404795 6/17/20201 12:07:43PI Proliant ML350Gen10 48802mb MX08510257 Budget for new Domain Server. Replace MVPDVH01 (MVPDDCI & MVPDFSI) Estimate $12,000. (Hardware, software, project) Capers now running on MVPD-VIDEOSRV CAPERSDBI CAPERSAPI ITS Simply Works. TM 9 Technology Refresh mergertree Firewalls Status Good Annual License renewal due July 1st (COMPLETED) Switches Status Good Servers MVPDVHO1 now six years old - plan for replacement budget $12K BDR SP5000 - plan for replacement budget $6k + $1k/mo. CAPERS Server = swap with Video Server (COMPLETE) WorkstationsLaptops Per Lifecycle Plan = review asset list Older than 2016 should be ecommisionedrepaeed Telephone Complete in 2016 Consider Microsoft Teams Bandwidth Provider review Status Good. WiFi- Current. ITS Simply Works. TM 13 mergertree 2020-2021 Strategic Planning - Business Projections Are there plans for new applications or technology in the coming year? Q1-Domain Server? Q2- Q3- Q4- Recommendations: Add Cybersecurity services with Cyber5 Online Training Ransomware Protection (ongoing trial) Network Cybersecurity Advanced Persistent Threat Monitoring Regular Vulnerability scanning SIEM and Internal Threat Monitoring (ongoing trial) Retained Incident Response Cybersecurity Insurance ITS Simply Works. TM 14 mergertree Network Security - Firewall APT Monitor - Trial Organzation: MVPD 40 Critical 00 High 0 Low 0 Month 0 Quarter Year 4 Month 11 Quarter 30 Year 3 Resolved Incidents 111 Investigations Active Incidents Agent Status ba0 TotalAgents 26 Systems Protected Over Time Surveys Per Day (20901 Total) Outdated 0 Unresponsive 7A 774727474 ITS Simply Works. TM 15 Network Security - Firewall Threat Monitor - Trial mergertree THREAT DASHBOARD: LAST24HOURS THREATCOUNT 3 TOP 20 THREATS MC MEDIUM ITS Simply Works. TM 16 Network Diagram mergertree Moble AppE Google Memorial Villages Police Department Technical Architecture Overview June: 2019 System Admins Jones Chiefof Police Ray Schultz PANOSONIC RUGGED BOOKS Havis Verizon Surface Wireless Internet (p) MVPD-COBANSVR Windows SVR 2012 Video System CISCOASA5505 FORCAPERS FIPS 140-2- FIPS 140-2 CAPERS COMCAST Windows 2008 R2 MODEM Data Center MERAKI MXB4 BOOKKEEPER BACKUP HDD KonicaMinolta C353 50Mbps Down 10Mbps UP Comcast Fiber 50/50 Mbps? Internet VETS DPS Machine Counts Desktop Printers Printer/Copler ARS Morpho Dedicated linet toDPS- : p. Datto Backup SERVERO1 Windows SVRZ 2003 Retain forBADGE histoncaldata. StandardBulla CAD. CAPERS EMSE. CHROME GOOGE EARTH IMS CMNK TLETS. CISPATCH1 DISPATCH2 ROLLÇALL4 ROLLCALLS RMS Pregardby Mergeriree Solvtons March 2015- CONADENTIAL MVPDVHO1 Windows 2012: Stnd MVPDDC1 MVPDES1 uestOS 63 ITS Simply Works. TM 17 Workflow Drawing mergertree Memorial Villages Police Department Work Flow Overview June 2019 Back Office sadmmistraton Payrol- PayCom Accounting- Quickbooks Bacm Reporting onnel Pae - RMS Mobile CAPERS MDEO- Dragon Google EarthGPS igial Ally I K VIVn RCS-RMS Oigital ARs waur Bockng Process Evidonce Room AalipC Camera Finger Prints Dispatch MER TLETS, CAD, CAPERS RMS. IE/CHROME GOOGLEEARTH Vendor contact MergerTree 713-982-8099- - HelpDesk, mD Dept. ILEVS- State 800-638-5387 CAPERS - case mgmt 708-995-7500 COBAN - Video 281-925-0488 JWEB - Harris County HAVIS -car 800-524-9900 systems AT&T- telephones Comcast internet AFIS- Systen nEs CAPERS JMS Coban BADGE Fileaprim Acthva VUVault -vehicle video catalog 800-440-4947 Precandtyn Mergerfre Marc2015- ITS Simply Works. TM 18 mergertree cyDersecurity IDENTIFY PROTECT DETECT RESPOND REGOVER MergerTree Managed Cybersecurity W.I.S.P. Wrirten Informotion. Securiry Policies created byA MergerTree for MMCA clients may include these General Policies, Nerwork: Security Policies, ServerSecurity! Palides, and Applicotion: Secunity Policies. Policies are individuolized throughe collaboration with dient company compliance reom. Policies are approved by client componyp principais. Policies arei induded as opplicoble and additional policies moy be createdas MERGERIREE SOLUTIONS MANAGED CYBERSECURITY needed. General Policies Acceptable! Encryption Policy Acceptable Use Policy Clean Desk Policy Disaster Recovery Plan Policy Digital Signature Acceptance Policy Email Policy Ethics Policy Pandemic Response Planning Policy Password Construction Guidelines Password Protection! Policy Security Response Plan Policy End User Encryption Key Protection Policy Acquisition) Assessment Policy Bluetooth Baseline Requirements Policy Remote Access Policy Remote Access Tools Palicy Router ands Switch Security Policy Wireless Communication Policy Wireless Communication: Standard Database Credentials Policy Technology Equipment Disposal Policy Information! Logging! Standard Lab Security Policy Server Security Pollcy Software! Installation Palicy Workstation! Security (For HIPAAIPolicy Application: Security Policies Web Application! Security Policy Cybersecurityyouc can count on The National Institute ofStundards- Cybersecurity Framework defines five! functions measured ina security audit MergerTree Managed Cybersecurity comprenensively covers all five! functions. IDENTIFY: identifies your technology: assets, deliversa a full risk: assessment, and defines ar risk management strategy PROTECT: protects your information through high level data security applications, Information protection processes and procedures, managed and access controls DETECT: detects anomalous events and security threats through continuous security monitoring, escalation of event awareness, and routine testing of detection processes tested response plan to contain and mitigate identified vulnerabilities RECOVER: recovers business function, assets and information affected byac cybersecurityl breach according to a best inc class SLA MERGERTREE SOLUMIONS 1000A MaiasTsaite-3250 Homsten, Tx77002 (713)9 982-8000 saurr@mererirr.em mergertree ITurob and tested response and recovery plans, and asset Network Security Policies MergerTree Managed RESPOND: responds: according to: approved: and Cybersecurity We provide peace ofmind events and updates strategies tos protect newly Server Security Policies mergertree 19 CHEF'S UPDATES Page 67 of102 10/09/2020 CATEP e FOLICB TX TO: FROM: REF: Memorial Villages Police Department 11981 Memorial Drive Houston, Texas' 77024 Tel. (713)365-3701 Raymond Schultz Chiefof Police October 12, 2020 MVPD Police Commissioners R. Schultz, ChiefofPolice September Monthly Report During the month of September, MVPD respondedhandled a total of 8,331 calls/incidents. 7,517 House watch checks were conducted. 43 traffic stops were initiated with 53 citations being issued for 95 violations. (Note: 9A Assists in Hedwig. 38i inl Houston,0 0i in Spring' Valley and 0i inl Hillshire) Calls/Events by Village were: Village Bunker Hill: Piney Point: Calls/YTD House Watches/YTD Accidents Citations Response Time 3238/27797 1891/20901 2915/24971 1658/18095 2941/24790 2 4 6 9 16 28 3@4:06 1@4:58 2@2:01 6@3:33 Hunters Creek: 3241/28231 Type and frequency dfeallyfor.seniceélations include: Call Type False Alarms: Accidents: ALPR Hits: Assist Fire: Assist EMS: # 146 12 65 41 26 CallType Ord. Violations: Information: Suspicious Situations: 111 Welfare Checks: # 21 53 8 Citations Speeding: Exp. Registration: 9 No Ins: Equipment Red Light # 19 9 12 2 This month the department generated a total of55 police reports. Crimes Against of Persons Crimes Against Property Burglary ofal Motor Vehicle Motor Vehicle' Theft Fraud/ID Credit Card Abuse Petty/Ouality ofLife Crimes/Events (37) ALPR Hits (valid) Poss. ofa Controlled Sub/Para. Arrest Summary: Individuals Arrested (5) (0) (18) 1 2 7 1 6 2 Theft Felony Theft Misd. Forgery 1 4 2 Criminal Trespass Misc. Reports DWI Felony 1 28 0 2 Warrants Class 3 Arrests 2 Page 69 of1 102 10/09/2020 Budget YTD: Expense 3,342,605 676,145 4,018,750 115,379 4,134,241 Budget 4,815,125 896,837 5,711,962 138,000 5,849,962 % 69.4% 77% 70.4% 84% 71% Personnel Expense: Operating Expense: Total M&O Expenditures: Capital Expenses: Net Expenses: Follow-upon: Previous Month Items/Requests from Commission Met with Mr. Viada and Mr. Hightower on' 9/29/20 to discuss further action on Met with Commissioner Johnson and Mr. Hightower On 10/5/20 and began work internal personnel case. on the Duty to Intervene Policy Revision. Personnel Change/lsue/Undats Participated in a Texas Workforce appeal hearing on an Unemployment Claim that had been filed against the MVPD on 9/15/20.. AMVPD employee had been laid off from a part time job. The claim was filed against the MVPD by error, the department prevailed in the claim. However, initiated an. EPI against the employee for failure to Department concluded the 2020 MOE training cycle for all employees. Assigned first department wide training classes for all personnel to complete on-line. The mandatory classes were for De-escalation Tactics and COVID-19 for LE AIIMVPD employees are back to work from COVID-19 leave. obtain advanced approval for the outside employment. Personnel. Maror/Significant Events On9/1/20 a MVPD Unit damaged the temporary fuel pump at City Hall. A report 9/17/20 officers were dispatched to a suicide call in the 200 Block of Kilts. Officers investigated the death ofa 21-year-old resident of the home. No foul play was suspected. The ME responded and assisted in the investigation. Throughout the month wel have seen a marked increase in the number of fraudulent unemployment claims being filed by suspects using Village area resident's personal information. Detectives are working with' TWC personnel. and an EPI investigation has been initiated. Status Update on any) Major Projects 3marked vehicles were decommissioned and delivered to the auto auction for sale. Initiated an emergency repair of the building CCTVI DVR. A repair technician responded and found one oft the current DVR's to have failed. A new replacement single unit was priced out at $2900. The new unit has been installed and now controls the entire system. The new operating software is web based and can be The department has initiated a project to identify all old evidence still maintained under the BADGE RMS system and to seek a court order of destruction of the items beyond the statute oflimitations. Iti is expected that 100's ofitems can be destroyed, and we can close out the old legacy database. Existing BADGE evidence items will accessed by supervisors at any time. be migrated into CAPERS. V-LINC new registrations in September: +27 BH-1274(+6) PP-893(+6) HC-1 1327 (+14) P@utof Apgea - 444(+1) 10/09/2020 2020 Total Incidents 2020 Crimes Crimes Qualityof Total Arrests House YTD BH YTDBH YTDPP YTDPP YTDHC YTDHC Against Against Life Persons Property Incidents Incidents Checks 7824 6112 6182 4519 7095 6188 6390 5470 7354 6352 10053 8983 12864 12032 11704 10812 8331 7517 INC HC INC HC INC HC January February March April May June July August September October November December Total 1 3 1 1 4 1 1 2 0 10 16 21 19 25 24 26 21 18 96 107 51 82 101 42 40 62 6 41 61 11 39 68 9 36 61 6 49 76 12 40 63 8 37 55 5 3248 2733 2166 1690 2117 1614 2148 1690 1578 1135 2201 1672 2767 2511 1635 1371 2607 2300 1897 1669 2067 1771 2356 2025 2187 1919 2208 1931 2912 2500 3602 3283 2904 2614 3499 3085 4858 4635 3583 3332 4362 4052 3852 3616 2869 2593 4936 4601 3238 2915 1891 1658 3241 2941 14 180 460 654 150 77797 67985 27797 24971 20901 18095 28231 24790 2019 Totals 19 Difference %Change 159 1001 1179 580 113459 91672 40711 34541 28785 22638 40905 34223 2020 Officer Committed Time to Service Report Employee Name BAKER, BRIANC BIEHUNKO, JOHN BOGGUS, LARRY BRACHT, DANIEL BURLESON, Jason CADENA, VANESSA CANALES, RALPH EDWARD CERNY, BLAIRC. HARWOOD, NICHOLAS JARVIS, RICHARD JOLIVET, CHARLES JONES, ERIC KELSO JR, RONALDK LERMA, FRANK MCELVANY, ROBERT MILLER, OSCAR NASH, CHRISTOPHER NOWLIN, DONALDL OWENS,LANE PAVLOCK, JAMES ADAM RODRIGUEZ, CHRISTOPHER SCHANMEIR, CHRISTIAN SCHULTZ, RAYMOND SILLIMAN, ERIC SISSION, KYLEJ SPRINKLE, MICHAEL TAYLOR, CRAIG le TORRES, PATRICK TUGGLE, JAMES 3 VALDEZ, JUAN VASQUEZ, MONICA WHITE, TERRY Dispatch Committed Time 911 Phone Calls 3700F Phone Calls DP General Phone Calls* Thisi is ther minimal time as all internal calls route through the 3700 number. Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Reports Cites 7:46:27 4:07:52 7:15:21 10:53:17 6:14:25 8:17:42 11:00:34 8:15:22 7:23:48 13:02:04 14:54:33 9:01:13 16:30:24 10:16:57 9:50:04 16:17:59 7:04:56 10:00:03 20:23:44 15:24:33 16:44:41 10:13:20 16:13:24 7:14:25 2:29:22 11:43:44 14:47:17 14:03:18 15:34:43 12:36:45 9:17:50 6:59:14 9:39:29 11:00:39 6:28:03 5:15:53 7:45:56 13:35:03 7:16:26 7:33:38 13:44:01 15:35:04 14:08:59 13:42:11 6:31:06 20:57:17 17:39:42 18:40:55 16:47:33 19:28:19 14:46:17 2:46:18 11:26:50 5:22:52 14:39:35 13:47:14 9:58:28 9:29:05 14:47:51 8:26:53 11:47:34 5:33:19 8:35:32 4:49:50 19:25:49 11:58:56 17:43:42 18:09:37 16:07:02 25:25:00 13:54:33 12:21:04 13:39:36 14:10:55 2:17:22 10:59:38 12:04:32 13:16:02 20:54:02 15:04:14 14:26:57 38:52:26 22:25:37 10:04:09 8:52:25 20:29:48 13:44:40 20:01:30 16:53:46 15:37:44 17:12:39 18:35:09 6:19:11 6:59:44 16:10:15 10:16:14 12:10:54 13:54:24 4:48:49 1:40:48 0:00:00 2:52:11 1:29:07 2:27:34 0:25:53 5:45:14 0:08:23 0:00:00 2:44:33 6:12:45 0:24:12 16:20:06 8:23:13 7:12:12 3:06:19 5:09:58 0:00:00 5:38:37 15:52:34 1:54:02 9:32:00 3:47:07 2:53:57 0:00:00 0:19:42 4:50:52 8:18:04 14:18:27 12:47:52 10:23:58 1:51:46 4:22:07 12:08:06 7:25:00 7:17:26 2:42:40 2:51:20 8:34:23 13:29:32 10:14:55 15:13:35 17:19:27 8:55:21 11:54:53 28:31:10 15:29:03 19:13:08 18:20:54 18:53:26 24:06:02 7:47:27 0:00:00 11:37:08 11:12:43 28:35:23 9:17:31 11:29:15 15:24:28 12:50:23 15:35:57 12:22:39 11:45:48 0:14:42 1:30:29 0:00:00 0:00:00 1:08:53 0:00:00 0:15:57 0:00:00 1:52:55 6:22:26 11:48:32 8:48:47 7:55:45 10:51:53 0:34:20 8:22:18 7:01:11 2:59:07 5:12:41 4:39:42 5:55:59 18:10:13 10:57:33 12:48:04 5:29:29 3:42:23 1:57:00 12:06:22 14:35:02 12:46:49 14:00:33 9:29:01 17:06:51 2:13:10 6:48:34 6:31:58 1:23:48 0:44:16 0:20:02 4:02:00 2:32:10 1:55:46 4:52:32 0:50:24 0:28:57 7:52:27 17:00:02 10:25:56 17:10:04 13:35:54 9:01:33 11:50:01 12:32:31 12:11:37 0:00:00 0:00:00 1:23:31 0:43:24 0:41:47 0:23:28 2:12:40 2:12:34 0:00:00 4:11:54 10:11:38 6:25:27 2:50:16 2:47:07 5:52:39 8:14:06 1:53:38 4:49:17 15:47:28 18:58:41 20:05:55 10:23:31 9:10:29 10:17:09 7:09:53 14:21:22 15:06:52 1:01:08 1:02:53 12:25:13 13:19:18 9:18:02 16:46:09 9:37:53 13:17:42 12:02:47 13:39:46 14:26:44 12:53:29 10:32:32 10:09:11 8:19:47 8:16:12 8:02:14 11:43:40] 19:48:46 16:17:39 19:37:12 15:04:39 15:20:13 17:21:41 13:30:50 15:22:54 6:58:04 16:06:36 28:42:38 14:37:43 14:27:56 16:39:05 13:03:26 15:18:40 13:29:47 12:20:12 0 2 3 3 3 9 41 20 4 1 3 5 5 55 53 Totals 3051 21555 15:45:17 22:35:41 22:11:45 14:38:40 13:24:50 13:19:40 = Admin Asmt. 422 548 395 299 262 289 316 263 257 2612 2306 2341 2395 2452 2528 2631 2204 2086 62:09:26 63:05:30 40:09:43 40:19:19 44:50:50 60:56:59 68:36:49 58:17:23 53:09:32 758 759 Gaytord-Dr Denise Dr 760 761 2020 Burglary Map Address Alarm POE 22 Willowron N Rear Door Force 11603 Veh Mockingbird N in Open Gar Hedwig Village Kingsndetn Barryknoll Ln- Boinhorn Rd emorial 11110 Green Bay N Rear Win open 209 Bryn Mawr Y Rear Door Force 11150S Country Y Rear Door Force 11215 Montebello Y Front Door Force 11101SC Country Sq N Rear Door Force 411 Hunterwood Y Garage UNL 225 Millbrooke N Garage Open TaylorcrestRd 4Lacewood N Rear Door Force Hunters Creek Village BonemeDr orial- Dr Bunker Hill Village Piney Point EMonica Durrette Dr Rd Riyarviewr way S0g Address 6Smithdale Estates 2020 Robberies MO Purse at Ft Door nFelipese Daytime Burglary Nighttime Burglary Robbery BriarForestDr- Briargrove Burgoyne Rd 10/1/20 2 2020 Auto Burglary Map 758 759 GaylordDr Denise DT 760 761 Address 12210 Valley Star 11910 Broken Bough 933 Hickory Hollow 12126 Tara 12330 Tealwoodi North amoriaft 8435 Katy FWY 906 Flint River 422 Piney Point 11230 Hermosa 11106 Wickway 206 Caruthers 8333 Katy 12122 Memorial 203 Plantation 238 Plantation 518 Lanecrest 711 Riverview Way 836 Country Lane 11007 Landon Ln 10710 Bridlewood Vievrways 615 Hunters Grove 11935 Arbordale Sug 212 Bylane POE Side Window UNL Door UNL Door Side Window UNL Door UNL Door UNL Door UNL Door UNL Door UNL Door UNL Door UNL Door Side Window UNL Door UNL Door Side Window UNL Door UNK TK Bed UNL Door UNLI Door UNLI Door UNL Door UNL Door Hedwig Village Barryknol un Beinhorn Rd Taylorcrest-Rd- Hunters Creek" Village 2 oriatD Hill Village. Monica MAper Piney-P Durrette-Or Rd podyroy K Sanfeipese emorial-Dr BriarForestDr. Daytime Burglary Nighttime Burglary Briargrove Burgoyne Rd 234) 10/1/20 ALPR Recoveries Plate Recoveries Plate Recoveries Date Links 52385C6 LPL6079 CAHF59 FJM2107 Num Plate Vehicle Loc 1LKY5531 Kia Van 2 DWN8533 Chev Sub 3 CKG0716 Lexus 460 4 59412R8 Range Rovi 5 LNF5778 Ford Expec 6 MBX2543 Chev Impal 7 LGC1533 Toy Camar 8LYN1197 Hon CRV 9KSP2109 Toy camry 11 BNV7346 Toy P/U 12 JKF7019 Chev Mali 13 47330A8 Merc Benz 14 UT7662 Chev Cruizi 15 HKZ4316 Ford EC1 16 MMS5222 Nis Alt 17 LTL9962 Toyt Avagr 18 N539442 KiaSol 19 1BP7493 Nis Path 20 63520D1 Scion TC 21 NBH4099 Kia Opt 22 HHZ7533 Toy Cam 23 CT9A5H Dod Chargr 24 MMT3827 Jeep Chek 25 FYC2648 Dodge PU 26 T0388H DodgeTOW 27 LCR9410 Ford Exp 28 BHJ6450 Honda CRV 29 HZM8530 Kia 4Dr 30 MGS6183 Jeep Chek 31 BNZF91 Jeep' Wrg 32 DV1PZW Ford EXP 33 LYD6496 HYD Eln 34 72948F5 Toy Cam 35 KGX8019 Lex R35 36 HMV0501 GMC Trav 37 NDK8788 Chev PU 38 UR0496 Honda Civ 40 MKN7371 Toy Cam 41 NFH6659 Dog Chall Val 8$ 6,000.00 Links 1$ 17,000.00 *Violent Car. Jacking, 5i in custody 1$ 24,000.00 Suspects x2, IDTheft, Property from Burgs V$ 60,000.00 * Vehicle bought with stolen ID 5$ 40,000.00 * ID Theft/ Austin 20+ victims 1$ 1,200.00 Purchased from suspect in 19-17 ALPR Case 14$ 2,100.00 Purchased on-line ref to HPD 2$ 2,000.00 Recovered by Victim on Gessner drove to PD 2$ 11,000.00 Suspects x2, Mail" Theft with Mail Keys 8$ 2,000.00 *Stolen Veh out of Pearland, w Suspect 10$ 52,000.00 * Purchased with Fake ID 17 $ 19,000.00 * Vehiice full ofstolen ID's and Mail V$ 12,000.00 * Van had sus w/bolt cutters and Drugs 11$ 5,500.00 Hedwig took case 8$ 4,500.00 suspects in HPD ID Theft Ring 8$ 12,500.00 Wanted Robbery Suspect LA 17$ 18,500.00 *ID theft Ring from Austin, Fake ID'sCc's V$ 22,000.00 Armed Robb Suspects HPD 7$ 14,000.00 *Missing Person 9$ 16,500.00 Embezzeled out OfLA 20 $ 14,500.00 *Felony Warrants x2 BMV 25 $ 18,500.00 Identity Theft, Poss of Narcotics 19 $ 30,000.00 2$ 40,000.00 *ID, Mail, Mail Keys, Meth 2$ 11,000.00 Juvenile 8$ 18,000.00 Pursuit: 1i in-custody 2$ 28,500.00 2In-Custody, Drugs, Fel Warrant 7$ 27,000.00 Drugs, Fraud 1$ 37,000.00 Stolen ID and CC's Habitual Offender 13 prior's 22 $ 19,000.00 * Lyft Driver Rental Car Embezzlement 19$ $ 23,500.00 ** Clucked Vehicle 23$ 42,000.00 ** Clucked Vehicle 22 - $ 23,700.00 DA No Charges 24 $ 18,500.00 2/9/2020 * 7/21/2020 * son placed on vehicle 8/1/2020 * Mobile Lab 9/12/2020 10 $ 8,000.00 10 DRF5499 Toy camry Trailer $ 6,500.00 Runaway, Carjacking Suspect Fraud/Crime Link : Targeting Immigrants ***Selling unreg veh's toi immigrants V=Mobile Unit on' Voss Firearm in vehicle 4$ 3,400.00 14$ 32,000.00 * BMV suspects noone in Custody, but recovery 39 73110Y9 Ford Tau Station $ 16,300.00 21$ 14,500.00 Serial UUMV/Fugitive 19$ 40,000.00 Fraudulent Rental 42 700CLG LA Ford Fus 43 LXV1127 Jeep Chek 44 HBF6280 Cadi CTS 45 73101Z9 LEX300 46 HSNO644 BMW 47 JBP7999 FordF150 2020 Value 2019 Value Program Total 19$ 8,700.00 Fugitive 21$ 17,100.00 Fraudulent Rental from May 4$ 52,900.00 19$ 9,700.00 *Drive Off Test Drive fraud 23+ $ 18,500.00 repeat auto theft offender 8$ 17,000.00 DA no Prosecution 937,600.00 438,000.00 $1 1,375,600.00 INVESTIGATIVE LEADS 1 LGC4007 Arrested ALPR HIT 10-29 Elder Fraud 2 63047B4 Id'd FTSI located via ALPR 3 UN4457 Missing Per 4 KAP2527 Armed Robbery ALPR ID's Suspect 5 68043P9 Theft 6 MHR6945 Missing Person-Located 7 MBW6126 Theft Suspect ofLawn Equipment 8 FCR1051 Mail Thieves w/warrants 10 MVG4555 Theft by Amazon Driver 11 HDS4070 Armed Robbery Houston 12 MHM4490 Thefts suspects 13 79285C7 BMV: Suspect 14. JPB0636 Robbery Suspects 15 NHM3757 Endangered Person-Suicidal Used ALPR to ID veh that picked up Victim ALPR used to ID' Veh ALPR ID & located ALPR ID' Vehicle -A Arrest Gun Recovered During Pursuit ALPR ID'd Vehicle. 2 cases ALPR ID'd Vehicle ID'd and Arrested HPDI MVPD 20-0548 Stopped and confirmed okay 9 BXV0324 Jugger HPD Case on Hickory Ridge. ALPR ID: Suspect 758 U Memorial City Moll 759 Gaylord Dr Dr, 758 760 10 761 760 Hedwig Lindenwood HOA LLAGE AdChoices DSpeed Trailer Beinhorn. Rd: ial Dr Bunker Hill Longwoods HOA Piney Point - HUNTERS CREEK VILLAGE InF Process Houston GountryClub Hunters Creek BUNKER HILL VILLAGE. PINEY VILLAGE 2020 Requested Locations Mobile Locations Durrette Dr. Wink Rd Sugar Hill Dr Dr LodMaNy Stolen Inv Solved 1 03 horial "pe St- San Felipe St 2020 ALPR Hit Locations With a Vehicle Recovery 10/01/20 753 MALL-46 Mall 759 Gaylord Dr Dr 758 760 Hedwig Lindenwood HOA 0@ LLAGE AdChoices PSpeed Trailer Beinharnra a Bunker Hill Longwoods HOA Taylora Rd Piney Point HUNTERS. CREEK MILLAGE InF Process Houston GountryClub Hunters Creek BUNKER HILL-VILLAGE PINEY jo Mobile Locations Durrette or Wink Rds 84 Hits + 2H Hedwig + 46 Mall S DE a Sugar HII Dr. G orial lpest San: Felipe. St. a 2020 ALPR Hit Locations September 0 09/30/20 September 2020 VFD Assists Calls received directly by MVPD via 911/3700 Priority Events Total-2 Fire- 2 EMS-0 ByVillage BHI Fire-0 BHEMS-0 PPF Fire-1 PPEMS-0 HCFire- -1 HCEMS-O Average Response Times 2:46 2:46 0 0 0 4:58 0 0:35 0 Combined VFD Events (Priority + Radio) Total-34 Fire-22 EMS-12 4:34 4:01 5:49 Radio Call Events Total-32 Fire- 20 EMS-12 4:42 4:08 5:40 Note we had a couple of events where the officer did not log out on-scene as he/she arrived which makes the response appear to be longer Page 79of1 102 10/09/2020 AGENDA Zoom Meeting VILLAGE. FIRE DEPARTMENT REGULAR. MONTHLY BOARD MEETING WEDNESDAY,OCTOBER 28, 2020 6:001 P.M. The Board of Commission is authorized by Attorney General ofTexas, Ken Paxton. OTEX. GOV'T CODE $ 551.043(b)(2)- (3)o1 TEX. GOV'TCODE $S 551.049-551.051 Governor's Office Clears Path for Governmental Bodies to Meet Telephonically or by Videoconference During Coronavirus Disaster Noticei is hereby given ofar regular monthly meeting ofthel Fire Commission of the Village Firel Department, tol be held on' WEDNESDAY, OCTOBER 28, 2020 6:001 P.M., Telephone conference information listed below. Marlo Longoria is inviting) you to as scheduled. Zoom meeting. Time: Oct28,202006:001 PM Centra! Time (US and Canada) Topic: Commission meeting Join Zoom Meeting Meeting ID: 882.54264551 Passcode: 851136 One tap mobile Dial by your location +13462 248 7799 US (Houston) +1 669 900 6833 US (San. Jose) +1: 2532158 8782 US (Tacoma) +1 312 626 6799 US (Chicago) +1 929205 6099 US (New Kork) +1 301 7158592 US (Germantown) Meeting ID: 882 54264 4551 Passcode: 851136 gs/MalmahuomusyAy035465PmkaimwAZIRGWINTA-PIIAFDZAOX 6/.7.9,8254165S16.m-M,SIé US (Houston) 1669.9085,.8254264552645S16---,ASIé US (San. Jose) Find your local number: mp/asVwehipom.wealfwL5my VILLAGEI FIRE DEPARTMENT REGULAR MONTHLY BOARD MEETING PAGE2 1. 2. 3. CALLTOORDER COMMENTS FROM THE PUBLIC CONSENT AGENDA All Consent Agenda items listed are considered to be routine by the Board of Commissioners and will be enacted by one motion. There will be no separate discussion of these items unless al Board) Member sO1 requests, in which event thei item will be removed from the Consent Agenda and considered ini its normal sequence on the Agenda. 3A. Approval of] Minutes - September 2020 3B. Approval ofbills paid- - September 2020- GF&FF 4A. Steering committee report and possible action 4. REPORTS a. Renovation updates Project manager and Architect 4B. Treasurer's) Financial Reports - September 2020 /Fund 41 balance update 4C. Fire Chief's Report- Events of September 2020; Monthly Performance; Record of Calls, and Response Times. 5. OSIDPRATONOECONTRACTAGRIMERTS Thel Board will discuss and consider possible action on the following: None following: None 6. CONSDERATION OF RESOLUTIONS - The Board will discuss and consider possible action on the 7. DISCUSSION TEMSPRESENTATION OF SPECIAL REPORTS - The Board will discuss and consider possible action on the following: None VILLAGE. FIRE DEPARTMENT REGULAR: MONTHLYBOARD) MEETING PAGE3 8. CONSIDERATION OF AND POSSIBLE. ACTION ON THE FOLLOWING- The Board will discuss and consider possible action on the following: 8A. Action on the following; 1. Facility budget funding - amend 2021 budget to reflect total cost ofn renovation 3. Authorize abolishment of CAF and allocation of balance funds 2. Dedication ofs ambulance funds Reward Study proposed items 8B. Temporary Tent- - cost proposal 9. CLOSED SESSION- Thel Board of Commissioners will retire intol Executive Session as authorized by Chapter 551; Texas Government Code, to discuss following matters: None 10. ACTION- CLOSED SESSION - The Board of Directors will discuss and consider any actions necessary oni items discussed in Executive Session 11. FUTURETOPICS 12. NEXTI MEETINGDATE November 18,2020 13. ADJOURNMENT Icertify that the agenda for the 28th of October 2020, Regular Tclephonic Monthly Meeting was posted at the fire department this the_ 20th day of October 2020, at2 2:00 p.m. Marlo Longoria Marlo Longoria- Administrator The facility is wheelchair accessible and accessible parking is available. Requests for accommodations or interpretive services must be made at least forty-eight (48) hours prior to this meeting. Please contact the Fire Chief'sOffice at (713) 468-7941 orl FAX (713)468-5039 orl lomsoi@yilagfimarie: further information. VILLAGE FIRE DEPT. September BUDGETARY SUMMARY CONTINGENCYP'IYSICAL PLANT MISC. TOOLS, EQUIP., & HOSE PROTECTIVE GEAR PURCHASE RADIO TOTAL CAPITAL EXPENDITURES PERSONNEL EXPENDITURES: SALARIES 457 PLAN CONTRIBUTION SALARIES- OVERTIME BONUS PROF. CERTIFICATION PAY COMPENSATED ABSENCE PAY FICA TAX DISABILITY INSURANCE EMPLOYEE RETIREMENT HOSPITALIZATION INSURANCE MEAL ALLOWANCES WORKMENS' COMP. INSURANCE TOTAL PERSONNEL EXPENDITURES OPERATIONAL EXPENDITURES: AMBULANCE MEDICAL SUPPLIES BLDG. SUPPLIES & MAINTENANCE CHEMICALS CONTINGENCY DUES/SUBSCRIPTIONS/MANUALS FIRE PREVENTIONPUBLIC RELATIONS GAS & OIL INSURANCE CASUALTY MAINTENANCE OF EQUIPMENT: CHIEF'S VEHICLE FIRE MARSHAL'S VEHICLE BATTALION1 BUDGET YEAR TO YEAR 20 35,000.00 24,000.00 20,000.00 0 79,000.00 MONTHLY EXPENSES DATE % % USED BUDGET September CAPITAL: 2,726.84 7.79% 11,158.04 46.49% 16,231.17 81.16% 30,116.05 38.12% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 76.00% 0.00 5,307.11 0.00tum out 0.00 5,307.11 gear for employees 3,992,496.00 2,952,346.15 73.95% 32665909)nationw.de 2%difference 0.00 18,003.93 0.00( TB 6k combined with 4,294.86 0.00 25,367.65 2,063.90 21,490.71 50,835.35 2,916.00 2,916.58 454,548.07 78,730.00 105,000.00 0.00 44,400.00 0.00 322,419.00 23,000.00 701,235.00 35,000.00 35,000.00 0.00 0.00% 122,134.44 116.32% 0.00 0.00% 39,120.77 88.11% 0.00 0.00% 234,453.56 72.72% 18,323.75 79.67% 468,497.32 66.81% 24,745.00 70.70% 26,249.22 75.00% 61K salaries) 271,000.00 206,128.18 76.06% 5,608,280.00 4,091,998.39 72.96% 55,000.00 47,000.00 2,000.00 20,000.00 6,500.00 15,000.00 45,000.00 42,000.00 135,000.00 40,896.45 74.36% 38,724.63 82.39% 0.00 0.00% 5,374.52 26.87% 1,283.06 19.74% 4,723.40 31.49% 6,312.58 14.03% 36,028.29 85.78% 152,237.49 112.77% 3,578.72 468.91 243.17 2,455.96 7,782.81 0.00] 0.00 0.00 136.91 2,449.49 3,790.33 16,233.80 1,002.78 146.10 0.00 $:12020 BUDGETI2020 BUDGETAMALYSSB.y.e. Analysis for2020-09-30.ads Printed On 10/20/2020 PUMPER (ENGINE 1) UTILITY VEHICLE LADDER (LADDER 1) AMBULANCE (MEDIC1) AMBULANCE (MEDIC2) AMBULANCE (MEDIC3) MAINTENANCE OTHER MAINIENANCE- CONTRACTS PUMPER (ENGINE2) MISCELLANEOUS EXPENDITURES: SAFETY DEPOSIT BOX RENT LICENSEPERMITS OTHER! MISC. EXPENSES LEGAL NOTICES/ADVERT. 24,570.98 4,328.39 32,147.07 39,023.01 9.50 0.00 27,021.63 8,791.65 12,054.46 2,689.48 37.35% 0.00 1,320.00 0.00 1,369.48 1,731.98 98.99 3,960.04 3,895.41 0.00 0.00 5,398.50 0.00 0.00 1,369.48 0.00 0.00] 0.00 1,369.48 7,200.00 76.00% VILLAGE FIRE DEPT. September BUDGETARY SUMMARY POSTAGEPRINTINGISTATIONERY: BANK ANALYSIS CHARGES/SUPPLIES OFFICE SUPPLIES POSTAGE PENALTIES PRINTING MAINT. CONTRACIS/EQUIP. COFFEE BARREFRESHMENTS POSTAGE METER RENTAL OFFICE EOUPMENICOWPUTERS OTHER BANK SERVICES CHARGES PROFESSIONAL SERVICES: REVERSE ENTRIES FOR/ A.P. ADUSIMENEDUPLCAIE CHECKS PROFESSIONAL SERVICES - OTHER BUDGET YEAR TO YEAR 20 37,000.00 MONTHLY EXPENSES DATE % % USED BUDGET September 33,105.17 89.47% 0.00 9,299.78 203.61 0.00 564.87 8,820.89 2,248.38 -1,267.93 2,303.36 3,761.96 7,170.25 84,618.05 58.16% (2,280.95) (1,930.50) 34,926.62 10,108.00 16,111.00 17,683.88 10,000.00 76.00% 3,181.21 0.00 1,043.75 0.00 0.00 0.00 0.00EsO/Creative 454.16 173.04 286.36 526.46 697.44 5,883.39 0.00 reclass tol FF 1,135.45 0.00 0.00 2,247.94 2,500.00 switching designs 145,480.00 76.00% CPA LEGAL ITSERVICES MEDICAL S:12020 BUDGETI2020 BUDGETAMALYSSBuaget Analysis for 2020-09-30.xls Printed On 10/20/2020 PUBLIC UTILITIES RENT STATE CERTIFICATIONI FEES TRAINING PROGRAMS CPR CONVENTIONS OTHER TRAINING EXP. SEMINARS-OFF, PREMISES TRAINING EXAMS TRAINING-ON PREMISES OUTOF TOWN EXPENSES UNIFORMS TOTAL OPERATIONAL EXPENDITURES GRAND TOTAL 60,000.00 10.00] 6,000.00 30,000.00 53,784.94 89.64% 10.00 100.00% 3,370.94 56.18% 16,343.75 54.48% 220.81 619.05 1,688.28 4,998.40 2,798.12 4,803.70 1,215.39 3,487.49 13.95% 482,990.24 71.22% 76.00% 76.00% 76.00% 76.00% 7,669.19 0.00 39.05 2,650.46 0.00 0.00 0.00 2,271.80 378.66 0.00 0.00] 53,642.08 $513,497.26 Tclose 1018.34 25,000.00 678,190.00 76.00% 76.00% 76.00% 0.00T-SHIRTS COVID-19 SUPPLIES $6,365,470.00 $4,605,104.68 72.35% CAPITAL REPLACEMENT FUND COMPENSATION. ABSENCE RESERVE FUND FACILITYFUND TOTAL BUDGET FOR 2020 160,000.00 0.00 1,500,000.00 $8,025,470.00 $0.00 S:2020 BUDGETI2020 BUDGETAMALYSSBuet Analysis for 2020-09-30.xis Printed On 10/20/2020 Village Fire Department Bank Account Register WFB- -VFD General Fund September 1, 2020- September 30, 2020 Checks/ Payments 69,010.39 1,951.93 1,107.95 699.82 41.90 243.35 363.99 69.30 74.57 39.40 35.00 224.70 2,835.50 146.10 697.44 7,652.49 57.00 47,589.91 1,250.00 295.00 220.95 40.02 222.00 173.04 118,700.13 19,506.25 161.29 1,847.39 417.71 380.00 268.06 210.00 175.00 5,490.00 346.03 1,107.95 497.56 1,295.70 3,588.05 80.65 2,976.05 105.77 1,203.25 1,164.07 2,916.00 155.70 587.83 Deposits/ Additions Date 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/01/20 09/09/20 09/11/20 09/11/20 09/14/20 09/14/20 09/14/20 09/14/20 09/14/20 09/14/20 09/14/20 09/14/20 09/14/20 09/14/20 09/15/20 09/15/20 09/15/20 09/15/20 09/15/20 09/16/20 09/17/20 09/17/20 09/17/20 09/17/20 09/17/20 09/17/20 09/17/20 09/21/20 09/23/20 09/23/20 09/24/20 09/24/20 09/25/20 09/25/20 09/25/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 Reference Payeel ID Description Beginning Balance Villages Mutual Insurance FLEETC COR FUNDING8/31/2020 AFLAC Online transfer funds fo rinsurance payment VMIG- GF Sam's Cub Direct Al's Engine &E Equlpment Office Depot Card Plan Comcast Municipal Emergency Services Comcast Professional Welding Supply Pura Flo Corporation Martin Apparatus, Inc. ACHF PAYMENT RUSTYOIL CHANGE BANK SERVICE CHARGE Chase PPE 9/15/2020 NET TAXF PAYMENT CASHTRASNFER, AG/CM- 787919-010P- VFD RENO/ADD TRANSFER PPE 9/15/2020 ANDI BILLS UTHS Darfenbery, LLC Henry Schein, Inc. Home Depot COOL CARE! HEATING A/C Pitney Bowes Credit Corporation PPE 9/15/2020 PAYROLL AGCM/PAYMENT7879 DATE9/2020 TEXAS PRIDE DISPOSAL CHILD SUPPORT ACH PAYMENT- EMPLOYEE REIMBURSEMENT ONLINE TRANSFERI AF-GF R1 PAYMENT ONLINE TRANSFER R1 PAYMENTTOAF REFUND GF Village Prof. FF Assoclation ACH PAYMENT- PAYMENT TOR1 Village Firefighters Association Valic Retirement Services Company Nationwide Retirement Solutions AT&T AFLAÇ FLEETCOR- FUEL S&TAUTOBODY Reliant Energy AT&T AT&T Balance 85,920.69 16,910.30 14,958.37 13,850.42 82,860.81 82,160.99 82,119.09 81,875.74 81,511.75 81,367.88 81,442.45 81,328.48 81,293.48 81,068.78 78,233.28 78,087.18 77,389.74 69,737.25 69,680.25 22,090.34 41,596.59 291,596.59 290,346.59 290,051.59 289,830.64 289,790.62 289,568.62 289,395.58 170,695.45 151,189.20 151,027.91 149,180.52 148,762.81 149,030.87 150,030.77 149,650.77 149,382.71 149,172.71 148,997.71 143,507.71 143,161.68 142,053.73 141,556.17 140,260.47 136,672.42 136,591.77 133,615.72 133,509.95 358,509.95 357,306.70 356,142.63 353,226.63 353,070.93 352,483.10 Page1 VMIG AF 11363 SAMS 11364 AL'S 11365 OFFIC 11366 COMCAST 11367 MUNIC 11368 COMCAST 11369 PROWELD 11370 PURA 11372 MARTI 69,010.39 11371 KONICAMINOL Konica Minolta Business Solutions CHASE HOWARDM Howard Miler 19,506.25 250,000.00 11373 UTHS 11374 SMART 11375 HENRY 11376 HDEP 11377 11378 PBCC 268.06 999.90 UNION VFFA VALC NRS ATT AF 11380 RELIA ATT ATT CENTERPOINT Center Point Energy WELLSFARGO Wells Fargo WELLSFARGO Wells Fargo COMCAST 11381 ELECTRONIC PPE 9/25/2020 ANDE BILLS 225,000.00 MEALI MONEY Comcast FIREWERKS FIRE APPARATUS Printedby 12850n192420a142PM Village Fire Department Bank Account Register WFB- VFD General Fund September 1, 2020- September 30, 2020 Checks/ Payments 418.72 756.66 214.95 150.00 134.92 3,372.21 98.99 2,200.00 461.04 91.08 84.62 224.41 363.99 530.50 516.20 1,369.48 380.72 107,405.70 50,712.61 380.00 210.00 175.00 41,448.31 1,847.39 2,599.71 444.34 47.94 1,250.00 70.00 803.16. 516,984.84 Deposits/ Additions Date 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/28/20 09/29/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 09/30/20 Reference Payee ID 11382 AL'S 11383 FRAZE 11384 AIB 11385 DEL 11386 MVWA 11387 MARTI 11389 ACCUTEK 11390 MUNIC 11391 CSP 11392 COMCAST 11393 11394 COMCAST 11396 SAMS 11397 SPRINT UNION VFFA VALC Description Als Engine & Equipment Frazer, Ltd. American Information Bureau Deltal Industrial Service Memorial Villages Water Authority Martin Apparatus, Inc. Accutek Computer Municipal Emergency Services Cummins Southem Plains, Ltd. Comcast MR. APPLIANCE OF PINEY POINT VILLAGE Comcast SOUTHWESTP.A. Sam's Club Direct HOUSTON CHRONICLE Sprint PAYROLL CLEARING 9/30/2020 PPE ACHF PAYMENT DOUNDTREE, MUNIC, TMRS Village Prof. FF Association Village Firefighters Assodation Valic Retirement Services Company TAXF PAYMENT PPE 9/30/2020 CHILD SUPPORT INTEREST: INCOME Henry Schein, Inc. Accutek Computer UTHS Pura Fo Corporation Office Depot Card Plan Balance 352,064.38 351,307.72 351,092.77 350,942.77 350,807.85 347,435.64 347,336.65 344,675.61 345,136.65 344,584.53 344,499.91 344,275.50 343,911.51 343,381.01 342,864.81 341,495.33 341,114.61 233,708.91 182,996.30 182,616.30 182,406.30 182,231.30 140,782.99 138,935.60 138,962.83 136,363.12 135,918.78 135,870.84 134,550.84 134,620.84 133,747.68 133,747.68 11388 ADAMS AUTO JP/ Adams Investments, Ltd. 11395 CONCENTRA OCCUPATIONAL HEALTH CENTERSOF 27.23 11398 KYRISHT TRUC KYRISH TRUCK CENTERS OF HOUSTON 11399 HENRY 11400 ACCUTEK 11401 UTHS 11402 PURA 11403 OFFIC Totals 564,811.83 Transaction count: = 84 Printedby. 1265 on 102020at1:42PM Page2 Village Fire Department Bank Account Register WFB- Facility Fund September 1, 2020- September 30, 2020 Checks/ Payments 3,000.00 3,000.00 19,506.25 25,506.25 Deposits/ Additions 58.06 Date 09/01/20 09/01/20 09/01/20 09/14/20 09/30/20 Transaction count =5 Reference Payee ID 1049 1050 Description Beginning Balance INTEREST! INCOME NOREX- ENGINEERING INC NOREXI ENGINEERING, Inc CASH TRANSFER FF-GF AGCMINV.7879 DATE: 9/8/2020 3RD QUARTERI FACILITY FUND TRANSFER Balance 3,813,640.14 3,813,698.20 3,810,698.20 3,807,698.20 3,788,191.95 325,000.00 4,113,191.95 325,058.06 4,113,191.95 Totals Printedby 1265on1 10,2020a11:41PM, Pagei 9/18/2020 Piney Point Village City Counci! Email Mail- - proposed renovation! budget confirmation and relatedi issues proposed renovation budget confirmation and related issues 1message Henry Kollenberg heny@ppvcoundlory Bothe Bbola@spnrpaleyscom Fri, Sep 11, 2020 at Folloder 9:37 AM sonlpc@man.com,Bo To: Allen Carpenter ancapener@-sudom, Jay Carlton pcarton@etyofhunterscreek.com>, olpder@hadwagug, Robert Byme Rdbenbyme@hishreevlagetexas.comp, Zeb Nash setnasn@snogobalne, Harry Ray Leiker , voDadams@pag.ner robadams@pdg.nep, "William J.. Johnson" Cc: Keith Brown soownebunsemitxgo, Chief David Foster soster@ulagefreoro, Marlo Longoria ongonayingereor. "J.Grady Randle" Grasy@lypbyenaepecom Commissioners- - renovation have to bet tied together. Cities to: At the last meeting, I was asked to come up with ai mechanism to (1) confirm the Cities' agreement with budget, (2) confirm dedication ofs sufficient ambulancc billing (AB) funds to fund it, and (3) pet peeve) close the compensated absence fund and transfer the funds to the Facility Fund. The first (my two the Ithink the best way to memorialize this is to have ai motion (or two) at the next to ask the meeting (1) amend the 2021 budget to budget dollars in the Facility Fund to reflect the total renovation budget, with the proviso that it will not increase the Cities' assessment, but rather be funded by AB (2) authorize the compensated absence fund action Iattach a draft of a letter from the Chairman to the Cities reflecting that possible action of the Ialso attach a document that I have titled "Facility Fund Notes" that I have used to organize my Commission and asking the Cities toj put it on their agendas and approve. thoughts. Ifpeople think it might be helpful, we can decide what to do with it. Henry 2attachments 33 Draft letter to Mayors.pdf 55K Facility Fund Notes -pdf 75K "MMpMMSOSANSN"--wwwAsAETRANEN. 1/1 Village Fire Department Protecting and Serving the Citiesof: BUNKER HILL VILLAGE HEDWIG VILLAGE HILSHIRE VILLAGE HUNTERS CREEK VILLAGE PINEYI POINT VILLAGE SPRING VALLEY VILLAGE September 21,2020 MILAGEFIRE DEPT, 901 Corbindale Rd Houston, Texas 77024 (713)468-7941 (713)468-5039FAX The Honoroble Brian T. Muecke Mayor, City oft Hedwig Village The Honorable Russell Herron Mayor, City ofH Hilshire Village The Honoroble. Jim Pappas Mayor, City of Hunters Creek Village The Honorable Mark Kobelan Mayor, City of Piney Point The Honorable Morcus Vajdos Mayor, City of Spring Valley Re: Facility Renovations Dear Mayors: As youl know, the Village Fire Commission has awarded the construction contract for renovation of thef fire station Thel budget fort the construction costs, soft costs and dispatch equipment is $5,700,311.Ac copy oft thel budget worksheet prepared by the program manager is attached fory your convenience. It has been expected that, to the extent dollars were required over and above the Cities' assessments for the Facility Fund for 2019 and 2020, those funds would come from the ambulance billing funds and not additional assessments. To appropriately refiect that, In order to confirm this, we would ask thaty you put on your City'sa agenda and approve amending the: 2021 budget toi include $ 685,000 Int the Facllity Fund fort ther renovations, witht thep proviso that It will not increase the Cities' assessment but willl be funded tot the extent necessary by transfer of ambulance billingf funds, currently! held by the The Commission also voted tot transfer funds from the Compensated. Absence Fund (currently $1 11,258) to the Facility Funda and discontinue the Compensated. Absence Fund, as the Commission feels Itis now unnecessary." We and: solidified the other cost elements involved in the renovation. the Commission has voted to request amendment to the 2021 budget, witht that proviso. Department or collected int thet future. would ask thaty you place that ony your agenda anda approve this action. Respectfully, Allen Carpenter, Chairman Facility Fund Notes 1. The renovation budget, including construction contract, soft costs and dispatch equipment is $5,700,311. Of that, $183,377 was paid to the architect and project manager in 2019. Those amounts are included in the project budget. 2. This leaves $5,516,934 tol be paid oft the Facility Fund in 2020 and 2021. 3. The audited balance in the Facility Fund on 12/31/19 was $3,569,935. 4. The 2020 budget has the Cities contributing $1.5 million. 5. $261,211 was paid tol Motorola for a necessary upgrade to the computer dispatch system. This was authorized in 2019 but not actually billed until 2020. This is not shown as part oft the renovation budget, as it did not involve the architect, leaving $4,808,724 available toi fund thc renovation project. 6. That leaves $684,517 needed to be allocated to finish thc renovation project. 7. Ith has been expected that this would be covered by ambulance billing funds. It appears that 8. There is $443,611 in Ambulance Billing funds through the end of August. It is estimated 9. The amount of ambulance billing funds varies. In rough numbers, in 2018, it was $244,000. In 2019, it was $333,000. In the first 6 months of 2020, it was $135,000. In July, it was $9,000. In August, it was $43,000. So, $21,000 seems like a reasonable 10. There are also other amounts tol be added tot thel Facility Fund. Thel Fund has earned$12,435 ini interest in 2020 through August. The Commission believes that it will receive reimbursement from FEMA for some pandemic-related expenses. That is estimated to bc in the $40,000 range, though timing is uncertain. The Commission wishes to transfer $11,258 from the Compensated Absence fund to the Facility Fund. The VFD is hopeful there willl be a slight surplus for 2020 that could be added to the Facility Fund. will be sufficient. that the Department will collect $21,000 per month. estimate/guess, but it could easily be over or under. Rev. 9/24/2020 000001.000121 526-5 5649253.1 10 11 e Ihreatening Response Time 12 13 14 15 TotalNumber ofinddents 2020 Uife Threatening (LT)E EMSI Incidents Nati Stand. 6:30 of90% Nati. Stand 10:30 of90% #LTFire Nati Stand.6:50 of90% %of2020 Calls are: Fire Alarms %ofFireCalls Fire EMS Total #LT EMS 1st Resp. Time 143 160 303 90 15 26 41 7 AIS Resp Time Fire EMS Bunker Hill Village 124 104 228 39 Hunters Creek Village 219 113 332 37 Piney Point Village 172 94 266 35 Spring Valley Village 164 126 290 51 4:13 100% 6:21 100% 12 3:39 100% 3:39 100% 15 4:29 100% 6:12 100% 2 3:57 100% 3:42 100% 14 2:55 100% 5:29 100% 12 2:26 100% 4:55 100% 13 3:30 100% 5:21 100% 45 5:39 100% 54% 46% 55 44% 3:34 100% 47% 53% 58 41% 5.37 100% 37% 63% 5 4:16 100% 66% 34% 77 35% 5:09 100% 65% 35% 90 52% 4:39 100% 57% 43% 42 26% 4:44 100% 62% 38% 327 39% Hedwig Village Hilshire Village 33% Houston Totals 168 0 168 1005 623 1628 259 Notes: ALLF Response Time categories indude from the receipt oft the callat the Primary! Dispatch to arrivald on location oft the responding units. Column 1: Reflects the cities! listed within thec chart. Column 2:F Reflects they yeart toc date number of" "fire" type calls within each jurisdiction. Includes: fires, vehicle collisions, gasi leaks, rescues, tree in roadways, ando others. Column 3:R Reflects they yeart tod date number of "EMS" calls within each) jurisdiction. Column 4:P Reflects they year tod date, totalr number ofalle calls withine each jurisdiction. Column5: Reflects they yeart to date, number of' "lifet threateningEMS" calls within each jurisdiction. Includes: heart attacks, strokes, selzures, cardiac arrest, selzures ando others. Column6 6, Row A: Reflects the" "National Standard for total response time forl lfet threatening EMS Calls of6r minutes! 30s seconds. Column6 6: Reflects the yeart to date, first responder's response times fore each) jurisdiction. Column 7,Row A, Reflects the! National Standard ofthe percentage ofcalls which ther national standard should be met: 90% Column 7: Reflectst the yeartod date, percentage ofcalls which the national standardisr metd during! life threatening EMS calls. Column 8RoWA: Reflects the National Standard fort total response time for! lfet threatening EMS calls fora arrivalo ofAdvanced Ufe Support Equipment and Personnel: 10r minutes 30s seconds. Column 8: Reflects they yeart to date, Advanced Ufe Support equipment and personnel response time for lfe threatening calls withine each jurisdiction. Column9Row A, Reflects the National Standard ofthe percentage ofcalisv whicht the ALSS standard should be met: 90% Column9: Reflects the yeartod date, percentage ofcalls, which ther national standards is met of ALS response fore each jurisdiction. Column 10: Reflects the yeart to date, number oflifet threatening' "Fire Type" calls within each jurisdiction. Column 11: Reflects the yeart to date, average total response time tof fire type calls within eachj jurisdiction. Column 12: Reflects the yeart to date, percentage ofB lifet threatening fire type calls which meet ar exceed the! National Standard. Column 13: Reflects the yeart toc date, percentage ofcalls which our" "firet type" calls. Column 14:F Reflects they yeart to date, percentage ofcally which our" "EMS" calls. Column: 15: Reflects they yeartod dater number offire Alarms within each) jurisdiction. Column 16: Refiects thep percentage offire type calls which are fire alarms. MEMORANDUM CITY OF PINEY POINT VILLAGE TO: The Honorable Mayor and Members oft the City Council FROM: Roger Nelson, City Administrator RV MEETING DATE: October 26, 2020 SUBJECT: HGAC Representative and Alternate Agenda Item: 3 This agenda items calls for the Council to consider nominating a Representative and an Alternate to the HGAC General Assembly. Piney Point's Representative for the 2020 General Assembly is Councilman Dodds and the. Alternate is Mayor Pro-Tem Bender. HSC HOUSTON-GALVESTON AREA COUNCIL Office of The Executive Director To: Mayors - General Law Cities Subject: 2021 General Assembly Designations From: Chuck Wemple Date: October1,2020 CA 2 It's hard to believe 2021 is right around the corner. The Houston-Galveston Area Council will be entering our 55th year of public service and we continue to explore opportunities to better serve our members. The General Assembly and Board ofl Directors are more active than ever and play an important and revitalized role in setting the course for our agency. You have an opportunity to play a unique role in our future by designating the City Councilmembers that will represent your city at the annual gathering of our General Assembly. I've attached a form for your city's use in officially designating a representative and an alternate. The two designees must be elected official members of your city's governing body. Please return the completed form by email to ynthaiones@hgascom. Av virtual meeting of General Law city representatives will be called on November 5, 2020 via Zoom. At that meeting, your 2020 General Law Cities' H-GAC Board of Directors representatives will report on this year's activities and look ahead to issues and progress in 2021. We are sending a copy of these designation materials to your city secretary as well. We would appreciate receiving your city's designation form no later than October 30. Ifmore information concerning General Assembly membership would be useful, please contact me at 713-993-4514 or Rick Guerrero at 713-993-4598. Thank you again for your city's continuing participation and support for the Houston-Galveston Area Council Sincerely, Chuck Wemple CW/cj Attachment cc: City Secretary Mailing Address POE Box 22777 Houston, Texas 77227-2777 Phone 713-627-3200 3555 Timmons Physical Address Lane, Suite 120 Houston, Texas7 77027 Phone 713-627-3200 DESIGNATION OF REPRESENTATIVE AND ALTERNATE HOUSTON-GALVESTON AREA COUNCIL 2021 GENERAL ASSEMBLY BE ITI RESOLVED, by the Mayor and City Council of Texas, that be, and is hereby designated as its Representative to the GENERAL ASSEMBLY oft the Houston-Galveston Area Council for the year 2021. FURTHER, that the Official Alternate authorized to serve as the voting representative should the hereinabove named representative become ineligible, or should he/she resign, is THAT the Executive Director of the Houston-Galveston Area Council be notified of the designation oft the hereinabove named representative and alternate. PASSED AND ADOPTED, this day of APPROVED: 2020. Mayor ATTEST: By: DesForm GL and HR Karen Farris From: Sent: Subject: Attachments: Importance: Jones, Cynthia ymta.oneehgaccom, Thursday, October 1, 20208:13AM Re: H-GAC 2021 General Assembly Designations 2021 GL_Des Memo.pdf; 2021 GL_Des Form.pdf High Good morning General Law Cities, It's that time ofy year again to make your General Assembly designations. Please find attached a memo from H-GAC Executive Director Chuck Wemple regarding your 2021 General Assembly designations and a designation form for your use. Should youl have any questions, please don'thesitate to contact us. Sincerely, CYNTHIA JONES Lead Program Coordinator, Administration Houston-Galveston Area Council 3555 limmons Lane, Suite 120 Houston, TX77027 Mailing Address: P.O. Box 22777 Houston, TX77227 Direct I 713-993-4591 h-gac.com This email has been scanned for spam and viruses by Proofpoint Essentials. Click here to report this email as spam. MEMORANDUM CITY OF PINEY POINT VILLAGE TO: The Honorable Mayor and Members oft the City Council FROM: Roger Nelson, City Administrator MEETING DATE: October 26, 2020 SUBJECT: Harris County Public Library Interlocal Agreement Agenda Item: 4 This agenda items calls for the Council to consider the interlocal contract with the Harris County Public Library for Fiscal Year 2021 HARRISCOUNTY PUBLICLIBRARY your pathway to knowledge September 30, 2020 Mark Kobelan Mayor CityofPiney Point Village 7676 Woodway, Suite 300 Houston, TX 77063 Attention: Karen Farris, City Secretary Dear Mayor Kobelan: Enclosed, please find an original agreement between Harris County and the City ofPiney Point Village pertaining to the City's donation of $1,500 to the Spring Branch Memorial Library for Irespectfully request that when the City Council approves this agreement, please sign the originals, and send them back to me for placement on the agenda of Commissioners Court. Iwill Thank you sO much for your interest in collaborating with Harris County to provide quality the purchase ofl library materials, furnishings, equipment, or shelving. return a copy oft the fully executed agreement to you for your records. library services to your residents. Please do not hesitate to call me if you have any questions. Sincerely, Edward Melton Director Cc: Jennifer Finch, Branch Manager, Spring Branch Memorial Library 5749,SOUTHI LOOPEASTOUSTONTEXAS7033 T(713) 274-6600F (713), 274-6690 w WVWHCPI.NET 832.294.8823 5749SLoop East Houston, TX77033 This email has been scanned for spam and viruses by Proofpoint Essentials. Click here to report this email as spam. 2 SCOUNTYAND us - IAA SA30 1AS COUNTY OP HARRIS into - Act RRCITALS dfCity and ether Comty : and of whc PRRM: -V Dolil , lin Libraryl Director Hanis CotyPalieLhaiy 57498Leop Bast Houston, TX 77033 Couty Dollas ad No/100 D. uny e ams of y (0) IC, sou : tomms aF IV. uficient funds avallabe to meet its cbiigations undes :s aAgreement does mote chligate Countyt to epandany Coanty fands, V. All notlees and y PORCOUNTY: :o - - aFloor mu : 001 Ats 1h acopytos 10011 Fest ton, GhFoor Houston,' Tesas 77002-1891 y FORCITY: 77063-1573 to as Party VL. : VI to is in ay be Thet cout The eschsive vemne fbr any aotion under or selated to the Agreement isi inas state or. N WITNESS WHBRBOF, this instunn has baen eecuted on behalf af Harris County bya coute afcompatent jarlediction inl Houston,! Hanis County, Texas. anis Couty, by thec City ofFiney) Polnt Villagpbyadly CityofPiney! Point Vilage. PROVEDASTOFORME VINCBRYAN CoutyA Attomay HARRIS COUNTY - - CHERELIBSIMS Assistant County Attomsy 16GENOS6O By LINA HDALGO County Judge Date signed: ATTBST: GITYOPPINEY! POINT VILLAGE By MARKKOBELAN Mayor Datesigned: KAREN FARRIS GitySecetary Dates signed 4 Karen Farris From: Sent: To: Subject: Attachments: Megan LeMaster Meganlewasterengpinet Wednesday, September 30, 20203:04PM Karen Farris Interlocal Agreement Piney Point Interlocal Agreement.pdf Good afternoon, Karen, Attached, please find the 2020 Interlocal Agreement between Piney Point' Village and the Spring Branch Memorial Library. l'm sorryl didn't get this to you sooner. This year has gotten away from me!lam noticing that the agreement is starting to show some age. The quality of the print is degrading. Iwill retype this before Please let me knowi if you have any questions or concerns. We appreciate Piney Point Village's-continued Isend it next year. support! Have a great day, Megan LeMaster Executive Assistant Harris County Public Library 832.294.8823 5749SLoop East Houston, TX77033 From: Edward Melton tdwardiwetonehpine Sent: Wednesday, September 30,20202:56PM To: Megan LeMaster Subject: Re: For your signature Please confirm receipt. Edward Melton Harris County Public Library On Sep 30, 2020, at 2:55 PM, Megan LeMaster Megan.teMasterehcp.nebwrote: Thank you, Megan LeMaster Executive Assistant Harris County Public Library MEMORANDUM CITY OF PINEY POINT VILLAGE TO: The Honorable Mayor and Members ofthe City Council FROM: Roger Nelson, City Administrator AV MEETING DATE: October 26, 2020 SUBJECT: Harris County Agreement for Prisoners Agenda Item: 5 This agenda item calls for the Council to consider an interlocal agreement with the Harris County Jail tol house, support, maintain and confine prisoners. The current contract will expire December 31S, 2020. The proposed agreement will remain under the same terms and conditions with no increasei inj pricing. ASING DeWight Dopslauf, C.P.M., CPPO Harris County Purchasing Agent October 20, 2020 Mr. Roger Nelson City of Piney Point Village 7676 Woodway Dr. Ste. 300 Houston, Texas 77036 Re: Agreement with Harris County and the City of] Piney Point Village Dearl Mr. Nelson, The agreement to House, support, maintain, and confine prisoners in Harris County Jails, expires on December 31, 2020. Ifyou will renew the contract under the same terms and conditions, with no increase in pricing, please advise the Purchasing Department in writing ASAP. You may respond by fax 713-755-6695 orb by email to: hom.Braingepurhine Ifyoul have any questions, please call me at (713)274-4438. Sincerely, Ebony-reedng Ebony Breeding Buyer ERB City of Piney Point Village will renew the contract under the same terms and conditions with no increase in pricing for the term. January 1, 2021 through December 31,2021. Signature Printed Name Date 1001 Preston, Suite 670, Houston, TX77002 Tel713-755-5036 Fax713-755-6695 INTERLOÇAL AGREEMENT BETWEEN. HARRIS COUNTY AND THE CITY OF PINEYPOINT VILLAGE THE STATE OF TEXAS COUNTY OF HARRIS 9 This Interlocal Agreement, entered into pursuant to the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code, is between Harris County (the "County"), a body corporate and politic under the laws oft the State ofTexas, acting by and through its Sheriff's Office (the "Sheriff"), and' The City of Piney Point Village ("City"). The County and City may be referred to collectively as the "Parties" or individually as a' "Party." SCOPE OF SERVICES A) Sheriff shall house, support, maintain, and confine or detain City prisoners in any of the Harris "City prisoner" means any person at least 17 years ofage who has been arrested by a City police officer, and either charged with, or convicted of, offenses within the jurisdiction oft the Municipal B) Each Party shall comply and assure compliance by each Party's agents, employees, volunteers, and subcontractors as applicable, providing work, products, services, licenses and/or deliverables under this Agreement with all applicable state, federal, and local laws, ordinances, regulations, executive orders, rules, directives, standards, guidelines, and instructions relating to the work to County Jails (the "Services"). Court or Courts ofCity. be performed. CITY RESPONSIBILITIES A) City shall provide City Police Officers to perform services under this Agreement. "City police offiçer" means a police officer of City, a marshal of City, a peace officer commissioned by City, or any other person employed by City who is a peaçe officer under the B) City acting by and through its City police officers shall be responsible for the presentment and discharge ofa City Prisoner until the Sheriff accepts and confines the prisoner to the County Jail. C) City shall provide appropriate paperwork for presentment and discharge ofa City Prisoner. D) A City police officer may present a City prisoner to Sheriff at the County Jail with the following laws oft the State ofTexas. paperwork issued by a magistrate: 1)apretrial arrest warrant or capias, 2)apost-conviction' commitment or decree, or 3) other order of detention. E)A City police officer may present a City prisoner to Sheriff for temporary detention at the County F) If City makes arrangements to take back custody of that City prisoner for presentment to a magistrate for aj probable cause hearing and areview of charges as soon as possible within twenty- four (24) hours after that City prisoneri is detained by Sheriffin the County. Jail, Sheriff may accept G) City shall make arrangements to try or release such detained City prisoners in accordance with the H) A City prisoner shall be the sole responsibility of City and the City police offiçers having custody ofthe prisoner until Sheriffa accepts and confines the prisoner to the County Jail. Jail with either an Instanter Warrant, or a Certification of Charges filed. the City prisoner for temporary detention TEX. CRIM. PROC. CODE art. 17.151. COUNTY RESPONSIBILITIES A) If Sheriff accepts the City prisoner for confinement in the County Jail, Sheriff shall assume responsibility for the care, custody, and support of the City prisoner to the extent required in this Agreement for the period oft time beginning when Sheriff accepts the City prisoner for confinement in the County Jail and ending when the City prisoner is released from confinement in the County Jail as provided in this Agreement. B) Sheriff shall provide Serviçes to City at the following locations: (i) 701 N. San Jacinto, (ii) 1201 Commerce, (ii) 1200 Baker St., (iv) 1307 Baker St., and (v) 700N. San Jacinto Houston, Texas (collectively referred to as the "County Jail"). C) Sheriff shall provide the work, products, services, licenses and/or deliverables required to be D) Except as otherwise provided in this Agreement, City and County agree that onçe a City prisoner isa accepted and committed to the County Jail, Sheriff shall only release the City prisoner when the discharge of the City prisoner is lawfully ordered or authorized by a magistrate or any court of E) Nothing herein shall create any obligation upon the Sheriff to house City Prisoners where the housing ofsuch City Prisoners will, in the opinion oft the Sheriff, raise the population oft the facility above permissible numbers ofi inmates allowed by law, or will, in the Sheriff's opinion, create a condition of overcrowding or create conditions which endanger the life or welfare ofpersonnel and inmates at the facility, or result in possible violation of the constitutional rights of the inmates F) Ift the Sheriff determines, at any time, that a condition exists necessitating the removal of City Prisoner, or any specified number thereof, City shall, upon notice by the Sheriff or County, provided by Sheriff and as set outi in the Agreement. competentj jurisdiction. housed at the facility. immediately remove the prisoner from the facility. 2 G) Further, nothing contained in this Agreement authorizes the Sheriff to incarcerate or hold any person in custody contrary to the Constitution and laws oft the State ofTexas and the United States of America, nor compels Sheriffto detain, accept or admit a City prisoner. MEDICALFACILITY CARE A) Sheriff, at its sole option, may choose NOT to accept a City prisoner when in Sheriff's opinion1 1) the City prisoner appears ill or injured, or 2) the City prisoner needs immediate or significant mediçal treatment. The Sheriff's opinion as to what constitutes overcrowded conditions, illness, injury, significant medical treatment, or any other acceptance considerations shall be final and B) Sheriff shall determine whether the City prisoner should be transported to al hospital for medical C) Sheriff, at its own discretion, may refuse to accept or detain an injured or ill City prisoner when D) If Sheriff determines, at any time or for. whatever reason, that a City prisoner must be sent to a hospital or other medical facility thati is not part oft the Countyjail, Sheriffs shall notify City (which may be by phone), and City shall immediately make arrangements for appropriate City personnel to go to the medical facility to take custody of the City prisoner from the Sheriff. City shall reimburse County for any medical expenses billed to the County for the transport or treatment of E) City agrees to immediately exercise its duty to take back custody and control oft the City prisoner F) County shall not charge City during the period that the City prisoner is in custody of City and not binding on the Parties to this Agreement. treatment, upon presentation of any City prisoner at the County Jail. medical attention is neçessary before confinement. the City prisoner. upon notification by Sheriff. int the County. jail. TERM OF AGREEMENT A) The term oft this Agreement shall commençe upon final execution, and shall continue and remain in effect until December 31,2019, unless earlier terminated in accordance with this Agreement. B) At the County's option, this Agreement may be renewed: for three (3) additional consecutive one- year periods (each a' "Renewal Term"). TERMS OF PAYMENT A) No later than the thirtieth (30") day from the last day ofeach calendar month, Sheriff shall submit tot the City Secretary a swom invoice for Services rendered during that month, and shall send two (2) copies of said invoice to the City. All invoices MUST be submitted either by email to: ciyse@pineyptorgor by mail to the City Secretary, located at 7676 Woodway Drive, Suite 300 Houston, Texas 77063. B) Each invoice shall be in a form acceptable to the City Secretary and at a minimum, include such detail as may be requested by the City Secretary for verification purposes, including but not limited to, the dates inmates were housed with the Sheriff; the number ofi inmates housed each day; the daily cost per inmate and the total daily cost, and a total monthly cost for the Services. The City shall pay each approved invoice in accordance with the laws oft the State ofTexas. D) Further, Sheriff agrees to maintain, for aj period ofs six (6) years, detailed records identifying each individual performing the Services, the date or dates the Services were performed, the applicable hourly rates, the total amount billed for eachi individual and the total amount billed for all persons, and provide such other details as may be requested by the City for verification purposes. COMPENSATION A) The per diem rate for detention services under this agreement is Eighty and No/Dollars ($80.00) per day. This rate covers one inmate per day. City shall only contract the detention serviçes under thisa agreement as needed, and as qualified inmates are identified through the classifiçation process. "Day" means the twenty-four (24) hour period from midnight to the next following midnight. In calculating the number of days a certain City prisoner is confined in the County Jail, the day of arrival will be counted but not the day of departure. However, ifa City prisoner is detained by Sheriff or accepted in the County Jail and released the same day, the duration oft this confinement B) Employees oft the Sheriff providing Services to City shall be and remain employees oft the Sheriff, under the direct supervision oft the County. County shall be responsible for payment of all salaries and benefits due its employees furnishing or participating in the performance oft these Services. C) Employees of City providing services shall be and remain employees of City, under the direct supervision of the City. City shall be responsible for payment of all salaries and benefits due its employees furnishing or participating in the performance oft these services by City. shall be calçulated and billed as one full day. TERMINATION A) Either Party may terminate this Agreement at any time without causel bys giving tirty(0)dayswriten B) Upon receipt oft termination notice, City shall immediately send a City police officer or offiçers to take custody of any City prisoners at County facilities. Sheriff shall proceed to cancel promptly all existing orders and contracts insofar as such orders or contracts are chargeable to this Agreement. Within thirty (30) days after receipt of notice of termination, Sheriff agrees to submit an invoice showing in detail the Services performed under this Agreement up to and including the date of D) The City agrees to pay County that proportion of the prescribed charges for the Services actually performed and deliverables actually received under this Agreement bear to the total Services or deliverables called for under this Agreement, less such payments on account of charges as have notice to the other Party. termination. previously been made. E) Force Majeure. In the event that either Party is unable to perform any ofi its obligations under the Agreement or to enjoy any of the benefits because of natural disaster, actions or decrees of governmental bodies or communications line failure not the fault ofthe affected party (referred to as a"Force. Majeure Event"), the Party who has been so affected immediately agrees to give notice to the other Party and agrees to do everything possible to resume performance. Upon receipt of such notice, the Agreement is immediately suspended. If the period of nonperformance exceeds ten (10) calendar days from the receipt of notice of the Force Majeure Event, the Party whose ability to perform has not been so affected may terminate the Agreement immediately' by giving written notice tot the other Party. NOTICE A) Any notiçe required to be given under the provisions oft this Agreement shall bei in writing and shall be duly served when it shall have been delivered in person or deposited, enclosedi in a wrapper with the proper postage prepaid thereon, and duly registered or certified, retum receipt requested, in a United States Post Office, addressed to the County or the City at the following addresses. If mailed, any notice or communication shall be deemed to be received three (3) days after the date of deposit in the United States Mail. Unless otherwise provided in this Agreement, all notices shall be delivered to the following addresses: To City: City ofl Piney Point Village 7676 Woodway Dr., Ste.300 Houston, Texas 77063 Email: civsec@pineypt.org Attn: Karen Farris City Secretary Harris County Sheriff's Office 1200 Baker St. Houston, Texas 77002 Attn: Sheriff Ed Gonzalez Harris County Purchasing 1001 Preston Suite 670 Houston, Texas 77002 To the County: Copy to: A) Either Party may designate a different address by giving the other Party ten (10) days written notice. CIVIL LIABILITY A) In accordance with Tex. Gov'tCode $ 791.006(b), each Party shall assume responsibility for its own actions and those of its officers, officials, employees and agents, and for its own defense should any claim be presented or suit filed against it arising from or related to any Services provided under this Agreement. Nothing in this section adds to or changes the liability limits and 5 immunities for a govemmental unit provided by the Texas Tort Claims Act, Chapter 101, Tex. Civ.Prac. & Rem Code, or other law. Notwithstanding any other language in this Agreement, nothingi in this Agreement shall create ajoint enterprise for they purposeofssigning: ord determining liability. NOPERSONAL LIABILITY; NO WAIVER OF IMMUNITY A) Nothing in the. Agreement is construed as creating any personal liability on the part ofany offiçer, director, employee, or agent of any public body that may be a Party to the Agreement, and the Parties expressly agree that the execution oft the Agreement does not create any personal liability on the part ofa any officer, director, employee, or agent of the County. B) The Parties agree that no provision of this Agreement extends the County's liability beyond the liability provided in the Texas Constitution and the laws ofthe State ofTexas. D) Neither the execution of this Agreement nor any other conduct of either Party relating to this Agreement shall be considered a waiver by the County ofany right, defense, ori immunity on behalf ofitself, its employees or agents under the' Texas Constitution or the laws of the State ofTexas. C) ENTIRE AGREEMENT;A MODIFICATIONS A) This Agreement contains the entire agreement between the Parties relating to the rights herein granted and the obligations herein assumed. This Agreement supersedes and replaces any prior agreement between the Parties pertaining to the rights granted and the obligations assumed herein. This Agreement shall be subject to change or modification only by a subsequent written modification approved and signed by the governing bodies of each Party. APPLICABLE LAW AND VENUE A) This Agreement shall be governed by the laws of the State of1 Texas and the forum for any action under or related to the Agreement is exclusively in as state or federal court of competent jurisdiction in Texas. The exclusive venue for any action under or related to the Agreement is in a state or federal court of competentjurisdiction inl Houston, Harris County, Texas. HEALTHINSURANCE: PORTABILITY AND ACCOUNTABILITY ACT ("HIPAA") The purpose of this Article is to comply with the requirements of the Health Insurance Portability and Accountability Act of 1996, Pub. L. No. 104-191 (codified at 45 C.F.R. Parts 160 and 164), as amended ("HIPAA"); privacy and security regulations promuigated by the United States Department ofHealth and Human Services ("HHS"); Title XIII, Subtitle D of the Ameriçan Recovery and Reinvestment Act of 2009, Pub. L. No. 111-5, as amended ("HITECH Act"); provisions regarding Confidentiality of Alcohol and Drug Abuse Patient Records (codified at 42 C.F.R. Part 2), as amended; and TEX. HEALTH & SAFETY CODE ANN. $S 81.046, as amended, 181.001 etseq., as amended, 241.151 et seq., as amended, and611.001 et seq., as amended (collectively referred to herein as the' "Privacy and Security Requirements"). A) Definitions. i) Confidential Information is information that has been deemed or designated confidential by law (i.e., constitutional, statutory, regulatory, or by judicial decision). ii) Protected Health Information ("PHI") is defined in 45 C.F.R. $ 164.501 and is limited to information created or received by Contractor from or on behalf of the City. iii) Electronic Protected Health Information ("EPHI") shall mean individually identifiable health information that is transmitted by or maintained in electronic media. iv) Security Incident shall mean the unauthorized access, use, disclosure, modification, or destruction of Confidential information, including, but not limited to, PHI and EPHI, or interference with the systems operations in an information system, including, but not limited to, information: systems containing EPHI. This definition includes, but is not limited to, lost or stolen transportable media devices (e.g., flash drives, CDs, PDAS, cell phones, and cameras), desktop and laptop computers, photographs, and paper files containing Confidential Information, including, but not limited to, PHI and EPHI. B) General. i) County agrees to hold all PHI and EPHI confidential except to the extent that disclosure is required by Federal or State law, including the Texas Public Information Act, TEX.GOVTCODE. ANN. $S 552.001 etseg., as amended. ii) County agrees to be bound by and comply with all appliçable Federal and State of Texas licensing authorities' laws, rules, and regulations regarding records and governmental records, including the Privacy and Security Requirements. Compliance with this paragraph is at County's own expense. iit) County agrees to cooperate with state and federal agencies and to make appropriate personnel available for interviews, consultation, grand jury proceedings, pre-trial conferences, hearings, trials, and any other process, including investigations, required as a result of County's services to the City. Compliance with this paragraph is at County's own expense. Privacy and Security Requirements. iv) The terms used in this Article shall have the same meaning as those terms in the C) Representation. County represents that it is familiar with and is in compliance with the Privacya and Security Requirements, which includel Federal and State ofTexas requirements goveringi MbmsbemlaigeHVADS: mental health, and drugs or alcohol treatment orre referral. D) Business Associate. County is a "Business Associate" of the City as that term is defined under the Privacy and Security Requirements. i) Nondisclosure of PHI, County agrees not to use or disclose PHI received from or on behalf of the City or created, compiled, or used by County pursuant to the Agreement other than as permitted or required by this Article, or as otherwise required by law. ii) Limitation on Further Use or Disclosure. County agrees not to further use or disclose PHI or EPHI received from or on behalf oft the City or created, compiled, orused by County pursuant to this Agreement in an manner that would be prohibited by the Privacy and Security Requirements ifdisclosure was made by the City, ori if either County or the City is otherwise prohibited from making such disclosure by any present or future State or Federal law, regulation, or rule. ii) Safeguarding PHI. County agrees to use appropriate safeguards to prevent use or disclosure of PHI other than as provided for by this Article or as required by State orFederal law, regulation, or rule. iv) Safeguarding EPHI. County agrees toi implement and use administative,physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of EPHI that it creates, receives, maintains, or transmits on behalf of the City. These safeguards shall include the following: a) Encryption ofE EPHI that County stores and transmits; b) Implementation of strong access controls, including physical locks, firewalls, and strong passwords; c) Use of updated antivirus software; d) Adoption of contingency planning policies and procedures, including data backup and disaster recovery plans; and e) Conduct of periodic security training. v) Reporting Security Incidents. County agrees to report to the City any Security Incident immediately upon becoming aware of such. County further agrees to provide the City with the following information regarding the Security Incident as soon as possible, but no more than five (5) business days after becoming aware of a) ab brief description of what happened, including the dates the Security b) ar reproduction of the PHI or EPHI involved int the Security Incident; and c) ac description ofwhether and how the PHI or EPHI involved int the Security Incident was rendered unusable, unreadable, or indecipherable to unauthorized individuals either by encryption or otherwise destroying the the Security Incident: Incident occurred and was discovered; PHI or EPHI prior to disposal. IfCounty determines that it is infeasible to reproduce the PHI or EPHI involved in the Security Incident, County agrees to notify the City in writing of the conditions that make reproduction infeasible and any information County has regarding the County agrees to cooperate in a timely fashion with the City regarding all Security County agrees that the City will review all Security Incidents reported by County and the City, in its sole discretion, will take the following steps in response, to the extent necessary or required byl law, including, but not limited to: a) notifying thei individual(s) whose PHI or EPHI was involved in the Security Incident, either in writing, via telephone, through the media, or by posting anotice on the City's website, or through a combination oft those methods, PHI or EPHI involved. Incidents reported to the City. oft the Security Incident; b) providing thei individual(s) whose PHI or EPHI was involved in the Security Incident with credit monitoring services for a period of time to be determined by the City, at no cost to thei individuals; and c) providing notice of the Security Incident, as required by law, to the Secretary of the HHS. vi) EPHI and Subcontractors. County shall require any agent to whom it provides PHI or EPHI, including a subcontractor, to agree to implement reasonable and appropriate safeguards to protect such PHI or EPHI. vii) Subcontractors and Agents. County shall require any agent to whom it provides PHI or EPHI, including a subcontractor, to agree to implement reasonable and appropriate safeguards to protect the PHI or EPHI. County shall require any subcontractor or agent to whom County provides PHI or EPHI received from oron behalf of the City or created, compiled, or used by County pursuant to this Agreement, to agree to the same restrictions and conditions that apply to County with respect to such PHI and EPHI. Additionally, County agrees and understands that no PHI or EPHI shall be sent, distributed, stored, made available to, or in any way accessed by any agent or subcontractor located outside oft the United States. viii) Reciprocal Disclosures. The Parties agree that thel Partiesmayreciprocally. ydisclose and use PHI or EPHI for initial and continuing eligibility and compliance determinations related to the provision of benefits, for auditing and legal compliance purposes, and for compliance with laws, regulations, and rules related tot the provision ofmedical or drug benefits toj persons who may! be eligible for such benefits under the Medicare Prescription Drug Benefit Program, Part D, or other federal or State oft Texas programs. ix) Mitigation. County agrees to mitigate, to the extent practicable, any harmful effect that is known to County ofa use or disclosure ofPHI or EPHI by County, or by a subcontractor or agent of County, resulting from a violation of this Article, including violations of the Privacy and Security Requirements stated herein. County also agrees to inform the Cityi in advance ofi its actual mitigation and oft the details ofi its mitigation plan, unless doing sO would cause additional harm. x) Notice - Access by Individual. County agrees to notify the City in writing within three (3) business days ofany request by an individual for access to thei individual's PHI or EPHI and, upon receipt of such request, direct the individual to contact the City to obtain access to the individual's PHI. Upon request by the City, County agrees to make available! PHI and EPHI to the City or, as directed by the City, toan individual in accordance with 45 C.F.R. $ 164.524. xi) Notice = Request for Amendment. County agrees to notify the City in writing within three (3) business days of any request by an individual for an amendment to thei individual's PHI or EPHI and, upon receipt ofs such request from the individual, direct thei individual to the City to request an amendment oft thei individual's PHI or EPHI. County agrees to make available upon request PHI and EPHI for amendment 10 and to incorporate any amendments to PHI and EPHI agreed to or directed by the City in accordance with 45 C.F.R. $1 164.526. xii) Notice - Request for Accounting. Upon receipt of any request from an individual for an accounting of disclosures made of the individual's PHI or EPHI, County agrees to notify the City in writing within three (3) business days of any such request, and upon receipt ofsuch request from the individual, direct the individual to the City for an accounting of the disclosures oft the individual's PHI or EPHI. County agrees to make available upon request the information required to provide an accounting of disclosures in accordance with 45 C.F.R. $ 164.528. Pursuant to 45C.F.R.S1 164.528(a), ani individual has ar right to receive an accounting of certain disclosures of PHI or EPHI in the six (6) years prior to the date on which the accounting is requested. xiii) HHS Inspection. Upon written request, County agrees to make available to HHS or its designee, County's internal practices, books, and records relating to the use and disclosure ofPHI and EPHI received from, or created or received on behalfof, the City, in a time or manner designated by HHS for purposes ofHHS determining the City's compliance with the Privacy and Security Requirements. xiv) City Inspection. Upon written request, County agrees to make available to the City and its duly authorized representatives during normal business hours County's internal practices, books, records and documents relating to the use and disclosure ofconfidential information, including, but not limited to, PHI and EPHI received from, or created or received on behalf of, the City in a time and manner designated by the City for the purposes of the City determining compliance with the Privacy and Security Requirements. County agrees to allow such access until the expiration ofs six (6) years after the services are furnished under the contract or subcontract or until the completion of any audit or audit period, whichever is later. County agrees to allow similar access to books, records, and documents related to contracts between County and organizations related to or subcontracted by County to whom County provides confidential information, including, but not limited to, PHI and EPHI reçeived from, or created or received on behalf of, the City. xv) PHI or EPHI Amendment. County agrees to incorporate any amendments, corrections, or additions to the PHI or EPHI received from or created, compiled, or used by the City pursuant to this Agreement when notified by the City that the PHI or EPHI is inaccurate or incomplete, or that other documents are to be added as required or allowed by the Privacy and Security Requirements. xvi) Documentation of Disclosures. County agrees to document disclosure of PHI or EPHI and information related to such disclosures as is necessary for the City to II respond to a request by an individual for an accounting of disclosures of PHI or EPHI in accordançe with 45 C.F.R. $164.528, as amended, xvii) Termination Procedures. Upon termination of this Agreement for any reason, County agrees to deliver all PHI or EPHI received from the City or created, compiled, or used by County pursuant to this Agreement within thirty (30) days from the date of termination, or, if specially requested to do so by the City in writing, to destroy all PHI or EPHI within the time frame determined by the City, which will bei no lesst than thirty (30) days from the date ofther notice oftermination. This provision applies when County maintains PHI or EPHI from the City in any form. If County determines that transferring or destroying the PHI or EPHI is a) to notify the City of the conditions that make transfer or destruction b) to extend the protections oft this Article to such PHI or EPHI; and c) to limit any further uses and disclosures of such PHI or EPHI to those purposes that make the return, or transfer to the City, or destruction infeasible, County agrees: infeasible; infeasible. xvii) Notice - Termination. Upon written notice to County, the City may terminate any portion of the Agreement under which County maintains, compiles, or has access to PHI or EPHI. Additionally, upon written notice to County, the City may immediately terminate the entire Agreement if the City determines, at its sole discretion, that County has repeatedly violated al Privacy or Security Requirement. E) Survival of Privacy Provisions. County's obligations with regard to PHI and EPHI shall F) Amendment Related to Privacy and Security Requirements. The Parties agree to take such action as is necessary to amend this Agreement if the City, in its reasonable discretion, determines that amendment is necessary for the City to comply with the Privacy and Security Requirements or any other law or regulation affecting the use or disclosureo ofPHI or EPHI. Any ambiguity int this Article shall be resolved to permit the City to comply with survive termination oft this Agreement. the Privacy and Security Requirements. G) Indemnification. To the fullest extent allowed by law, County agrees to indemnify and hold harmless the Harris County Juvenile Probation Department, the City, Harris County and its officers, employees, and agents (individually and collectively "Indemnitees") against any and all losses, liabilities, judgments, penalties, awards, 12 and costs (including costs ofi investigations, legal fees, and expenses) arising out ofor related to: i) al breach of this Agreement relating to the Privacy and Security Requirements by County; or ii) any negligent or wrongful acts or omissions of County or its employees, directors, officers, subcontractors, or agents, relating to the Privacy and Security Requirements, including failure to perform their obligations under the Privacy and Security Requirements. H) This Article survives the termination of the Agreement and expires six (6) years after its termination. NOTHIRD-PARTY BENEFICIARIES A) The County is not obligated or liable to any party other than City for the performance of this Agreement. Nothing in the Agreement isi intended or shall be deemed or construed to create any additional rights or remedies in any third party. Further, nothing contained in the Agreement shall be construed to or operate in any manner whatsoever to increase the rights of any third party, or the duties or responsibilities of County with respect to any third party. CONTRACT CONSTRUCTION A) This Agreement shall not be construed against or in favor ofany Party hereto based upon the fact B) The headings in this Agreement are for convenience or reference only and shall not control or that the Party did or did not author this Agreement. affect the meaning or construction ofthis Agreement. When terms are used in the singular or plural, the meaning shall apply to both. D) When either the male or female gender is used, the meaning shall apply to both. WAIVER OF BREACH A) A waiver by either Party ofa breach or violation ofs any provision of the Agreement shall not be deemed or construed to be a waiver ofa any subsequent breach. SEVERABILITY A) The provisions oft this Agreement are severable, and ifa any provision or part of this Agreement or the application thereof to any person, entity, or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application ofsuch provision or parto ofthis Agreement to other persons, entities, or circumstances shall not be affected thereby. NO BINDING ARBITRTATION; RIGHTTOJURYTRIAL 13 A) The County does not agree to binding arbitration, nor does the County waive its right to a jury trial. TEXAS PUBLIC INFORMATION ACT A) Each! Party expressly acknowledges that the other Party is subject to the Texas Public Information Act, Chapter 552 of the Texas Government Code, and notwithstanding any provisions in this Agreement to the contrary, each Party will make any information related to this Agreement B) It is expressly understood and agreed that the County, its officers and employees may request advice, decisions and opinions oft the Attorney General ofTexas ("Attorney General")inregardt to the application of the Act to any software, or any part thereof, or other information or data furnished to the County, whether or not thes same are available to thej public. Itis further understood that the County, its officers and employees shall have the right to rely on the advice, decisions, and opinions oft the Attomey General, and that the County, its officers, and employees shall have no liability or obligations to City for the disclosure to the public, or to any person or persons, of any software, or aj part thereof, or other information or data furnished to the County in reliance on C) In the event the County receives a written request fori information pursuant to the Act that affects City'srights, title to, orinterest ins anyi information or data ora aj part thereof, furnished to the County by City under this Agreement, then the County will promptly notify City of such request. City may, at its own option and expense, prepare comments and submit information directly to the Attorney General stating why the requested information is exempt from disclosure pursuant to the requirements of the Act. City is solely responsible for submitting the memorandum brief and information to the Attorney General within the time period prescribed by the Act. City is solely responsible for seeking any declaratory or injunctive reliefregarding the disclosure ofinformation D) Electronic Mail Addresses. City affirmatively consents to the disclosure ofi its e-mail addresses that are provided to the County, including any agency or department of the County. This consent isi intended to comply with the requirements of the Act, and shall survive termination of this Agreement. This consent shall apply to e-mail addresses provided by City and agents acting on behalfofCity and shall apply to any e-mail address provided in any form for any reason whether available to third parties in accordance with the Public Information Act. any advice, decision or opinion oft the Attorney General. that it deems confidential or privileged. related to this Agreement or otherwise. RECITALS A) Therecitals set forth int this Agreement are, by this reference, incorporated into and deemed a part ofthis Agreement. SURVIVAL OF TERMS A) Any provision oft this Agreement that, by its plain meaning, is intended to survive the expiration orearlier termination ofthis Agreementi including, but notl limited to the indemnification provision, shall survive such expiration or earlier termination. If an ambiguity exists as to survival, the provision shall be deemed to survive. 14 MULTIPLE COUNTERPARTSARTS/EXECUTION A) This Agreement may be executed in several counterparts. Each counterpart is deemed an original and all counterparts together constitute one and the same instrument. In addition, each Party warrants that the undersigned is a duly authorized representative with the power to execute the Agreement. WARRANTY A) By execution of this Agreement, the City warrants that the duties accorded to the City in this Agreement are within the powers and authority oft the City. INDEPENDENT PARTIES A) Itise expressly understood and agreed by the Parties that nothing contained in this Agreement shall be construed to constitute or create a joint venture, partnership, or other affiliation or like relationship between the Parties, it being specifically agreed that their relationship is and shall remain that ofindependent parties to a contractual relationship as set forth in this Agreement. The County is an independent contractor and neither it, nor its employees or agents shall be considered to be an employee, agent, partner, or representative of the City for any purpose. The City, nor its employees, officers, or agents shall be çonsidered to be employees, agents, partners or representatives of the County for any purposes. Neither Party has the authority to bind the other Party. 15 HARRIS COUNTY V: HARRIS COUNTICOUNTY) BylA Ku Lina Hidalgo Harris County. Judge VINCE RYAN Harris County Attorney CITY OFE PINEYPOINT VILLAGE h Kobelan Mayor BME DALOE lg PEEB B262019 (date) ACKNOWLEDGEDBY: Kounganis Karen Farris City Secretary By: Nukcrik Tmki Neeharika Tumati Assistant County Attorney CA File No: 18GEN1871 NEY POIN ) EdG Sheriff 28 Harris County Sheriff's Office 16 ORDER OF COMMISSIONERS COURT Authorizing Interlocal Agreement with the City of Piney Point Village The Commissioners Court of Harris County, Texas, met in regular session at its regular term at therHarris Çoynty Administration Building in the City of Houston, Texas, on FEB262019 with all members present except none A quorum was present. Among other business, the following was transacted: ORDER AUTHORIZING EXECUTION OF INTERLOCAL AGREEMENT WITH THE CITY OF PINEY POINT VILLAGE FOR CITY PRISONER DETENTION AND HOUSING Commissioner EHs introduced an order and moved that Commissioners Court adopt the order. Commissioner Coale seconded the motion for adoption of the order. The motion, carrying with it the adoption ofthe order, prevailed by the following vote: Yes No Abstain [] [] [J [J [] [] [] [1 [] [] Judge Lina Hidalgo Comm. Rodney Ellis Comm. Adrian Garcia Comm. Steve Radack Comm. R. Jack Cagle LJ J 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: ITISORDERED that: 1. The Harris County Judge is authorized to execute on behalf of Harris County Interlocal Agreement between the City of Piney Point Village for city prisoner detention and housing at no cost to the County. The Interlocal Agreement is incorporated by reference and made aj part of this order for all intents and purposes as thought set out in full word for word. 2. All Harris County officials and employees are authorized to do any and all things necessary or convenient to accomplish the purposes of this order. Presented to Commissioners Court FEB 262019 APPROVE Elc Recorded Vol Page_ MEMORANDUM CITY OF PINEY POINT VILLAGE TO: The Honorable Mayor and Members ofthe City Council FROM: Roger Nelson, City Administrator AH MEETING DATE: October 26, 2020 SUBJECT: Alarm Permits Agenda Item: 6 This agenda item is for the City Council to discuss the current alarm fees and potential changes to the current registration process court From: Sent: To: Subject: Attachments: Maria, Rex, Paul PaulRerevertechcom, Thursday, October 22, 20209 9:28AM court RE: Municipal Online Payments City ofP Piney Point Vilage, TXCT-Easy Paypdf Iwould recommend Easy Pay. Please see attached product sheet and zero dollar quote to get this added. There is a $1.25 per transaction fee associated with the Easy Pay that will be paid by client unless Tyler isi instructed by the client to pass along to the user at time of payment. Which is what most courts typically do. Ifyou approve this please let me know what you would like done with the $1.25 fee. To move forward, simply reply with' "lapprove", your name, and title andlcan process the order. Let me know if you have any questions. Paul Rex, CMCC Account Representative Tyler Technologies, Inc. P:8 800.646.2633 www.lylertech.com tyler technologies Empowering people who servet the public" From: court COurt@pineypt.org Sent: Tuesday, October 13, 20209:37PM To: Rex, Paul VauiRexelvertech.om, Subject: RE: Municipal Online Payments Note exactly. Once a year the court clerk, before me, would send out by mail an alarm registration form to each resident in our small city. We would then receive in return a copy of the form with a check. Post payment and logt thei information, then share with our Police department. Ihad to do the same my first month here. This upcoming yearlwould like to have the service done online. Ithen thought municipal online payments could help me accomplish this. This is whyl lask about Easy Pay. Best Regards, Maria Garcia-Ruiz Court Clerk City of Piney Point Village Direct: 713-782-0275 From: Rex, Paul AUererverech.om Sent: Tuesday, October 13, 202010:08AM To: court court@pineypt.orp Subject: RE: Municipal Online Payments Are you looking for other city department than the court? From: court court@pineypt.orp Sent: Tuesday, October6 6, 20207:27PM To: Rex, Paul au/Rexelerechcom Subject: Municipal Online Payments Good afternoon Paul, Its me again. Does Tyler also manage Municipal Online Payments? If so, Do you know what is the easiest way to collect info and payment once a year for city residents, Easy Pay?? Can you give me info on what your recommend? Best Regards, Maria Garcia-Ruiz Court Clerk City of Piney Point Village Municipal Court 7676 Woodway Drive, Suite 300 Houston, TX 77063 09,20810/03782.075 Fax: (713)715-5916 email: rourt@pineypt.org: courtclerk@pineyptorg Website: wwwabpofpineypoinicon Open offenses.warrants with other court(s) in Texas. Visit www.txfta.com for more information. *** Yo hablo espanol. .*** Hours of Operation/ Horario All Fridays/ Todos los Viernes: 8am 12pm Mon/Lunes- -Thurs/. Jueves: 8am -4pm (Closed for Lunch, / Cerrado para el Almuerzo: 12pm-1pm) The material in this e-mail is intended only for the use of the individual to whom it is addressed and may contain information that is confidential, privileged, and exempt from disclosure under applicable law. Ify you are. not the intended. recipient, be advised that the unauthorized review, use, disclosure, duplication, distribution, or the taking of any action in reliance on this information is strictly prohibited. Ifyou have received this e-mail in error, please notify the sender by return email and destroy all electronic and paper copies of the original message and any attachments immediately. Please note that neither The City of Piney Point Village nor the sender accepts any responsibility for viruses and iti is your responsibility to scan attachments (ifa any). Thank you. This email has been scanned for spam and viruses by Proofpoint Essentials. Click here to report this email as spam. This email has been scanned for spam and viruses by Proofpoint Essentials. Click here to report this email as spam. 2 QuotedE By: Quotel Expiration: 4/20/2021 Quotel Name: Quotel Number: Quote Description: Easy Pay Paul Rex Cityo ofF Piney Point Village, TX CT-Easy Pay 2020-118226 tyler technologies Sales Quotation For MariaF Ruiz Cityo ofF Piney Point Village 7676 Woodway! Dr Ste 300 Houston, TX7 77063-1523 Phone: +1 (713)7 782-0271 Tyler Software and Related Services- Annual Customer Relationship Management Suite EasyPay Online Payment Component Summary Totall Tyler Services Summary" Total Contract Total Onel Time Fees Impl. Hours 0 0 $0 $0 $0 Description Impl. Cost $0 $0 $0 Net AnnualF Feel $0 $0 $0 Sub-T Total: TOTAL: One Time Fees Recurring Fees $0 $0 $0 $0 Totall Third Party Hardware, Software ands Services Unless otherwise indicated int the contract or amendment thereto, pricing for optionali items willl bel held fors six( (6)r months from the Quote date ort the Effective Date oft thec contract, whicheveri is later. Client Approval: Print Name: Date: PO.#: 2020-118226- Easy Pay CONFIDENTIAL 1of2 Comments Client agrees thati itemsi int this sales quotation are, upon Client's signature or approval ofs same, hereby added tot the existing agreement ("Agreement")! between the parties ands subject toi its terms. Additionally, payment for saidi items, as applicable but subject License fees for Tylera andt thirdp party software arei invoiced upon the earlier of(i) deliver oft the license key or (ii) when Tyler Annual Maintenance and Support fees, Saas fees, Hosting fees, and Subscription fees are first payable when Tyler makest the software available for download by the Client (for Maintenance) or on the first day of the month following the date this quotation was signed (for Saas, Hosting, and Subscription), and any such fees are prorated to align with the applicable term under the Fixed-fee! Business Process Consulting services shall bei invoiced 50% upon delivery ofthe Best Practice Recommendations, Fixed-fee conversions arei invoiced 50%1 uponi initial delivery oft the converted data, by conversion option, and 50% upon Client acceptance tol load the converted datai into Live/Production environment, by conversion option. Where conversions are quoted as estimated, Tyler willi invoice Client the actual services delivered on at time and materials' basis. Except as otherwise provided, other fixedp price services arei invoiced upon complete delivery of the service. For the avoidance ofd doubt, where' "Project Planning Services" are provided, payment shall bei invoiced upon delivery oft the Implementation Planning document. Dedicated! Project Management: services, ifany, will bei invoiced monthly in arrears, beginning on the first IfClient has purchased any change management services, those: services will bei invoiced ina accordance with the Notwithstanding anything tot the contrary stated above, the following payment terms shall apply tos services fees specifically for migrations: Tyler will invoice Client 50% of any Migration Fees listed above upon Client approval oft thej product suite migration schedule. The remaining 50%, by line item, will bel billed upon the go-live oft the applicable product suite. Tyler will invoice Client for any Project Management Fees listed above upon the go-live ofthe first product suite. Expenses associated with onsite services arei invoiced asi incurred. Travel Expenses willl be billeda asi incurred according to Tyler's standard business travel policy. EasyPay Online Payment Component allows clients tos setup payment forms for misc. payments with a fixed, calculated or open payment amount. Thej payments ares sent from the websitet tot the cash collection/Cashiering: application and then posted tot the GL application. NOTE: Therei isa$1.25 per transaction fee associated with the EasyPay that willl be paid by client unless Tyleris toany! listed assumptions herein, shall conform to the following terms: makes suchs software available for download byt the Client; Fees for hardware arei invoiced upon delivery; Fees for year one ofhardware maintenance are invoiced upon delivery oft the hardware; Agreement, withr renewalsi invoiced annually thereafter in accord with the. Agreement. Fees for services includedi int this sales quotation shall bei invoiced asi indicated below. Implementation: and other professional services fees shall bei invoiced as delivered. by module, and 50%1 upon delivery ofc custom desktop procedures, by module. day oft the month immediately following initiation ofp project planning. Agreement. instructed byt the client to pass alongt tot the user att time ofp payment. 2020-118226- EasyF Pay CONFIDENTIAL 2of2 MEMORANDUM CITY OF PINEY POINT VILLAGE TO: The Members of the City Çouncil FROM: City Administrator Re MEETING DATE: October 26, 2020 SUBJECT: Discuss and Take Possible Action on Kinkaid School Agenda Item: 7 This agenda item calls for the Council to consider a request from the Kinkaid School regarding temporary class room space during the School's renovations. FAID PER 4 1906 School Reopening & Temporary Classroom Solution October 26, 2020 Introduction We appreciate City Council giving us an audience on such short notice The Kinkaid School, as well as the School's Building Committee, have put in place new leadership, both of whom are committed to working in partnership with the COPPV and to enhancing the relationship between the City and the School Our first step in this process has been to engage with COPPV staff, early and more regularly, on issues and new projects as they arise such that COPPV can have good visibility into our plans and SO that we can benefit from the City's early feedback. This process started late this summer and thus far we feel it has been mutually beneficial Our next step, which we initiated last week, is a plan to meet individually with all City Council members to introduce the new leadership and discuss how best to enhance the relationship. We will continue with these meetings through the balance of the year and we will also begin to arrange meetings with members of the Planning & Zoning Board Over the coming months we will be engaging with COPPV in detail on a variety of smaller projects as well as one major strategic project which is the construction of a new Upper School However, today we are here to discuss a more pressing matter, which is a plan to bring all our students back to school, in person, full time, and by the new year through the addition ofai fleet of temporary classrooms These slides will outline our high-level plan for completing this reopening. Following this meeting we intend to engage in detail with COPPV P&Z to advance this project 2 Campus Reopening Background - Mitigation Efforts Strict masking and 6 ft physical distancing requirements as well as hygiene etiquette continue to be enforced Greatly enhanced sanitation efforts employed repeatedly throughout the school day Installed bipolar ionization air purification system over the summer Maximizes fresh air circulation Reduce the flow of airborne pathogens Repurposing and modification of spaces to enhance the utilization of all areas of campus When feasible, outdoor learning spaces and tents are being used Foodservice has been modified to mitigate the risk of virus transmission Strict management of people as they enter and exit spaces Campus access for other than students, faculty or staff is restricted Beginning and end of the day are staggered to de-densify drop-off and pick-up Health screening and symptom monitoring procedures in place for those who are coming onto campus Strict protocols guide our response to individuals exposed to COVID-19 Designated isolation spaces in the event of exposure or symptoms of COVID-19 on campus Contact tracing and notification of Department of Health Calendar modifications ISAS Fine Arts Festival (April 2021) cancelled US Interim Term (January 2021) cancelled 3 Campus Reopening Background - Phased Approach (1/2) Task Force comprised of members of the admin team, board and medical advisors, including an epidemiologist TFa aligned planning with guidance from CDC, AAP, TEA, City of Houston and Harris County Public Health Departments and state of TX Metrics-based approach monitoring TMC data: cases per day, percentage positive tests per day, hospitalizations per day and ICU capacity School opened with Distance Learning for all divisions on 8/19 All students continue to have the option to choose Distance Learning Phased-in approach to bringing students back in low density model Pre-K and US outdoor athletic conditioning began on 8/31 Kindergarten through 4th began on campus learning on 9/14 * 5thand 6th began on 9/16 Hybrid model (2-days per week on campus) for 7th through 12th 7th and gth began Hybrid on 9/21 9th and 10th began Hybrid on 9/14; returned to DL week of 9/21 11th and 12th began Hybrid on 9/21 All PK-6th on campus and all 7th-12th in hybrid beginning week of 9/29 Campus Reopening Background - Phased Approach (2/2) Full return to campus for 7th through 12th beginning week of 10/19 7th-gth will be on campus 5 days a week 9th-12th will be on campus 4 days a week; Wednesdays at home Maximizing classroom space with 6 ft of physical distancing Once maximum capacity is reached, students log in virtually from another on-campus location which results in the following issues: 100% of 7th and gth graders still distance / virtual learning 15%-20% of their day 100% of all Upper School students still distance /virtual learning 10%-15% of their day * Among a host of other issues, this creates two notable challenges to the learning and teaching environments: Students doing distance learning from a satellite, on-campus location are not benefiting from the same, complet and robust learning experience as the students who are in the classroom with their teacher Teachers having to engage both in-person and virtual students simultaneously is very taxing and not sustainable We have outlined on the following slides our plan to add temporary classrooms which would eliminate the issues above by allowing us to bring all students back on campus and in classrooms full time. We have developed several options that could serve as a solution, with a recommendation on the next slide (based on informal feedback from COPPV1 this week) and potential alternatives in the appendix. 5 Option#1: Recommended Site Layout / Plan 100 SETBACK FOR SURFACE MPROMEMDIS GG MP) 267 SETBACK ROV E CLOSEST HOUSE KINEND 71101 THE GG 200 SETBACK FOR SRUCTURED DENTS BULDNGS MSTBEONTE SUE SHADED ZONE 00G (O) MP) Sample Elevations 7 Appendix: Alternative Site Options #2 and #3 Option #2: Site Layout / Plan 0 e Q0 So Poes C&e C 8 2- 9e G - PG LEGEND G GG KINKAID1 TEMP BUILDINGS NTERIM REVIEW ONLY 0 & 02 ZONE CMIL SITELAYOUTPLAN C2.0 s' 9 Option #3: Site Layout / Plan - Gw G li dae LEGEND KINKAID1 CMLSTELATOUTPLN C2.0 10 MEMORANDUM CITY OF PINEY POINT VILLAGE TO: The Members oft the City Council FROM: Mayor Kobelan MEETING DATE: October 26, 2020 SUBJECT: Mayor's Monthly Report Agenda Item: 8 MEMORANDUM CITY OF PINEY POINT VILLAGE TO: Thel Honorable Mayor and Members oft the City Council FROM: Roger Nelson, City Administrator A MEETING DATE: October 26, 2020 SUBJECT: City Administrator's Report Agenda Item: 9 September 2020 Financials 10-19-2020 11:50 AM 10 -GENERAL FUND ACCT NO# ACCOUNT NAME ASSETS 10-1100 Claim on Cash 10-1101 Cash- GF Texpool 10-1105 Cash with Amegy 10-1108 Cash with Agent 10-1120 Cash-Texas Class 10-1200 Accounts Receivable 10-1201 Sales Tax Receivable 10-1202 FEMA Reimbursement Receivable 10-1203 Property Tax receivable-PY 10-1204 Property Tax Receivable-cy 10-1205 Other Receivables 10-1209 A/R Willet 10-1301 Accrued Interest 10-1400 Prepaid Expenses 10-1507 Due from Debt Service Fund 10-1508 Due from Capital Projects Fund 10-1509 Due from Non-Major Fund 10-1510 Due from Metro Fund 10-1550 Due from Other Governments 10-1802 Street and Drainage System TOTAL ASSETS CITY OF PINEY POINT VILLAGE YEAR TO DATE BALANCE SHEET (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 BEGINNING BALANCE PAGE: 1 M-T-D ACTIVITY Y-T-D ACTIVITY CURRENT BALANCE 2,697,527.43 ( 829,777.42) ( 645,299.06) 2,052,228.37 1,797,554.53 0.00 1,005/648.00 3,725,625.39 0.00 21,374.37 0.00 162,995.18 3,205/830.36 26,827.96 2,813.36 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 3,567.53 ( 1,573,098.01) 224,456.52 671.67 ( 459,704.93) 3,265,920.46 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1,005,648.00 0.00 0.00 0.00 21,374.37 0.00 0.00 0.00 162,995.18 0.00 3,205,830.36 0.00 26,827.96 0.00 2,813.36 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 12,646,196.58 ( 825,538.22) ( 2,678,102.00) 9,968,094.58 LIABILITIES 10-2001 Accounts Payable 10-2002 Other Accrued Liabilities 10-2005 Misc Payables 10-2051 Payroll Tax Payable 10-2052 Employee Insurance Payable 10-2062 TMRS Payable 10-2101 Property Tax Overpayments 10-2102 MC-Child Safety Fees Due 10-2103 MC-Bonds Due 10-2104 Due To - MC Technology 10-2105 Due To-MC Security 10-2106 Due To-State Comptroller 10-2107 Due To OMNI Base 10-2108 RESTITUTION 10-2110 Bond Payable - FAST 10-2111 Other Accrued Liabilities 10-2130 Deferred Revenue-Property Tax 10-2131 Other Deferred Revenue 10-2302 Due to State-cJ Fee 10-2303 Due To-Debt Service Fund 10-2402 Permit Deposits 10-2403 Drainage Deposit Payable 10-2404 Gas Meter Deposit 10-2405 P&z Deposit 412,242.41 ( 495,982.43) ( 407,448.45) 4,793.96 0.00 0.00 0.00 0.00 28.50) 0.00 0.36 0.00 12,050.99 3,874.62 270.00) 7,273.05 0.00 0.00 329.71 0.00 0.00 0.00 151,485.00 0.00 0.00 0.00 0.00 3,847.90) ( 0.00 28.50) 0.00 0.36 0.00 0.00 3,441.81 270.00) 4,386.05 0.00 162,995.18 0.00 315.34 0.00 0.00 0.00 155,485.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2,975.57 84.00 0.00 0.00 0.00 0.00 0.81 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 C 0.00 0.00 0.00 12,050.99 432.81 0.00 C 2,887.00 0.00 0.00 14.37 0.00 0.00 0.00 4,000.00) 0.00 248.20) ( 6,763.98) ( 10,611.88) 15.28 1 1,433.33) ( 5,468.29) ( 5,453.01) ( 0.00 1,736,104.87) C 1,573,109.69) 10-19-2020 11:50 AM 10 -GENERAL FUND ACCT NO# ACCOUNT NAME 10-2500 Accrued Wages 10-2501 Gordon Estate Bond 10-2601 Construction Retainage Payable 10-2701 Deferred Taxes 10-2702 Deferred Revenue-Alarm Fees 10-2703 Deferred Franchise Taxes 10-2704 Unearned Revenue-cY Prop Taxes 10-2801 General LT Debt-N/P 10-2802 GO Bonds Payable TOTAL LIABILITIES FUND EQUITY 10-3000 Fund Balance 10-3003 Fund Balance 10-3900 Earnings CITY OF PINEY POINT VILLAGE YEAR TO DATE BALANCE SHEET (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 BEGINNING BALANÇE 14,499.15 0.00 0.00 0.00 22,500.00 0.00 5,598,421.05 0.00 0.00 6,370,155.23 726,631.20 5,549,410.15 0.00 6,276,041.35 0.00 0.00 0.00 PAGE: 2 M-T-D ACTIVITY 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 330,934.64) Y-T-D CURRENT ACTIVITY BALANCE 0.00 14,499.15 0.00 0.00 0.00 0.00 0.00 0.00 0.00 22,500.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 726,631.20 0.00 5,549,410.15 0.00 0.00 0.00 6,276,041.35 0.00 1,378,420.63) 4,220,000.42 494,603.58) 3,522,821.05) 2,847,334.18 TOTAL BEGINNING EQUITY TOTAL REVENUES TOTAL EXPENSES 67,500.51 7,864,196.11 7,864,196.11 398,435.15 7,019,477.06 7,019,477.06 INCREASE/DECHEASE) IN FUND BAL. 844,719.05 844,719.05 TOTAL LIABILITIES, EQUITY & FUND BAL. 12,646,196.58 ( 825,538.22) ( 2,678,102.00) 9,968,094.58 10-19-2020 11:52 AM 10 -GENERAL FUND FINANCIAL SUMMARY CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 1 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF PERIOD ACTUAL REVENUE SUMMARY TAXES PERMITS & INSPECTIONS COURT INVESTMENT INCOME AGENCIES & ALARMS REVENUE DONATIONS & IN LIEU TOTAL REVENUES EXPENDITURE SUMMARY PUBLIC SERVICE COMMUNITY POLICE MISCELLANEOUS SANITATION COLLECTION LIBRARY STREET LIGHTING FIRE TOTAL PUBLIC SERVICE ÇONTRACT SERVICES CONTRACT SERVICES TOTAL CONTRACT SERVICES BUILDING CONTRACT SERVICES BUILDING SERVICES ADMIN EXPENSE OFFICE EXPENSE WAGES & BENEFITS INSURANCE TOTAL BUILDING GENERAL GOVERNMENT CONTRACT SERVICES ADMIN EXPENSE OFFICE EXPENSE WAGES & BENEFITS INSURANCE TOTAL GENERAL GOVERNMENT 5,839,546.00 368,000.00 150,000.00 150,000.00 30,000.00 397,000.00 170,500.00 7,105,046.00 22,742..72 7,128,056.33 122.07 ( 1,288,510.33) 15,119.40 274,281.58 74.53 93,718.42 96,280.11 1,401.56 6,183.07 702.72 50.00 0.00 53,719.89 35.81 33,401.24 22.27 116,598.76 28,598.44 95.33 68,671.93 40.28 101,828.07 22,702.60 277,466.70 69.89 119,533.30 67,500.51 7,864,196.11 110.68 ( 759,150.11) 10,000.00 0.00 570,000.00 1,500.00 12,000.00 0.00 0.00 0.00 855.54 3,900.00 39.00 1,800.00 0.00 ( 1,800.00) 0.00 390,228.52 68.46 179,771.48 0.00 0.00 7,981.35 66.51 6,100.00 1,500.00 4,018.65 1,949,987.00 162,498.00 1,540,400.00 79.00 409,587.00 1,520/349.00 140,445.73 1,334,234.43 87.76 186,114.57 4,063,836.00 303,799.27 3,278,544.30 80.68 785,291.70 438,000.00 438,000.00 0.00 125,500.00 1,800.00 0.00 0.00 0.00 127,300.00 0.00 38,900.00 155,000.00 601,474.00 87,508.00 882,882.00 13,529.50 279,345.49 63.78 158,654.51 13,529.50 279,345.49 63,78 158,654.51 0.00 0.00 17.96 0.00 0.00 2,137.57 722.07 0.00 0.00 0.00 845.51 46.97 739.09 0.00 ( 0.00 0.00 4,231.37 0.00 ( 4,231.37) 12,119.82 0.00 ( 12,119.82) 19,116.10 49.14 16,338.21 18.67 0.00 954.49 739.09) 0.00 44,667.60) 19,783.90 36,561.58 71,169.79 0.00 166,151.63 132.39 ( 40,651.63) 17.96 171,967.60 135.09 10,887.66 118,438.42 76.41 66,292.94 453,411.79 75.38 148,062.21 80,040.24 619,424.34 70.16 263,457.66 10-19-2020 11:52 AM 10 -GENERAL FUND FINANCIAL SUMMARY CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 2 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF PERIOD ACTUAL MUNICIPAL COURT CONTRACT SERVICES ADMIN EXPENSE OFFICE EXPENSE WAGES & BENEFITS INSURANCE COURT OPERATIONS TOTAL MONICIPAL COURT PUBLIC WORKS MAINTENANCE CONTRACT SERVICES ADMIN EXPENSE OFFICE EXPENSE WAGES & BENEFITS INSURANCE PUBLIC WORKS OPERATIONS TOTAL PUBLIC WORKS MAINTENANCE GOF CAPITAL OUTLAYS OTHER EXPENSES TOTAL GOF CAPITAL OUTLAYS TOTAL EXPENDITURES 0.00 0.00 0.00 0.00 0.00 28,550.00 28,550.00 0.00 0.00 0.00 0.00 0.00 352,500.00 352,500.00 3,213,722.00 3,213,722.00 0.00 0.00 238.97 112.90 0.00 0.00 409.11 760.98 0.00 218.23 0.00 0.00 0.00 107.17 0.00 ( 998.78 0.00 537.09 0.00 ( 0.00 0.00 8,146.83 0.00 ( 8,146.83) 13,598.82 47.63 23,388.69 81.92 0.00 0.00 9,776.33 0.00 ( 9,776.33) 528.79 0.00 ( 0.00 0.00 6,984.67 0.00 ( 6,984.67) 68.97 185,818.43 52.71 166,681.57 287.20 203,108.22 57.62 149,391.78 0.00 2,443,698.42 76.04 770,023.58 0.00 2,443,698.42 76.04 770,023.58 107.17) 998.78) 537.09) 0.00 14,951.18 5,161.31 0.00 528.79) 0.00 0.00 0.00 0.00 0.00 2,846,463.05) REVENUES OVER/(UNDER) EXPENDITURES 2,001,744.00) 330,934.64) 844,719.05 10-19-2020 11:52 AM 10 -GENERAL FUND REVENUES TAXES 10-4101 Property Tax Revenue 10-4150 Sales Tax TOTAL TAXES PERMITS & INSPECTIONS 10-4203 Plat Reviews 10-4204 Code Enforcement Citations 10-4205 Contractor Registration 10-4206 Drainage Reviews 10-4207 Permits 10-4208 Board of Adjustment Fees TOTAL PERMITS & INSPECTIONS COURT 10-4300 Court Fines TOTAL COURT INVESTMENT INCOME 10-4400 Interest Income TOTAL INVESTMENT INCOME AGENCIES & ALARMS 10-4501 Agencies 10-4507 Sec-False Alarm 10-4508 SEC-Registration 10-4520 FEMA - State Reimbursement TOTAL AGENCIES & ALARMS FRANCHISE REVENUE 10-4602 Cable 10-4605 Power/Electric 10-4606 Franchise Fees-Gas 10-4607 Telephone 10-4608 Wireless Communication TOTAL FRANCHISE REVENUE DONATIONS & IN LIEU 10-4702 Kinkaid School 10-4703 Metro Congested Mitigation 10-4704 Intergovernmental Revenues 10-4705 Ambulance 10-4706 Donation to Historical Preserv 10-4800 Miscellaneous Income 10-4850 Transfer In 10-4900 Prior Period Adjustments 10-4907 Unearned Revenue TOTAL DONATIONS & IN LIEU CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 3 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF PERIOD ACTUAL 5,639,546.00 200,000.00 5,839,546.00 3,500.00 1,000.00 12,000.00 50,000.00 300,000.00 1,500.00 368,000.00 150,000.00 150,000.00 150,000.00 150,000.00 0.00 0.00 30,000.00 0.00 30,000.00 75,000.00 272,000.00 15,000.00 35,000.00 0.00 397,000.00 34,000.00 136,000.00 0.00 0.00 0.00 500.00 0.00 0.00 0.00 170,500.00 3,540.65 6,927,847.10 122.84 ( 1,288,301.10) 19,202.07 200,209.23 100.10 22,742.72 7,128,056.33 122,07 1 1,288,510.33) 209.23) 0.00 0.00 660.00 2,050.00 250.00 6,183.07 6,183.07 702.72 702.72 0.00 0.00 50.00 0.00 50.00 0.00 0.00 0.00 3.75 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5,750.00 164.29 ( 2,250.00) 0.00 0.00 7,740.00 64.50 32,850.00 65.70 1,250.00 83.33 53,719.89 35.81 53,719.89 35.81 1,000.00 4,260.00 17,150.00 73,308.42 250.00 93,718.42 96,280.11 96,280.11 12,159.40 226,691.58 75.56 15,119.40 274,281.58 74..53 33,401.24 22.27 116,598.76 33,401.24 22.27 116,598.76 398.44 0.00 ( 0.00 0.00 28,200.00 94.00 0.00 0.00 28,598.44 95.33 57,838.03 77.12 0.00 0.00 12,564.66 35.90 377.55 0.00 0.00 0.00 0.00 0.00 136,000.00 0.00 0.00 0.00 0.00 0.00 0.00 68,671.93 3,734.39 ( 68,171.93) 0.00 0.00 0.00 0.00 0.00 0.00 68,671.93 40.28 101,828.07 398.44) 0.00 1,800.00 0.00 1,401.56 17,161.97 65,313.54 15,000.00 22,435.34 377.55) 34,000.00 0.00 0.00 0.00 0.00 0.00 0.00 22,698.85 206,686.46 75.99 22,702.60 277,466.70 69.89 119,533.30 10-19-2020 11:52 AM 10 -GENERAL FUND REVENUES CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 4 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET 7,105,046.00 CURRENT YEAR TO DATE OF PERIOD ACTUAL TOTAL REVENUES 67,500.51 7,864,196.11 110.68 ( 759,150.11) 10-19-2020 11:52 AM 10 -GENERAL FUND CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 5 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF DEPARTMENTAL EXPENDITURES PUBLIC SERVICE COMMUNITY 10-510-5001 Community Celebrations TOTAL COMMUNITY POLICE 10-510-5010 MEMORIAL VILLAGE POLICE DEPT 10-510-5011 MVPD - AUTO REPLACEMENT TOTAL POLICE MISCELLANEOUS 10-510-5020 Miscellaneous TOTAL MISCELLANEOUS SANITATION COLLECTION 10-510-5030 SANITATION COLLECTION 10-510-5031 SANITATION FUEL CHARGE TOTAL SANITATION COLLECTION LIBRARY 10-510-5040 Spring Branch Library TOTAL LIBRARY STREET LIGHTING 10-510-5050 Street Lighting TOTAL STREET LIGHTING FIRE TOTAL FIRE TOTAL PUBLIC SERVICE CONTRACT SERVICES CONTRACT SERVICES 10-520-5102 ACCOunting/AuGAE 10-520-5103 Engineering 10-520-5104 Legal 10-520-5105 Tax Appraisal-HCAD 10-520-5107 Animal Control 10-520-5108 IT Hardware/Software & Support 10-520-5110 Mosquito Control TOTAL CONTRACT SERVICES PERIOD ACTUAL 10,000.00 10,000.00 0.00 0.00 3,833.00 0.00 0.00 0.00 0.00 0.00 855.54 855.54 0.00 3,900.00 39.00 3,900.00 39.00 38,334.00 0.00 1,800.00 0.00 1,800.00 0.00 0.00 382,588.60 67.12 187,411.40 7,639.92 0.00 0.00 390,228.52 68.46 179,771.48 0.00 0.00 0.00 0.00 7,981.35 66.51 7,981.35 66.51 0.00 0.00 6,100.00 6,100.00 38,334.00) 1,800.00) 1,800.00) 7,639.92) 1,500.00 1,500.00 4,018.65 4,018.65 1,949,987.00 158,665.00 1,502,066.00 77.03 447,921.00 1,949,987.00 162,498.00 1,540,400.00 79.00 409,587.00 0.00 0.00 0.00 570,000.00 0.00 570,000.00 1,500.00 1,500.00 12,000.00 12,000.00 10-510-5060 Villages Fire Department 10-510-5070 Contribution to Fire Dept 1,520,349.00 140,445.73 1,334,234.43 87.76 186,114.57 1,520,349.00 140,445.73 1,334,234.43 87.76 186,114.57 4,063,836.00 303,799.27 3,278,544.30 80.68 785,291.70 0.00 0.00 32,000.00 150,000.00 90,000.00 60,000.00 44,000.00 40,000.00 22,000.00 438,000.00 0.00 0.00 13,340.00 15.14 174.36 0.00 20,037.00 62.62 0.00 132,927.08 88.62 31,798.47 35.33 46,119.00 76.87 1,754.67 3.99 33,024.27 82.56 13,685.00 62.20 11,963.00 17,072.92 58,201.53 13,881.00 42,245.33 6,975.73 8,315.00 13,529.50 279,345.49 63.78 158,654.51 10-19-2020 11:52 AM 10 -GENERAL FUND CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 6 75.008 OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET 438,000.00 CURRENT YEAR TO DATE OF DEPARTMENTAL EXPENDITURES TOTAL CONTRACT SERVICES BUILDING CONTRAÇT SERVICES 10-530-5108 Information Technology TOTAL CONTRAÇT SERVICES BUILDING SERVICES 10-530-5152 Drainage Reviews 10-530-5153 Electrical Inspections 10-530-5154 Plat Reviews 10-530-5155 Plan Reviews 10-530-5156 Plumbing Inspections 10-530-5157 Structural Inspections 10-530-5158 Urban Forester 10-530-5160 Mechanical Inspections TOTAL BUILDING SERVICES ADMIN EXPENSE 10-530-5204 Dues & Subscriptions 10-530-5206 Legal Notices 10-530-5207 Misc Supplies 10-530-5209 Office Equipment & Maintenance TOTAL ADMIN EXPENSE DFFICE EXPENSE 10-530-5210 Postage 10-530-5211 Meeting Supplies 10-530-5213 Office Supplies 10-530-5214 Telecommunications 10-530-5215 Travel & Training TOTAL OFFICE EXPENSE JAGES & BENEFITS 10-530-5301 Gross Wages 10-530-5311 Payroll Processing 10-530-5313 Fringe Benefits TOTAL WAGES & BENEFITS NSURANCE 10-530-5353 Employee Insurance TOTAL INSURANCE TOTAL BUILDING PERIOD ACTUAL 13,529.50 279,345.49 63.78 158,654.51 0.00 0.00 45,000.00 12,000.00 500.00 25,000.00 18,000.00 20,000.00 0.00 5,000.00 125,500.00 0.00 0.00 1,800.00 0.00 1,800.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 127,300.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 17.96 0.00 0.00 17.96 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 64,716.63 143.81 ( 19,716,63) 9,090.00 75.75 0.00 0.00 32,275.00 129.10 ( 7,275.00) 8,460.00 47.00 19,260.00 96.30 27,040.00 0.00 ( 27,040.00) 5,310.00 106.20 0.00 166,151.63 132.39 0.00 0.00 2,910.00 500.00 9,540.00 740.00 310.00) 40,651.63) 0.00 0.00 1,409.47 454.98) 954.49 0.00 0.00 739.09) 0.00 0.00 739.09) 0.00 0.00 0.00 0.00 4,231.37) 4,231.37) 0.00 0.00 0.00 0.00 390.53 21.70 454.98 0.00 845.51 46.97 0.00 0.00 0.00 0.00 739.09 0.00 ( 0.00 0.00 0.00 0.00 739.09 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4,231.37 0.00 4,231.37 0.00 17.96 171,967.60 135.09 ( 44,667.60) 10-19-2020 11:52 AM 10 -GENERAL FUND CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 7 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF DEPARTMENTAL EXPENDITURES SENERAL GOVERNMENT CONTRACT SERVICES 10-540-5108 Information Technology TOTAL CONTRACT SERVICES ADMIN EXPENSE 10-540-5201 Administrative 10-540-5202 Auto Allwance/leage 10-540-5203 Bank Fees 10-540-5204 Dues & Subscriptions 10-540-5205 Elections 10-540-5206 Legal Notices 10-540-5207 Miscellaneous 10-540-5208 Citizen Communication 10-540-5209 Office Equipment & Maintenance TOTAL ADMIN EXPENSE DFFICE EXPENSE 10-540-5210 Postage 10-540-5211 Meeting Supplies 10-540-5212 Rent/Leasenold/Furniture 10-540-5213 Office Supplies 10-540-5214 Telecommunications 10-540-5215 Travel & Training 10-540-5216 Statutory Legal Notices TOTAL OFFICE EXPENSE VAGES & BENEFITS 10-540-5301 Gross Wages 10-540-5302 Overtime/Severance 10-540-5303 Temporary/Part-time Personnel 10-540-5304 Salary Adjustment(Bonus) 10-540-5306 Payroll Tax Expense 10-540-5310 TMRS (retirement) 10-540-5311 Payroll Processing 10-540-5312 TWC-Unemployment 10-540-5313 Fringe Benefits TOTAL WAGES & BENEFITS ENSURANCE 10-540-5353 Employee Insurance 10-540-5354 General Liability 10-540-5355 Bonds for City Staff 10-540-5356 Workman's Compensation 10-540-5357 Drainage Study TOTAL INSURANCE TOTAL GENERAL GOVERNMENT PERIOD ACTUAL 0.00 0.00 0.00 13,000.00 1,900.00 4,000.00 5,000.00 3,000.00 0.00 2,000.00 10,000.00 38,900.00 2,000.00 5,000.00 125,000.00 10,000.00 13,000.00 0.00 0.00 155,000.00 515,000.00 0.00 5,000.00 3,000.00 30,000.00 45,000.00 1,474.00 2,000.00 0.00 601,474.00 83,508.00 2,000.00 0.00 2,000.00 0.00 87,508.00 882,882.00 2,137.57 2,137.57 0.00 0.00 287.03 0.00 0.00 0.00 0.00 0.00 435.04 722.07 16.60 165.29 10,368.38 0.00 337.39 0.00 0.00 12,119.82 0.00 12,119.82 0.00 0.00 0.00 4,250.00 32.69 2,125.74 111.88 ( 2,055.00 51.38 0.00 0.00 1,417.63 47.25 1,952.17 0.00 ( 1,952.17) 1,853.87 92.69 5,461.69 54.62 19,116.10 49.14 954.05 47.70 5,581.31 111.63 ( 95,281.12 76.22 3,318.53 33.19 11,453.07 88.10 400.00 0.00 ( 1,450.34 0.00 12,119.82) 12,119.82) 0.00 8,750.00 225.74) 1,945.00 5,000.00 1,582.37 146.13 4,538.31 19,783.90 1,045.95 581.31) 29,718.88 6,681.47 1,546.93 400.00) 1,450.34) 36,561.58 10,887.66 118,438.42 76.41 62,324.47 386,573.17 75.06 128,426.83 0.00 0.00 0.00 0.00 3,680.65 287.82 0.00 0.00 0.00 0.00 0.00 0.00 ( 0.00 0.00 80,040.24 6,491.02 0.00 ( 6,491.02) 8,923.27 178.47 ( 3,923.27) 0.00 0.00 15,935.63 53.12 33,419.90 74.27 2,068.80 140.35 ( 0.00 0.00 0.00 0.00 16,904.21 20.24 0.00 0.00 0.00 0.00 566.00) 28.30- 0.00 0.00 16,338.21 18.67 3,000.00 14,064.37 11,580.10 594.80) 2,000.00 0.00 66,603.79 2,000.00 0.00 2,566.00 0.00 71,169.79 66,292.94 453,411.79 75.38 148,062.21 619,424..34 70.16 263,457.66 10-19-2020 11:52 AM 10 -GENERAL FUND CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 8 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF DEPARTMENTAL EXPENDITURES MUNICIPAL COURT CONTRACT SERVICES 10-550-5108 Information Technology TOTAL CONTRACT SERVICES ADMIN EXPENSE 10-550-5204 Dues & Subscriptions 10-550-5207 Misc Supplies 10-550-5209 Office Equipment & Maintenance TOTAL ADMIN EXPENSE DFFICE EXPENSE 10-550-5210 Postage 10-550-5211 Meeting Supplies 10-550-5213 Office Supplies 10-550-5214 Telecommunications 10-550-5215 Travel & Training TOTAL OFFICE EXPENSE NAGES & BENEFITS 10-550-5301 Gross Wages 10-550-5311 Payroll Processing 10-550-5313 Fringe Benefits TOTAL WAGES & BENEFITS [NSURANCE 10-550-5353 Employee Insurance TOTAL INSURANCE COURT OPERATIONS 10-550-5402 MC Facilities 10-550-5403 Credit Card Charges 10-550-5404 Judge/Prosecutor/Interpretor 10-550-5405 Jury Pay 10-550-5406 State Cptolti/nar 10-550-5407 SETCIC 10-550-5408 supplies/asclaneous 10-550-5409 Collection Agency 10-550-5410 OmniBase Services of Texas 10-550-5412 10-550-5413 Building Security Fund 10-550-5414 Truancy Prevention 10-550-5415 Local Municipal Tech Fund 10-550-5416 Local Municipal Jury Fund 10-550-5417 Time Payment Reimbursement Fee TOTAL COURT OPERATIONS TOTAL MUNICIPAL COURT PERIOD ACTUAL 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5,000.00 22,000.00 0.00 0.00 200.00 750.00 0.00 600.00 0.00 0.00 ( 0.00 ( 0.00 ( 0.00 ( 0.00 28,550.00 28,550.00 0.00 0.00 0.00 238.97 0.00 238.97 0.00 0.00 112.90 0.00 0.00 112.90 0.00 0.00 0.00 0.00 0.00 0.00 0.00 660.31 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 87.92) 89.72)( 71.77) 1.79) 0.00 409.11 760.98 107.17 0.00 107.17 0.00 75.00 0.00 ( 923.78 0.00 ( 0.00 0.00 998.78 0.00 0.00 0.00 0.00 0.00 482.09 0.00 ( 0.00 0.00 55.00 0.00 ( 537.09 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 8,146.83 0.00 8,146.83 0.00 0.00 0.00 3,971.51 79.43 11,375.00 51.70 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 132.00 22.00 0.00 0.00 657.89) 0.00 671.33) 0.00 537.05) 0.00 13.42) 0.00 0.00 0.00 13,598.82 47.63 23,388.69 81.92 107.17) 107.17) 75.00) 923.78) 0.00 998.78) 0.00 0.00 482.09) 0.00 55.00) 537.09) 0.00 0.00 0.00 0.00 8,146.83) 8,146.83) 0.00 1,028.49 10,625.00 0.00 0.00 200.00 750.00 0.00 468.00 0.00 657.89 671.33 537.05 13.42 0.00 14,951.18 5,161.31 10-19-2020 11:52 AM 10 -GENERAL FUND CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 9 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE 8OF DEPARIMENTAL EXPENDITURES PUBLIC WORKS MAINTENANCE CONTRACT SERVICES 10-560-5108 Information Technology TOTAL ADMIN EXPENSE 10-560-5207 Misc Supplies 10-560-5209 Office Equipment & Maintenance TOTAL ADMIN EXPENSE DFFICE EXPENSE 10-560-5213 Office Supplies 10-560-5214 Telecommunications 10-560-5215 Travel & Training TOTAL OFFICE EXPENSE VAGES & BENEFITS 10-560-5301 Gross Wages 10-560-5311 Payroll Processing 10-560-5313 Fringe Benefits TOTAL WAGES & BENEFITS [NSURANCE 10-560-5353 Employee Insurance TOTAL INSURANCE PUBLIC WORKS OPERATIONS 10-560-5500 Public Works Maintenance 10-560-5501 TCEQ & Harris CO Permits 10-560-5504 Landscaping Maintenance 10-560-5505 Gator Fuel 10-560-5506 Right of Way Mowing 10-560-5507 Road & Sign Repair 10-560-5508 ROW Water/Planting 10-560-5509 Tree Care/Removal 10-560-5510 Road/Drainage Maintenance 10-560-5515 Landscape Improvements 10-560-5516 Gator Maintenance TOTAL PUBLIC WORKS OPERATIONS TOTAL PUBLIC WORKS MAINTENANCE PERIOD ACTUAL 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 40,000.00 2,000.00 15,000.00 2,000.00 80,000.00 50,000.00 1,000.00 12,500.00 75,000.00 75,000.00 0.00 352,500.00 352,500.00 0.00 0.00 218.23 0.00 218.23 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 68.97 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 9,776.33 0.00 ( 9,776.33) 0.00 0.00 9,776.33 0.00 28.79 0.00 ( 0.00 0.00 500.00 0.00 528.79 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 6,984.67 0.00 6,984.67 0.00 2,500.00 6.25 1,656.25 82.81 12,786.06 85.24 480.36 24.02 60,584.00 75.73 41,821.74 83.64 1,125.52 112.55 ( 5,890.00 47.12 0.00 0.00 58,974.50 78.63 0.00 0.00 0.00 0.00 0.00 9,776.33) 28.79) 0.00 500.00) 528.79) 0.00 0.00 0.00 0.00 6,984.67) 6,984.67) 37,500.00 343.75 2,213.94 1,519.64 19,416.00 8,178.26 125.52) 6,610.00 75,000.00 16,025.50 0.00 SERVICES 68.97 185,818.43 52.71 166,681.57 287.20 203,108.22 57.62 149,391.78 10-19-2020 11:52 AM 10_-GENERAL FUND CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 10 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF DEPARTMENTAL EXPENDITURES 30F CAPITAL OUTLAYS DTHER EXPENSES PERIOD ACTUAL 10-570-5601 Capital Improvements 10-570-5602 Drainage Ditch Maintenance 10-570-5606 Road/Drainage Projects 10-570-5607 2014 Paving Project 10-570-5608 MDE Drainage 10-570-5609 Windermere Drainage 10-570-5610 Fire Station Remodel 10-570-5616 S. Piney Pt/Blalock Rd 10-570-5640 Surrey Oaks 10-570-5660 Smithdale Estates Bypass 10-570-5665 Woods Edge Erosion Project 10-570-5700 2015 Maintenance Project 10-570-5701 2019 Maintenance Projects 10-570-5702 2020 Paving Improvements 10-570-5705 Tynewood Ditch Washout Project 10-570-5800 Lanecrest Improvements Project 10-570-5805 Beinhorn Paving Project 10-570-5806 Drainage and Sidewalks 10-570-5808 Wilding Lane TOTAL OTHER EXPENSES TOTAL GOF CAPITAL OUTLAYS TOTAL EXPENDITURES 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 801,749.00 0.00 0.00 0.00 330,000.00 0.00 0.00 0.00 876,650.00 0.00 1,205,323.00 3,213,722.00 3,213,722.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 80.00 0,00 ( 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 970,778.46 121.08 ( 169,029.46) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 359,076.12 108.81 ( 29,076.12) 21,960.00 0.00 ( 21,960.00) 0.00 0.00 0.00 0.00 0.00 0.00 876,650.00 0.00 909,392.68 0.00 ( 909,392.68) 68,368.00 5.67 1,136,955.00 0.00 2,443,698.42 76,04 770,023.58 0.00 2,443,698.42 76.04 770,023.58 0.00 80.00) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 114,043.16 0.00 ( 114,043.16) 9,106,790.00 398,435.15 7,019,477.06 77.08 2,087,312.94 REVENUES OVER/ (UNDER) EXPENDITURES 2,001,744.00)C 330,934.64) 844,719.05 2,846,463.05) 10-19-2020 11:50 AM 20 -DEBT SERVICE ACCT NO# ACCOUNT NAME ASSETS 20-1100 Claim on Cash 20-1105 Cash - Amegy Bank 20-1108 Cash with Agent 20-1109 Texpool-DS 20-1110 Texas Class-DS 20-1200 Property Tax Receivable-PY 20-1201 Property Tax Receivable-cy 20-1300 Due to/From General Fund 20-1301 Accrued Interest Receivable TOTAL ASSETS CITY OF PINEY POINT VILLAGE YEAR TO DATE BALANCE SHEET (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 BEGINNING BALANÇE 447,971.67) 0.00 267,769.99 862,809.10 122,500.81 35,505.82 856,604.64 0.00 0.00 1,697,218.69 PAGE: 1 M-T-D ACTIVITY Y-T-D ACTIVITY CURRENT BALANÇE 0.00 1,138,067.86) ( 1,586,039.53) 405.82 1,850,671.54 1,973,172.35 0.00 0.00 958.85 0.00 0.00 0.00 0.00 1,364.67 0.00 0.00 735,244.59) 0.00 0.00 0.00 0.00 22,640.91) 1,674,577.78 0.00 267,769.99 127,564.51 35,505.82 856,604.64 0.00 0.00 LIABILITIES 20-2001 Accounts Payable 20-2002 Other Accrued Liabilities 20-2130 Deferred Revenue-Property Tax 20-2200 Deferred Property Tax Rec 20-2300 Other Accrued Liabilities 20-2701 Unearned Revenue-Property Tax TOTAL LIABILITIES FUND EQUITY 20-3000 Fund Balance TOTAL BEGINNING EQUITY TOTAL REVENUES TOTAL EXPENSES 1,500.00 0.00 35,505.82 0.00 0.00 1,487,128.77 1,524,134.59 173,084.10 173,084.10 0.00 0.00 0.00 0.00 ( 1,420,975.00) ( 1,419,475.00) 0.00 0.00 0.00 0.00 0.00 0.00 - 1,787,950.20) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 366,975.20) 1,120,153.57 0.00 35,505.82 0.00 0.00 263,815.61) 173,084.10 173,084.10 82,150.00 0.00 0.00 82,150.00 1,364.67 1,847,459.29 1,847,459.29 1,364.67 1,765,309.29 1,765,309.29 1,364.67 ( 22,640.91) 1,674,577.78 INCREASE/DECREASE) IN FUND BAL. TOTAL LIABILITIES, EQUITY & FUND BAL. 1,697,218.69 10-19-2020 11:52 AM 20 -DEBT SERVICE FINANCIAL SUMMARY CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 1 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF PERIOD ACTUAL REVENUE SUMMARY TAXES INVESTMENT INCOME TOTAL REVENUES EXPENDITURE SUMMARY NON-DEPARIMENTAL ADMIN EXPENSE OTHER EXPENSES TRANSFERS TOTAL NON-DEPARIMENTAL TOTAL EXPENDITURES 1,501,625.00 10,000.00 1,511,625.00 942.75 1,836,971.97 122.33 ( 335,346.97) 1,364.67 1,847,459.29 122.22 ( 335,834.29) 421.92 10,487.32 104.87 487.32) 2,250.00 1,499,375.00 0.00 1,501,625.00 0.00 10,000.00 0.00 0.00 0.00 0.00 '0.00 2,250.00 100.00 79,900.00 5.33 1,419,475.00 0.00 0.00 82,150.00 5.47 1,419,475.00 0.00 0.00 0.00 0.00 0.00 1,755,309.29) REVENUES OVER/ (UNDER) EXPENDITURES 1,364.67 1,765,309.29 10-19-2020 11:52 AM 20 -DEBT SERVICE REVENUES TAXES 20-4101 Property Tax Revenue TOTAL TAXES INVESTMENT INCOME 20-4400 Bank Interest 20-4410 Bond Premium TOTAL INVESTMENT INCOME TOTAL REVENUES CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 2 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF PERIOD ACTUAL 1,501,625.00 1,501,625.00 10,000.00 0.00 10,000.00 1,511,625.00 942.75 1,836,971.97 122.33 335,346.97) 942.75 1,836,971.97 122.33 335,346.97) 421.92 0.00 421.92 10,487.32 104.87 ( 0.00 0.00 10,487.32 104.87 487.32) 0.00 487.32) 1,364.67 1,847,459.29 122.22 ( 335,834.29) 10-19-2020 11:52 AM 20_-DEBT SERVICE CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 3 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF DEPARTMENTAL EXPENDITURES NON-DEPARIMENTAL ADMIN EXPENSE 20-500-5204 Paying Agent Fees TOTAL ADMIN EXPENSE OTHER EXPENSES PERIOD ACTUAL 2,250.00 2,250.00 179,375.00 1,320,000.00 0.00 1,499,375.00 0.00 0.00 1,501,625.00 1,501,625.00 10,000.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2,250.00 100.00 2,250.00 100.00 79,900.00 44.54 0.00 0.00 1,320,000.00 0.00 0.00 79,900.00 5.33 1,419,475.00 0.00 0.00 0.00 0.00 0.00 0.00 99,475.00 0.00 0.00 0.00 20-500-5820 Interest Expense-Bonds 20-500-5821 Bond Principal Payments 20-500-5822 Amortization of Bonds TOTAL OTHER EXPENSES TRANSFERS 20-500-5902 Transfers Out TOTAL TRANSFERS TOTAL NON-DEPARIMENTAL TOTAL EXPENDITURES 82,150.00 5.47 1,419,475.00 82,150.00 5.47 1,419,475.00 REVENUES OVER/(UNDER) EXPENDITURES 1,364.67 1,765,309.29 1,755,309.29) 10-19-2020 11:50 AM 30 -SPECIAL REVENUE FUND ACCT NO# ACCOUNT NAME ASSETS 30-1100 Claim on Cash 30-1102 Donation 30-1103 MC Security 30-1104 MC Technology 30-1106 Child Safety 30-1200 Due To/From General Fund 30-1301 Accrued Interest Receivable TOTAL ASSETS CITY OF PINEY POINT VILLAGE YEAR TO DATE BALANCE SHEET (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 BEGINNING BALANCE PAGE: 1 M-T-D ACTIVITY Y-T-D ACTIVITY CURRENT BALANCE 64,275.70 0.02 0.36 0.05 26,766.25 0.00 0.00 91,042.38 64,179.36 ( 0.02 0.36 0.05 24,145.08 0.00 0.00 88,324.87 38.85) 0.00 0.00 0.00 294.29 0.00 0.00 255.44 164.85) 0.00 0.00 164.85) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 420.29 0.00 420.29 255.44 96.34 0.00 0.00 0.00 2,621.17 0.00 0.00 2,717.51 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4,522.03 1,804.52 2,717.51 2,717.51 LIABILITIES 30-2001 Accounts Payable 30-2100 Grants Payable 30-2200 Due To General Fund TOTAL LIABILITIES FUND EQUITY 30-3000 Fund Balance 30-3001 Fund Balance-Child Safety 30-3002 Fund Balance-Mc Security 30-3003 Fund Balance-Mc Technology 30-3010 Unrestricted Retained Earnings 30-3300 Fund Balance-Mc Security 30-3400 Fund Balance- MC Technology 30-3904 Earnings-MC Technology TOTAL BEGINNING EQUITY TOTAL REVENUES TOTAL EXPENSES 0.00 ( 0.00 0.00 0.00 17,709.38 55,694.92 11,838.88 3,081.69 0.00 0.00 0.00 0.00 88,324.87 0.00 0.00 0.00 0.00 0.00 0.00 0.00 17,709.38 55,694.92 11,838.88 3,081.69 0.00 0.00 0.00 0.00 88,324.87 4,522.03 1,804.52 2,717.51 91,042.38 INCREASE/DECHEASE) IN FUND BAL. TOTAL DIABILITIES, EQUITY & FUND BAL. 88,324.87 10-19-2020 11:52 AM 30 -SPECIAL REVENUE FUND FINANCIAL SUMMARY CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 1 75.008 OF FISÇAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE $OF PERIOD ACTUAL REVENUE SUMMARY COURT INVESTMENT INCOME DONATIONS & IN LIEU TOTAL REVENUES EXPENDITURE SUMMARY NON-DEPARIMENTAL MISCELLANEOUS TOTAL NON-DEPARIMENTAL QUALIFIED EXPENSES COURT TOTAL QUALIFIED EXPENSES ADMINISTRATION ADMIN EXPENSE OTHER EXPENSES TRANSFERS TOTAL ADMINISTRATION TOTAL EXPENDITURES 0.00 0.00 0.00 0.00 420.18 0.11 0.00 420.29 4,518.67 0.00 ( 4,518.67) 3.36 0.00 0.00 0.00 4,522.03 0.00 ( 4,522.03) 3.36) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 420.29 0.00 0.00 0.00 0.00 0.00 0.00 1,804.52 0.00 ( 1,804.52) 1,804.52 0.00 ( 1,804.52) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2,717.51 0.00 0.00 0.00 0.00 0.00 2,717.51) REVENUES OVER/(UNDER) EXPENDITURES 10-19-2020 11:52 AM 30 -SPECIAL REVENUE FUND CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 2 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF REVENUES COURT PERIOD ACTUAL 30-4305 MC Security Revenue 30-4310 MC Technology Revenue 30-4315 Child Safety Revenues TOTAL COURT INVESTMENT INCOME 30-4405 MC Security-Interest 30-4410 MC Technology-interest 30-4415 Child Sarety-interest 30-4420 Donations-interest TOTAL INVESTMENT INCOME DONATIONS & IN LIEU 30-4720 Donations 30-4800 Other Income TOTAL DONATIONS & IN LIEU TOTAL REVENUES 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 54.00 72.00 294.18 420.18 0,00 0.00 0.11 0.00 0.11 0.00 0.00 0.00 420.29 793.22 0.00 ( 1,057.64 0.00 ( 1,057.64) 2,667.81 0.00 4,518.67 0.00 0.00 0.00 0.00 0.00 3.36 0.00 C 0.00 0.00 3.36 0.00 0.00 0.00 0.00 0.00 0.00 0.00 793.22) 2,667.81) 4,518.67) 0.00 0.00 3.36) 0.00 3.36) 0.00 0.00 0.00 4,522.03 0.00 ( 4,522.03) 10-19-2020 11:52 AM 30-SPECIAL REVENUE FUND DEPARTMENTAL EXPENDITURES NON-DEPARIMENTAL MISCELLANEOUS 30-500-5029 Gen Govt Qualified Expenses TOTAL MISCELLANEOUS TOTAL NON-DEPARIMENTAL QUALIFIED EXPENSES COURT CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 3 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE $OF PERIOD ACTUAL 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 30-510-5121 Child Safety 30-510-5122 MC Security 30-510-5123 MC Technology 30-510-5129 Donation TOTAL COURT TOTAL QUALIFIED EXPENSES ADMINISTRATION ADMIN EXPENSE 30-520-5203 Bank Fees TOTAL ADMIN EXPENSE DTHER EXPENSES 30-520-5702 Other Expenses TOTAL OTHER EXPENSES TRANSFERS 30-520-5902 Transfers Out TOTAL TRANSFERS TOTAL ADMINISTRATION TOTAL EXPENDITURES 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 494.55 0.00 ( 1,309.97 0.00 ( 1,309.97) 0.00 0.00 1,804.52 0.00 0.00 494.55) 0.00 1,804.52) 1,804.52 0.00 ( 1,804.52) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 420.29 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1,804.52 0.00 ( 1,804..52) REVENUES OVER/ (UNDER) EXPENDITURES 2,717.51 2,717.51) 10-19-2020 11:50 AM 40 -CAPITAL PROJECTS FUND AÇCT NO# ACCOUNT NAME ASSETS 40-1100 Claim on Cash 40-1101 Texpool 40-1105 Cash - Amegy Checking 40-1120 Texas Class 40-1200 Accounts Receivable 40-1220 A/R General Fund 40-1250 Due To Metro 40-1300 Accrued Interest Receivable TOTAL ASSETS CITY OF PINEY POINT VILLAGE YEAR TO DATE BALANCE SHEET (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 BEGINNING BALANCE 323,417.46 0.00 0.00 7,573.74 0.00 0.00 0.00 0.00 330,991.20 PAGE: 1 M-T-D ACTIVITY Y-T-D ACTIVITY CURRENT BALANCE 37,057.47 0.00 0.00 0.00 0.00 0.00 0.00 0.00 37,057.47 0.00 ( 286,359.99) 0.00 0.00 0.00 ( 7,573.74) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 49.52 0.00 293,983.25 0.00 293,933.73) 0.00 ( 293,933.73) 0.00 0.00 0.00 0.00 0.00 0.00 293,933.73) LIABILITIES 40-2001 Accounts Payable 40-2002 Other Accrued Liabilities 40-2200 Deferred Revenue 40-2300 Construction Retainage Payable 40-2400 Accrued Liabilities TOTAL LIABILITIES FUND EQUITY 40-3000 Fund Balance TOTAL BEGINNING EQUITY TOTAL REVENUES TOTAL EXPENSES 0.00 0.00 286,000.00 120,074.15 0.00 406,074.15 75,082.95) 75,082.95) 0.00 0.00 0.00 0.00 0.00 286,000.00 120,074.15 0.00 406,074.15 75,082.95) 75,082.95) 49.52 293,983.25 293,933.73) 37,057.47 INCREASE/DECHEASE) IN FUND BAL. TOTAL LIABILITIES, EQUITY & FUND BAL. 330,991.20 10-19-2020 11:52 AM 40 -CAPITAL PROJECTS FUND FINANCIAL SUMMARY CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 1 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF PERIOD ACTUAL REVENUE SUMMARY INVESTMENT INÇOME DONATIONS & IN LIEU TOTAL REVENUES EXPENDITURE SUMMARY NON-DEPARIMENTAL ADMIN EXPENSE OTHER EXPENSES TRANSFERS TOTAL NON-DEPARIMENTAL TOTAL EXPENDITURES 0.00 0.00 0.00 0.00 0.00 0.00 49.52 0.00 ( 0.00 0.00 49.52 0.00 ( 49.52) 0.00 49.52) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 293,933.73 0.00 293,983.25 0.00 ( 293,983.25) 0.00 293,983.25 0.00 293,983.25) REVENUES OVER/ (UNDER) EXPENDITURES 0.00 ( 293,933.73) 10-19-2020 11:52 AM 40 -CAPITAL PROJECTS FUND CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 2 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF REVENUES PERIOD ACTUAL INVESTMENT INCOME 40-4400 Interest Income TOTAL INVESTMENT INCOME DONATIONS & IN LIEU 40-4800 Other Income 40-4910 Debt Proceeds 40-4911 Bond Premium 40-4912 Issuance Cost TOTAL DONATIONS & IN LIEU TOTAL REVENUES 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 49.52 0.00 49.52 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 49.52 0.00 ( 49.52) 49.52) 0.00 0.00 0.00 0.00 0.00 49.52) 10-19-2020 11:52 AM 40-CAPITAL PROJECTS FUND DEPARIMENTAL EXPENDITURES NON-DEPARIMENTAL ADMIN EXPENSE 40-500-5203 Bank Fees TOTAL ADMIN EXPENSE OTHER EXPENSES 40-500-5601 Capital Outlay 40-500-5616 S. Piney Pt/Blalock Rd 40-500-5617 Smithdale/Claymore 40-500-5640 Batch 1 Projects 40-500-5641 Batch 1 - Preliminary 40-500-5655 Blalock/S. Piney Point 40-500-5660 Smithdale Estates Bypass 40-500-5670 N. Piney Point Road Project 40-500-5675 Lanecrest Drainage Improvement 40-500-5702 Miscellaneous Expense TOTAL OTHER EXPENSES TRANSFERS 40-500-5901 Transfers In 40-500-5902 Transfers Out TOTAL TRANSFERS TOTAL NON-DEPARIMENTAL TOTAL EXPENDITURES CITY OF PINEY POINT VILLAGE REVENUE & EXPENSE REPORT (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 PAGE: 3 75.00% OF FISCAL YEAR BUDGET BUDGET BALANCE CURRENT BUDGET CURRENT YEAR TO DATE OF PERIOD ACTUAL 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 288,972.00 0.00 ( 288,972.00) 0.00 0.00 5,011.25 0.00 0.00 293,983.25 0.00 293,983.25) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5,011.25) 0.00 0.00 0.00 0.00 293,983.25 0.00 ( 293,983.25) 0.00 293,983.25 0.00 ( 293,983.25) REVENUES OVER/ (UNDER) EXPENDITURES 0.00 ( 293,933.73) 293,933.73 10-19-2020 11:50 AM 99 -POOLED CASH FUND ACCT NO# ACCOUNT NAME ASSETS 99-1101 Cash 99-1510 DUE FROM GENERAL FUND 99-1520 DUE FROM DEBT SERVICE 99-1530 DUE FROM SPECIAL REVENUE 99-1540 DUE FROM CAPITAL PROJECTS 99-1550 DUE FROM METRO FUND 99-1599 Due From Other Funds TOTAL ASSETS CITY OF PINEY POINT VILLAGE YEAR TO DATE BALANCE SHEET (UNAUDITED) AS OF: SEPTEMBER 30TH, 2020 BEGINNING BALANÇE PAGE: 1 M-T-D ACTIVITY Y-T-D ACTIVITY CURRENT BALANCE 2,707,560.51 ( 829,816.27) ( 1,451,788.78) 1,255,771.73 0.00 0.00 0.00 0.00 0.00 1,833,217.41 0.00 0.00 0.00 0.00 0.00 496,147.28) 1,828,423.45) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4,793.96 4,540,777.92 ( 1,325,963.55) ( 3,280,212.23) 1,260,565.69 1,834,953.41 ( 496,147.28) ( 2,141,909.73) ( 306,956.32) 4,540,777.92 1,325,963.55) ( 3,280,212.23) 1,260,565.69 LIABILITIES 99-2000 Accounts Payable 99-2190 Due to Other Funds TOTAL LIABILITIES FUND EQUITY 99-3000 Fund Balance TOTAL BEGINNING EQUITY TOTAL REVENUES TOTAL EXPENSES ICREASE/DECREASE) IN FUND BAL. (WILL CLOSE TO FUND BAL.) 2,705,824.51 829,816.27) -1,138,302.50) 1,567,522.01 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL LIABILITIES, EQUITY & FUND BAL. 4,540,777.92 ( 1,325,963.55) ( 3,280,212.23) 1,260,565.69 City of Piney Point Village Monthly Tax Office Report September 30, 2020 Prepared by: Tiffany D. Morawiec, Tax Assessor/Collector A. Current Taxable Value $ 2,610,377,812 B. Summary Status of Tax Levy and Current Receivable Balance: Current 2020 Tax) Year Delinquent 2019 & Prior Tax Years 6,763,264.55 198,501.01 312,845.35 7,274,610.91 7,009,643.05 264,967.86 Total $ 13,017,327.87 198,501.01 718,899.95 13,934,728.83 7,013,076.75 $6 6,921,652.08 Original Levy 0.25514 $ 6,254,063.32 Carryover Balance Adjustments Adjusted Levy Less Collections Y-T-D 406,054.60 6,660,117.92 3,433.70 Receivable Balance $ 6,656,684.22 C. COLLECTION RECAP: Current 2020 Tax Year $ 3,433.70 Delinquent 2019 & Prior Tax Years $ 9,568.17 1,923.33 2,248.11 13,739.61 Delinquent 2019 & Prior Tax Years 7,009,642.96 35,900.49 7,202.60 694.12 7,053,440.17 Current Month: Base Tax Penalty & Interest Attorney Fees Other Fees Total Collections Total $ 13,001.87 1,923.33 2,248.11 17,173.31 e 3,433.70 Current 2020 Tax Year $ 3,433.70 Year-To-Date: Base Tax: Penalty & Interest Attorney Fees Other Fees Total Collections Percent of Adjusted Levy Total 7,013,076.66 35,900.49 7,202.60 694.12 $7,056,873.87 105.96% $ 3,433.70 0.05% MONTHLY TAX OFFICE REPORT Tax A/R Summary by Year September 30, 2020 ADJUSTMENTS 3 316,950.93 (3,875.17) (688.48) 499.53 BEGINNING BALANCE ASOF 12/31/2019 $ 6,763,264.55 33,957.93 19,505.52 17,325.16 17,894.67 18,424.08 14,151.07 11,751.79 9,318.42 9,145.21 9,143.30 8,767.71 8,462.68 8,152.59 2,687.68 2,510.18 2,490.91 2,476.24 2,251.11 44.68 40.08 6,961,765.56 RECEIVABLE BALANCE ASOF 09/30/2020 $ YEAR 2019 18 17 16 15 14 13 12 11 10 09 08 07 06 05 04 03 02 01 00 1999 COLLECTIONS 7,014,811.77 (4,987.37) (181.35) 65,403.71 35,070.13 18,998.39 17,824.69 17,894.67 18,424.08 14,151.07 11,751.79 9,318.42 9,145.21 9,141.92 8,767.71 8,462.68 8,152.59 2,687.68 2,510.18 2,490.91 2,476.24 2,251.11 44.68 264,967.86 (1.38) (40.08) $312,845.35 7,009,643.05 Karen Farris From: Sent: To: Cc: Subject: Attachments: Good afternoon! Morawiec, Tiffany tmany.Morawecespmingeranchisdcom, Thursday, October 8, 20201:25PM Karen Farris; Roger Nelson Mark Kobelan markeppvcouncl.org, Monthly Report for September 2020 Piney Point 0120.xlsx Please see attached monthly report for City of Piney Point. We loaded the certified roll on 9/30 and expect statements togo to printer next week. Let me know ify you need any additional information. Thank you, Tiffany Tiffany D. Morawiec Tax Assessor/Collector Financial Services 11 Tax Office 8880 Westview Rd., Houston, TX77055 713-251-7968 wwwspringpranhisdcom Please take a moment to click on the smile below and let me know how satisfied you are with my service today. share a smile CUSTOMER SERVICESURVEY NOTICE OF CONFIDENTIALITY: This electronic communication may contain confidential information intended solely for school business by the individual to whom it is addressed. Any disclosure (verbal ori in print), copying, distributing, or use of this information by an unauthorized person is prohibited, and may violate Spring Branch ISD Board Policy FL (Legal), the Family Education Rights and Privacy Act (FERPA). Should you receive this electronic communication in error, please notify the sender immediately. Thereafter, please delete the message. This email has been scanned for spam and viruses by Proofpoint Essentials. Click here to report this email as spam. 1 Council Agenda Item Cover Memo 10/26/2020 Date of Meeting To: Mayor and City Council Agenda Item: Discuss and take possible action on a fill ordinance appeal for 9B Woods Edge. SUMMARY/BACKGROUND (WHY): The developer of9B Woods Edge submitted an appeal to the fill ordinance per Sec. 34-124 which requires the limitation of fill on the property to maximum elevation equal to a one percent slope from the existing top of curb not exceeding 12- inches. This property is located within the 500-year floodplain and required to build their finished floor 1-foot above the 500-year floodplain elevation. This requirement sets the finished floor elevation at approximately 7-feet above the curb elevation. The developer is meeting the fill ordinance in most locations on the property but is appealing the requirements in the ordinances for stairs/terrace in the front and for the garage and driveway. STAFF RECOMMENDATION: ESTIMATED COST: See attached FUNDINGI SOURCE: N/A CURRENT BUDGETED ITEM: YES_NO_ EMERGENCY REQUEST: YES NO X PREPARED BY: Joe Moore ATTACHMENTS: Yes Refined Custom Builders, LLC 8303 Westglen Houston, TX (281)589-1185 refinedcustombuiders.com ntoeretinedcusiombulders.com RA February 7, 2020 Joseph Moore, P.E., City Engineer Drainage Review of 9 Woods Edge Lane City of Piney Point Village, Texas HDR Job No. 20-004a Re: 9B Woods Edge Dear Mr. Moore, lam writing this letter after our 2/3/2020 meeting with Aaron Croley at the City of Piney Point Village monthly drainage meeting. After much discussion and design considerations, we will be We originally submitted the drawings based on data that was outdated on the website. The newr requirement, based on Piney Point Village LDC Chapter 34, Article 2, Division 3 Sec 34-101(2)d, states the mechanical pads and finished floor must be one foot above the 500-year floodplain, which would put our house floor at an elevation of 62.00'.Our mechanical pad is connected to the house on the exterior and Engineers have designed to have a drop of 6" to prevent water applying for two variances per Mr. Croley'srecommendation. penetration into the main structure. The lot is large, 42,782 square feet in size, and is situated adjacent to the Buffalo Bayou. Due to the geography we have a large elevation change megsuring from the curb to the back of property dropping 24.4'.1 This, coupled with the finished floor building height requirement, is causing US to not be able to meet all of the stated drainage desgnrequremen's, For example, from the top of curb to the required finished floor we have a 7' height change on a distance of 53'6". With a 1% maximum rise in grade it only allows 11.25" of fill, putting the grade at the house at 6.0625' below the finished floor. This causes a problem with the garage because it has mechanical: Hot Water Heaters and Water Filtration System. A 1% rise in grade from the curb will also not allow for entry into the home via the front door or garage. Since the lot also slopes to the back, rather dramatically, we cannot have a1% grade on all sides of the structure. Thus, we are applying for the following variances: 1. Entry Stairway: Stairway for means of egress and to promote the Health, Safety, and Welfare of the occupants. Should there be a medical emergency or fire related event, the front of the house is the only way for residence to get off the property. We would Refined Custom Builders, LLC 8303 Westglen Houston, TX (281)589-1185 refinedcustombuiders.com info@refinedcustombuiders.com RA like to pursue a balanced fill along the front side of the property with terraced planters and an egress stair in the middle for quick evacuation. We feel this is a fair balance between intent of the Land Development Code and our professional liability for the 2. 1% Grade From Top of Curb: We can do 1% grade to the first terraced planter (closest to the street) on the front of the home, which is as close as we can get due to the required structure height. All other sides we need variance approval. We will also need to exceed 1% Grade for the driveway in order to allow access in to the garage. What we are requesting is a Conditional Variance Approval. The reason for the "Conditional" approval is that we want to make sure the concept is approved before sending to the Civil Engineer and Structural Engineer. We don't want to waste everyone's time (Yours, and the Engineers) if there needs to be major additional changes. Once we receive a conditional approval we will have them make the necessary changes to match the Architectural Drawings, and any other details you require end users. on the Engineering plans. Attached you will find the revised site plan with the following information: Proposed Elevation Heights You will notice we have proper sheet flow around the property There is a swale called out around the perimeter of the property to prevent Ont the Front of the building the structural retaining walls are behind the build line On the West side of the home the structural retaining wall will have a curb to On the Rear of the home there is aretaining wall that will allow for water to shed tot the bayou on the rear of the property, and is necessary for the driveway On the front there is a 30" decorative stacked stone retaining wall to tier up to On the front of the home There is an 8" decorative stone flower bead border that will tier to the stairs and the 30" stacked stone decorative retaining wall. water runoff onto adjacent properties. Structural Retaining Walls prevent water runoff onto the adjacent property Decorative Retaining Walls the structural retaining wall Decorative Bedding Border Railings Railing are called out for fall protection You will also find several 3D renderings showing how the site will look with the above changes (minus plants and trees). Also, the materials for the retaining walls are showing concrete, but will be wrapped in a brick, stone, or stucco for aesthetic purposes aligning with the HOA's guidelines. We will detail prior to full approval. Refined Custom Builders, LLC 8303 Westglen Houston, TX refinedcustombuiders.com info@relinedcusiombulders.com (281)589-1185 R Please let US know if we can assist youi in any field observations or additional drawings to facilitate progress on the permitting of this house. We would be happy to come in for another meeting to go over the drawings in as much detail as you would like. We appreciate your ongoing review and look forward to getting this over the goal line. Property Owner E DD D View From Cul-de-sac View From Road 35E3 a EEEI View From Arrival View From East Neighbor 9B Woods Edge- Renderings of Proposed Variance R - TT View From Bayou Side 5B BB B B1 IIIE mn a R a: E1E View From West Neighbor 9B Woods Edge- Renderings of Proposed Variance R Council Agenda Item Cover Memo 10/26/2020 Date of Meeting To: Mayor and City Council Agenda Item: Discuss and take possible action on quotes received for restriping of stop bars and crosswalks on Blalock, N. Piney Point, Greenbay, Smithdale, and Hedwig. SUMMARY/BACKGROUND (WHY): The City requested that HDR obtain quotes for restriping the stop bar and crosswalk striping throughout the City. The quotes include the removal of existing striping, striping with Type I reflective thermoplastic pavement markers, and traffic control at each location. A summary of quotes and the quotes received are included in the agenda packet. STAFF RECOMMENDATION: ESTIMATED COST: See attaçhed FUNDING SOURCE: City Funds CURRENT BUDGETED ITEM: YES_NO_ EMERGENCY REQUEST: YES NO X PREPARED BY: Joel Moore ATTACHMENTS: Yes Summary of Quotes Citywide Restriping City of Piney Point Village HDR. Job No. 20-004 Contractor PMI Az Highway 1LLC A-1 Construction Total Quote $20,826.75 $27,894.00 $61,868.77 Represents the lowest Quote - PMI QUOTATION 10/21/2020 Quotation Expires in 45 Days RE:PINEYI POINTVILLAGE! HOUSTON Project Number:20-004 Bidi Date:1 10/27/2020 Pavement Marking,LLC Bid! Number: 201254 Attn: Estimating Department ITEM# DESCRIPTION QUANTITY 5EA 1,161LF 3,740LF 2EA 3EA 950LF 3,310_LF UNITPRICE $1,000 $6.000 $2.450 $140.000 $125.000 $1.550 $0.775 Total Bid: AMOUNT $5.00 $6,966.00 $9,163.00 $280.00 $375.00 $1,472.50 $2,565.25 $20,826.75 1 2 3 4 5 6 7 Protection oftraffic 24"White' Thermoplastic 12" White' Thermoplastic- Crosswalk Only Legends, Thermoplastic Arrow Symbols, Thermoplastic ELIMI EXT PAVMRK8 &N MRKS(24") ELIMI EXTI PAVMRK&M MRKS(12") BID CONDITIONS Our Quotation Excludes thel Following: :Survey, Sweeping(ALL SWEEPING, REQUIREI FOR STRIPING, Mobilization are determined by the Contractor ort the Phasing oft thej project. This Quote includes: 11 Mob. Each Contractor isr responsible for water and disposable ofo debris resulting from elimination: activities, Additional Mob @ $1,000.00. 2Tma's arei included int the quote for striping. GENERAL INFORMATION Insurance: Policy #: General Aggregate: ProdCmp/Ops Aggregate: Umbrella: Travelers 6F703863 $2,000,000.00 52,000,000.00 $5,000,000.00 Workman's Comp: Travelers Federal IDI Number: 86-0679854 TXTax: Bond Rate: Contractor's License: 86-0679854 1500/1000004im5100, 280635 201254 Auto/Sgl Limit! Liability: $1,000,000.00 Cliff Easterday Marine Road Wednesday,0ctober21, 14635 * Humble Texas 77396 * 832- FAX 832- 772- 4451 772- 4452 1of2 Highway Estimate Bid Date 10/22/2020 Estimate# 20-0951 Highway 1 LLC 20411 Cook Road Tomball, TX77377 @ (0)713-344-1279 www.nghwayltx.com - Contractor/ Address City ofl Piney Point 7676 Woodway Suite 300 Houston. TX77063 Bid Number Project Location Stop Bar & Crosswalk Re-Strip Description Estimated Units U/M Unit Price Total 100.00 3,321.50 5,167.50 215.00 500.00 1,277.50 1,987.50 100.00 585.00 1,202.50 150.00 375.00 100.00 1,105.00 845.00 425.00 325.00 100.00 1,300.00 2,210.00 N. Piney Point Rd.: Greenbay St. to White Pillars Ln. and (thermoplastic) for stop bars, complete inj place thermoplastic). for crosswalks, complete inj place ONLY, including surface preparation and priming arrow, including surface preparation andj priming Memorial Intersection 5026 6001 1. Traffic Control, complete inj place 1 LS 511 LF 1,590 LF 1 ea 2 ea 511 LF 1,590 LF 1 LS 90 LF 370 LF 60 LF 300 LF LS 170 LF 260 LF 170 LF 260 LF 1 LS 200 LF 680 LF 100.00 6.50 3.25 215.00 250.00 2.50 1.25 100.00 6.50 3.25 2.50 1.25 100.00 6.50 3.25 2.50 1.25 100.00 6.50 3.25 0666 6048 2. 24" wide solid white Type I reflective pavement markers 0666 6042 3. 12" wide solid white' Typel Ir reflective pavement markers 0666 6078 4. Remove and replace thermoplastic pavement markings, 0666 6054 5. Remove and replace thermoplastic: pavement: markings, 0677 6007 6. Remove existing 24" white striping 06776 6005 7. Remove existing 12" white striping 502 6001 1. Traffic Control, complete inj place 0666 6048 2. 24" wide solid white' Type Ir reflective pavement markers 0666 6042 3. 12" wide solid white' Typel I reflective pavement markers 0677 6007 4. Remove existing 24" white striping 0677 6005 5. Remove existing 12" white striping 502 6001 1. Traffic Control, complete in place 0666 6048 2. 24" wide solid white' Typel I reflective pavement markers 0666 6042 3. 12" wides solid white' TypeI I reflective pavement markers 0677 6007 4. Remove existing 24" white striping 0677 6005 5. Remove existing 12" whites striping 502 6001 1. Traffic Control, complete inj place Hedwig) Rd. (thermoplastic) for stop bars, complete inj place (thermoplastic) for crosswalks, complete inj place Greenbay St. (thermoplastic) for stop! bars, complete in place (thermoplastic) for crosswalks, complete inj place Blalock Rd.: Memorial Dr. to'l Taylorcrest Rd. (thermoplastic) for stop bars, complete in place (thermoplastic): for crosswalks, complete inj place 0666 6048 2. 24" wide solid white' TypeIreflective) pavement markers 0666 6042 3. 12" wide solid white Type I reflective pavement markers Page 1 Highway TL Estimate Bid Date 10/22/2020 Estimate# 20-0951 Highway 1 LLC 20411 Cook Road Tomball, TX77377 @ (0)713-344-1279 www.highwayltx.com Contractor, / Address City ofl Piney Point 7676 Woodway Suite 300 Houston. TX 77063 Bid Number Project Location Stop Bar & Crosswalk Re-Strip Description Estimated Units U/M Unit Price Total 215.00 250.00 475.00 400.00 100.00 1,235.00 2,730.00 47.50 1,050.00 0666 6078 4. Remove and replace thermoplastic pavement markings, 0666 6054 5. Remove and replace thermoplastic pavement markings, 06776 6007 6. Remove existing 24" white striping 0677 6005 7. Remove existing 12" white striping 502 6001 1. Traffic Control, completei inj place 0666 6048 2. 24" wides solid white' Typel I reflective pavement markers 0666 6042 3. 12" wide solid white Typel I reflective pavement markers 06776 6007 4. Remove existing 24" white striping 06776 6005 5. Remove existing 12" white striping 1 ea 1 ea 190 LF 320 LF 1 LS 190 LF 840 LF 19 LF 840 LF 215.00 250.00 2.50 1.25 100.00 6.50 3.25 2.50 1.25 ONLY,including surface preparation and priming arrow, including surface preparation and priming Smithdale (thermoplastic) for stop bars, complete inj place (thermoplastic): for crosswalks, complete inj place *Estimate does not include performance! bond or association dues. *Retainage willr not be! held onc our work unless withheld byo owner on GC. *Minimum charge of$1,750 will bea accessed on any work preformed. *Traffico controle estimate (Monthly Rental) does noti include arrow board, message board, attenuator truck, concrete/water barriers, flaggers, uniformed police officers, orl labor in operating or maintaining lanes closures, *Salest tax will beb billeda accordingly unless at taxe exemption certificate isp provided. *Therey will bea3.5%c charge ond credit card transactions. *Quantities will be fieldr measured: and billed accordingly. *2v weeks prior notification for mobilization and material aquisitions. Sales Tax (8.25%) Total $0.00 $27,894.00 Signature Page 2 A1 Construction Services 6108 Brittmoore Rd, Houston, Texas (713)795-1819 Date 10/22/2020 Stop Bar and Crosswalk Restriping PHASE ONE City ofPiney! Point Village HDR. Job! No. 20-004 N.Plney! Point Rd.:Greenbay! St.to White PillarsLn. and! Memorial Intersection Traffic Control, complete inj place, the sum of: 2 24" wide solid white Typel I reflective pavement markers (thermoplastic) for stop bars, complete inj place, the sum of: for crosswalks, complete in place, the sum of: 4 Remove and replace thermoplastic pavement markings, ONLY, including surface preparation and priming 5 Remove and replace thermoplastic pavement markings, arrow, including surface preparation and priming 6 Remove existing 24" white striping, the sum of 7 Remove existing 12" white striping, the sum of: Item Item Description Unit Quantity LS 511 Unit Price 2800 8.4 Cost e 2,800.00 $ 4,292.40 $ 8,283.90 $ 420.00 $ 700.00 $ 1,788.50 e 2,782.50 $ 21,067.30 Cost $ 1,400.00 $ 756.00 $ 1,927.70 $ 420.00 1,563.00 6,066.70 Cost $ 1,400.00 $ 1,428.00 $ 1,354.60 3 12" wide solid white Type Ireflective pavement markers (thermoplastic) LF 1,590 5.21 1 420 2 350 EA 511 3.5 LF 1,590 1.75 Unit Quantity LS TOTAL Unit Price 1400 5.21 Hedwig Rd. Item Item Description Traffic Control, complete inj place, the sum of: for stop bars, complete in place, the sum of: for crosswalks, complete inj place, the sum of: 4 Remove existing 24" white striping, the sum of 5 Remove existing 12" white striping, the sum of: 24" wide solid white Typelreflective pavement markers (thermoplastic) LF 90 8.4 3 12" wide solid white Typelreflective pavement markers (thermoplastic) LF 370 EA 60 7 LF 300 5.21 Unit Quantity LS 1 TOTAL Unit Price 1400 8.4 Greenbay St. Item Item Description Traffic Control, complete inj place, the sum of: for stop bars, complete inj place, the sum of: 24" wide solid white Type Ir reflective pavement markers (thermoplastic) LF 170 3 12" wide solid white Type Ir reflective pavement markers (thermoplastic) LF 260 5.21 for crosswalks, complete in place, the sum of: 4 Remove existing 24" white striping, the sum of 5 Remove existing 12" white striping, the sum of: Blalock Rd.: Memorial Dr. to Taylorcrest Rd. EA 170 7 LF 260 5.21 Unit Quantity LS $ 1,190.00 $ 1,354.60 $ 6,727.20 Cost 1,400.00 $ 1,680.00 $ 3,542.80 $ 420.00 $ 350.00 $ 1,330.00 $ 1,667.20 $ 10,390.00 TOTALI Unit Price 1400 5.21 420 350 Item Item Description Traffic Control, complete inj place, the sum of: for stop bars, complete in place, the sum of: for crosswalks, complete in place, the sum of: surface preparation and priming surface preparation and priming 6 Remove existing 24" white striping, the sum of 7 Remove existing 12" white striping, the sum of: 24" wide solid white TypeIreflective pavement markers (thermoplastic) LF 200 8.4 3 12" wide solid white Type I reflective pavement markers (thermoplastic) LF 680 Remove and replace thermoplastic pavement markings, ONLY, including EA 5 Remove and replace thermoplastic pavement markings, arrow, including EA EA 190 7 LF 320 5.21 TOTAL Smithdale Item Item Description Unit Quantity LS LF 190 LF 840 EA 190 7 LF 840 5 Unit Price 1400 8.4 5.21 Cost $ 1,400.00 $ 1,596.00 $ 4,376.40 9 1,330.00 $ 4,200.00 $ 12,902.40 57,153.60 4,715.17 61,868.77 Traffic Control, completei inj place, thes sumo of 24" wides solid white" Type Ireflective pavement markers (thermoplastic) fors stop bars, complete in place, thes sum of 12" wides solid white" Type Ireflective pavement markers (thermoplastic) for crosswalks, complete inj place, the sumo of 4 Remove existing 24" white striping, thes sumo of 5 Remove existing 12" whites stnping, thes sumo of TOTAL $ $ Subtotal Sales Tax if Applicable $ Total 90 miL Ribbon/ Extruded thermo- Reflective Stripe Hog 40k PSI Removal Al work day 7am-5pm *Traffic Control includes delineators and flagmen (No arrow board or off duty police included) *Quantities are estimates only and actual field measurements will determine final payment. "Any additional items not on quote will incur additional charges. Unit costing based on all work awarded Council Agenda Item Cover Memo 10/26/2020 Date of Meeting To: Mayor and City Council Agenda Item: Discuss and take possible action on quotes for installing an additional Type A Inlet onto the existing storm sewer system at 11425 Calico Lane. SUMMARY/BACKGROUND (WHY): The City received complaints from the resident at11425 Calico lane about sheet flow crossing Calico from north to south during heavy rain events and ponding around the existing inlet in his yard. The resident requested a second inlet to be installed to increase inlet capacity. The City requested that HDR obtain quotes for installing an additional inlet in the ROW at 11425 Calico. The quotes includes the installation of one (1)Type A Inlet onto the existing 24" RCP. A summary of quotes and the quotes received are included in the agenda packet. STAFF RECOMMENDATION: ESTIMATED COST: See attached FUNDING SOURCE: City] Funds CURRENT BUDGETED ITEM: YES_NO EMERGENCY REQUEST: YES NO X PREPARED BY: Joel Moore ATTACHMENTS: Yes Summary of Quotes 11425 Calico Inlet City of Piney! Point Village HDR. Job No. 20-004 Contractor T-Construction Camino TX OnPar Civil Servies Total Quote $8,125.00 $12,300.00 $13,648.10 Represents the lowest Quote TCONSTRUCTION, L.L.C. 12605N McNairs St" * Houston, Texas7 'AHES'REKN October 22, 2020 HDR Engineering Att. Presley Lundquist 4828 Loop Central Dr. Ste 8001 Houston, TX77081 Ms. Lundquist RE: City of Piney Point Village, Installation of type AG Grate inlet TConstruction, LLCis pleased to provide a proposal for performing' 'Installation of type A Gratei inlet". The followingi isa a breakdown of cost: ITEM 1 2 4 5 DESCRIPTION Mobilization Traffic Control &b backfill concrete collar Sod restoration TOTAL BASE BID to12LF Total with supplemental items UNIT QTY UNIT PRICE EXTENDED LS 1 LS 1 EA 1 LS 1 $1,200.00 $850.00 $3,800.00 $1,100 $350.00 $825.00 $1,200.00 $850.00 $3,800.00 $1,100.00 $350.00 $7,300.00 $825.00 $8,125.00 3 Installation of Type AC Gratei inlet, including bedding EA 1 24" RCP Connection tor new Type Ai inlet with Supplemental items, if required 5 4"to 8" Yard Connection to Existing yard drain, up EA 1 This price includes Mobilization, Labor, Equipment & Material, Trench Safety and Confined Space. This Price does noti include Concrete driveway removal & replacement Asphalt Pavement removal & replacement Ifyou have any questions, please don't hesitate to contact me. Sincerely, VHow Director/Estimator Be Managing Consthuction, LLC Phone: 832)582-8420 Fax: (832)582-8421 Email: wlareronsnctonlecen Accepted By:. Date:. Title: 1of1 CAMINO SERVICES Proposal by Camino Services LLC Date of Proposal: 10/22/2020 Proposal To: CITY OF PINEY POINT To Serve: CALICO LANE A INLET_ (the "Customer") (the "Site") Acceptance: The Customer may accept this Proposal either by a) signing where indicated or b) asking the Company to begin work. In the event ofe either form of acceptance, this Proposal willl become the contract between the Customer and the Company (the "Agreement"). This Proposal is valid for 120 days after the Date of Proposal above, but may, at the Company's: sole option, be Scope: The Company will provide consultative, construction, and/or field: services regarding the Customer's construction project, construction punch list, or other infrastructure rehabilitation project (collectively, the "Project"). The parties agree that these services are labor and materials on behalf oft the Customer andi may or may not occur during the construction phase. In addition, the Prepare, modify, and/or maintain the Customer's construction documents including plans, specifications, certificates, or other Providei inspections, testing, walk-throughs, and/or records concerning the Company's observations of site conditions; Construct amenities, structures, appurtenances, water quality features, drainage features, or concrete paving; Recommend best management practices for the Customer's use and implementation. Thes scope of work performed by the Companyi is referred to as the "Work." Uponi installation, any materials shall become the Customer's property. withdrawn or revised at anyt time before acceptance by the Customer. Company may: Facilitate the Customer's obtaining permit authorization to perform the Project; documents required byt the Customer's! Project (collectively, the' "Construction Documents"); Provide debris removal, grading, or other handwork; Provide training, educational material, public notices, or consultation; or Item Description Quantity Unit 1.000 EA 1.000 EA 1.000 EA 1.000 EA Unit Price $950.00 $8,750.00 $1,850.00 $750.00 BidTotal Total $950.00 $8,750.00 $1,850.00 $750.00 $12,300.00 10 MOBILIZATION 20 TYPE Al INLET 30 TIE INI INLET 40 TRENCH SAFETY Schedule: The Company may provide schedules suggesting when Work may! be donei int thef future and/or a general plan for frequency of work. Customer understands that schedules are: subject to change, based on weather and other factors. Customer agrees to make no claim against the Company for work not being performed according to any schedule. Pricing of Services: The Company has offered pricing at rates ass shown int this Agreement for thei items of work that are agreed to be performed. This pricingi is shown with subtotals based on estimated quantities for the Customer'si information. However, the Company willi invoice and the Customer will pay the unit prices for Work based on actual quantities performed.. All: services and materials will be charged sales tax unless a valid Texas Sales and Use Tax Resale Certificate/Fxemption Certificate is furnished. Changes: This is a unit price contract: andi includes only items for whicht the Company and the Customer have agreed on the work described int the agreed linei items. No claim shall be made against the Companyf for any variance between estimated quantities and the quantities actually requested or performed under the Agreement. The parties anticipate that thea actual Work will involve 02018 Camino Services, LLC Page 1of4 performance of quantities that may differ from the estimated quantities, and the Customer will payf for actual quantities performed andi invoiced as part of this Agreement. Work for which therei is no linei itemi is not int the: scope of the Agreement, and will be added tot this Agreement onlyi ift the Company and the Customer agreei in writing ont the: scope and price of that additional work and the The Customer's Responsibility: The Company cannot guarantee, assure, nor warrant the Customer's compliance withi its permit authorization to perform the Project nori its compliance with Local, State, and/or Federal requirements. The Companyi is only advising the Customer on the site conditions andi requirements, and the Customer has primary responsibility to perform the work recommended by the Company ands statedi int the permit authorization to perform the Project. The Customer therefore agrees that Customer's performance of certain worki is a condition precedent to the Company's obligation and/or ability to perform work, and Customer indicatesi its agreement bys signature or other express agreement. further agrees that Customer willy perform at least thet following work: Obtain permit authorization to perform the Project; Maintain and enforce good housekeeping practices; Maintain ande enforce the best management practices described in the Customer's permit authorization tot the maximum extent practicable, including routine maintenance and/or repair/replacement of pollution prevention devices ore erosion and Manage the Customer's contractors, sub-contractors and: suppliers at every tier, and all other visitors and deliveries to thes site Notify the Company of the start and completion of any construction, the termination of any permit authorization, the transfer ofa any parcels, ofl lot take- down: schedules, or of anyt transfer of operational control to another operator or operators; Notify the Company of anyr responsibilities assigned to other agents, designers, consultants, trades, contractors, subcontractors Implement best management practices as the Company recommends and/or suggests to ther maximum extent practicable; and Comply promptly with the requirements of any permit authorization to perform the Project and with the requirements of Local, Term: The Agreement will continue as long as the Customer requests services from the Company. However, when the Customer accepts a project as completed, the Company will cease service in that area and will nol longer be responsible for providing services Termination: Either party mayt terminate this agreement upon 7 days written notice tot the other. Ift the Customer terminates the Agreement, the Company willi immediately be due payment for services performed up to and resulting from termination, including demobilization, and after the date of termination, the Company will not be responsible for maintenance or storage of any records of services performed during this Agreement. Ifthe Company terminates the agreement, the Company willi immediately be due payment for services performed up to termination, and after the date of termination, the Company will not be responsible for Invoicing: The Company willi invoice byt the end of each month for services performed, based on actual quantities of the' Work Payment: Payment is due ini full upon receipt, without retainage or withholding. Amounts unpaid after 180 days willl bear interest The Company Rights Upon Non-Payment: If payment is not received timely, the Company may, at its sole discretion, suspend any or all work for the Customer. In addition, the Company willl be under no obligation tor maintain records thati it has kept for the Customer on anyj job for which payment isl late. NOTWITHSTANDING, ANYTHING ELSE IN THIS DOCUMENT, CUSTOMER. AGREES TO INDEMNIFY THE COMPANY FOR ANY DAMAGES INCURRED BY CUSTOMER. ARISING OUT OF OR RELATED TO OR RESULTING FROM RECORDS THAT THE COMPANY DOES NOT MAINTAIN WHILE CUSTOMER'S. ACCOUNT IS DELINQUENT. sedimentation controls; tor make sure they are maintaining best management practices; and/or suppliers ata any tier; Provide access to the areasi in which the Company will provide services; Allow periodici inspections by the Company by any reasonable means, technology, or methodology; State, and Federal authorities. for that area. maintenance or storage of any records ofs services performed during this Agreement. performed. froms seven days after thei invoice date at 1 5%i interest per month. 02018 Camino Services, LLC Page2of4 Limitation of Responsibility, /Liability: The Company willl be responsible for damages incurred by the Customer only toi the extent that such damages are directly caused by the Company' actions or omissions. The Customer agrees that the Company is not liable fort the Customer's failure to perform the Cistomefsreponsbiites under this agreement, including following the recommendations. ands suggestions oft the Company and maintaining best management practices. The Customer agrees that the Company's total liability for anyy year of services provided under this Agreement for this Project will not exceed! 50% oft the amount billed tot the Customer for this Project during that year. Under no circumstances willt the Company bel liable for damages due toi the Customer'sf failure to perform any ofi its responsibilities outlined above, or damages caused by the actions ori inactions of any of the Customer's employees, agents, designers, consultants, trades, contractors, subcontractors: and/or suppliers at anyt tier. Waiver of Consequential Damages: The Company and the Customer waive any and all claims against each other for consequential Damages incurred byt the Owner for rental expenses, for losses of use, income, profit, financing, business and reputation, and Damagesi incurred byt the Company for principal office expenses including the compensation ofp personnel stationed there, for losses of financing, business and reputation, and for loss of profit except anticipated profit arising directly from the Work. Assurance: The Customer agrees that, both at thel beginning of thej job and any othert time at which the Company may request, the Customer will provide the Company assurance of the Customer's ability to payf for the Work, as well as a)i if thisi isa ap private project, the information described in subparagraphs 1-50 of1 Texas Business & Commerce Code Section 56.054 (d), or b)ifthisi isa a public projects, thei information described in subparagraphs: 1-3 of Texas Business & Commerce Code Section 56.054 (e). Limited Warranty: The Company willp perform the Work in a manner consistent with the standard of care expected ofa company performing such services int this geographical area at this time under these circumstances. The Company provides no other Disputes: The parties will attempt to resolve any disputes arising out of or relating to this Proposal or the resulting Agreement and/or the Work by a) direct discussions between the parties, followed by b) mediation. If disputes remain unresolved after mediation, they willl be resolved by arbitration, with the award of the arbitrator(s) binding pursuant to Texas Civil Practices and remedies Code Ch. 171. Mediation: and/or arbitration willl be conducted by the American Arbitration. Association ("AAA") under their Insurance: The Company will carryi its standard insurance, including general liability, autol liability, workers' compensation, and No Third Party Beneficiary: Notwithstanding any provision of the Agreement, no other person ore entity! besides the Company and the Customer, whether or not mentioned int this Agreement ori int the Work, isi intended tol be or willl be considered tol be a third MUTUAL INDEMNITY:THE COMPANY AND1 THE CUSTOMER AGREE THAT EACH WILL DEFEND, INDEMNIFY, ANDI HOLDI HARMLESS THE OTHER FROM AND AGAINST ANY AND ALL CLAIMS, DEMANDS, LOSSES, DAMAGES, CAUSES OF ACTION, SUITS, AND LIABILITIES, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEYS FEES, OF EVERY KIND OR CHARACTER ("CLAIMS"), TO THE EXTENT THAT SUCH CLAIMS ARISE FROM DAMAGES CAUSED BY A) THEI INDEMNIFYING PARTY, B) ANY OF1 THE INDEMNIFYING PARTY'S EMPLOYEES, REPRESENTATIVES, DESIGNERS, SUBCONTRACTORS, AND/OR SUPPLIERS AT ANY TIER, THESE DUTIES EXTEND TO CLAIMS INCLUDING THOSE ARISING FROM PERSONAL INJURY, INCLUDING DEATH, EMOTIONAL THESE DUTIES EXTEND TO ALL CLAIMS THAT ARE BASED ON, IN CONNECTION WITH, RELATING TO,OR ARISING OUT OF WORK damages arising out of or relating to this Agreement. This mutual waiveri includes: for loss of management or employee productivity or of the services ofs such persons; and warranties, andt the Customer agrees that all other warranties, express ori implied, are excluded. Construction Industry Rulesi in effect at thet time that the dispute ist firsts submitted tot the AAA. professional liability coverage. party beneficiary of or entitled to assert any rights under this Agreement. AND/OR C) ANY OTHER PARTY FORI WHOM THE INDEMNIFYING PARTY IS RESPONSIBLE. DISTRESS, REAL ANDI PERSONAL PROPERTY DAMAGE, AND ECONOMICLOSS. AND/OR THE AGREEMENT. 02018 Camino Services, LLC Page3of4 THESE DUTIES ARE NOTI LIMITED BY OR1 TO THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITSPAYABLE BY OR FOR ANY PARTY UNDER WORKERS COMPENSATION, ACTS, DISABILITY BENEFIT ACTS OR OTHER EMPLOYEE BENEFIT ACTS. (the "Customer") Camino ServicesLLC (the "Company") [signature] [printed name) [title) (signature] [printed name] [title] 02018 Camino Services, 46130 Hollister Street Houston, Texas 77066 (281)357-5020 Fax: (281)587-5999 Page 4of4 www.aminosertescom Lundquist, Presley From: Sent: To: Cc: Subject: Rogelio Munoz bidonpar@gmail.com> Thursday, October 22, 2020 12:08P PM Lundquist, Presley Moore, Joseph; Rosie Troy Re: Quote Request - Piney Point Village Calico Inlet CAUTION: [EXTERNAL] This email originated from outside of the organization. Do not click links or open attachments Below is a quote for installing an inlet on an existing drainage system on Calico Lane and rehabilitation oft the unless you recognize the sender and know the content is safe. area. Ifa dog house inlet is approved, we lower pricing by $1,500. $13,648.10 On Wed, Oct 21, 2020 at 10:54 AM: Lundquist, Presley Presley.Lundquist@hdrinc.com> wrote: Rogelio, The City ofl Piney Point Village has requested that we solicit quotes for installing an inlet on an existing drainage system on Calico Lane. The attached files include aj plan & profile sheet, a detail and a location exhibit. If you are interested, please provide your quote by COB on' Thursday, October 22nd sO we can include it on the agenda for the upcoming City Council Meeting on Monday. Please contact us if you have any questions about the work. Ifyou are not interested in the work, please reply back to this email indicating as such. Thanks, Presley Lundquist, E.IT. HDR 4828 Loop Central Drive, Ste. 800 Houston, TX77081 Council Agenda Item Cover Memo 10/26/2020 Date of] Meeting To: Mayor and City Council Agenda Item: Discuss and take possible action on quotes for replacing and improving the guardrail on South Piney Point Road south of Memorial. SUMMARY/BACKGROUND (WHY): The City requested that HDR obtain quotes for repairing and improving the guardrail at South Piney Point Road south of Memorial to increase visibility and motorist safety. Attached are quotes received from Contractors to repair the existing guardrail, extend the guardrail an additional 80-feet north, installation of reflector delineators on the guardrail, installation of two chevron arrow signs behind the guardrail to call attention to the left turn, and installation ofa a left turn warning and speed reduction sign in the median just south of Memorial Drive. A summary of quotes and the quotes received are included in the agenda packet. STAFF RECOMMENDATION: ESTIMATED COST: FUNDING SOURCE: City Funds CURRENT BUDGETED ITEM: YES_NO_ EMERGENCY REQUEST: YES NO X PREPARED BY: Joel Moore ATTACHMENTS: Yes MemorialDr MemoraDr MemenalDr MemorialDr MemorialDr Proposed left turn left tur warning sign (W1-2L)with MemorialD 25MPH speed! limit sign (W13-1P) with powder coated pole and sign back MemorialDr Proposed two (2) W1-8L at2 20-foot spacing with powder coated pole and sign back Proposed traffic delineators (white) attached to back of guardrail at 10-ft spacing Install 80LFof guardrail with reflectors per attached detail Remove and replace 100LF of damaged guardrail with 100LFof guardrail with reflectors a bing E2, 02235AFst Cayyiiose 2DF B! 4 websm.9sE CITY OF PINEY POINT' VILLAGE, TEXAS SOUTH PINEY POINT ROAD GUARDI RAIL IMPROVEMENTS Summary of Quotes SPPR Guardrail Repairs and improvements City of Piney Point Village HDR. Job No. 20-004 Contractor ISIC Contracting, Inc. Southwest Road & Safety OnPar Civil Servies Total Quote $12,695.00 $18,300.00 $19,430.00 Represents the lowest Quote South Piney Point Road Guardrail Repair & Upgrade Quote Request City of Piney Point Village Job! No. 20-004 CONTRACTOR: Item Item Description Unit Quantity LF 100 LF 80 Unit Price 54 Jy 1 675 8 25 2 675 1 750 Cost 5400 4320 673 200 /330 739 72695. 1 Remove and replace damaged guardrail per detail sheet, complete in place the sum of: 2 Install guardrail per detail sheet, complete in place thes sum of: Furnish and Install left turn warning sign (MUTCD W1-2L) with 25MPH speedl limit sign (MUTCD W13-1P) 3 with Hunter Green (3.2 mil.) with powder coated back; sign polest that are powder coated (3.2 mils) with Tiger Drylac series 38 super durable powder, semi-gloss finish or approved equal; complete in place the EA 4 Install traffic delineators (white) behind northernmost: 80-ft of guardr rails at 10-ft spacing, complete in Install left pointing chevron signs (MUTCD W1-8L) behind guardrail with Hunter Green (3.2r mil.) with 5 powder coated back; sign polest that are powder coated (3.2 mils) with Tiger Drylacs series 38 super durable powder, semi-gloss finish or approved equal; complete inp place the sum of: 6 Traffic control per TXMUTCD requirements, complete inp place, the sum of: sum of: place, the sum of: EA EA LS TOTAL: ISI CONTRACTING, INC. South Piney Point Road Guardrail Repair & Upgrade Quote Request City of Piney Point Village Job! No. 20-004 CONTRACTOR ltem 2 Unit Quantity LF 100 LF 80 Unit Price 70 Cost 4560 De 4320. wo ttem Description 1 Remove and replace damaged guardrail per detail sheet complete in place the sum of: Install Furnish guardrail and Install left tum waming sign (MUTCD W1-21) with 25MPH speed limit sign (MUTCD W13-1P) with Hunter Green (3.2 mil) with powder coated backçs sign poles that are powder coated (3.2r mils) with EA 3 Tiger Drylacs series 38 super durable powder, semi-gloss finish or approved equal; complete in place the Anstali traffic delineators (white) behind northemmost: 80-ft of guard rails at 10-ft spacing. complete in EA nstal leftp pointing chevron signs (MUTCD W1-8) behind guardrail with Hunter Green (3.2 mil.) with 5 powder coated back; sign polest that are powder coated (3.2 mils) with Tiger Drylacs series 38 super finish semi-gloss or approved equat Traftic control per MMUTODI requirements, complete in place, thes sum of: per detail sheet, complete in place the sum of: 1 550.00 8 50.00 EA 2 5000 LS 3,500 TOTAL: 55003 400.00 4/00 3500 14,4302. € sum af: the sums of: place. durable pouder, the sum of: completei in place ROAD8 &SAFETY QUOTE To: Attn.: C.S.J. No.: LOC1 County: Harris Hwy: Estimating Department Project: City of Piney Point' Village Repair MBGF Date: Bid Date: Page: 10/21/2020 10/21/2020 1of1 South Piney Point Drive The following is our quote to Remove, Furnish andi install 1 Each Single Guardrail Terminal, MBGF and 1(One) Each DAT needed to Repair MBGF on South Piney Point between Memorial Drive and' Tiny Trail on South Bound Side of Roadway. Item No. Description Unit Quantity Unit Price LF 100.00 $ 25.00 $ 2,500.00 Total 1 Remov and Replace damaged MBGF per detail sheet, 2 Install guardrail per detail sheet, complete in place the sum of 4 Install Traffic Delinators (white) behind northernmost 80-ft of GUARD rail at 10-ft spacing, complete in place, the sum of 6 Traffic control per TXMUTCD Req, complete in place the sum of Complete inp place the sum of. Includes Single Guardrail Terminal 2A Downstream Anchor System LF EA EA LS LS 80.00 $ 100.00 $ 8,000.00 1.00 $ 3,200.00 $ 3,200.00 1.00 $ 2,500.00 $ 2,500.00 1.00 $ 1,500.00 $ 1,500.00 8.00 $ 75.00 $ 600.00 05006 6001 MOBILIZATION TOTAL -> $ 18,300.00 NOTES: - Pricesf for signs, guardrail &t transitions dor noti include concrete mow strip, curbing org grouting oft block-outsi ifr required. Pricingo does notii include embankmentbacki! needed for concrete mow: strips nort ther removal ofe exisitng mows strips. = Pricing does noti include installation of concretelasphait: mow strips Pricingo does notii include removal ofa any debris, vegetation ore excavationi forp placement for Bid Items Quoted. Pricingo does noti include maintenance orr repair afteri initiali installation. Due tos steeli industry, guardrail pricingi is onlyf firm fort thirty (30) daysf from date ofc quote. Quantities aree estimates only. Actual Field Measurements will determinet final payment Abovey pricingi includes shoulder closures fort traffic control, ifrequired. Flagging: and Lane closures, if required, tob bef furnished by others. Pricingo does noti includei impacta attenuator truck, rumble strips orF Police Officers fort traffic control, ifrequired. Pricingo does noti include Sales Tax. Exclusions: Bond, Assoc. Dues, Engineering & Surveying P.0.BOX5 S8BI,MOUSTON.TA723S IPH:2 281.291.8602 IFAX:281.47429831 V WWW.SOUTHWESTROADASAFET/.COM ATXDOT REGISTERED "SBE" FIRMY VN1 12413 I METRO CERTIFICATION #010701392 Council Agenda Item Cover Memo 10/26/2020 Date of Meeting To: Mayor and City Council Agenda Item: Discuss and take possible action on the award of the 2020 Paving Improvements Project to the low bid submit by AAA Asphalt Paving, Inc. bids received. AAA. Asphalt submit the low bid. STAFF RECOMMENDATION: SUMMARY/BACKGROUND (WHY): The City received bids for the 2020 Paving Improvements Project. Attached is the Letter ofRecommendation including Bid' Tabulation ofall ESTIMATED COST: See Attached FUNDINGI SOURCE: City Funds CURRENT BUDGETED ITEM: YES X_NO_ EMERGENCY REQUEST: YES NO X PREPARED BY: Joe Moore ATTACHMENTS: Yes LETTER OF RECOMMENDATION FOR 2020 Paving Improvements Project Nelcome to City of Piney Point Village Est. 1954 CITY OF PINEY POINT VILLAGE, TEXAS OCTOBER 22, 2020 HDR Project No. 20-035 V JOSEPHE. MOORE 119103 HR HDR E ENGINEERING, INC. 4828 LOOP CENTRAL DRIVE, SUITE 800 HOUSTON, TEXAS 77081 (713)622-9264 October21,2020 Mayor and City Council Members City ofl Piney Point Village, Texas 7676 Woodway, Suite 300 Houston, Texas 77063 Re: 2020 Paving Improvements Project City of Piney Point Village, Texas HDR Jobl No. 20-035 Dear Mayor and City Council Members: On October 15, 2020 four (4) bids were received on the above referenced project. 1. Bid Tabulation Sheet - four (4) construction firms participated in the bidding process. Each bid was checked for mathematical errors and/or bid irregularities. Appropriate corrections to the errors were made and included in the attached bid tabulations. The errors did not affect the order oft the bids. The bids for the total project are as follows: Contractor Total Bid $282,355.00 $307,860.63 $348,038.00 $367,337.50 AAA Asphalt Paving, Inc. T-Construction, LLC Craig & Heidt, Inc. MC2 Mainlane Industries, Ltd. 2. 3. References-AAA Asphalt Paving, Inc. provided a list ofreferences on projects they previously Telephone Conversations with References - Three (3) references were contacted by telephone and were asked to respond to a questionnaire. Generally, the references indicated that they were impressed with the work AAA Asphalt Paving, Inc. had performed and would use them again performed as general contractors. Please see Section 2 ofthis report. in the future. Please see Section 3 oft this report. AAA Asphalt Paving, Inc. is a company with experience in projects of this nature. For these reasons listed above, we. recommend that the City ofPiney Point Village award the 2020 Paving Improvements Project for a total bid ofTwo Hundred Eighty Two Thousand, Three Hundred Fifty Five dollars and Zero cents ($282,355.00) to. AAA Asphalt Paving, Inc. Ifyoul have any questions, please feel free to contact us. Sincerely, HDR Engineering, Inc. Eh Joseph Moore, P.E., CFM City Engineer SECTION 1 BidTabulation 2020Paving! Improvements! Project October 2020 Low Bidder AAA Asphalt ITEMI NO. Pavingltems: T-Construction Craigs Heidt, Inc. MC2Mainlane ITEM DESCRIPTION UNIT QUANTITY UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 18.00 - 91,260.00 20.00 * 101,400.00 $ 22,00 111,540,00 20,00 101,400.00 -Milingo disposal, ofexisitng completei inp asphalt place. pavement, the sumo of: including hauling andp proper SY. 5,070 5.25 $ 26,617,50 6.50 $ 32.955.00 5.00 s 25,350.00 8.00 $ 2 3"TypeD DHMAC overlay placedi in1 1.5"lifts, inplace, thes sum 3 Prime Coat, completei inp place. the sumot: 2"TypeD DHMAC overlay fora asphalt pointr repairs, completei in place, Remove andd dispose ofexisting asphalp pavement andb baser material, complete inp place, the sum of: Remove andr reset exsting woodeng pedestrian bridge, completein place, thes 24" wides solidy white Typel Ireflective pavementr markers (thermoplastic), complete inp place, the sumo of: 12 wides solidy white" Typel Ireflective pavementr markers (thermoplastic), completei inplace, the sumot: 10 4" wides solid whitel Typel Ireflective pavementr markers (thermoplastic), completei inp place, the sumo of: 11 wides solidy yellow Typel Ireflective pavement markers (thermoplastic), completei inp place, the sumo of: 12 (hermoplastic). 18" whitey yield triangle completei Type ing placet Ireflective the sumot: markers 13 MUTCDF R6-2R Onev Way' trafics signi includingh hardware, foundation, andg galvanized pole, complete inp place, the sum of: 14 Traffic control and regulation, complete inplace, thes sumof: LS. 15 Storm Water PollutionF Prevention Plan, complete inplace. the sumot: LS. Tree Protection! tems: 16 Clearancep prune, complete inplace, thes sumo ot: Rootp pruning trench, complete inp place, the sumot: 18 Tree protectionf fence, complete inplace. thes sumot. tems: 20 Bank sand, complete inp place. thes sumof. AddA Aitemate 21 Regrade existing ditch, complete inp place, the sumot. 22 2"1 TypeDHMAC overlay, complete inp place, thes sumo of: 24 Cement Stabilized Sand. completei inp place, thes sumo of: 25 Prime Coat, completei place, the sumo of: S.Y. 5,070 7,150,00 2.00 4,400.00 3.00 6,600.00 16,50 S 8,662.50 18.00 9,450.00 22.00 11,550.00 50.00 26.250,00 S.Y. 525 14.25 10,331.25 $ 11,600.00 $ SY. 725 16.00 55.00 39,875.00 25.00 18,125.00 $ 1,500.00 1,500.00 S EA. 13.00 $ 455.00 46.00 $ 31.00 LF. 35 1,610.00 1,085.00 15.00 525.00 6,50 $ 1,007,50 22,00 $ LF. 155 3,410.00 8.00 1,240.00 6.00 930.00 1.50 S 750.00 $ $ $ LF. s00 7.00 3,500.00 2.00 1,000.00 2.00 $ 1,000.00 1,230.00 $ $ LF. 820 1.50 7.00 5,740.00 2.00 1,640.00 2.00 1,640.00 EA. 25 65.00 350.00 1,400.00 500.00 $ EA. 2,000.00 507.00 2,028.00 198,513.75 238,490.00 13,700.00 25,500.00 22,700.00 15,620.00 GAL 2,200s 2.50 $ 5,500.00 3.25 TypeAHMACI Black Base, completei inp place, thes sumot: S.Y. 725s 43.00 $ 31,175.00 45.00 $ 32,625.00 s 77.00 $ 55,825.00 s 70.00 $ 50.750.00 4,500.00 $ 4,500.00 1,620.00 1,620.00 2,500.00 2,500.00 1,625.00 70,00 $ 1,750.00 * 86.00 $ 2,150.00 $ 60,00 1,500.00 400.00 1,600.00 276,380.00 14,500.00 38,000.00 $ 9,500.00 $ 9.500.00 s 18,000,00 18,000.00 s 7,705.00 7,705.00 $ 15,000.00 15,000.00 $ 7,500.00 $ 7,500.00 2,800.00 $ 2,800.00 $ 3,810.00 3,810.00 10,000.00 10,000.00 EA. 40 $ 150.00 6.000.00 370.00 14,800.00 $ 130.00 5,200.00 s 250,00 10,000.00 LF. 100 25.00 2,500.00 27.00 2.700.00 35.00 3,500.00 25.00 2.500.00 LF. 400 13.00 5,200.00 20.00s 8,000.00 6.00 2,400.00s 5.00 2,000.00 C.Y. 40 30.00s 1,200.00s 53.00s 2,120.00s 110.00 4.400.00s 75.00 3,000.00 LF. 675 a 30.00s 20,250.00 s 14.00s 9,450.00 s 10.00 $ 6,750.00 $ 16.00 10,800.00 S.Y. 120 43.00s 5,160.00 $ 46.00 5,520.00 s 17.00 2,040.00 s 50.00s 6,000.00 CY. 90 135.00s 12.150.00 29.00 2,610.00s 103.00 9,270.00s 100.00 9,000.00 Total Paving! Items: TotalT Tree Protection! items: Total Supplemental ltems: 270,818.00 11,100.00 35,400.00 19 B"TypeA AHMACE BlackE Base, complete inp place. thes sumo of S.Y. 500 43.00s 21,500.00_ 27.00 13,500,00 $ 62.00 31,000.00s 70.00s 35,000.00 23 81 TypeAHMACE BlackE Base, complete inp place, thes sum of: S.Y. 150 65.00s 9,750.00s 70.00s 10,500.00 4 83.00s 12,450.00s 70.00s 10,500.00 GAL 52.5 2.50 131.25_s 3.25 s 170.63 S 4.00 $ 210.00 3.00 157.50 Add Alternate tems: 47/1.25 198,513.75 $ 13,700.00 $ 22,700.00 $ 47,41.25 282,356.00 s 28,250.63 $ 238,490.00 $ 25,500,00 $ 15,620.00 $ 28,250,63 307,860.63 30,720.00 270,818.00 11,100.00 35,400.00 30,720.00 348,038.00 36,457.50 278,380.00 14,500,00 38,000.00 36,457.50 $ 387,337.50 TotalPaving! Bid: TotalT TreeP Protection! Items: Totals Supplemental! Items: AddA Alternate! Items: TOTAL BIDA AMOUNT: Represents Error Corrected byE Engineer HDRJObNo. 20-035 SECTION 2 AAA Asphalt Paving, Inc. 19155 Circle Lake Dr Pinehurst, TX 77362 Ph: 713-896-7373 REFERENCES Harris County 1001 Preston St. Houston, TX 77001 Julia Bond 713-274-1564 ula.Bond@eng.hct-net Port ofHouston Authority 111 East Loop North Houston, TX 77029 Pedro Gonzales 713-670-2400 gonzales@pona.com Brock Lewis 713-670-2400 blewis@poha.com City ofl Hedwig Village 955 Piney Point Road Houston, TX 77024 Project Mgmt. 713-765-6009 Claunch & Miller 4635 SW Freeway Ste. 1000 Houston, TX 77027 Terry Maher 713-622-9264 Teny.maher@hatinc.com City of Bunker Hill Village 11977 Memorial Dr. Houston, TX 77024 Steve Smith 713-467-9762 smith@bunkerhil.net (713)896-7373 Phone * (713) 896-8889 Fax www.aam-asphalk.om Port Freeport 1100 Cherry St Freeport, TX 77541 Cecil Booth 979-233-2667 boolh@poartfieport.com Statewide Traffic Signals 1509 W. 34th St. Houston, TX 77018 Frank Spanos 713-680-2875 spanos/@statewide-traffic.com City ofl Huntsville 448 SH 75 North Huntsville, TX 77320 Billie Smith 936-291-5495 smith@hunsyletgoy City ofLeague City 500 W. Walker St. League City, TX77573 Candace Blalock 281-554-1077 micBidsssclyan City of Pearland 3519 Liberty Dr. Pearland, TX 77581 Tim Ford 281-652-1747 lFord@pearandtx.gov Additional references available upon request. AAA Asphalt Paving, Inc. 10526' Tanner Road, Houston, Texas' 77041 *( (713)8 86/373P0135.856589 AAA Asphalt Paving, Inc. Job History 2016-2018 AAA Project No. 1412 Name: 80 Acres of Stabilization Contract Amount: $1,221,578.00 Start Date: January 2016 Completion Date: December 2017 Owner Reference Contact: Ritchie Bros. ameletphoneAddress: Tim Kander A/E Reference Contact: N/A ameletpnoneAddress: 1-778-331-5478 AAA Project No. 1000 Name: Liberty Rd Contract Amount: $1,178,340.00 Start Date: November 2016 Completion Date: March 2017 Owner Reference Contact: Sadamichi7 ame/lelepmone/Adires: Samantha Schaub A/E Reference Contact: NIA ame/leeprome/Adress 713-817-4387 AAA Project No. 1226 Name: Parking Lot Contract Amount: $2,199,566.01 Start Date: November 2016 Completion Date: January 2017 Owner Reference Contact: Mustang Caterpillar ame/lelepmone/Adres: Brad Gay A/E Reference Contact: NIA ame/elepmone/Adres: 979-836-4477 AAA Project No. 1369 Name: BNSF RRI Repairs Contract Amount: $448,885.00 Start Date: February 2016 Completion Date: January 2017 Owner Reference Contact: LJA Engineering ame/felepnone/Adres: Mike Mize A/E Reference Contact: N/A ame/reepnon/Adres: 713-358-8801 AAA Project No. 1154 Name: Parking Lot Repairs Contract Amount: $1,665,313.27 Start Date: June 2015 AAA. Asphalt Paving, Inc. Job History 2016-2018 Completion Date: November 2016 Owner Reference Contact: Schneider International ame/leeprone/Address Peter Broussard A/E Reference Contact: N/A ame/tetpnone/Adres: 920-338-9720 AAAI Project No. 1410 Contract Amount: $420,897.00 Start Date: October 2017 Completion Date: November 2017 Owner Reference Contact: HOA Point Aquarius ame/eepmome/Adress Ken Kubecka A/EReference Contact: NIA amelciepnoneAddress: 936-890-8222 Name: Concrete and Asphalt Reconstruction AAA Project No. 1047 Name: Parking Lot Contract Amount: $6,622,490.00 Start Date: June 2013 Completion Date: February 2015 Owner Reference Contact: Polivka International ame/felepmone/Adres: A/E Reference Contact: N/A ame/felepmome/Adres: 330-369-4600 AAA Project No. 1386 Name: Parking Lot Repairs Contract Amount: $1,160,154.00 Start Date: November 2009 Completion Date: May 2017 Owner Reference Contact: Drill Quip ame/felepmone/Adres: Jack Hartung A/E Reference Contact: N/A ame/elepmone/Adres: 713-939-7711 AAA Project No. 1265 Start Date: July2015 Completion Date: November 2016 Owner Reference Contact: Port Freeport ameletpmoneAtdress: Cecil Booth A/E Reference Contact: NIA Name: North Parcel 19 Development AAA Asphalt Paving, Inc. Job History 2016-2018 ameletepnoneAddress: 979-233-2667 AAA Project No.: 1210 Contract Amount: $5,310,978.86 Start Date: October 2014 Completion Date: August 2016 Owner Reference Contact: Port Freeport ameletpmoneddress: Cecil Booth A/E Reference Contact: nla ameletpnoneAddress: 979-233-2667 Name: Parcel 25, Drainage & Electrical Repair AAA Project No. 1021 Contract Amount: $411,000.00 Start Date: March 2013 Completion Date: Feb. 2014 Owner Reference Contact: City of Dickinson ameetepnoneAddress: n/a A/E Reference Contact: IDS Engineering Name/relephonel/Address: Richard Fuller 713-462-3178 Name: Dickinson Street Rehabilitation 13430 Northwest Freeway Houston, TX77040 AAA Project No.: 1138 Contract Amount: $206,005.00 Start Date: May 2014 Completion Date: August 2014 Name: UofH-P Parking Lot Repairs Owner Reference Contact: UofH ameletpnoneAddress: 4800 Calhoun Rd. A/E Reference Contact: n/a Name/relephone/Address: nla Houston, TX 77204 AAA Project No. 1121 Contract. Amount: $2,026,402.08 Start Date: March 2014 Completion Date: July 2015 Owner Reference Contact: City of Piney Point Name: Hedwig Roadway improvements clo HDR Engineering AAA Asphalt Paving, Inc. Job History 2016-2018 4635 Southwest Freeway Houston, TX77027 NameftetaphoneAddres: 713-622-9264 A/E Reference Contact: n/a amelelePnoneddress: nla AAA Project No. 1185 Contract Amount: $2,063,404.48 Start Date: September 2014 Completion Date: October 2015 Owner Reference Contact: City of Bunker Hill ameletpnoneddress: Steve Smith 713-467-9762 Name: Eastside Drainage improvements 11977 Memorial Dr. Houston, TX 77024 A/E Reference Contact: n/a ameleePnoneddress: nla AAA Project No.: 1296 Contract Amount: $404,124.12 Start Date: January 2016 Completion Date: March 2016 Owner Reference Contact: City of Pearland AameretphoneAddress: Mike Leech 281-652-1914 Name: Road Improvements Orange Street 3501 East Orange St. Pearland, TX 77581 A/E Reference Contact: nla Name/relephone/Address: n/a AAA Project No. 1251 Contract Amount: $3,393,609.33 Start Date: October 2015 Completion Date: June 2016 Owner Reference Contact: Harris County ameletepnoneAldres: Julia Bond 281-309-4491 A/E Reference Contact: nla amertelepnonAldress n/a Name: Road Improvement for Cloverleaf Ph. II 1310 Prairie St. Houston, TX 77002 SECTION 3 REFERENCE: Sadamichi7 PROJECT: Liberty Rd TELEPHONE NO.: 713-817-4387 CONTACT: Samantha Schaub QUESTIONS 1. How did AAA Asphalt Paving.perform for you on previous "9 because there'salways room for improvement" 2. Were you satisfied with their performance? projects? (On a scale of1 1-10) ANSWER: "absolutely" ANSWER: 10 (Scale of 1-10) 3. How would you rate the quality of their work? (On a scale of 1-10) 4. How would you rate their ability to coordinate the work with neighboring property owners? ANSWER: "10 there were no issues." 5. 6. 7. 8. Did they have any problems with any. jobs? Ifso, what was the nature oft the problem? ANSWER: "No, issues with the job or neighbors" Were they able to complete projects within the time allotted? Ifn not, what was the reason? How would you rate their ability to cooperate with a client? (On a scale of1-10) ANSWER: "10, they coordinated well with the neighbors as well" Would you like to have them perform aj job for you again? ANSWER: Yes ANSWER-"absolutely" REFERENCE: HOA Point Aquarius PROJECT: Concrete and Asphalt Reconstruction- TELEPHONE NO.: 936-890-8222 CONTACT: Ken Kubecka QUESTIONS 1. How did AAA Asphalt Pavingperform for you on previous projects? (On a scale of 1-10) 9.5 2. 3. Were you satisfied with their performance? ANSWER: Yes ANSWER: 10 (Scale of 1-10) How would you rate the quality of their work? (On a scale of 1-10) 4. How would you rate their ability to coordinate the work with neighboring property owners? ANSWER: "Yes, they spoke with neighbors ifany cars were needing to be moved and Did they have any problems with anyj jobs? Ifso, what was the nature oft the problem? ANSWER: "Minor things like the speed bumps, but they worked well on correcting the Were they able to complete projects within the time allotted? Ifnot, what was the reason? coordinate with them as well" 5. cosmetic issues" 6. 7. 8. ANSWER: Yes How would you rate their ability to cooperate with a client? (On a scale of 1-10) ANSWER: "Yes" ANSWER: Yes Would you like to have them perform aj job for you again? REFERENCE: City of Dickinson PROJECT: Dickinson Street Rehabilitation TELEPHONE NO.: CONTACT: Travis Sellers 832-590-7196 QUESTIONS 1. How did AAA Asphalt Paving perform for you on previous projects? (On as scale of1-10) "They were great workers, they worked very well with the residents" 2. 3. 4. Were you satisfied with their performance? ANSWER: 10 How would you rate the quality of their work? (On a scale of 1-10) ANSWER: 10 (Scale of 1-10) How would you rate their ability to coordinate the work with neighboring property owners? ANSWER: "They went over and above with the residents since it would be effecting their driveways and the residents talked greatly about their performance at meetings." Did they have any problems with any. jobs? Ifso, what was the nature oft the problem? 5. 6. 7. ANSWER: "No issues" ANSWER: Yes ANSWER: 10 Were they able to complete projects within the time allotted? Ifnot, what was the reason? How would you rate their ability to cooperate with a client? (On a scale of 1-10) 8. Would you like to have them perform aj job for you again? ANSWER: Yes Council Agenda Item Cover Memo 10/26/2020 Date of Meeting To: Mayor and City Council Agenda Item: Discuss and take possible action on authorization of Construction Management, Materials Testing, and Construction Observation Phase Services on HDR's contract for the 2020 Paving Improvements Project. SUMMARY/BACKGROUND (WHY): Council previously approved a portion of HDR's proposal for Professional Engineering Services for the 2020 Paving Improvements Project to provide bid phase services. Council requested that HDR present the proposal for the same project for the Professional Engineering Services to provide Construction Management, Materials Testing, and Construction Observation Phase Services during construction of the 2020 Paving Improvements Project. The proposal is attached for reference . for clarification, this is the same proposal (scope and fees). presented and approved by Council, HDR is only seeking approval of the construction management, materials testing, and construction observation phase services. STAFF RECOMMENDATION: ESTIMATED COST: FUNDING SOURCE: CURRENT BUDGETED ITEM: YES_NO MERGENCYREQUEST: YES NO X PREPARED BY:. Joel Moore ATTACHMENTS: Yes 5R May 14,2020 Mayor and City Council Members City of Piney Point' Village 7676 Woodway Drive; Suite 300 Houston, Texas 77063 Re: Proposal for Professional Engineering Services Design, Bid, and Construction Phase Services for the 2020 Paving Improvements Project City of Piney Point' Village HDRI Engineering, Inc. (HDR)is pleasedtosubmtt thisp proposalforthe design, bidp phase, construction management, and half-time construction phase services for the above referenced project. Generalo overview, projectunderstanding. scope of services, anda fee schedule are included herein. GENERAL OVERVIEW This proposal provides ac descriptionoft the engineering services required for the paving improvements for Arrowwood Circle, Arrowwood Circle East, Maggie Lane, Grecian Way, SouthPineyPoint! Road, andl Memorial Drivei int the City ofPiney Point' Village. The following is a general overview of eachl location included in the project andi issues that are anticipated to be addressed as part of this project: PROJECT UNDERSTANDING: approXimately2,100 LF) Arrowwood Circle. Arrowwood Circle East. Maggie Lane. and Grecian Way These streets were selected for this project using the 2018 Street Assessment Update, which identified Arrowwood Circle East and GrecianWay: as a 2B and Arrowwood Circle and Maggie Lane as a 2C in the pavement conditions rating system. The proposed paving improvements for Arrowwood Circle, Arrowwood Circle East, Maggie Lane, and Grecian Way will consist of asphalt paving reclamation. The improvements fort these streetsi includei in-place recycling ands stabilizationoft the existing asphatpavementbase course, andi instalationofanew2-inchHot-Mix. AsphaltConcrete As has been done int the past, the proposed asphalt pavement elevations willl be sets sO thatthet finished surfaceisa atapproximatelyt the same elevationasthe existing pavement This will be done sO that existing drainage sheet flow patterns are left undisturbed. HDR and Council have discussed alternative approaches to paving improvements on Maggie Lane and GrecianWay: such as milling and removing the existing! HMAC: surface course and installation of a new 2-inch HMAC overlay surface course on the existing base materials or the installation of a new 2-inch HMAC overlay surface course ont the existing HMAC overlay surface course. HDRI will provide recommendations for various (HMAC) overlay surface course. hdrinc.com 48281 Loop Central Drive, Suite 800, Houston, TX 77081-2220 T(713)622-9264 F713.622.9265 Texas RegisteredEngineeringi Firm F-754 options for paving improvements and proceed with the alternative as directed by City The City previously obtained survey of Arrowwood Circle, Arrowwood Circle East, and Maggie Lane in anticipation of this project and to identify options for potential improvements to the Arrowwood Circle "park". The City also obtained survey of Grecian Way that is currently being usedf for the Beinhom Drainage and Sidewalk Improvements Project. The survey data for all oft these streets will be utilized for this project. The City and! HDR have identified multiple locations along South Piney Point Road and Memorial Drive from San Felipe to Greenbay where existing asphalt pavement is exhibiting alligator cracking and rutting. At the City's request, HDR has identified approximately 565 SY of asphalt pavement recommended for full depth removal and replacement oft the asphalt pavement base course and surface course. The engineer's opinionofprobable construction costs for the above described projecti is $449,650.00. This cost is based on the assumption that the asphalt pavement Arrowwood Circle, Maggie Lane, and Grecian Way will all be rehabilitated utilizing asphaibaserecdamationCoumaichsoxsoimpoetheaphatpavementalongen of these streets by an alternative method of construction, the engineer's opinion of Based on previous conversations with City Council, this project only includes paving improvementsasdesenbescibedalove.Desgnolanydanageimprovementsisnotincluded Council. South Pineyl Point Roada and Memorial Drive probable construction costs will be revised accordingly. int the scope of services. SCOPE OF SERVICES services. Thet following Scope of Servicesi is outlined for the design, bid, and construction phase .DESIGN PHASE SERVICES A. Basic Design Phase Services Hold a "kick-off" meeting with City staff to finalize the requirements for the Review available historical information (record drawings, reports/studes, Research and gather information on private utilities (i.e. gas, electrical, telephone, pipelines, etc.) along the project alignment. Coordinate with the geotechnical engineert fora a eolechncalinvesigaton project. GIS data, etc.) and report. Examine geotechnical information to determine potential soil conditions, ground water conditions, and potentiali impactono consirnuctionmetnodong, Prepare plan cover sheet, general notes, survey control, projectlayout, 90% and construction costs. plan/profile drawings, and detail sheets. Prepare contract documents and specifications. Coordinate with the Memorial VlagesWalerAuhontyVw.A)duringte design process and provide draft documents for review and comment. Incorporate appropriate comments with the final bid documents. Submit 90% plans to private utility companies for review and incorporate utility company markups in the final bid documents. Assist the City in obtaining and/or securing approvals required public and private utilities affectedby this projedt. This assistance willi involve the usual and expected coordination for the approval process. When the process involves work beyond the expected, such as; special submittals, additional designs, appearances at special meetings, coordination of utility/pipeline excavation efforts, permitting applications, etc., such work falls under the Additional Services portion of this proposal. All permit fees will be the Prepare an engineer's opinion of probable construction costs to reflect the Provide as set of 90% plans and specifications to the City fort their reviewand Prepare contract documents including plans, specifications, and bidding documents associated with the design and the project addressing City Ap presentation of the design plans or public meeting with residents is not includedinthisscopeofservices. Ifthe City etemreshatepubicmastire isv warranted, HDR will perform such services under the existing on-going responsibility of the City of Piney Point Village. 90% design. comment. comments from the 90% review for bidding. Provide a set of Contract Documents to the City. contract with the City B. Special Services 1. Geotechnical Services Utilize a subconsultant geotechnical firm to perform the geotechnical Conduct eleven(11)asphat cores to evaluate the existing pavement and subgrade conditions and provide a geotechnical investigation of the Provide an engineering report describing soil ratgrapwy.grounowaer conditions, subgrade treatment and asphalt pavement design investigation and provide recommendations project area. requirements. 2. Urban Forestry Services HDR will biainsenvcesfromanupantoreserpovalluatetreeproledon measures needed during the preliminary engineering, final design and construction phase. 3. Traffic Control Plan Prepare traffic control plans and construction sequencing plan for the project area. 4. Storm Water Pollution Protection Plan Due to the proposed work to be performedi in this project, a storm water pollution protection plan will be produced sO that the City complies with State mandated MS4 permitting. 5. Reimbursable Expenses Ab budgetary amount will be allocated for typical reimbursable expenses such as reproduction, courier services, mileage, etc. The cost for plans and specifications for review sets and construction documents to be provided to the Clyamdoherevewagences willl bei includedi in thist task at cost Plus 10%. Mileage will be charged at prevailing IRS rates. II. BID PHASE SERVICES A. Basic Services The City of Piney Point Village will enteri into this phase after the acceptance of the Final Design Phase documents. Assist the City in obtaining bids for the project. The City of Piney Point Village will advertise the project and will absorb all related advertising costs. HDR will coordinate with the City and will assisti in developing the HDR will post project plans and specifications on Civcast to generate interesti fort the project during the bidding process, provide informationto and answer questions from potential bidders concerning the Project's construction documents andprepare addendums as necessary. The City Conduct a pre-bid conference for potential bidders, including the preparation of the meeting agenda and preparing a meeting minutes Evaluate the bids and the qualifications of the apparent lowl bidders. Prepare a letter of recommendation advising the City as to the wording of the advertisement. will absorb costs associated to posting on Civcast. summary. acceptability of the apparent low! bidder. II. CONSTRUCTION PHASE SERVICES A. Basic Services - Construction Management Act as the City's Project Representative during the construction phase. Review and respond accordingly to submittals as required by the contract Respond to RFI's and prepare change orders necessitated by field Review the contractor's pay estimates, evaluate the completion of work, Visit the site periodically to observe the progress and qualityofe executed work andt to determinei ingeneralirsuchwork is proceedingi ina accordance with the contract documents. Half-time site representation (construction observation) is noti included as part of the Basic Services forConstruction Management. Half-time representation is included in the Construction HDR will not be responsible for the means, methods, techniques, sequences or Pocdusolconsiruction selectedby the Contractor(s)or the safety precautions and programs incident to the work of the Contractor(s). HDR's effort will be directed toward providing a greater specifications. conditions. and make payment recommendations to the City. Phase - Special Services. degree of confidence fort the City that the completed work of Contractor(s) will conformto the Contract Documents, butHDR will not be responsible fort thet failure of Contractor(s) to perform the worki in accordance with the Contract Documents. During site visits HDR: shalll keep the Cityi informed of the progress of the work, shall endeavor to guard the City against defects and deficiencies in such work and may disapprove or reject work Conduct a final review of the Project and make a recommendation: for Engineer shall provide the City one electronic copyofrecord plans based on the drawings provided to the Engineer by the Contractor(s). A public meeting with residents is not included in this scope of services. Ift the City determinest thatapublicmeetingi is warranted, HDR will perfom such services under the existing on-going contract with the City. HDR "PIMtOMNdwNAe approximately two and onel half (2.5) months to complete and has therefore based the lump sumf fee ona level of effort to complete the above tasks for this duration. failing to conform to the Contract Documents. Final Payment on the Project. B. Special Services - Construction Observation Phase Services and Material Testing 1. MaterialTesting Constructionmatenais testingisincludedinthisproposalasal budgetary itemonly. Iti is anticipatedt that Pavelextngineering. LLCwill be utilized asa subcontractor to HDR to perform the testing services. 2. Half-Time Site Representation Services Provide one constructon observer (on-site representative) to observe the daily progress of construction activities andi to assisti in the interpretation of plans and specifications. The estimated construction durationfor the project will be two and one half(2.5) months. The on-site representative will be on site an average of 20 hours a week for the project. Provide support to the on-site representative through supervisoryand Provide engineering and technical office personnel support throughout construction. Thisi is to attend project progress meetings, provide on-site support to address Contractor's questions, resident's concerns and administrative services. conflict issues. Int the event ofr rain days where construction may be hindered orstopped, the representative will be on-site long enough to verify that inclement weather has occurred and the associated impact on the Contractor: and The on-site representative shall maintain daily reports. construction. The on-site representative will coordinate with the Contractor's representative to estimate quantiesinstaledonthe; project The on-site representative will reviewthe Conractorsquantitymeeasurementspiontbo HDR's project manager processing the Contractor's periodic monthly The on-site representative will aid in the coordination of activities of the The on-site representative will coordinate with the City and the Contractor for construction scheduling, resident notification, and complaints. The on-site representative will assist in the performance of a final inspection, the preparation of a punch list and subsequent follow up Thec on-site representative will assemble and maintain notes, comments, sketches, and supporting data related to the project in ordert to assist in HDR will process daily reports and other administrative office duties. HDR will track and document costs associated with the work. The on-site representativev willb Depowoednanefortpalel ini they process of observing performance of work of the Contractor(s). Through more extensive on-site observations of the work in progress, HDR shall endeavor to provide further protection for the City against defects and deficiencies ini the work oft the contractor(s);butt thet fumishing ofsuchon- siter representativer willr notr make HDR responsiblei forconstrucionmears. methods, techniques, sequencesor procedures or safety precautions or programs, or for Contractor(s) failuret to perfor their worki in accordance payment request. testing laboratory. reviews. the preparation of record drawings. with the Contract Documents. ADDITIONAL SERVICES "Additional Services" shall only be performed when directed byt the City to HDR. These services are not considered normal or customary engineering services. Services resulting fromsignificant changes int the Project ori its design, including but not limited to, changesi in size, complexity, the City's schedule, or character ofconstruction or method off financing; and revising previously: accepted studies, reports design documents or Contract Documents when such revisions are due Preparing documents for alternate bids outside of the original scope requested Preparing to serve or serving as a consultant or witness for the City in any litigation, publichearing or other! legalor administrative proceedingi involving the Additional or extended services duringconsinucionmade necessary by(1)work damaged by fire or other cause during construction, (2)a significant amount of defective or neglected work of Comtradot.)pomrpaonet the construction cominatim.asaemiandteruacdennowrgemsasbogpnd HDR will endeavor to appraise the City of any potential additional or extended services that may result from the abovel listed items, priort to HDR's expenditure oft time on such services. As previously noted, any such extended or additional services shall only be performed when directed by the City to HDR. too causes beyond HDR's control. by the City or documents for out of sequence work. Project. normal working hours and (5) default of Contractor. FEE SCHEDULE HDR will submit monthly invoices with status reports for alle engineeringwork completed toi invoice date. Please be aware that these fees are based on performing all improvement design as a single project. The fees presented in this section reflect a combnedefontopertoma. proposedworkatone: time asa as single project. Ifthe project is reduced the proposed fees will need to be adjusted accordinglyt to reflect the costo of performing engineering services ona a smaller project. Thei invoices willl bel based on the following schedule: 2020 Paving Improvements Project Design Phase (Lump Sum) Bid Phase (Lump Sum) Total Fees Already Approved$ 26,450.00 Already Approved$ 5,600.00 Already Approved$ 1,560.00 Already Approved$ 8,700.00 Construction Management (Lump Sum) REQUESTING APPROVALS 13,400.00 StormWater Pollution Protection Plan (Lump Sum) Already Approved$ 1,100.00 Traffic Control (Lump Sum) Geotechnical Services (Cost + 10%) UibanforestyServresCostH0he, Half-Time Site Observation (Not to Exceed) "Construction Material Testing (Not to Exceed) $6,400.00- $ 33,900.00 $ 9.000.00 -Time & Materials -Time & Materials REQUESTING APPROVAL REQUESTING APPROVAL Reimburseables (Reproduction (Cost Plus 10%) or Mileage at IRS Rate)$ 2,500.00 2020 Paving Improvements Project $107,610.00 *At this time the magnitude of these tasksare not known. Therefore budgetaryamounts are provided. These figures may increase or decrease depending upon actual work required. faningeasebecomesnesytcanteacoomplshedbyutizang available funds from other lines items that have under run or by contract amendment. The total engineer opinion of total project cost is as follows: Construction Engineering Subconsultants Observation Fees Total Project Cost $ 449,650.00 $ 50,610.00 $ 23,100.00 33.900.00 557,260.00 Public meetings addressing the Final Engineering or Construction phases and results other than at regular council meetings to Council is not included in this scope. In the eventthe City outoesieapuliemesing. (suchas a Town Hall type meeting) HDR's servicesassociatedwthsuchameeting: jormeetings willl be hageunderhecumenton: going contract. SCHEDULE Itis estimated that the schedule to accomplish the Design Phase is two (2)monthsfr from the date of authorization to proceed, thel bid phase will be one (1)r month, executionof the contract document will be one (1) month, and constructionwill take approximately two and one half (2.5) months. INVOICES All hourly charges shall be based on a raw labor rate times a multiplier of 3.18. Reimbursable expenses will be charged at cost plus 10%. Time and materials charges and additional services beyond those described int the Scope of Services willl bei invoiced on the basis of direct labor costs times ai factoro of 3.181 for office personnel and forf field personnel and direct cost plus 10%. No additional services willl be performedori invoiced without prior authorization from the City of Piney Point Village. HDR appreciates the opportunity to submit this proposal and we look forward to continuing our work with the City of Piney Point Village. Sincerely HDR ENGINEERING, INC. Aeukt David Weston Acceptance: CityofPineyF Point Village, Texas By: Vice PesseniDaparmamiMamge Council Agenda Item Cover Memo 10/26/2020 Date of Meeting To: Agenda Item: application. Mayor and City Council Discuss and take possible action on the acceptance of the Texas General Land Office (TGLO). - Community Development Block Grant Mitigation Action Plan (CDBG-MIT) SUMMARY/BACKGROUND (WHY): CSRS (grant administrator) and HDR have prepared the application for the CDBG-MIT Grant to be submit to the TGLO on Wednesday, October 28th. The grant application is for the S. Piney Point/Blalock Project which would include the replacement oft the 96-inch on S. Piney Point Road with a 9'x9' box culvert and the installation ofbox culvert on Blalock Road from Quail Hollow to Memorial Drive. The project would also consists oft the installation ofa sidewalk on the west side of Blalock from Quail Hollow to Memorial. The project includes cost sharing by the City of Piney Point Village with the' TGLO. The TGLO grant funds include improvements on S. Piney Point and on Blalock from Brompton tol Memorial and City funded portion from Quail Hollow to Brompton and the sidewalk on the west side of the road from Quail Hollow to Memorial. Attached is the application for review, discussion, and acceptance. STAFF RECOMMENDATION: ESTIMATED COST: N/A FUNDINGSOURCE: CURRENT BUDGETED ITEM: YES _NO_ EMERGENCY REQUEST: YES NO X PREPARED BY: Joe Moore ATTACHMENTS: Yes Pinay Pols Village A City of Piney Point Village CDBG.MITCompetions October 22, 2020 Draft Application tothe Texas General Land Office 1 Background: and Introduction Following thet federally declared disasters in 2015 and 2016 and Hurricane Harvey in 2017, the US Congress made available, through US Department of Housing and Urban Development (HUD), Community Development Block Grant Mitigation funding (CDBG-MIT) to disaster-affected communities to implement projects and plans that help the communities recover from these disasters and also reduce their risk from similar hazards int thet future. Int turn, the State of Texas General Land Office (GLO) has made available, by competitive application, CDBG-MIT funds to local entities to implement risk mitigation and resilience projects. As a unit of local government in a disaster-affected community (Harris County), the City of Piney Point Village (Piney Point) is eligible to applyt to these funding competitions. Piney Point will be applying to the competition to fund a drainage improvement and street infrastructure project to reduce flooding. Thet following pages describe Piney Point's proposed project, its costs, its benefits, and the people and households that will benefiti from it. This document serves as a draft application and to ensure transparency, public participation, and as a requirement of the program, the City of Piney Point Village is making this draft application available to the public to review and provide comments. The public comment period will runi for 14 days, from October 91 through October 23, 2020. At the end of this comment period, the city will review and provide responses to all comments. Thet final The draft grant application will be available for review at thet following locations: City of Piney Point Village City Hall 7676 Woodway, Suite 300 Houston, TX77063 and at wwwcigpneypontcom. Public comments may bes submitted in writing by email to: clysecepineyp.org or by mail to: application is to be submitted on or before October 28, 2020. City of Piney Point Village Attn: Karen Farris 7676 Woodway, Suite 300 Houston, TX77063 1 2 Flood Risk Inl Piney Point The City of Piney Point' Village has made substantial investments toi improve the drainage infrastructure throughout the city. A complete list ofr recent drainage improvement projects and studies are: shown on thei following page. However, several areas have noty yet been improved and still face substantial riski from intense rainfall events. One of these areas, along Blalock Road, is the The proposed project, the South Piney Point/Blalock Road Drainage Improvements Project - Phase I,s seeks to reduce flood risk along Blalock Rd and adjacent areas. This areal has been subject to inundation from federally declared disasters and other major rainstorms. Evidence of this flooding The current storm sewer is not large enough to manage the volumes of stormwater that falli in significant rain events. This causes stormwater tot flow overland, damaging public infrastructure and private property, and causing hazardous roadway conditions. Stormwater models showing the inundation levels in the Blalock drainage areai from significant rain events are included in Appendix Under thei federal guidelines for CDBG-MIT funding, recipients of thei funding must use grant money to fulfill a national objective. The City of Piney Point Village will use thet funding to address flood risk, under the national objective called "Urgent Need Mitigation. ." This continuing threat of flooding to the area is Piney Point's urgent mitigation need. The analysis that demonstrates this need and calls fort this type of project in this dainage area is documented int the city's master drainage study. The pages specific tot this area and project are excerpted and provided in this draft application in proposed project areai for the city's application for CDBG-MIT funding. can be seen int the photographs in Appendix! I. II. Attachment III. 2 3 City of Piney Point Village Previously Completed Drainage Projects & Studies Drainage Improvements Projects Completed Mar-2000 Aug-2007 $ Nov-2011 $ Apr-2014 $ Feb-2015 $ Aug-2015 $ Oct-2015 $ Dec-2016 $ Jun-2017 $ Jul-2018 $ Oct-2018 $ May-2020 $ Oct-2020 $ Oct-2020 $ Sep-2021 $ Construction Costs unknown 11,500,000.00 137,100.00 6,242,200.00 1,825,000.00 297,000.00 2,026,400.00 2,107,700.00 380,100.00 2,324,500.00 3,043,000.00 346,400.00 1,381,400.00 1,010,000.00 1,400,000.00 34,020,800.00 North Piney Point Road & Greenbay Paving & Drainage Soldiers Creek Relief Project Hermosa Court Drainage Improvements Smithdale and Claymore Roadway Improvements Batch #1 Paving & Drainage Improvements Memorial Drive Elementary Hedwig Roadway Improvements S.Piney Point/Blalock Road Drainage & Paving Lanecrest Drainage Improvements Smithdale Estates Bypass North Piney Point Road Paving & Drainage 2019 Maintenance Project Surrey Oaks Paving & Drainage Improvements Beinhorn Drainage & Sidewalk Improvements Wilding Lane Drainage Improvements Total Construction Costs: $ Drainage Study Completed S.Piney Point/Blalock Drainage Improvements Phasel 2010 2010 2010 2016 2017 Master Drainage Study Soldiers Creek Impact Study S.Piney Point/Blalock Road Drainage Study Update to Master Drainage Study Drainage 3 4 Project Description and Scope of Work The South Piney Point/Blalock Road Drainage Improvements Project - Phase Ili is located on the west side of the City of Piney Point Village along South Piney Point Road and Blalock Road. The City completed improvements in 2016 under Memorial Drive during Phase loft the City's drainage improvements program in anticipation of Phase II that are to be included int this grant application. There are two drainage segments included in the proposed Phase H improvements. The Blalock Road segment (north of Memorial Drive) and the South Piney Point Road segment (south of Memorial Drive). The Blalock Segment begins at the intersection of Blalock Road and Quail Hollow Lane (Greenbay Street) continuing south along Blalock Road connecting to the Phase lir improvements that were installed under Memorial Drive. The South Piney Point Road segment begins just south of Carlton Park tyingi into the Phase limprovements continuing south where it outfalls into Buffalo The proposed storm sewer ini the Blalock Road segment ranges in sizet from 9'x9' reinforced box culvert (RCB) to 24-inch reinforced concrete pipe (RCP) to replace dual 36-inch RCP along the east side oft the road and an open ditch with driveway culverts on the west side of the road. Both of the existing systems are undersized and do not adequately convey runoff produced from a City of Houston 100-year storm event. Runoff repeatedly exceeds the drainage system resultingi in sheet flow patterns causing flooding of multiple residences and accessory structures. The proposed storm sewer int the South Piney Point Road segment ranges in size from 9'x9' reinforced box culvert (RCB) to 24-inch reinforced concrete pipe (RCP) to replace a 96-inch corrugated metal pipe (CMP) east of South Piney Point Road. The existing 96-inch CMP is under- sized and portions of the CMP show signs of structural fatigue (creasing and partial collapse of the pipe segment) as reported in previous inspections of the pipe. The City has previously completed repairs on the pipe including a full replacement of approximately 80-linear feet of the pipe afteri it A1 flow control device is proposed at the downstream end of the proposed 9'x9' RCB near the outfall at Buffalo Bayou sO1 that there is no adverse hydraulic impact to Buffalo Bayou. The flow control device cannot be removed until detention storage is obtained on Buffalo Bayou byt the City in order to provide mitigation from the proposed improvements. Once mitigation is obtained, the flow control device could be removed, allowing the proposed drainage system to perform toi its full capacity. Due to limited right-of-way locations to install improvements of this size and potential roadway damage during construction, additional improvements included in the project are the removal and replacement of the asphalt pavement on Blalock Road from Quail Hollow Lane (Greenbay Street) to Memorial Drive, removal and replacement of the concrete sidewalk on the east side of Blalock Road from Quail Hollow Lane (Greenbay Street) to Memorial Drive, and installation of a sidewalk on the west side of Blalock Road from Quail Hollow Lane (Greenbay Street) to Memorial Drive. The preliminary and1 final design stages will include traffic control and detour plans to maintain resident access to homes and Memorial Drive Presbyterian Church while meeting all Texas Manual on Uniform Traffic Control Devices (TXMUTCD) guidelines. The project will include removal of residential and side street driveways. Design and construction phasing plans will establish methods fort the required removal and replacement of residential and adjacent street access throughout the construction oft the project. Tree protection plans prepared by an urban forester will also be included Bayou. collapsed following the Memorial Day 2015 flooding event. in the project construction plans. 4 5 Ins summary, the proposed drainage improvements project will replace an undersized drainage system on both Blalock Road and South Piney Point Road and provide improvements on a drainage area that frequently experiences drainage issues in large rain events. The replacement of the existing deteriorated 96-inch CMP will improve the structural integrity of the compromised drainage system just east of South Piney Point Road. Additionally, the sidewalk improvements associated in Thei total Opinion of Probable Project Cost for the South Piney Point/Blalock Road Drainage Improvements Project - Phase Ili is $12,075,375. Of this total, $9,490,065.00 is budgeted to come from CDBG-MIT Funding and the balance willl ber matched by $2,585,310 in city funds. A detailed this project will improve pedestrian mobility and safety. project budget is included below on pages 12 and 13. ProjectArea Maps Maps detailing the project area and the project extent are enclosed on thei following pages. Map 2 - Blalock drainage area - the primary drainage area where the project willl be implemented Map 1 - The city's drainage areas (Page 6) and the modeled inundation areai in a 100-year storm (Page 7) Map 3 - Overall Project Location Area (Page 8) Map 4 - Project area map with project details labeled (Page 9) Map 5 - Census tracts and census block, groups that will benefit from the project (Page 10) 5 LEGEND CITY OFF PINEY POINT VILLAGE HCFCD CHANNELS MAJORI DRAINAGE AREA BLALOCKF RD. BUFFALOBAYOU BUNKERH HILL OUTFALL GREENBAYST. LOWER SOLDIERS CREEK MEMORIALI DR/SANFELIPE RD. SHADY CREEK SOLDIERS CREEKE BYPASS TYNEWOODDITCH W143-00-00 W171-00-00 MCFCD. FEMA Feet 1,000 LOWER CREEK SOLDIERS CREEK BYPASS GREENBAY ST. BLALOCKRD, #I4-00-00 WVNEWOOD DITCH) BUFFALO BAYOU BUFFALO BAYOU 77R-00.00 W171-00-00 MEMORIAL ORJSAN FELIPER RD, BUNKER OUTFALLS W143-00-00 CIDOD20 BUFFALOBAYOU SHADY CREEK e CITY OF PINEY POINT VILLAGE, TEXAS HR @ DRAINAGE AREAN MAP EXHIBIT4 VILLAGEN MASTERO DRARINGE PLAN Taylorcrest Rd Smithdàle: Rd Claymore Rd; Greenbay'St unker Hill Village Memorial Dr Piney Point Village MemorsPr Blalock Drainage Area Project Benefit Area Legend Blalock Project Drainage Area 100 Year Benefit Area Value 8.776 Harris County, TX N 0 0.13 0.25 0.5 Miles CSRS 7 gVillage South Piney Point/Blalock Road Drainage & Paving Improvements Project Cityof PincyPdintVilago: Cityo? BunkerAiVillage, Houston Pasadena SugarLand 52 OVERALL PROJECTI LOCATION! MAP Figure1 8 St Mil age Proposed Storm! Sewer & Paving Improvements- Blalock Road- CityFunded Cheske jamestow Bayhuptp D0 Ine Treelh ompton CI maral Proposed Sidewalk" Improvements- Blalock Road- City Funded Blalock Forastst Green. DakDE Blaiock En Nuamsburg,or Proposed Storm Sewer & Paving Improvements- Blalock Road- CDBG-MIT Funded PincypdintVillage Fidelna BunkertVillago Plney Pointcirs Proposed Storm Sewer- South Piney Point Road- CDBG-MIT Funded E Piney Point Vilage Cyl Limits Funding Source CDBG-MITF Funded CiyFunded 52 1mi PROJECTLAYOUTMAP Figure2 9 Census Block ID 482014305,001 Gensus Block ID 482014305:002 Smithdale: Rd- Census Block) ID 482014304.001 Census Block ID 482014306.00] Claymore Rd Census Block ID 482014306.002 unker Hill Village CENSUSTRACFS 482014305.00 482014306.00 Memorial.Dr. 482014304.00 Blalock Drainage Area Project Benefit Area Legend Blalock Project Drainage Area Census Block Harris County, TX N 0 0.13 0.25 0.5 Miles CSRS 10 ProjectBudget 11 Detailed budget for the entire project including the sources of funds for each element oft the project S. Piney Point/Blalock Drainage & Paving Improvements City of Piney Point Village Opinion of Probable Construction Costs S.F Piney Point/Blalock Road Drainage Improvements Single System Drainage Improvements South Piney Point Road (CDBG-MIT FUNDS) CDBG-MIT FUNDED Item lem Description Unit Quantily Unit Price L.F. 675 $100.00 $ EA. 4 $550.00 $ L.F. 675 $950.00 $ L.F. 200 $120.00 $ 2 $5,000.00 $ EA. 3 $30,000.00 $ EA. 4 $4,000.00 $ LS 1 $50,000.00 $ EA. 1 $10,000.00 $ LS $10,000.00 $ LF 875 $7.00 $ LS 1 $5,000.00 $ LS 1 $20,000. 00 $ LS $50,000.00 Cost 67,500.00 2,200.00 641,250.00 24,000.00 10,000.00 90,000.00 16,000.00 50,000.00 10,000.00 10,000.00 6,125.00 5,000.00 20,000.00 50,000.00 300,630.00 Cost 118,625.00 32,500.00 103,500.00 120,000.00 195,000.00 80,000.00 13,500.00 300,000.00 217,000.00 20,000.00 46,500.00 1 Remove Existing Storm Sewer 2 Remove existing storm sewer inlets 3 9x9' Box Culvert 4 24" HDPE Storm Sewer 5 4'dia. Manway entryi installed ons storm sewer box EA. 6 14'x8'j junction box manhole 7 Type El Inlet 8 Storm sewer outfall bank stabilization 9 Restrictor 10 SWPP 11 Trench Safety 12 Traffico control 11 Mobilization 12 Tree Protection SUBTOTAL FOR SOUTH PINEY POINTI RDI DRAINAGE SYSTEM: $ 1,002,075.00 TOTAL FOR SOUTHE PINEY POINT RDI DRAINAGE SYSTEM: $ 1,302,705.00 CONSTRUCTION CONTINGENCY (30%): $ Unit Quantity Unit Price L.F. 4,745 $25.00 $ L.F. 650 $50.00 $ L.F. 2,000 $870.00 $ 1,740,000.00 L.F. 1,270 $850.00 $ 1,079,500.00 L.F. 900 $115.00 $ EA. 12 $10,000.00 $ EA. 39 $5,000.00 $ EA. 4 $20,000.00 $ EA. 3 $4,500.00 $ LS 1 $300,000.00 $ S.F. 21,700 $10.00 $ EA. 10 $2,000.00 $ S.Y. 465 $100.00 $ Drainage Improvements Blalock Road from Memorial Drive to Brompton Ct. (CDBG-MIT FUNDS) Item Item Description 1 Remove Existing Storm Sewer 2 12" PVC Storm Sewer 3 9'x8' RCB Storm Sewer 4 8'x8' RCB Storm Sewer 5 24" RCP 6 Junction Boxes 7 Type Alnlets 8 ConflictE Box 9 Water Line Adjustment 10 Traffic Control, Mobilication, and SWPPP 4" reinforced concrete sidewalk, complete in place, 11 the sum of: 12 Curb ramps, complete inp place, the sum of: 13 Remove &F Replace 6" Concrete Driveway SUBTOTAL FOR BLALOCKI ROAD DRAINAGE SYSTEM: $ 4,066,125.00 CONSTRUCTIONG CONTINGENCY (30%): $ 1,219,840.00 TOTALI FORI BLALOCKI ROAD DRAINAGE SYSTEM: $ 5,285,965.00 Paving Improvements Blalock Road Paving from Memorial to Brompton Ct. (CDBG-MIT FUNDS) Item Item Description Unit Quantity Unit Price S.Y. 10,030 TON 114 TON 221 S.Y. 8,685 S.Y. 9,315 GAL 3,045 SUBTOTAL FORE BLALOCKI PAVING: $ CONSTRUCTION CONTINGENCY (30%): $ TOTALI FORI BLALOCKI PAVING: $ 1,041,465.00 TOTAL CDBG-MIT FUNDED CONSTRUCTION ITEMS: $ 7,630,135.00 ENGINEERING FEES (BASIC, 15%)): $ 1,144,520.00 SPECIAL ENGINEERING FEES. GEOTECHNICAL: $ PROJECT, ADMINISTRATIONI FEES (8%): $ Cost 70,210.00 27,930.00 30,940.00 191,070.00 465,750.00 15,225.00 801,125.00 240,340.00 30,000.00 75,000.00 610,410.00 6"li lime andi fly ashs stabilized subgrade 2 Lime fort treating pavement subgrade 3 Fly ash fort treating pavement subgrade 4 3"1 Typel DHMAC 5 8" TypeA AI HMACI black base 6 Prime Coat $7.00 $ $245.00 $ $140.00 $ $22.00 $ $50.00s $5.00$ SPECIAL ENGINEERING FEES- -C CONSTRUCTION MATERIALS TESTING: $ TOTAL OPINION OF PROBABLE PROJECT COST (CDBG-MITI FUNDED) $ 9,490,065.00 11 12 CIYFUNDED Item Drainage Improvements- Blalock Road from Brompton Ct. to Quail Hollow (CITY FUNDS) Item Description Unit Quantity UnitF Price L.F. 1,200 $25.00$ L.F. 200 $50.00$ L.F. 820 $850.00 $ L.F. 400 $115.00 $ EA. 3 $10,000.00 $ EA 10 $5,000.00 $ EA. 2 $20,000.00 $ EA $4,500.00s LS $300,000.00s S.Y. 120 $100.00 $ Cost 30,000.00 10,000.00 697,000.00 46,000.00 30,000.00 50,000.00 40,000.00 4,500.00 300,000.00 12,000.00 365,850.00 Cost 17,500.00 7,350.00 8,400.00 47,850.00 116,500.00 3,850.00 201,450.00 60,440.00 261,890.00 273,000.00 30,000.00 303,000.00 90,900.00 393,900.00 336,170.00 7,000.00 1,000.00 1 Remove Existing Storm Sewer 2 12" PVC Storm Sewer 3 8'x8' RCB Storm Sewer 4 24"F RCP 5 Junction Boxes 6 Type Al Inlets 7 Conflict Box 8 Water Line Adjustment 9 Traffic Control, Mobilication, and SWPPP 10 Remove &F Replace 6" Concretel Driveway SUBTOTAL FOR BLALOCK! ROAD DRAINAGE! SYSTEM: $ 1,219,500.00 CONSTRUCTION CONTINGENCYI (30%): $ TOTALI FORI BLALOCKI ROAD! DRAINAGE! SYSTEM: $ 1,585,350.00 Unit Quantity Unit Price S.Y. 2,500 TON 30 TON 60 S.Y. 2,175 S.Y. 2,330 GAL 770 SUBTOTAL FOR BLALOCK PAVING: $ CONSTRUCTION CONTINGENCY (30%): $ TOTAL FOR BLALOCK PAVING: $ S.F. 27,300 EA. 15 Paving Improvements Blalock Roadf from Brompton Ct. to Quail Hollow (CITY FUNDS) Item Item Description 1 6"l lime and fly ashs stabilized subgrade 2 Lime fort treating pavements subgrade 3 Fly ash fort treating pavement subgrade 4 3"1 Type DH HMAC 5 8"T Type AH HMACI black base 6 Prime Coat $7.00s $245.00_$ $140.00$ $22.00 $ $50.00 $ $5.00 $ Sidewalk Improvements- Blalock Road Westsidel from Memorial to Quaill Hollow (CITYFUNDS) 4" reinforced concrete sidewalk, complete in place, 2 Curb ramps, complete inp place, thes sum of: 1 thes sum of $10.00_$ $2,000.00s SUBTOTAL FOR SIDEWALK: $ MISCELLANEOUSI ITEMS (30%): $ TOTAL FORI BLALOCK: SIDEWALK: $ TOTAL CITYF FUNDED CONSTRUCTION ITEMS: $ 2,241,140.00 ENGINEERINGI FEES (BASIC, 15%): $ SPECIAL ENGINEERINGI FEES GEOTECHNICAL: $ SPECIAL ENGINEERING FEES. CONSTRUCTION MATERIALS TESTING: $ TOTAL OPINION OF PROBABLEI PROJECT COST (CITY FUNDED) $ 2,585,310.00 TOTAL OPINION OF PROBABLE PROJECT COST (CDBG-MITI FUNDED)S 9,490,065.00 TOTAL OPINION OF PROBABLEI PROJECT COST (CITY FUNDED) $ 2,585,310.00 TOTAL OPINION OF PROBABLEI PROJECT COST (ENTIRE PROJECT): $ 12,075,375.00 SUMMARY CDBG-MIT FUNDED PORTION OF ENTIRE PROJECT: CITYFUNDEDI PORTION OF ENTIRE PROJECT: 78.59% 21.41% These estimates are presented) for planning purposes only ando are subject 10 change as the project progresses. Paving Quantities are included for the full replacement ofh Blalock Road paving from Brompton I0N Memorial Drive basedo on the assumplion that the proposeds storms sewers system would be placed under the! pavement. 12 13 Project Benefits and Beneficlaries The South Piney Point/E Blalock Rd Drainage Improvement Project has demonstrable benefits for reducing flood risk. Byi increasing the capacity of the subsurface drainage infrastructure, the improvements will reduce the amount of overland flood that sheet flows across the surfaces of streets and damages infrastructure and property. Since Blalock road also serves as al boundary between Piney Point and the City of Bunker Hill Village, thet flood risk reduction benefits of the project also extend to the City of Bunker Hill Village immediately to the west of Piney Point' Village, making this ar mut-jurisdictional project. In addition to the flood risk reduction benefits, the project will also replace the road surface along Blalock Rd and replace a drainage ditch with a sidewalk, addinga pedestrian amenity and eliminating a driving hazard. The people and neighborhoods that will benefit directly from this project are those immediately surrounding the project area. The demographics from the 6 Census block groups shown on Map! 5 that intersect with the project are included below. Total Population 10,216 3,535 Percentage 858 8.4% 7,478 73.2% 119 1.2% 11 0.1% 1,551 15.2% 8 0.1% 27 0.3% 5,063 49.6% 5,233 51.2% 3.2% 5.1% Total Number of Households Demographics Total Hispanic Populaiton White/Non-Hispanic Black African American Non-Hispanic American Indian/Alaska Native Non-Hispanic Asian Non-Hispanic Non-Hispanic Pacific Islander Non-Hispanic Other Non-Hispanic Male Population Female Population Unemployment Rate Average povery rate Median Age Median Income $ 200,001 49 13 14 Pinay Pojns Village XAS City of Piney Point Village Grant Management Plan Blalock Road Drainage Improvement Project October 2020 14 15 Project Background Since the devastating effects of Hurricane Harvey in 2017, the City of Piney Point' Village (herein referred to as "the City") has made substantial investments to improve the drainage infrastructure throughout its) jurisdiction. However, several areas have not yet been improved and still face substantial risk from hurricanes and intense rainfall events. One of these areas, along Blalock Road, is the site of the project proposed to be supported by a Community Development Block Grant Mitigation (CDBG-MIT): grant, awarded through competitive application by the Texas General Land Office. The purpose of this document is to set forth a plan to manage the project and grant award within the guidelines and with adherence to all the federal regulations associated with the funding. The proposed project, the Blalock Road Drainage Improvements Project, seeks to reduce flood risk along Blalock Rd and adjacent areas. Implementing this project would advance thei improvements called for in the city's master drainage study. This areal has been subject to inundation from federally declared disasters and other major rainstorms. The current storm sewer is not large enough tor manage the volumes of stormwater that falls in significant rain events. This causes stormwater to flow overland, damaging public infrastructure and private property, and causing hazardous roadway conditions. The city proposes to increase the capacity of the drainage system and improve roadway and pedestrian safety by enclosing al hazardous roadside drainage ditch and adding a sidewalk. Project goals and objectives Goal 1: Reduce flood risk int the Blalock Road Drainage Area Objective 1: secure project funding professional: services Objective 2: increase city capacity to implement the project through procured Objective 3: properly and efficiently implement the project Goal 2: Improve safety & quality of life throughout the benefit area Objective 1: design the project to reduce hazardous roadway conditions Objective 2: design the project to include pedestrian amenities Goal 3: Properly and transparently manage grant and city funds Objective 1: Procure grant management: services to ensure, grant compliance Objective 2: Provide public reporting on the use of grant and city funds 15 16 Project timeline and milestones Thet following action steps and milestones are estimated based on the proposed project as itis currently conceived in terms of scope and budget. These steps and the time allotted to each step are subject to change. The timeline int the grant management plan will be updated based on the actual project schedule to be maintained by the project management team (see organizational chart) and Engineering service provider. Procurement of Grant Administration Service Provider Completed by City Administrator & City Council Procurement of Engineering Professional Services Completed by City Administrator & City Council To be completed by October 28, 2020 Completed by City Administrator Begin: Upon execution of grant agreement Completed 9/8/2020 Completed 9/8/2020 Submit completed application for CDBG-MIT funds to TX General Land Office (GLO) Supported by Grant administration service provider and Engineering service provider Engineering Design: Duration: 12 months Broad Environmental Review: Duration: 2months service provider Construction Bid Advertisement: Duration: 1 month Completed by engineering service provider, reviewed and accepted by City Council Begin: Within 1 month of grant agreement Completed by Grant administration service provider in coordination with Engineering Begin: 15 months from grant agreement Completed by City administrator with support from Engineering: service provider and inc coordination with Grant administration service provider Construction Contract Award: Duration: 1r month End:. June 1, 2022 Project Construction: Begin: 16 months from grant agreement Begin: 17 months from grant agreement Duration: 12 months Completed by Construction Contractor with construction administration and inspection completed by Engineering Service Provider Construction Activity Completion: 29 months from grant agreement 16 17 Submit As-Builts: 30 months from grant agreement Completed by Engineering Service Provider 30 months from grant agreement 32 months from grant agreement Construction Contract Closeout: Completed by City Administrator with support from Engineering Service Provider Completed by City Administrator with support from Grant Administration Service Grant closeout provider Project management & Grant management Overall project tracking and project management will be provided by the Grant administration service provider on behalf of the City of Piney Point' Village in relation to all the CDBG-MIT grant requirements. The Grant administration: service provider will support the City, as the sub-recipient, with draw coordination. The Grant administration service provider will also support the City in its development of procurement policies and procedures that comply with 20 CFR: 200 and will support the city with progress reporting. While the City, as the sub-recipient, is ultimately responsible for the financial management of the grant, the Grant administration service provider will support the Cityi in developing processes to handle draw processing, procurement eligibility, and contract maintenance with tools such as checklists, regularly reporting, internal reviews. The City will, at least annually, and more often as needed, conduct an assessment to determine what if any staff or partner personnel changes or duty transfers are needed to successfully implement the project and manage the grant. Key stakeholder and duties Roger Nelson, City Administrator City of Piney Point' Village Phone: 713-230-8703 Email: ctyacminepineyptorg Authorized Signatory Mark Kobelan, Mayor City of Piney Point' Village Phone: 713-782-0271 Email: markeppyvcouncl.org Financial Management Lead Roger Nelson (same contact info as above) Contact 17 18 Financial Management Alternate Karen Farris, City Secretary City of Piney Point' Village Phone: 713-230-8702 Email: citvsec@pineypt.org Procurement Lead Roger Nelson (Same contact info as above) Procurement Alternate Karen Farris (Same contact info as above) Project Management Lead Mark Goodson, Project Manager CSRS Phone: 225-831-2211 Email: markgposonetsincon Alternate David Lessinger, CDBG-MIT, Advisor CSRS Phone: 504-539-3670 Email: ewdesngeredisncon Grant Administrator Mark Goodson (same contact info as above) Environmental Mark Goodson (Same contact info as above) Engineering Joseph Moore, PE, CFM HDR Phone: 713-622-9264 Email: oepn.moorcendrnccom Organizational Chart See the CDBG-MIT project and grant management organizational chart on thet following page. 18 19 City of Piney Point Village, TX Organizational chart for CDBG-MIT grant and project management October 2020 Mayor Mark Kobelan City of Piney Point Village Authorized: signatory Coordination City of Bunker Hill Roger Nelson City Administrator Financiall Management & Procurement Responsibility Karen Farris City Secretary Public Notice and Complaint Intake Responsibility City Attorney Policies and procedures, Regulatory compliance support CDBG-MIT project management, design review, environmental review CDBG-MIT compliance throughout project, draw coordination, progress reporting, grant closeout Engineering Design Services HDR Project Management & Grant Management CSRS Coordination Joe Moore, PE, CFM Project Manager Mark Goodson Project Manager 10years CDBG-DR Experience Leisa Neison Prindpa-in-Charge John Peterson, PE, CFM QA/QC Technical Advisor Aaron Croley, PE, CFM Project Engineer Civil Engineering Services Jeremy Blevins, PE H&H Modeling Christine Magers, CWS - Environmental services Reddy Edulakanti, PE, PTOE - Traffic control Scott Marr, PE - Geotechnical services Doug Wilson - GIS & mapping services Efrain Him, PE-V Water Utility Design Steve Peik - Construction Management Jeff Mitchell, PE - Structural design services 6Full Time Construction Site Reps Stacy Bonnaffons CDBG-MIT Advisor 15y years CDBG-DR Experience David Lessinger CDBG-MIT Advisor 8years CDBG-DR Experience Donald Brinkman, PE Engineering Advisor Kim Arcement Environmentall Manager 15 years Federal Env Review Experience Jill Olson Grants specialist 15) years! Federal grant management experience Kimberly Heise, EI Engineering Intern 19 20 Piney Pojns Village EXAS City of Piney Point Village Fair Housing Assessment CDBG-MIT Application to the Texas General Land Office October 2020 20 21 Tier I: City Demographic Profile Located int the Houston metropolitan area, the City of Piney Point' Village (herein referred to as "Piney Point") is a small, independent municipality, west of downtown Houston. The cityi is bounded by Buffalo Bayou to the south and other small municipalities on either side. Piney Point enjoys proximity to the amenities of metropolitan Houston and greenery throughout the city in thei form of a mature Piney Point has a population of approximately 3,400 individuals and a median age of 52 years, above the US median of 38 years of age. Piney Point is a relatively affluent community with a median household income of $250,000, compared to the US average of approximately $68,000, anda poverty rate below 5% compared to the US poverty rate which is above 10%. Nearly 85% of the city's population hold al bachelor's degree or higher and 5% of the population are veterans. Approximately 84.5% of the population identifies as White alone, while 12.3% identifies as Asian alone, about 2% as Two or more races, and less than 1% as Black or African American alone, American Indian and Alaska Native alone, or Some other race alone. About 5% of the population have a disability.1 tree canopy. Tier I: Community Features Piney Point has several positive features and facilities including a public elementary school and several private schools that draw students from around the metropolitan area. Although there is no retail or commercial property within the city boundary, there is convenient access to groceries, pharmacies, and other desirable commercial uses. Being centrally located within the Houston metro area, there is also convenient access to major public institutions, health clinics and hospitals, critical services and cultural resources. Metro, the Houston public transit system, runs al bus line through the city along Memorial Drive, providing a transit connection between Piney Point and the greater service area. There are no significant negative features such as hazardous sites, undesirable land uses, or unsightly industrial facilities. The primary threat to the community is the flood risk described int this application. Tier II: Trends/Other Plans or Projects Piney Point is a very stable community. There is very little growth or change projected in the near term. The primary public investments are those that have been made to the public infrastructure, principally the drainage system, to reduce flood risk and improve quality of life. Affirmatively Advancing Fair Housing Since Piney Point is composed exclusively of single-family homes with relatively high median values, and because the city's developable land is built out, there is very little opportunity to create new housing opportunities or advancing policies that would meaningfully change the housing market in ways that benefit low and moderate-income households. However, the city is eager to collaborate with GLO on creative ways to advance fair housing despite these challenges. The cityi is open to exploring activities such as publishing the contact information for reporting a Fair Housing Complaint or supporting neighboring communities in their fair housing activities. Datas source: 2018 American Community! Survey 5-Year Estimates. 21 22 Appendixl-Evidence of Recent Flooding 22 23 Recent flooding documented along Blalock and Pinetree Roads 23 24 Recent flooding documented along Blalock and Pinetree Roads sTr 24 25 Appendix II-Stormwater models 10-year, and 2-year design storms. The following maps show projected inundation levels in the Blalock drainage area during the 100-year, 25 LEGEND OFPMEYPON EXISTING- 100YEAR DEPTHIF A Feet CITY OF PINEY POINT VILLAGE, TEXAS EXISTING CONDITIONS 100-YEARI INUNDATIONI DEPTH GRID H2 EXHIBIT1 13 PLANUPDATE LEGEND GYOFPEYPONT YEAR DEPTHIT H-GAC A Feet CITY OF PINEY POINT VILLAGE, TEXAS EXISTING CONDITIONS- -10-YEARI INUNDATION DEPTHG GRID H2 EXHIBIT1 14 POINTV VILLAGEN MASTERD DRAINAGE LANUPDATE LEGEND EXISTING- 2YEAR DEPTHIT CITY OF PINEY POINT VILLAGE, TEXAS EXISTING CONDITIONS- -2-YEARI INUNDATIONI DEPTH GRID HR € EXHIBIT1 15 29 Appendix IlI - Master Drainage Study- - excerpted pages for Blalock Drainage Area Thei following pages are excerpted from the City of Piney Point' Village's Master Drainage Study and demonstrate the need for drainage improvements ini the Blalock Road Drainage area. 29 30 Table 4-Required Mitigation for Category IIA Areas System Drainage Area Existing BDFx A Proposed BDFXA Storage Localized Required 22.196 4.5 99.882 10.5 233.058 0.26 5.8 7.701 1.5 11.5515 10.5 80.8605 0.39 3.0 18.26 9 164.34 10.5 191.73 0.12 2.2 6.67 4.5 30.015 10.5 70.035 (acres) BDF BDF Rate 12 368.16 12 125.112 0.12 1.3 33.633 12 44.844 148.1 10.5 311.01 0.19 5.6 Detention (ac-ft) 0.12 3.7 0.12 0.4 0.26 1.7 0.18 23.7 Beinhomn Chuckanut Country Squire Memorial Drive (W144-00-00) Memorial Drive (Smithdale) Robbins, Tynebrook, Lacewood Shadow Tokeneke Total RequiredDetention 30.68 9 276.12 10.426 9 93.834 3.737 29.62 129 As shown in Table 4, approximately 24 acre-feet of detention storage is necessary to offset impacts associated with the proposed improvements to the storm sewer systems within the Category Il areas. 9 Analysis of Category III Areas Category Illi identifies streets and areas within the City where drainage patterns and conditions are relatively complex and where detailed modeling analyses are necessary. Thet following paragraphs provide a summary oft the detailed modeling for areas identified as Category II areas. 9.1 HCFCD Unit W146-00-00 The City of Bunker Hill Village provided a model ofV W146-00-000 in 2017 upon the request of the City of Piney Point Village. Unit W146-00-000 outfalls through a 7'x7' box culvert in the City of Piney Point Village at Memorial Drive just west of Memorial Point. Results from the model output at that7'x7' RCB culvert are shown below in Table 5. Table 5-H HCFCD Unit W146-00-00 Model Results Storm Event 10-Yr 100-Yr 250-Yr Flow (cfs) WSEL(feet) 392 582 653 62.21 62.91 63.16 Reports of water rapidly moving through the creek portion ofW146-00-000 in the City limits appear to be confirmed by model results as velocities from the flows above range from 81 to 13 feet per second. Blalock Rd. 9.2 Drainage areas draining to Blalock Road were identified based on the topography and existing drainage infrastructure within the subject area. A portion of the area draining to Blalock Road is diverted via an existing 60-inch RCP just a short distance south of Habersham Road. That 60-inch RCP drains eastward to Piney Point Road and thence to HCFCD Unit W144-00-00 (Tynewood Ditch). During a storm event greater than a 2-year event, stormwater runoff exceeds the capacity of the storm sewer along Blalock Road and diverts eastward through an existing 36" RCP, thence through dual 30" RCPs, thence through an open channel, thence through a single 48" RCP, thence through the 6'x4' RCB system on N. Piney Point Road, then into the 7'x6' RCB system on Carsey 30 31 Lane and ultimately to HCFCD Unit W144-00-00. The following paragraphs describe the methodology used to analyze the Blalock Road system. In the 2010 Master Drainage Study, the Blalock Road/South Piney Point system was identified as a system that needed significant improvements in order to convey the design discharge to Buffalo Bayou. 9.2.1 Hydrologic Calculations This section documents the hydrologic calculations of the study area which have resulted in1 100-year, 10-year and 2-year runoff time series. The study areal was sub-divided into multiple sub-drainage areas, then the 100-year peak runoff was calculated for each catchment using the rational method. The drainage areas were delineated based on the topography of areas draining toward Blalock Road. The drainage areas were compared with previous drainage area delineations completed by HDR, and no major changes were made. The catchments were then modeled in HEC-HMS to obtain runoff hydrographs, using the Clark Unit Hydrograph Method. The HEC-HMS hydrograph model was calibrated to reach the peak 100-year runoff from the rational method, by iterating the storage coefficient. Once the HEC-HMS model was calibrated, runoff hydrographs were computed for 100-year, 10-year and 2-year rainfall events. 9.2.2 Detailed Hydraulic Modeling The Environmental Protection Agency (EPA) has released the Storm Water Management System (SWMM) which is the 1-D analytical model for links and nodes. XP Solutions Inc. (XP)has released XPSWMM which is created by coupling the EPA SWMM with a 2-D XPSWMM Version 2016.1 was used to model the City's storm drainage system within the study area. All major storm sewers, ditches, channels, etc. were included in the model. Light Detection and Ranging (LIDAR) data from Harris County was used to model the topography of the study area. The hydrographs calculated by HEC-HMS were engine that solves for overland flows. inserted in XPSWMM as user-inflow. 9.2.3 Existing Conditions The existing conditions model was created by merging models previously created by HDR. Those models were completed as part of an analysis of Millbrook Rd., South Piney Point Road, and Blalock Road north. This existing conditions model includes Blalock Roadi from Taylorcrest southward to Buffalo Bayou, and thent the storm sewer diversion to Unit W144-00-00 east of Piney Point Road. The model also includes the existing roadside ditch on the west side of Blalock Road and cross-drainage culverts which convey eastward across Blalock Road from that roadside ditch to the Blalock Road storm sewer system based on construction drawings provided by the City of Bunker Hill Village. Those cross-drainage culverts include a: 36-inch RCP just north of Memorial Drive, a 30-inch RCP at Dunham Lane, and an 8'x3' box culvert between Dunham Lane Based on the results of that model, several areas were identified as areas in need of improvement. Exhibits 13-15 provide an inundation depth grid from the existing and Mockingbird Street. conditions XP-SWMM model of the Blalock Road system. 31 32 9.2.4 Proposed Improvements to Blalock Rd. System The following paragraphs provide a description of the proposed modifications to the Blalock Road system on the east side of the road. Exhibit 16 provides a preliminary layout of the proposed improvements within the subject area. The proposed storm sewers convey the 2-year storm event, without significant ponding within the street right- of-way. Outfall to Carlton Park Ct. From the model outfall to the southern edge of the intersection of South Piney Point Rd and Carlton Park Court, the outfall currently consists of a single 96" RCP which appears inadequate andi is failing. The proposed modifications includes adding an additional 96" RCP parallel to the existing pipe or combining the dual 96" pipe outfall into a single 12'x10' RCB culvert outfall or installing dual 8'x7' RCB culverts. Memorial Dr. to Taylorcrest St. On the eastern side of Blalock Rd., the existing system has a series of storm sewers (including parallel reaches) that carry flow to the south. The proposed modifications include upsizing and re-grading the existing system to a 6'x 4' RCB from the northern edge of thei intersection of Blalock Road and Memorial Drive to the northern edge of the intersection of Blalock Road and Blalock Circle. For the remaining reach of Blalock Road, from the northern edge oft the intersection with Blalock Circle to the southern edge of the intersection with Taylorcrest Road, the proposed modifications include upsizing and re-grading the existing system with 42-inch to 48-inch RCPs. Drainage infrastructure on the west side of Blalock Road is proposed to remain in place. Laterals from Private Streets Several private streets on the eastern side of Blalock Rd. have lateral storm sewers that convey flow tot the Blalock Road mainline. Because the proposed modifications on the Blalock Road mainline include re-grading, these private storm sewer laterals will also require re-gradation. In particular, there is an 8" PVC pipe on Shady Grove Ln. that appears inadequate for the 2-year runoff and is recommended for upsizing and re- gradation. Other lateral systems are recommended for re-grading to maintain positive slope since the pipe sizes does not appear to be problematic. Cost-sharing and/or reimbursement agreements with private owners may be needed as the Cityi is not responsible for the maintenance of private streets. 9.2.5 Blalock Rd. Proposed Conditions Results Ani inundation depth grid was developed for the existing and proposed conditions to determine the reduction of flooding for various storm events within the Blalock Road corridor and adjacent areas. Itis important to note that the 2D model domain followsa north-south boundary generally along Gingham Road a short distance west of Piney Point Road. Because oft this, thet flooding extents willl likely extend past this boundary, but the model does not capture this phenomenon due to the extents of the 2D model boundary. 32 33 Figure 10 below provides a comparison of the 100-year inundation depth grids for the existing and proposed conditions. As shown, the inundation depths are reduced throughout the project area; however, significant ponding throughout the corridor and significant overland flow tot the east of Blalock Road is expected. Exhibits 17-19 provide an inundation depth grid from the proposed conditions XP-SWMM model of the Blalock Road system. Figure 10-E Blalock Road 100-Year Inundation Depth Grid Existing Conditions Proposed Conditions Figure 11 below provides the inundation depth grid for the 10-year storm eventi for the existing and proposed conditions. As shown, significant ponding along the corridori is expected, and overland flow to the east of Blalock Road is also expected. As shown, the proposed improvements cause significant reductions in flooding depths along the roadway corridor and adjacent areas. 33 34 Figure 11- Blalock Road 10-Year Inundation Depth Grid Existing Conditions Proposed Conditions Figure 121 below provides a comparison of the existing and proposed inundation depth grids for the 2-year storm event. As shown, minimal street ponding and overland flowi is expected during a 2-year storm event in the existing conditions, and the storm seweri is designed to convey the 25-year and 100-year storm events. The results of the proposed conditions model indicate that street ponding is reduced slightly during a 2-year storm event along the Blalock Road corridor. Figure 12- Blalock Road 2-Year Inundation Depth Grid - Existing Conditions Proposed Conditions 34 35 9.2.6 Required Mitigation for Blalock Road Improvements = East Side Only A comparison of runoff hydrographs from the existing and proposed conditions model at the outfalls to Buffalo Bayou and HCFCD Unit W144-00-00 indicate that the proposed east side improvements cause an increase in peak discharge rates at Buffalo Bayou. In order to offset those potential adverse impacts, stormwater detention must be provided. The proposed conditions runof hydrographs att the outfalls have been compared versus the pre-project conditions runoff hydrographs in order to estimate the volume of detention required to offset the increases in peak flow rate on downstream properties. Figure 13 shows the required detention volume is estimated to be 17.9 acre-feet that accounts for the east side improvements, which serves approximately 275 acres of drainage area. Figure 13- - Comparison of Existing & Proposed Runoff Hydrographs at Buffalo Bayou Outfall 100-Year Runoff Hydrograph at Outfall to Buffalo Bayou 350 300 250 200 150 100 Required Detention! Storage: 17.9ac-ft 5/31/20071 1200 6/1/20070.00 8/1/20071 1200 6/220070,00 6/2/20071 1200 6/320070.00 6/320071200 Ac comparison of the outfall to HCFCD Unit W144-00-00 indicates that the peak discharge rate at that outfall from the Blalock Road system does noti increase. Therefore, no adverse impacts are expected along HCFCD Unit W144-00-00. Figure 14 below provides a comparison of the existing and proposed runoff hydrographs. Time (hours) Existing Condibons PlopoxedCondlions 35 36 Figure 14- Comparison of Existing & Proposed 100-Year Runoff Hydrographs at Outfall to Unit W144-00-00 100-Year Runof Hydrograph at Outfallto Unit W144-00-00 20 I 0v2007000 8120071200 9.2.7 Supplemental Analysis of Blalock Rd. System - West & East Side Improvements As shown in Figures 2, 3, and 4, the results oft the analysis indicate that significant street ponding and overland sheet flow occurs even though the storm sewer is sized for the 25- year storm event for locations where the cumulative drainage area ranges from 100 acres to 200 acres and the 100-year storm event for locations where the cumulative drainage area is greater than 200 acres. This can be attributed the overtopping of the roadside ditch on the west side of Blalock Road during significant storm events and tributary systems which do not have capacity to convey the 25-year or 100-year storm Inordert to determine the magnitude ofi improvements necessary to provide al level of service for a: 25-year storm event for locations where the cumulative drainage area ranges from 100 acres to 200 acres and al level of service for a 100-year storm eventi for locations where the cumulative drainage area is greater than 200 acres, a supplemental analysis was completed by replacing the roadside ditch along the west side oft the road with a storm sewer parallel to the proposed storm sewer on the east side of Blalock Road. The results of that analysis indicate that a storm sewer ranging in size from 24" RCP to 7'x7' RCB is necessary to provide that level of service. Exhibit 20 provides an events. exhibit which displays those improvements. Supplemental Analysis Results Ani inundation depth grid exhibit was prepared for the 100-year storm event with both sets of improvements on the east and west sides of Blalock Road. Iti is important to note that the 2D model domain follows a north-south boundary generally along Gingham Road a short distance west of Pineyl Point Road. Because of this, the flooding extents will likely extend past this boundary, but the model does not capture this phenomenon due to the extents of the 2D model boundary. 36 37 Figures 15 and 16 below provide a comparison of the 100-year and 10-year inundation depth grids for the existing and proposed conditions, respectively. As shown, the inundation depths are reduced throughout the project area; however, significant ponding throughout the corridor and significant overland flow to the east of Blalock Road is expected due to tributary systems which do not have capacity to convey the 100-year Required Mitigation for improvements to the West & East Sides of Blalock Rd. Ad comparison of runoff hydrographs from the existing and proposed conditions model at the outfalls to Buffalo Bayou indicate that the proposed improvements cause an increase inj peak discharge rates at Buffalo Bayou. In order to offset those potential adverse impacts, stormwater detention must be provided. The proposed conditions runoff hydrographs at the outfalls have been compared versus the pre-project conditions runoff hydrographs in order to estimate the volume of detention required to offset the increases inp peak flow rate on downstream properties. The required detention volume is estimated to be 44.4 acre-feet (17.9 ac-ft. from the East side + 26.5 ac-ft. from the West side). Figure 15- Blalock Road Supplemental Analysis 100-Year Inundation Depth Grid storm event. Existing Conditions - e Proposed Conditions 37 38 Figure 16- Blalock Road 10-Year Inundation Depth Grid Existing Conditions Proposed Conditions 9.3 Bothwell Way, Holidan Way, Marchmont Dr. & Wilding The City of Piney Point Village provided information which indicated that portions of Bothwell Way and Holidan' Way do not drain properly due to limited depth in Soldiers Creek. In order to provide positive drainage along Bothwell Way and Holidan' Way, the City has requested that an analysis be completed to determine ifa a storm sewer could be constructed along Bothwell Way, thence southward along Piney Point Road, thence eastward along Holidan' Way, thence southward along Marchmont Drive, and then eastward along' Wilding Way to tie into storm sewer along Hedwig Road. However, redirecting flow may cause adverse impacts on downstream flow rates along Hedwig Road and Soldiers Creek. Iti is important to note that these improvements would require revisions to agreements between the City of Hunter's Creek Village and the City of Piney Point' Village regarding the Solders Creek Impact Study. The following paragraphs provide a description of the methodology to assess the potential for adverse impacts on downstream peak flow rates along Hedwig Road and Soldiers Creek. Ln. 9.3.1 Discussion of 2013 Soldier's Creek Drainage Impact Study The XP-SWMM models developed as a part of the 2013 Soldier's Creek Drainage Impact Study were developed using XP-SWMM version 2011. Since that time, XP- SWMM has released subsequent versions of software, and the same models were re-run with no changes in XP-SWMM version 2016.1. Table 61 below provides a summary of the Soldier's Creek Impact Study results with the Soldier's Creek bypass improvements inj place. 38 Council Agenda Item Cover Memo 10/26/2020 Date of Meeting To: Agenda Item: Mayor and City Council Discuss and take possible action on the HDR Contract for the' Texas General Land Office (TGLO)- Community Development Block Grant Mitigation Action Plan (CDBG-MIT). SUMMARY/BACKGROUND (WHY): The City is preparing to submit a grant package to the GLO for the CDBG-MIT funding on the S. Piney Point/Blalock Road - Phase 2 Project. The City previously issued a "Request for Qualification" (RFQ) for engineering services for this grant. The City selected HDR Engineering, Inc. for these services based onj professional qualification identified in the RFQ process. As part oft the final submittal package to the GLO, the City must include an executed contract with their selected Engineer. A template ofal Master Service Agreement that meets GLO requirements was provided to HDR by the City's Grant Administrator. HDR has reviewed and signed the Master Service Agreement (including attachments) for engineering services for the GLO CDBG-MIT funded projects. The fee of $11,500 included in the contract is for costs associated with providing engineering data and information, performing modeling oft the proposed project, and providing support to the grant administrators to complete the grant application. This fee was based on costs already incurred during the application process. The agreement states ift the City is selected for funding, HDR will perform the engineering design, bid, construction management and construction observation phase services and will submit an amendment to the executed master service agreement for City approval. The maximum amount of fee allowed in this agreement is 15% oft total construction cost. STAFF RECOMMENDATION: ESTIMATED COST: N/A FUNDING SOURCE: CURRENT BUDGETED ITEM: YES_NO EMERGENCY REQUEST: YES NO X PREPARED BY: Joel Moore ATTACHMENTS: Yes PROFESSIONAL ENGINEERING SERVICES FOR MITIGATION PROJECTS UNDER' THE U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM THE City of Piney Point Village, Texas (the "Subrecipient") and HDR Engineering, Inc., 47- 0680568 ("Provider"), each a "Party" and collectively, "the Parties," enter into the following contract as of October 26, 2020 for professional engineering services (the "Contract") pursuant to the Professional Services Procurement Act, TEX. GOVT. CODE 2254 and 2 C.F.R. Part 200. WHEREAS, the Subrecipient has applied for U.S. Department of Housing and Urban Development Community Development Block Grant - Mitigation ("CDBG-MIT") funds, administered by the Texas General Land Office ("GLO") for mitigation assistance; and WHEREAS, the CDBG-MIT program is funded under the Housing and Urban Development, Further Additional Supplemental Appropriations for Disaster ReliefRequirements: Act, 2018, Division B, Subdivision I oft the Bipartisan Budget Act of2018, Pub. L. No. 115-123. NOW, THEREFORE, the Parties agree to the following terms and conditions: DEFINITIONS/INTERPRETIVE PROVISIONS/FROJECT DESCRIPTION 1.01 DEFINITIONS "Activity" means a defined class of works or services authorized to be accomplished using CDBG-MIT grant funds. Activities are specified in Subrecipient Budgets as "Category,' Administrative and Audit Regulations" means the regulations included in Title 2, CFR, Part 200. Chapter 321 of the Texas Government Code; Subchapter F of Chapter 2155 of the Texas Government Code; and the requirements of Article VII herein. With regard to any federal funding, agencies with the necessary legal authority include: the relevant federal agency, the Comptroller General, the General Accounting Office, the Office of Inspector General, and any of their authorized representatives. In addition, state agencies and/or designee's with the authority to audit and inspect include, the Subrecipient, the GLO, the GLO's contracted examiners, the State Auditor's Office, the Texas Attorney General's Office and the Texas Comptroller of Public Accounts. "Attachment" means documents, terms, conditions, or additional information physically added to this Contract following the execution page, or incorporated by reference, as ifp physically. "Benchmark" or "Billing Milestone" means a clearly defined set ofi incremental services that must be performed; or an interim level lofaccomplishment that must be met by Provider ino order to receive periodic incremental and final reimbursement for services under this "CDBG-MIT" means the Community Development Block Grant--Mitigation Program administered by the U.S. Department of Housing and Urban Development, in cooperation and the terms are interchangeable under this Contract. Contract. with the GLO. "Certificate of Construction Completion" means a document submitted by an engineer or, if none, a construction contractor, to a Subrecipient which, when executed by the "Contract" means this entire document, along with any Attachments, both physical and incorporatedbyr reference; and any Amendments, Revisions, or Technical Guidance Letters that may be issued by the GLO, to be incorporated by the GLO, to be incorporated by "Contract Period" means the period oft time between the effective date ofa contract and its "Deliverable" means a unit or increment of work to include, any item, report, data, document, photograph, or other submission required to be delivered under the terms ofthis FederalAsurance'means Standard Form 424B (Rev. 7-97 (non-construction projects; or Standard Form 424D (Rev. 7-97 (construction projects, in Attachment A, attached "Federal Certifications" means U.S. Department of Commerce Form CD-512 (12-04, "Certifications Regarding Lobbying = Lower Tier Covered Transactions," also in Attachment A, attached hereto and incorporated herein for all purposes. "Fiscal Year" means the period beginning September 1 and ending August 31 each year, which is the annual accounting period for the State ofTexas. "GAAP" means "Generally Accepted Accounting Principles." "GASB" means the Governmental Accounting Standards Board. Subrecipient, indicates acceptance oft the non-housing project, as built. reference herein for all purposes as they are issued, ifa any. expiration or termination date. Contract, in whatever form. hereto and incorporated herein for all purposes. "General Affirmations" means the statements in Attachment B, attached hereto and incorporated herein for all purposes, which Provider affirms by executing this Contract. "GLO" means the Texas General Land Office, its officers, employees, and designees. "HSP" means HUB Subcontracting Plan, as outlined by Chapter 2161 of the Texas "HUB" means Historically Underutilized Business, as defined by Chapter 2161 of the "HUD" means the United States Department of Housing and Urban Development. "Mentor Protégé" means the Comptroller of Public Accounts' leadership program found at: tp/Nww.windowae.NUPeghubmentopolege' Non-housing" refers to a project involving the restoration and/or repair ofi infrastructure facilities and the economic revitalization activities approved under a CDBG-MIT program "Performance Statement" means Provider's detailed project summary hereby incorporated "Project" means the professional engineering services described in SECTION 1.03 ofthis "Project Completion Report" means a report containing an "as built" accounting of all projects completed under a CDBG-MIT non-housing grant and containing all information Government Code. Texas Government Code. grant. for all purposes as AttachmentC. Contract and in any applicable Attachments. required to completely close out a grant file. "Project Implementation Manual" means a set of guidelines for the CDBG-MIT Program, "Project Period" means the statedi time for completion ofal Project assigned by Work Order, "Prompt PayAct" means Chapter 2251, Subtitle F of Title 10 of the Texas Government "Provider" means HDR Engineering, Inc., selected to provide the services under this Contract, if incorporated herein by reference for all purposes in its entirety. ifany. Code. any. "Public Information Act" means Chapter 552 oft the Texas Government Code. "Quarterly Report" means a document submitted by Provider to a Subrecipient for approval and submission to the GLO as a condition ofreimbursement, as discussed in "RFQ" means the Subrecipient's Request for Qualifications, or the Solicitation, as defined "Scope of Work" means Provider's detailed scope of work hereby incorporated for all "Solicitation" means Subrecipient's) Request for Qualifications, including any Addenda. "Solicitation Response" means Provider's full and complete response to the Solicitation, "State ofTexas TexTravel" means Texas Administrative Code, Title 34, Part 1, Chapter 5, Subchapter C, Section 5.22, relative to travel reimbursements under this Contract, ifany. "Subcontractor" means an individual or business that signs a contract to perform part or all "Subrecipient" means The City of] Piney Point Village, Texas, a local governmental body orp political subdivision that receives funds under HUD's CDBG-MIT Program for non- "Subrecipient Agreement" means the contractual agreement for a CDBG-MIT non- housing grant between the GLO and the Subrecipient for which Provider performs services "Techniçal Guidance Lettero or TGL" means an instruction, clarification, or interpretation oft the requirements of the CDBG-MIT Program, issued by the GLO to specified recipients, applicable to specific subject matter, to which the addressed Program SECTION 1.05 and ARTICLE III, below. below. purposes as Attachment H. including any Addenda. oft the obligations of Provider under this Contract. housing projects. assigned by the Subrecipient, ifany. participants shall be subject. 1.02 ITEAIRETVEPAOVIEONS (a) The meanings of defined terms are equally applicable to the singular and plural forms (b) The words "hereof," "herein," "hereunder," and similar words refer to this Contract as a whole and not to any particular provision, section, attachment, work order, or oft the defined terms; schedule of this Contract unless otherwise specified; (c) The term "including" is not limiting and means "including without limitation" and, unless otherwise expressly provided in this Contract, (i) references to contracts (including this Contract) and other contractual instruments shall be deemed to include all subsequent amendments and other modifications thereto, but only to the extent that such amendments and other modifications are not prohibited by the terms of this Contract, and (ii) I references to any statute or regulation are tol be construed as including all statutory and regulatory provisions consolidating, amending, replacing, (d) The captions and headings of this Contract are for convenience of reference only and (e) All attachments within this Contract, including those incorporated by reference, and f This Contract may use several different limitations, regulations, or policies to regulate the same or similar matters. All such limitations, regulations, and policies are cumulative and each shall be performed in accordance with its terms; (g) Unless otherwise expressly provided, reference to any action of the Subrecipient or by the Subrecipient by way of consent, approval, or waiver shall be deemed modified by the phrase "in its/their sole discretion." Notwithstanding the preceding sentence, any approval, consent, or waiver required by, or requested of, the Subrecipient shall not be supplementing, or interpreting the statute or regulation; shall not affect the interpretation oft this Contract; any amendments are considered part of the terms oft this Contract; unreasonably withheld or delayed; (h) Time is oft the essence in this Contract. (i) In the event of conflicts or inconsistencies between this contract and its attachments, such conflicts ori inconsistencies shall be resolved by reference to the documents in the following order of priority: Signed Contract; Attachments to the Contract: Attachment A, Attachment B, Attachment C, Attachment D, Attachment E, Attachment F, Attachment G and Attachment H. Solicitation Documents; and Provider's Response to Solicitation. 1.03 PROJECT Provider shall perform, or cause to be performed, professional engineering services as required for disaster recovery projects in the City of Piney Point Village, Harris County, Contract"), as may be amended from time to time, and as outlined in detail in the Performance Statement, attached hereto and incorporated herein for all purposes as Provider is responsible for obtaining Subrecipient's most current performance statement and Implementation Schedule, Budget ("Subrecipient's Documents"), and any other documentation which may be required to accomplish thel Project that is the subject of this Work Order. Such documents are incorporated herein by reference in Noy work may begin and no charges may be incurred prior to the effective date of Subrecipient's Contract and/or Amendment, to which this Work Order is related, with the exception of assistance to Subrecipient in completing the grant application as necessary, and other pre-execution services authorized by prior, written approval of the GLO,ifany. Subrecipient Documents may be obtained from the Subrecipient or the Subrecipient's Grant Administrator, and their effective date and status as Texas, as authorized under GLO Contract No. ("Subrecipient's Attachment C ("the Project"). their entirety for all purposes. executed documents must be confirmed by Provider prior to commencement ofany services. 1.04 REPORTING REQUIREMENTS Provider shall assist the Subrecipient to timely submit all reports and documentation that are required under this Contract and any Subrecipient Agreement. MONTHLY REPORTS- APPLICABLETO NON-HOUSING ANDI HOUSING PROJECTS: MONTHLYREPORTS ARE REQUIRED AS A CONDITION OF REMBUSEMENTTOALL SUBRECIPIENTS. It is incumbent upon Provider to facilitate the submission of each Monthly Report in a timely manner. Each Monthly Report shall include progress made since the prior reporting period, current Benchmarks achieved, projected quantities, problems encountered and detailed plans to correct them, goals to be accomplished in the subsequent reporting period, and any other information as may be required by the GLO. The GLO may review the Monthly Report(s) and may request revisions to be made. Provider shall make itselfaware ofsuch revision requests and shall assist the Subrecipient int making appropriate revisions. Upon acceptance of the Monthly Report and submission ofa properly prepared invoice, appropriate payment may be made to Subrecipient and to Provider shall facilitate the timely submission to the GLO of such additional information Reimbursement may be withheld ifal Monthly Report is delinquent or deficient, in the Provider shall submit to the Subrecipient all reports, drawings, surveys, designs, and such other work products as required by the Scope of Services in Attachment H oft this Work Order and Subrecipient's Contract, and in accordance with the Project Implementation Manual, and any Technical Guidance Letters or Revisions issued by the GLO, ifany. FINAL DOCUMENTATION: By the close of business no later than thirty (30) days after completion of a construction project, Provider shall submit to the Subrecipient and to Subrecipient's Grant Administration firm, if any, a copy of the executed Certificate of Construction Completion ("COCC") for the project which must include ai final, "as built" reportofquantities, drawings, and specifications used during the course oft the project, with justification as to why any variances from original plans, approved pursuant to SECTION 1.04(c) of Provider's Contract, were required. Notwithstanding the preceding the GLO, ini its sole discretion, may approve extensions to this Deliverable due date. Such approvals must be in writing, and may be delivered by regular mail, electronic mail, or facsimile Provider. by the Grant Recipient. sole discretion of the GLO. transmission. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK II.TERM 2.01 DURATION This Contract shall be effective as of the date of award and shall terminate after closing ofp project with GLO. Any extensions will be subject to terms and conditions mutually agreeable to both parties. 2.02 ABANDONMENT OR DEFAULT Ift the Provider defaults on the Contract, the Subrecipient reserves the right to cancel the Contract without notice and either re-solicit or re-award the Contract to the next best responsive and responsible vendor qualified under the Solicitation. The defaulting provider will not be considered in the re-solicitation. andi may not be considered ini future solicitations for the same type ofv work, unless the specification or scope ofwork significantly changed. The period of suspension will be determined by the Subrecipient based on the seriousness of the default. 2.03 TERMINATION OF AGREEMENT FOR CAUSE Ift the Firm fails to fulfill in a timely and proper manner its obligations under this Agreement, or if the Firm violates any of the covenants, conditions, agreements, or stipulations of this Agreement, the Subrecipient shall have the right to terminate this Agreement by giving written notice to the Firm of such termination and specifying the effective date thereof, which shall be at least five days before the effective date of such termination. In the event of termination for cause, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Firm pursuant to this Agreement shall, at the option oft the Subrecipient, be turned over to the Subrecipient and become the property oft the Subrecipient. In the event of termination for cause, the Firm shall be entitled to receive reasonable compensation for any necessary services actually and satisfactorily performed prior to the date oft termination. Notwithstanding the above, the Firm shall not be relieved of liability to the Subrecipient for damages sustained by the Subrecipient by virtue ofa any breach ofthe Agreement by the Firm, and the Subrecipient may set-off the damages it incurred as a result of the Firm's breach oft the contract from any amounts it might otherwise owe the Firm. 2.04 TERMINATION FOR CONVENIENCE OF THE SUBRECIPIENT Subrecipient may at any time and for any reason terminate Contractor's services and work at Subrecipient's convenience upon providing written notice to the Contractor specifying the extent of termination and the effective date. Upon receipt of such notice, Contractor shall, unless the notice directs otherwise, immediately discontinue the work and placing of orders for materials, facilities and supplies in connection with the performance of this Upon such termination, Contractor shall be entitled to payment only as follows: (I) the actual cost of the work completed in conformity with this Agreement; plus, (2) such other costs actually incurred by Contractor as are permitted by the prime contract and approved by City; (3) plus ten percent (10%) of the cost of the work referred toi in subparagraph (1) above for overhead and profit. There shall be deducted from such sums as provided in this Agreement. subparagraph the amount of any payments made to Contractor prior to the date of the termination ofthis Agreement. Contractor shall not be entitled to any claim or claim ofl lien against City for any additional compensation or damages in the event of such termination and payment. 2.05 CHANGES The subrecipient may, from time to time, request changes in the services the Firm will perform under this Agreement. Such changes, including any increase or decrease in the amount of the Firm's compensation, must be agreed to by all parties and finalized through a signed, written amendment to this Agreement. 2.06 RESOLUTION OF PROGRAM. NON-COMPLIANCE ANDI DISALLOWED COSTS In the event of any dispute, claim, question, or disagreement arising from or relating to this Agreement, or the breach thereof, including determination of responsibility for any costs disallowed as a result of non-compliance with federal, state or TxCDBG-DR program requirements, the parties hereto shall use their best efforts to settle the dispute, claim, question or disagreement. To this effect, the parties shall consult and negotiate with each other in good faith within 30 days of receipt ofa written notice oft the dispute or invitation tor negotiate, and attempt to reach aj just and equitable solution satisfactory to both parties. Ifthe matter is not resolved by negotiation within 30 days of receipt of written notice or invitation to negotiate, the parties agree first to try in good faith to settle the matter by mediation administered by the American Arbitration Association under its Commercial Mediation Procedures before resorting to arbitration, litigation, or some other dispute resolution procedure. The parties may enter into a written amendment to this Amendment and choose a mediator that is not affiliated with the American Arbitration Association. The parties shall bear the costs of such mediation equally. [This section may also provide for the qualifications of the mediator(s), the locale of meetings, time limits, or any other item of concern to the parties.] Ift the matter is not resolved through such mediation within 60 days of the initiation of that procedure, either party may proceed to file suit. 2.07 PERSONNEL a. The Firm represents that he/she/it has, or will secure at its own expense, all personnel required inj performing the services under this Agreement. Such personnel shall not be employees of or have any contractual relationship with the City/County. b. All of the services required hereunder will be performed by the Firm or under its supervision and all personnel engaged int the work shall be fully qualified and shall be authorized or permitted under State and Local law to perform such services. Nonec ofthe work or services covered by this Agreement shall be subcontracted without the prior written approval of the Subrecipient. Any work or services subcontracted hereunder shall be specified by written contract or agreement and shall be subject to each provision ofthis Agreement. 2.08 ASSIGNABILITY The Firm shall not assign any interest on this Agreement, and shall not transfer any interest in the same (whether by assignment or novation), without the prior written consent of the Subrecipient thereto; Provided, however, that claims for money by the Firm from the Subrecipient under this Agreement may be assigned to a bank, trust company, or other financial institution without such approval. Written notice ofany such assignment ort transfer shall be furnished promptly to the Subrecipient. 2.09 REPORTS AND! INFORMATION The Firm, at such times and in such forms as the Subrecipient may require, shall furnish the Subrecipient such periodic reports as it may request pertaining to the work or services undertaken pursuant to this Agreement, the costs and obligations incurred or to be incurred inc connection therewith, and any other matters covered by this Agreement. 2.10 RECORDS AND AUDITS The Firm shall insure that the Subrecipient maintains fiscal records and supporting documentation for all expenditures of funds made under this contract in a manner that conforms to 2 CFR 200.300-.309, 24 CFR 570.490, and this Agreement. Such records must include data on the racial, ethnic, and gender characteristics of persons who are applicants for, participants in, or beneficiaries oft the funds provided under this Agreement. The Firm and the Subrecipient shall retain such records, and any supporting documentation, for the greater of three years from closeout of the Agreement or the period required by other applicable laws and regulations. 2.11 FINDINGS CONFIDENTIAL All of the reports, information, data, etc., prepared or assembled by the Firm under this contract are confidential and the Firm agrees that they shall not be made available to any individual or organization without the prior written approval of the Subrecipient. 2.12 COPYRIGHT No report, maps, or other documents produced in whole or in part under this Agreement shall be the subject of an application for copyright by or on behalfoft the Firm. 2.13 COMPLIANCE WITH LOCAL LAWS The Firm shall comply with all applicable laws, ordinances and codes oft the State and local governments, and thel Firm shall save the Subrecipient harmless with respect to any damages arising from any tort done in performing any oft the work embraced by this Agreement. 2.14 CONFLICTS OF INTEREST a. Governing Body. No member oft the governing body of the Subrecipient and no other officer, employee, or agent of the Subrecipient, who exercises any functions or responsibilities in connection with administration, construction, engineering, or implementation of CDBG-MIT award between GLO and the Subrecipient, shall have any personal financial interest, direct or indirect, in the Firm or this Agreement; and the b. Other Local Public Officials. No other public official, who exercises any functions or responsibilities in connection with the planning and carrying out of administration, construction, engineering or implementation of the CDBG-MIT award between GLO and the Subrecipient, shall have any personal financial interest, direct or indirect, in the Firm or this Agreement; and the Firm shall take appropriate steps to assure The Firm and Employees. The Firm warrants and represents that it has no conflict of interest associated with the CDBG-MIT award between GLO and the Subrecipient or this Agreement. The Firm further warrants and represents that it shall not acquire an interest, direct or indirect, in any geographic area that may benefit from the CDBG-MIT award between GLO and the Subrecipient or in any business, entity, organization or Firm shall take appropriate steps to assure compliance. compliance. person that may benefit from the award. The Firm further agrees that it will not employ an individual with a conflict of interest as described herein. 2.15 DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689) The Firm certifies, by entering into this Agreement, that neither it nor its principals are presently debarred, suspended, or otherwise excluded from or ineligible for participation in federally-assisted programs under Executive Orders 12549 (1986) and 12689 (1989). The term "principal" for purposes of this Agreement is defined as an officer, director, owner, partner, key employee, or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations ofthe Firm. The Firm understands that it must not make any award or permit any award (or contract) at any tier to any party which is debarred or suspended or is otherwise excluded from or ineligible for participation in Federal assistance programs under Executive 2.16 EQUALOPPORTUNITY CLAUSE (APPLICABLE TO CONTRACTS AND SUBCONTRACTS OVER Order 12549, "Debarment and Suspension." $10,000). The Firm will not discriminate against any employee or applicant for employment because ofrace, color, religion, sex, sexual orientation, gender identity, or national origin. The Firm will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. 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. The Firm agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the The Firm will, in all solicitations or advertisements for employees placed by oron behalfofthe Firm, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender The Firm will not discourage or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation oft the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as aj part ofs such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. The Firm will send to each labor union or representative ofworkers with which he has a collective bargaining agreement or other contract or understanding, a notice to bej provided advising the said labor union or workers' representatives oft the Firm's commitments under this section, and shall post copies of the notice in conspicuous provisions ofthis nondiscrimination clause. identity, or national origin. places available to employees and applicants for employment. The Firm will comply with all provisions of Executive Order 11246 of September 24, 1965, "Equal Employment Opportunity," and oft the rules, regulations, and The Firm will furnish all information and reports required by Executive Order 11246 ofSeptember 24, 1965, and by rules, regulations, and orders oft the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary ofLabor forj purposes ofi investigation toascertain compliance with such rules, regulations, and orders. In the event oft the Firm's noncompliance with the nondiscrimination clauses oft this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole ori in part and the Firm may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246of September 24, 1965, and such other sanctions may bei imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order oft the Secretary ofI Labor, or as otherwise provided by law. The Firm will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a) through (h) in every subcontract or purchase order unless exempted by rules, regulations, or orders oft the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, sO that such provisions will be binding upon each subcontractor or vendor. The Firm will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Firm becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result ofs such direction by the administering agency the Firm may request the United States to enter into such litigation toj protect the interests oft the United States. Under Title VIoft the Civil Rights Act of 1964, no person shall, on the grounds of race, color, religion, sex, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity relevant orders oft the Secretary of Labor. 2.17 CIVIL RIGHTS ACT OF 1964 receiving Federal financial assistance. 2.18 SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974 The Firm shall comply with the provisions of Section 109 oft the Housing and Community Development Act of 1974. No person in the United States shall on the ground ofrace, color, national origin, religion, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. 2.19 SECTION 504 OF THE REHABILITATION ACT OF 1973, AS AMENDED The Firm agrees that no otherwise qualified individual with disabilities shall, solely by reason ofhis/her disability, be denied the benefits of, or be subjected to discrimination, including discrimination in employment, under any program or activity receiving federal financial assistance. 2.20 AGE DISCRIMINATION ACT OF 1975 The Firm shall comply with the Age Discrimination Act of 1975 which provides that no person in the United States shall on the basis of age be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. 2.21 BYRD ANTI-LOBBING AMENDMENT (31 U.S.C. 1352)(IF CONTRACT GREATER THAN OR The Firm certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee ofa a member of Congress in connection with obtaining this contract. The Firm shall disclose any lobbying with non-Federal funds that takes place in EQUALTOSI0A00) connection with obtaining any Federal award. 2.22 EXTENT OF AGREEMENT This Agreement, which includes Parts I-VIII, and Attachments A-H H represents the entire and integrated agreement between the City/County and the Firm and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by authorized representatives ofb both City/County and the Firm. III. CONSIDERATION 3.01 CONTRACTLIMIT, FEES, AND EXPENSES The application will be completed at $11,500.00 amount. (To be amended and added with Provider will be compensated on a negotiated fee basis, for a not to exceed 15% for the maximum amount available for such services as prescribed by the Subrecipient Agreement, the GLO, HUD or any governing law, for the term oft this Contract. Shall be reimbursable in increments as shown in the Benchmarks in Attachment C for the type of work to be performed. The Subrecipient agrees to pay Provider in accordance with The Prompt Pay Act, funding.) Tex. Govt. Code Ch. 2251. Grant funds must not be commingled between or among HUD funding rounds; nor Reimbursement for services may be requested based on the Benchmarks, according to the type of services authorized, contingent upon Provider's facilitation of the timely submission ofe each Monthly Report required, as discussed in SECTION 1.04 above. between or among Non-Housing and Housing assignments. Atar minimum, invoices must clearly reflect: (a) Provider's Contract Number; (b) Service Period (c) the name and GLO Contract Number (12 digits) of the Subrecipient Agreement to which services have been provided; (d) the current amount being billed; (e) the cumulative amount billed previously; (f) the balance remaining to be billed; and (g) an itemized statement of services performed, including documentation as required under the Contract, such as invoices, receipts, statements, stubs, tickets, time sheets, and any other which, in the judgment of the Subrecipient, provides full substantiation of reimbursable costs incurred. Subject to the maximum Contract amount authorized herein, upon specific, prior, written approval by the Subrecipient, lodging, travel, and other incidental direct expenses may be reimbursed under this Contract for professional or technical personnel who are (a) away from the cities in which they are permanently assigned; (b) conducting business specifically authorized by the Subrecipient; and (c) performing services not originally contemplated in the Scope of Services. NOTICETOPROVIDER: Failure to include all oft the information required in SECTION3.01 with each invoice may result inas significant delay in processing payment for the invoice. Not-To-Exceed Draw Percentages Milestones EngineeringFunds 30% 60% 70% 85& 100% Engineering Contract Executed 100% Design Approval Bid Advertisement Construction Notice to Proceed As-Built Plans/COCC/FWCR REMAINDER OF PAGE NTENTIOMALIYLETBLANK IV.PROVIDER's WARRANTY,AFFIRMATIONS. AND ASSURANCES 4.01 PERFORMANCE WARRANTY Provider represents that all services performed under this Contract will be performed in a manner consistent with a degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. Provider represents that all work product, including Deliverables if any, under this Contract shall be completed in a manner consistent with standards in the applicable trade, profession, or industry; shall conform to or exceed the specifications set forth in the incorporated Attachments (ifany); and shall be fit for ordinary use, of good quality, and with no material defects. IfProvider fails to submit Deliverables timely or to perform satisfactorily under conditions required by this Contract, the Subrecipient may require Provider, at its sole expense, to the extent such defect or damage is caused by the negligence of Provider, to (a) repair or replace all defective or damaged Deliverables; (b) refund any payment received for all defective or damaged Deliverables and, in conjunction therewith, require Provider to accept the return of such Deliverables; and/or (c) take necessary action sO that future performance and Deliverables conform to the Contract requirements. 4.02 GENERAL, AFFIRMATIONS To the extent that they are applicable, Provider further certifies that the General Affirmations in Attachment B have been reviewed, and that Provider is in compliance with each oft the requirements reflected therein. 4.03 FEDERAL ASSURANCES To the extent that they are applicable, Provider further certifies that the Federal Assurances in Attachment A have been reviewed and that Provider is in compliance with each of the requirements reflected therein. The Federal Assurance form must be executed by Provider'sauthorized signatory. 4.04 FEDERAL CERTIFICATIONS To the extent that they are applicable, Provider further certifies that the Federal Certifications also in Attachment A have been reviewed, and that Provider is in compliance with each of the requirements reflected therein. The Federal Certifications In addition, Provider certifies that it is in compliance with any other applicable federal laws, rules, or regulations, as they may pertain to this Contract including, but form must be executed by Provider's authorized signatory. not limited to, those listed in Attachment, D. V.1 FEDERAL. AND STATEI FUNDING, RECAPTURE OF FUNDS, AND OVERPAYMENT 5.01 FEDERAL FUNDING (a) Funding for this Contract is appropriated under the Housing and Urban Development, and thel Further Additional Supplemental Appropriations for Disaster ReliefRequirements. Act, 2018 (Division B, Subdivision 1 ofthe Bipartisan Budget Actof2018, Pub. L.1 115-123) enacted on February 9, ,2018.Itist to mitigate disaster risk and reduce future losses, and allow grantees the opportunity to transform state & local planning, and to affirmatively further fair housing in accordance with Executive Order 12892, in areas affected by the 2015, 2016 & Hurricane Harvey (2017) Floods, which are residentaly-declared major disaster areas under Title IV of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 U.S.C. .5121 et seq.). The Fulfillment of the Contract is based on those funds being made available to the GLO as the lead administrative state agency. All expenditures under this Contract must be made in accordance with this Contract, the rules and regulations promulgated under the CDBG-MIT Program, and any other applicable laws. Further, Provider acknowledges that all funds are subject to recapture and repayment for noncompliance. (b) All participants in the CDBG-MIT grant program must have a data universal numbering system (DUNS) number (HDR's DUNS: #82-791-2358), as well as a Commercial And Government Entity (CAGE) Code (HDR's CAGE CODE: (c) The DUNS number and CAGE Code must be reported to the GLO for use in various grant reporting documents, and may be obtained by visiting the 5SDTO). Central Contractor Registration web site at: tps/wwwpngovretz Assistance with this web site may be obtained by calling 866-606-8220. 5.02 STATE FUNDING (a) This Contract shall not be construed as creating any debt on behalf oft the State of Texas and/or the GLO in violation of Article III, Section 49, of the Texas Constitution. In compliance with Article VIII, Section 6 oft the Texas Constitution, itis is understood that all obligations of the GLO hereunder are subject to the availability ofstate funds. Ifsuch funds are not appropriated or become unavailable, the Subrecipient, ini its sole discretion, may terminate this Contract. In that event, the parties shall be discharged from further obligations, subject to the equitable settlement oftheir respective interests, accrued up to the date oftermination. (b) Furthermore, any claim by Provider for damages under this Contract may not exceed the amount of funds appropriated for payment, but not yet paid to Provider, under the annual budget ine effect at thet time ofthel breach. Nothing in this provision shall be construed as a waiver ofsovereign immunity. 5.03 RECAPTURE OFI FUNDS Provider shall conduct, in a satisfactory manner as determined by the Subrecipient, the Project as set forthi in the Contract. The discretionary right of the Subrecipient to terminate for convenience under SECTION 2.02 notwithstanding, it is expressly understood and agreed by Provider that the Subrecipient shall have the right to terminate the Contract and tor recapture, and be reimbursed for any payments made by the Subrecipient (i) that exceed the maximum allowable HUD rate; (ii) that are not allowed under applicable laws, rules, and regulations; or (iii) that are otherwise inconsistent with this Contract, including any unapproved expenditures. 5.04 OVERPAYMENT Provider understands and agrees that it shall be liable to the Subrecipient or the GLO for any costs disallowed pursuant to financial and/or compliance audit(s) of funds received under this Contract. Provider further understands and agrees that reimbursement of such disallowed costs shall be paid by Provider from funds which were not provided or otherwise made available to Provider under this Contract. REMAINDER OF PAGEI INTENTIONALLYLErT: BLANK VI. OWNERSHIP 6.01 OWNERSHIP AND' THIRD PARTY RELIANCE (a) The Subrecipient shall own, and Provider hereby assigns to the GLO, all right, title, and interest in all services to be performed; all goods to be delivered; and/or all other related work product prepared, or in the course of preparation, by Provider (or its subcontractors), pursuant to this Contract, together with all related worldwide intellectual property rights of any kind or character (collectively, the "Work Product"). Under no circumstance will any license fee, royalty, or other consideration not specified in this Contract be due to Provider for the assignment ofthe Work Product to the GLO or for the GLO's use and quiet enjoyment of the Work Product in perpetuity. Provider shall promptly submit all Work Product to the GLO upon request or upon completion, termination, or cançellation of this Contract for any reason, including all copies in any: form or medium. (b) Provider and the Subrecipient shall not use, willingly allow, or cause such Work Product to be used for any purpose other than performance ofProvider'sobigations under this Contract without the prior written consent of either party and the GLO. Work Product is for the exclusive use and benefit of, and may be relied upon only by thel Parties. Prior to distributing any Work Product to any third party, other than the GLO, the parties shall advise such third parties that ifitr relies upon or uses such Work Product, it does SO entirely at its own risk without liability to the GLO, Provider, or the Subrecipient. REMAINDER OF PAGE INTENTIONALLYLEFTBLANK VILRECORDS.AUDITL. RETENTION. CONFDENTALIT/IBLG RECORDS 7.01 BOOKS AND RECORDS Provider shall keep and maintain under GAAP or GASB, as applicable, full, true, and complete records necessary to fully disclose to the Subrecipient, the GLO, the State of Texas Auditor's Office, the United States Government, and/or their authorized representatives sufficient information to determine compliance with the terms and conditions of this Contract and all state and federal rules, regulations, and statutes. 7.02 INSPECTION. AND AUDIT (a) Provider agrees that all relevant records related to this Contract and any Work Product produced in relation to this Contract, including the records and Work Product ofi its Subcontractors, shall be subject to the Administrative and Audit Regulations. Accordingly, such records and Work Product shall be subject, at any time, to inspection, examination, audit, and copying at any location where such records and Work Product may be found, with or without notice from the Subrecipient, the GLO, HUD, or other government entity with necessary legal authority. Provider agrees to cooperate fully with any federal or state entity in the conduct of inspection, examination, audit, and copying, including providing all information requested. Provider will ensure that this clause concerning federal and state entities' authority to inspect, examine, audit, and copy records and Work Product, and the requirement to fully cooperate with the federal and state entities, is included in any subcontract it (b) Provider understands that acceptance of state funds under this Contract acts as acceptance of the authority of the State Auditor's Office to conduct an audit or investigation in connection with those funds. Provider: further agrees to cooperate fully with the State Auditor's Office in the conduct of the audit or investigation, including providing all records requested. Provider will ensure that this clause concerning the State Auditor's Office's authority to audit state funds and the requirement to fully cooperate with the State Auditor's Office is included in any subcontracts it awards. Additionally, the State Auditor's Office shall at any time have access to and the rights to examine, audit, excerpt, and transcribe any pertinent books, documents, working papers, and records of Provider relating to the Contract for any purpose. HUD, the Comptroller General, the General Accounting Office, the Office of Inspector General, or any authorized representative of the U.S. Government shall also have this right of inspection. PROVIDER SHALLI ENSURE THAT ALLSUBCONTRACTS AWARDED REFLECT THEREQUIREMENTSOFTHIS SECTION 7.02, AND THE REQUIREMENTTOCOOPERATE. (c) Provider will be deemed to have read and have knowledge of all applicable federal, state, and local laws, regulations, and rules including, but not limited to those identified in Attachment) D, governing audit requirements pertaining to the Project. awards. 7.03 PERIOD OF RETENTION All records relevant to this Contract shall be retained for a period subsequent to the final closeout of the State of Texas CDBG-MIT grant program, in accordance with federal regulations. The Subrecipient will notify all Program participants of the date upon which local records may be destroyed. 7.04 CONFIDENTIALITY To the extent permitted by law, Provider and the Subrecipient agree tol keep all information confidential, in whatever form produced, prepared, observed, or received by Provider or the Subrecipient to the extent that such information is: (a) confidential by law; (b) marked or designated "confidential" (or words to that effect) by Provider or the Subrecipient; or (c)i information that Provider or the Subrecipient is otherwise required to keep confidential by this Contract. Furthermore, Provider will not advertise that it is doing business with the Subrecipient, use this Contract as a marketing or sales tool, or make any press releases concerning work under this Contract without the prior written consent oft the Subrecipient. 7.05 PUBLIC RECORDS Information related to the performance of this Contract may be subject to the Public Information Act ("PIA") and will be withheld from public disclosure or released only in accordance therewith. Provider shall make any information required under the PIA available to the Subrecipient in portable document file (".pdf") format or any other format agreed between thel Parties. Failure ofProvider toi mark as confidential". ora' "trade secret" any information that it believes to be excepted from disclosure waives any and all claims Provider may make against the Subrecipient for releasing such information without prior notice to Provider. Provider shall notify the Subrecipient within twenty-four (24) hours of receipt of any third party written requests for information, and forward a copy of said written requests to the Subrecipient. Ifthe request was not written, Provider shall forward the third party's contact information to the Subrecipient. REMAINDER OF PAGEI INTENTIONALLYLEFT BLANK VIII. MISCELLANEOUS PROVISIONS 8.01 INSURANCE Provider shall acquire for the duration of this Contract insurance with financially sound and reputable insurers licensed by the Texas Department of Insurance, in the type and amount andi int the form required by AttachmentE ofthis Contract, REQUIRED! INSURANCE AND FORM. Furthermore, Provider shall submit a certificate of liability insurance as required under this Contract, including (if requested) a schedule of coverage (or "underwriter's schedules") establishing to the satisfaction of the Subrecipient the nature Provider shall submit certificates of insurance and endorsements electronically, in the manner requested by the Subrecipient. In the event that any policy is determined to be deficient to comply with the terms oft this Contract, Provider shall secure such additional policies or coverage as the Subrecipient may reasonably request ort that are required by law Provider will be responsible for submitting renewed certificates of insurance and endorsements, as evidence of insurance coverage throughout the term of this Contract. Provider may not be actively working on behalf of the Subrecipient if the insurance coverage does not adhere to insurance requirements. Failure to submit required insurance and extent ofcoverage granted by each policy. orr regulation. documents may result in the cancellation ofthis Contract. 8.02 TAXES/WORKERS' COMPENSATION/UNEMPLOYMENT INSURANCE PROVIDER AGREES AND ACKNOWLEDGES THAT DURING THE EXISTENCE OF THIS CONTRACT,PROVIDER SHALL BE ENTIRELY RESPONSIBLE FORTHE LIABILITY AND PAYMENT OF PROVIDER'S AND PROVIDER'S EMPLOYEES' TAXES OF WHATEVER KIND, ARISING OUT OF THE PERFORMANCES INTHIS CONTRACT. PROVIDER AGREES TO COMPLY WITH ALL STATE AND FEDERAL LAWS APPLICABLE TO ANY SUCH PERSONS, INCLUDING LAWS REGARDING WAGES, TAXES, INSURANCE, AND WORKERS' COMPENSATION. THE SUBRECIPIENT SHALL NOT BE LIABLE' TO THE PROVIDER, ITS EMPLOYEES, AGENTS, OR OTHERS FOR THE PAYMENT OF TAXES OR THE PROVISION OF UNEMPLOYMENT INSURANCE AND/ OR WORKERS' COMPENSATION OR ANY BENEFIT AVAILABLETO A STATE: EMPLOYEE OR EMPLOYEE OF ANOTHER GOVERNMENTAL ENTITY CUSTOMER. 2) PROVIDER AGREES TO INDEMNIFY AND HOLD HARMLESS THE SUBRECIPIENT, THE GLO, THE STATE OF TEXAS. AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, AND/OR ASSIGNEES FROM ANY AND. ALLI LIABILITY,ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEYS FEES, AND EXPENSES, RELATINGTOTAX LIABILITY, UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION IN ITS PERFORMANCE UNDER THIS CONTRACT. PROVIDER SHALL BELIABLETO PAYALLCOSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. THE DEFENSE SHALL BE COORDINATED BY PROVIDER WITHTHE SUBRECIPIENT NAMED AS A DEFENDANT IN ANY LAWSUIT AND PROVIDER MAY: NOT AGREE1 TO ANY SETTLEMENT WITHOUT FIRST OBTAININGTHE SUBRECIPIENT AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH CONCURRENCE FROM THE SUBRECIPIENT. PROVIDER AND THE OTHER OF ANY SUCH CLAIM. 8.03 LEGAL OBLIGATIONS Provider shall procure and maintain for the duration ofthis Contract any state, county, city, or federal license, authorization, insurance, waiver, permit, qualification or certitication required by statute, ordinance, law, or regulation to be held by Provider to provide the goods or services required by this Contract. Provider will be responsible for payment of all taxes, assessments, fees, premiums, permits, and licenses required by law. Provider agrees to be responsible for payment of any such government obligations not paid by its subcontractors during performance oft this Contract. 8.04 INDEMNITY EXCEPT FORI DAMAGES DIRECTLYORI PROXIMATELY/CAUSED BYTHE GROSSI NEGLIGENCE OFTHESUBRECIPIENTORTHE GLO, PROVIDERSHALLINDEMNIFY, ANDE HOLDHARMLESS THE SUBRECIPIENT, THE STATE OF TEXAS, THE GLO, AND THE OFFICERS, REPRESENTATIVE, AGENTS, AND EMPLOYEES OF THE SUBRECIPIENT, THE STATE OF TEXAS, AND THE GLO FROM ANY LOSSES, CLAIMS, SUITS, ACTIONS, DAMAGES, OR LIABILITY (INCLUDING ALL COSTS AND EXPENSES OF DEFENDING AGAINST ALL OF THE AFOREMENTIONED) ARISING IN CONNECTION WITH: ANYNEGLIGENCE, ACT, OMISSION, OR MISCONDUCT IN THE PROVIDER'S PERFORMANCE OF THE SERVICES REFERENCED HEREIN; OR ANY CLAIMS OR AMOUNTS ARISING OR RECOVERABLE UNDER FEDERAL OR STATE WORKERS' COMPENSATION LAWS, THE TEXAS TORT CLAIMS ACT, OR ANY OTHER SUCHLAWS. PROVIDER SHALL BEI RESPONSIBLE FOR' THE SAFETY AND WELLI BEING OFI ITS EMPLOYEES, CUSTOMERS, AND INVITEES. THESE REQUIREMENTS SHALL SURVIVE THE TERM OF THIS AGREEMENT UNTIL ALL CLAIMS HAVE BEEN SETTLED OR RESOLVED AND SUITABLE EVIDENCE: TOTHAT EFFECT HAS BEEN FURNISHEDTOTHE SUBRECIPIENT. 8.05 ASSIGNMENT AND SUBCONTRACTS Provider shall not assign, transfer, or delegate any rights, obligations, or duties under this Contract without the prior written consent of the Subrecipient. Notwithstanding this provision, iti is mutually understood and agreed that Provider may subcontract with others for some or all of the services to be performed. In any approved subcontracts, Provider shall legally bind suchs subcontractor to perform and make such subcontractor subject to all the duties, requirements, and obligations ofProvider as specified in this Contract. Nothing int this Contract shall be construed to relieve Provider oft the responsibility for ensuring that the goods delivered and/or the services rendered by Provider and/or any of its subcontractors comply with all the terms and provisions of this Contract. Provider will provide written notification to the Subrecipient of any such subcontractor performing fifteen percent (15%) or more of the work under this Contract, including the name and taxpayer identification number of subcontractor, the task(s) being performed, and the number of subcontractor employees expected to work on the task. 8.06 RELATIONSHIP OF THE PARTIES Provider is associated with the Subrecipient only for the purposes and to the extent specified in this Contract, and, with respect to Provider's performance pursuant to this Contract, Provider is and shall be an independent contractor and, subject only to the terms ofthis Contract, shall have the sole right to supervise, manage, operate, control, and direct performance oft the details incident to its duties under this Contract. Nothing contained in this Contract shall be deemed or construed to create ap partnership orj joint venture, to create relationships of an employer-employee or principal-agent, or to otherwise create for the Subrecipient or the GLO any liability whatsoever with respect to the indebtedness, liabilities, and obligations of Provider or any other party. Provider shall be solely responsible for, and the Subrecipient shall have no obligation with respect to: (a) withholding ofi income taxes, FICA, or any other taxes or fees; (b) industrial or workers' compensation insurance coverage; (c) participation in any group insurance plans available to employees of the State of (d) participation or contributions by the State to the State Employees Retirement Texas; System; (e) accumulation of vacation leave or sick leave; or (f) unemployment compensation coverage provided by the State. 8.07 COMPLIANCE WITH OTHER LAWS Int the performance ofthis Contract, Provider shall comply with all applicable federal, state, and local laws, ordinances, and regulations. Provider shall make itself familiar with and at all times shall observe and comply with all federal, state, and local laws, ordinances, and regulations that in any manner affect performance under this Contract including, but not limited to, those attached hereto and incorporated herein for all purposes as Attachment D. Provider will be deemed to have knowledge of all applicable laws and regulations and be deemed to understand them. 8.08 NOTICES Any notices required under this Contract shall be deemed delivered when deposited either in the United States mail, postage paid, certified, return receipt requested; or with a common carrier, overnight, signature required, to the appropriate address below: Subrecipient Name: City ofl Piney Point Village 7676 Woodway, Suite 300 Houston, Texas 77063 Attention: Roger Nelson Provider Name: HDR Engineering, INC 4828 Loop Central Drive, Suite 800 Houston, Texas 77081-2220 Attention: David C. Weston Notice given in any other manner shall be deemed effective only if and when received by the party tol be notified. Either party may change its address for notice by written notice to the other party as herein provided. 8.10 GOVERNING LAW AND VENUE This Contract and the rights and obligations oft the parties hereto shall be governed by, and construed according to, the laws oft the State of Texas, exclusive of conflicts ofl law provisions. Venue of any suit between Subrecipient and Provider under this Contract shall bei in a court ofcompetent jurisdiction in Harris County, Texas. Provider irrevocably waives any objection, including any objection to personal jurisdiction or the laying of venue or based on the grounds of forum non conveniens, which it may now or hereafter have to the bringing of any action or proceeding in suchj jurisdiction in respect of this Contract or any document related hereto. 8.11 SEVERABILITY Ifany provision contained in this Contract is held to be unenforceable by a court of law or equity, this Contract shall be construed as if such provision did not exist and the non- enforceability ofsuch provision shall not! bel held to render any otherp provision or provisions of this Contract unenforceable. 8.12 FORCE MAJEURE Except with respect to the obligation of payments under this Contract, if either of the parties, after a good faith effort, is prevented from complying with any express or implied covenant oft this Contract by reason of war; terrorism; rebellion; riots; strikes; acts of God; any valid order, rule, or regulation of governmental authority; or similar events that are beyond the control of the affected party (collectively referred to as a "Force Majeure"), then, while so prevented, the affected party's obligation to comply with such covenant shall be suspended, and the affected party shall not be liable for damages for failure to comply with such covenant. In any such event, the party claiming Force Majeure shall promptly notify the other party of the Force Majeure event in writing and, if possible, such notice shall set forth the extent and duration thereof. The party claiming Force Majeure shall exercise due diligence to prevent, eliminate, or overcome such Force Majeure event where itis possible to do sO and shall resume performance at the earliest possible date. However, ifn nonpertormance continues for more than thirty (30) days, the GLO may terminate this Contract immediately upon written notification to Provider. 8.13 DISPUTE RESOLUTION Int the event of any dispute, claim, question, or disagreement arising from or relating to determining the party responsible for any disallowed costs as a result of noncompliance with federal, state, or program requirements, the parties hereto shall use their best efforts to settle the dispute, claim, question, or disagreement. To this effect, they shall consult and negotiate with each other in good faith and, recognizing their mutual interests, attempt to reach aj just and equitable solution satisfactory to both parties. Ifthey do not reach such solution within a period of 60 days, then, upon notice by either party to the other, all disputes, claims, questions, or differences shall be submitted to mediation. Any mediation ruling shalll become final and binding 60 days after being signed unless the parties agree in writing to submit the claim to another dispute resolution process or either party gives written notice of intent to submit the claim to a court of competent jurisdiction. Ifar mutually agreeable resolution cannot be reached through mediation within aperiod of90 days, then either party may initiate the provisions above for resolution. 8.14 ENTIRE CONTRACT. AND MODIFICATION This Contract, its integrated Attachment(s), and any Technical Guidance issued in conjunction with this Contract, ifany, constitute the entire agreement ofthe parties and are intended as a complete and exclusive statement of the promises, representations, negotiations, discussions, and other agreements that may have been made in connection with the subject matter hereof. Any additional or conflicting terms in such Attachment(s), Technical Guidance Letter shall be harmonized with this Contract to the extent possible. Unless such integrated Attachment, Technical Guidance Letter, or Revision specifically displays a mutual intent to amend a particular part of this Contract, general conflicts in language shall be construed consistently with the terms of this Contract. 8.15 COUNTERPARTS This Contract may be executed in any number of counterparts, each of which shall be an original, and all such counterparts shall together constitute but one and the same Contract. Ifthe Contract is not executed by the GLO within thirty (30) days ofexecution by the other party, this Contract shall be null and void. In the sole discretion of the GLO, Work Orders issued, ifany, mayb be executed by the parties in counterparts exchanged by electronic mail. 8.16 THIRD-PARTY BENEFICIARY The Parties agree that the GLO, as the administrator oft the CDBG-MIT program, isat third- party beneficiary to this Contract and that the GLO shall have the right to enforce any provision of this Contract. Provided, however, that GLO shall only enforce a provision Contract after notifying the Parties, in writing, of a potential breach or default of the Contract and allowing the Provider sixty (60) days to cure the breach or default. Venue of any suit under this Section 8.17 shall be in a court of competent jurisdiction in Travis County, Texas. Provider irrevocably waives any objection, including any objection to personal jurisdiction or the laying of venue or based on the grounds of forum non conveniens, which it may noworhereaferhave to the bringingofanyatction or proceeding document related hereto. NOTHING IN THIS CONTRACT SHALL BE CONSTRUED AS A ins such jurisdiction in respect oft this Contract or any WAIVER OF SOVEREIGN IMMUNITY BY THE GLO. 8.17 PROPER AUTHORITY Each party hereto represents and warrants that the person executing this Contract on its behalfhas full power and authority to enter into this Contract. Provider acknowledges that this Contract is effective for the period of time specified in the Contract. Any services performed by Provider before this Contract is effective or after it çeases to be effective are performed att the sole risk ofProvider. 8.18 REQUIRED CONTRACT PROVISIONS FOR CONTRACTS USING FEDERAL FUNDS Attachment E 8.19 CERTIFICATEOFI INTEREST PARTIES Provider shall visit ttps/wwwethicsstate-tzusflinginto/1295/and fill out Certificate of Interested Parties (FORM 1295), AttachmentG. SIGNATURE PAGE FOLLOWS IN WITNESSETH WHEREOF, the parties have executed this Agreement by causing the same to be signed on this "Subrecipient"* day of Dackt BY: BY: Subrecipient's Authorized Representative) David C. Weston (Authorized Representative) (Printed Name) (Printed Name) Vice President (Title) (Title) AttachmentA Page1of5 OMB Number: 4040-0009 Expiration Date: 02/28/2022 View Burden Statement ASSURANCES-CONSTRUCTION PROGRAMS Public reporting burden for this collection ofi information is estimated to average 15r minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect oft this collection ofi information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0042), Washington, DC: 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. NOTE: Certain of these assurances may not be applicable to your project or program. Ify you! have questions, please contact the Awarding Agency. Further, certain Federal assistance awarding agencies may require applicants to certify to additional assurances. Ifs such is the case, youy will be notified. As the duly authorized representative of the applicant:, Icertify that the applicant: 1. Has thel legal authority to apply for Federal assistance, andt the institutional, managerial and financial capability (including funds sufficient to pay the non-Federal share of project costs) to ensure proper planning, management and completion ofp project described int this application. 2. Will give the awarding agency, the Comptroller General oft the United States and, ifa appropriate, the State, the right to examine all records, books, papers, or documents related to the assistance; and wille establish: a proper accounting system in accordance with generally accepted accounting standards or agency directives. 3. Willr not dispose of, modify the use of, or change the terms oft ther real property title or otheri interest int thes site and facilities without permission and instructions from the awarding agency. Willr record the Federal awarding agency directives and willi include ac covenant int thet title of real property acquired in whole ori inj part with Federal assistance funds to assure nondiscrimination: during the Will comply with ther requirements oft the assistance awarding agency with regard tot the drafting, review and approval of construction plans and specifications. 5. Willp provide andi maintain competent and adequate engineering supervision at the construction site to ensure that the complete work conforms with the approved plans and specifications and will furnish progressive reports and such otheri information as may be required byt the assistance awarding agency or State. 6. Willi initiate and complete the work within the applicable time frame after receipt of approval oft the awarding 7. Wille establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict ofi interest, or personal gain. Previous Edition Usable 8. Will comply with the Intergovernmental Personnel Acto of 1970 (42 U.S.C. $54728-4763) relating to prescribed standards of merit systems for programs funded under one oft the 19 statutes or regulations specified in Appendix A of OPM's Standards for al Merit System of Personnel. Administration (50 C.F.R. 900, Subpart F). 9. Willo comply with the Lead-Based Paint Poisoning Prevention Act (42 U.S.C. $54801 ets seq.)which prohibits the use ofl lead-based paint in construction or rehabilitation of residence structures. 10. Will comply with alll Federal statutes relating to nondiscrimination. These include are not limited to: (a) Title VI of the Civil Rights Act of1 but 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20U.S.C. $$1681 1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation Act of 1973, as amended (29) U.S.C. $794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as amended (42 U.S.C. $56101-6107), which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended relating to nondiscrimination: on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment: and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination ont the basis of alcohol abuse or alcoholism; (g) $$523 and 527 oft the Public Health Service Act of 1912 (42 U.S.C. $5290 dd-3 and 290 ee 3), as amended, relating toc confidentiality of alcohol and drug abuse patient records; (h) Title VIII of the Civil Rights Act of 1968 (42U.S.C. $$3601 ets seq.), as amended, relating to nondiscrimination int the sale, rental or financing of housing; () any other nondiscrimination provisions in the specific statue(s) under which application for Federal assistance is being made; and ()t the requirements of any other nondiscrimination: statue(s) which may apply to 11. Will the application. comply, or has already complied, with the requirements of Titles Il and III oft the Uniform Relocation Assistance and Reall Property Acquisition Policies Actof useful life of the project. agency. Authorized for Local Reproduction Standard Form 424D (Rev. 7-97) Prescribed by OMB Circular A-102 1970 (P.L. 91-646) which provide for faira ande equitable treatment of persons displaced or whose propertyis is acquired as ar result of Federal and federally-assisted These requirements apply to alli interests in real property acquired for project purposes regardless of Federal participation in purchases. 12. Will comply witht thep provisions of the Hatch Act (5U.S.C. $$1501-1508 and 7324-7328) which limit the political activities ofe employees whose principal employment activities are funded iny whole ori in part with Federal 13. Will comply, as applicable, with thep provisions oft the DavisBacon. Act (40 U.S.C. $$276a to 276a-7), the (40U.S.C. $276c and 18 U.S.C. $874), and the Contract Work Hours and Safety Standards Act (40U.S.C. $$327333) regarding labor standards fori federally- assisted construction subagreements. 14. Will comply with floodi insurance purchase requirements Section 102(a) oft the Flood Disaster Protection Act of 1973 (P.L. 93-234) which requires recipients ina a special flood hazard area top participate int the program andt to purchase floodi insurance ift thet total cost of insurable construction and acquisition is $10,000 or more. 15. Will comply with environmental standards whichr may be prescribed pursuant to the following: (a)i institution of environmental quality controlr measures under the National Environmental Policy Act of 1969 (P.L. 91190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EO 11738; (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards int floodplains in accordance with EO 11988; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management. Act of 1972 (16 U.S.C. $$1451et Page 2 of5 Federal actions to State (Clean implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. $$7401 ets seq.); (g) protection of underground: sources of drinking water under the Safe Drinking Water Act of 1974, as amended (P.L. 93-523); and, (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L. 93- 16. Will comply with the Wild and Scenic Rivers Act of 1968 (16U.S.C. $51271 ets seq.) related to protecting components or potential components oft the national wild and scenic rivers system. 17. Willa assist the awarding agency in assuring compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 U.S.C. $470), EO 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 18. Will cause tol be performed the required financial and compliance audits in accordance with the Single Audit Act Amendments of 1996 and OMB Circular No. A-133, "Audits of States, Local Govemnments, and Non-Profit Organizations." 19. Will comply with all applicable requirements of all other Federal laws, executive orders, regulations, and policies governing this program. 20. Will comply with the requirements of Section 106(g) of the Trafficking Victims Protection Act amended (22 U.S.C.7104) which prohibits grant award recipients or as sub-recipient from forms oft traffickingi inj persons during (1) Engaging the period oft time that the award isi ine effect (2) Procuring a commercial sex act during thep period oft time that the awardi isi in effect or (3)U Using forced labori int the performance of the award or programs. Air)i 205). funds. Copeland Act of (16U.S.C. $5469a-1 ets seq). of (TVPA) 2000, as in severe seq.): (f) conformity of Attachment. A subawards under the award. Attachment. A SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TITLE Vice President DATE SUBMITTED 10-22-2020 Aaut APPLICANT ORGANIZATION HDR Engineering, Inc SF-424D (Rev. 7-97) Back THIS FORM MUST BE EXECUTED Page 3of5 Approved by OMB 0348-0046 DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse for public burden disclosure.) 1.Type of Federal Action: a a. contract 0. grant C.C cooperative agreement d. loan e. loan guarantee f.K loan insurance XPrime 2. Status of Federal Action: a a. bid/ofer/appication b.i initial award C. post-award 3.R Report Type: a a. initial filing b. material change For Material Change Only: year. date of last report. quarter 4. Name and Address of Reporting Entity: 5.IfF Reporting Entity in No. 4 is a Subawardee, Enter Name Subawardee Tier and Address of Prime: N/A ifk known: Congressional District, ifk known: 6.Federal DepartmentAgency: GLO/HUD Congressional District, if known: 7.Federal Program Name/Description: CFDA Number, ifa applicable: 9.A Award Amount, if known: 8. Federal Action Number, if known: $ 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if different (ifindividual, last name, first name, MI): from No. 10a) (last name, first name, MI): Title: Signature: 11. Informationn requestedt throught thisf formisa authorizedb byti title 31U.S.C. section 1352. Thiso disclosure ofl lobbying activitiesi isamaterialr representation offact upony which reliancev wasp plaçcedbyt thet tiera abovev whent thist transactiony wasr madeor enteredinto." Thiso disciosureis mumdpummipslusc: 1352. Thisi information Print will be available for publici inspection. Any person who fails to file the required disclosure shall bes subject to a civil penalty ofnotl lesst than $10,000 andn notr more than $100,000f for eachs suchf failure. Federal Use Only: baut Name: David C. Weston Vice President 713.622.9264 Telephone No.: Date: Authorized forl Local Reproduction Standard Form LLL (Rev. 7-97) THIS FORM MUST BE EXECUTED Attachment, A Page 4of5 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure forms shall be completed byt ther reporting entity, whether subawardee orp prime Federal recipient, att thei initiation or receipt ofac covered Federal action, or ar material change to a previous filing, pursuant tot title 31 U.S.C. section 1352. Thef filing ofaf form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting toi influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or ane employee ofal Member of Congressi ino connection with ac covered Federal action. Complete alli items that apply for both thei initial filing and material change report. Refert tot thei implementing guidance published byt the Office of Management: and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured toi influence the outcome ofa covered Federal action. 2. Identify the status oft the covered Federal action. 3. Identify the appropriate classification oft this report. Ift thisi is at follow up report caused by a material change to the information previously reported, entert they year and quarteri inv whicht the change occurred. Entert the date oft the last previously submitted report byt this reporting entityf for this covered 4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification oft the reporting entity that designates ifitis, or expects to be, a prime or subaward recipient. Identify the tier oft the subawardee, e.g., the firsts subawardee oft the primei is the 1st tier. Subawards include but are notl limited tos subcontracts, subgrants and contract awards under grants. Ifth the organization filing the reporti ini item 4 checks Subawardee," then enter the full name, address, city, State and zip code oft the prime Federal . Entert the name oft the Federal agency making the award orl loan commitment. Include atl least one organizational level below agency name, ifknown. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic 8. Entert ther most appropriate Federali identifying number available for the Federal actioni identifiedi ini item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number 9. ForacoveredF Federal action wheret therel has been ana award orl loan commitment by thel Federal agency, enter the Federal amount oft the award/loan 10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure. Act of 1995 engaged by the (b) Enter the full names oft thei individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Federal action. recipient. Include Congressional District, ifknown. Fore example, Department ofl Transportation, United States Coast Guard. Assistance(CFDA)I number for grants, cooperative agreements, loans, and loan commitments. assigned by thel Federal agency). Include prefixes, e.g., RFP-DE-90-001." commitment fort the prime entityi identifiedi ini item 4 or5. reporting entity identified ini item 4toi influence the covered Federal action. Middle Initial (MI). 11. The certifying official shall sign and date thet form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection ofi information unless it displays a valid OMB Control Number. The valid OMB control numbert fort this information collectioni is OMB No. 0348-0046. Public reporting burden for this collection ofi information is estimated to average 101 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the! data needed, and completing and reviewing the collection ofi information. Send comments regarding the burden estimate ora any othera aspect oft this collection! of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503. Attachment. A Page! 5of5 CERTIFICATION REGARDING LOBBYING COMPLIANT WITH APPENDIXATO24C.FR.PART871 Certification/or Contracts, Grants, loans, and Cooperative Agreements: The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or willl bey paid, by or on behalf of the undersigned, to any person for influencing or attempting toi influence an officer or employee of an agency, al Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any! Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) Ifany funds other than Federal appropriated funds have been paid or willl be paid to any person fori influencing or attempting toi influence an officer or employee of any agency, al Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying, ina accordance withi its instructions. (3) The undersigned shall require that the language of this certifiçation be included in the award documents for all: subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements): and that all: subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $1 10,000 and not more than $ 100,0001 for each such failure. Statement/or loan Guarantees and loan Insurance: The undersigned states, to the best of his or her knowledge and belief, that: Ifa any funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this commitment providing for the United States to insure or guarantee a loan, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,ee ina accordance withi itsi instructions. Submission oft this statement isap prerequisite for making or enteringi into this transaçtion imposed by section 1352, title 31, U.S. Code. Any person whot fails tot file the required statement shall be subject to a civil penalty of not less than $10,000 and not more than As the duly authorized representative of the applicant, I hereby certify that the applicant will comply $100,000 for each such failure. with the above applicable certification. NAME OF CONTRACTOR AWARD NUMBER AND/OR PROJECT NAME Not applicable PRINTED NAME AND1 TITLE OF AUTHORIZED REPRESENTATIVE SIGNATURE DATE I24C.F.R. 87 App. A, available thtesammupa.Vi6NaasGR4OLaisimal/cB30ama Published Apr. 1,2011.A Accessed Aug. 1,2018. Attachment! B Pagelof2 GLO Contract No. GENERAL AFFIRMATIONS Provider agrees without exception to the following affirmations: 1. Provider certifies that he/she/it has not given, offered to give, nor intends to give at anytime hereafter, any economic opportunity, future employment, gift, loan gratuity, special discount, trip, favor, or service to a 2. Provider certifies that neither Provider nor any firm, corporation, partnership, or institution represented by Provider or anyone acting for such firm, corporation, partnership, or institution has (1) violated the antitrust laws oft the State ofTexas under Texas Business & Commerce Code, Chapter 15, or federal antitrust laws; or (2) communicated the contents of the Contract or proposal either directly or indirectly to any competitor or any other person engaged in the same line of business during the procurement process for the Contract or 3. Provider certifies that ifi its business address shown on the Contract is a Texas address, that address is the legal business address of Provider and Provider qualifies as a Texas Resident Bidder under Texas 4. Section 2155.004 of the Texas Government Code prohibits the award ofa contract that includes proposed financial participation by a person who received compensation from the Subrecipient to participate in preparingt the specifications or request for proposals on which the Contract is based. Under Section 2155.004, Government Code, the vendor [Provider) certifies that the individual or business entity named in this bid or Contract is not ineligible to receive the specified Contract and acknowledges that the Contract may be 5. Under Texas Family Code section 231.006, a child support obligor who is more than 30 days delinquent in paying child support and a business entity in which the obligor is as sole proprietor, partner, shareholder, or owner with an ownership interest of at least 25 percent is not eligible to receive payments from state funds under a contract toj provide property, materials, or services. Under Section 231.006, Texas Family Code, the vendor or applicant [Provider) certifies that the individual or business entity named in this Contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this Contract may be terminated and payment may be withheld ifthis certification is inaccurate. 6. Provider agrees that any payments due under the Contract will be applied towards any debt, including but not limited to delinquent taxes and child support, Provider owes to the State ofTexas. 7. The Subrecipient is federally mandatedt toa adhere tot the directions providedi int the President's Executive Order (EO) 13224, blocking property and prohibiting transactions with persons who commit, threaten to commit, or support terrorism and any subsequent changes made to it. The Subrecipient will cross-reference Providers/vendors with the federal System for Award Management Aitps/wwwsamgov), which includes the United States Treasury's Office ofForeign. Assets Control (OFAC) Specially Designated' National (SDN) 8. Provider certifies: 1) that the responding entity and its principals are eligible to participate in this transaction and have not been subjected to suspension, debarment, or similar ineligibility determined by any federal, state, or local governmental entity; 2) that Provideri isi in compliance with the State ofTexas statutes andr rules relating to procurement; and 3)t that Provider is not listed on the federal government's terrorism watch list as described in Executive Order 13224. Entities ineligible for federal procurement are listed at public servant in connection witht the Contract. proposal. Administrative Code, Title 34, Part 1, Chapter 20. terminated. and payment withheld ift this certification is inaccurate. list. htps/www.am.gov. Attachment B Page2of2 GLO Contract No. 9. Under Section 2155.006(b) of the Texas Government Code, the Subrecipient may not enter intoa contract thati includes proposed financial participation by a person who, during the fivey year period preceding the date of the bid or award, has been: (1) convicted of violating a federal law in connection with a contract awarded by the federal government forr relief, recovery, or reconstruction efforts asaresult ofHurricane Rita, as defined by Section 39.459, Utilities Code, Hurricane Katrina, or any other disaster occurring after September 24, 2005; or (2) assessed a penalty in a federal civil or administrative enforcement action in connection with a contract awarded by the federal government: for relief, recovery, or reconstruction efforts as a result ofl Hurricane Rita, as defined by Section 39.459, Utilities Code, Hurricane Katrina, or any other disaster occurring after September 24, 2005. Under Section 2155.006 of the Texas Government Code, Provider certifies that the individual or business entity named in the Contract is not ineligible to receive the specified Contract and acknowledges that the Contract may be terminated and payment withheld if this 10. The state auditor may conduct an audit ori investigation of any entity receiving state funds directly under the Contract or indirectly through a subcontract under the Contract. Acceptance of funds directly under the Contract ori indirectly through a subcontract under the Contract acts as acceptance oft the authority oft the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. Under the direction ofthe legislative audit committee, ane entityt thati ist the subject ofan audit or investigation by the state auditor must provide the state auditor with access to anyi information the state auditor considers relevant to the investigation or audit. Provider shall ensure that this clause concerning the authority to audit funds received indirectly by subcontractors through Provider and the 11. Provider understands that the neither the Subrecipient nor the GLO tolerate any type of fraud. The Subrecipient's policy is to promote consistent, legal, and ethical organizational behavior by assigning responsibilities and providing guidelines to enforce controls. Any violations of law, agency policies, or standards of ethical conduct will be investigated, and appropriate actions will be taken. Providers are expected to report any possible fraudulent or dishonest acts, waste, or abuse affecting any transaction with the GLO to the GLO's Internal Audit Director at 512.463.5338 or toj racelalgglolesassoy. NOTE: Information, documentation, and other material related to this Contract may be subject to public disclosure pursuant to the' "Public Information Act," Chapter 552 oft the' Texas Government Code. certification isi inaccurate. requirement to cooperate is included in any subcontract it awards. REMAINDER OF PAGE INTENTIONALLYI LEFT BLANK Attachment C Performance Statement To Be Determined and Added once funding has occurred & contract is approved between state and entity A lump sum fee of $11,500.00 for professional engineering services associated with completion of the CDBG-MIT grant application. Attachment. D Nonexclusive List ofLaws, Rules, and Regulations Pagelof5 NONEXCLUSIVE LIST OF APPLICABLELAWS, RULES,AND! REGULATIONS Ifapplicable to the Project, Provider must be in compliance with the following laws, rules, and regulations; and any other state, federal, or local laws, rules, and regulations as may become applicable throughout the term of the Contract, and Provider acknowledges that this list may not include all such applicable laws, rules, and regulations. Provider and is deemed to have read and understands the requirements ofe each of the following, ifa applicable to the Project under this Contract: GENERALLY The Acts and Regulations specified in this Contract; Consolidated Security, Disaster Assistance, and Continuing Appropriation Act (Public The Housing and Community Development Act of 1974 (12 U.S.C. $ 5301 et seq.); Cash Management Improvement Act regulations (31 C.F.R. Part 205); Community Development Block Grants (24 C.F.R. Part 570); Law 110-329); Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 C.F.R. Part 200); Disaster Recovery Implementation Manual; Plan for Disaster Recovery CIVIL RIGHTS Title VI of the Civil Rights Act of 1964, (42 U.S.C. $ 2000d et. seq.); 24 C.F.R. Part 1, Nondiscrimination in Federally Assisted Programs of the Department of Housing and Urban Development - Effectuation of Title VI of the Civil Rights Act of 1964"; Title VII of the Civil Rights Act of 1964, as amended by the Equal Employment Title VIII ofthe Civil Rights Act of1968, "The Fair Housing Act of1 1968" (42 U.S.C.3601 Executive Order 11063, as amended by Executive Order 12259, and 24 C. F.R. Part 107, Nondiscrimination and Equal Opportunity inl Housing under Executive Order 11063"; The failure or refusal ofl Provider to comply with the requirements of Executive Order11063 or 24 C.F.R. Part 107 shall be aj proper basis for the imposition of sanctions specified in 24 Opportunity Act of 1972 (42 U.S.C. $ 2000e et seq.); etseq.), as amended; Attachment D Nonexclusive List ofLaws, Rules, and Regulations Page2of5 C.F.R. 107.60; The Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.); and Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794.) and Nondiscrimination Based on Handicap in Federally-Assisted Programs and Activities of the Department of Housing and Urban Development', 24 C.F.R. Part 8. By signing this Contract, Provider understands and agrees that the activities funded shall be performed in accordance with 24 C.F.R. Part 8; and the Architectural Barriers Actof1968( (42U.S.C. 4151 ets seq.), including the use of a telecommunications device for deaf persons (TDDs) or equally effective communication system. LABOR STANDARDS The Davis-Bacon Act, as amended (originally, 40 U.S.C. 276a-276a-5 and re-codified at The Copeland "Anti-Kickback" Act (originally, 181 U.S.C. 874 and re-codified at 40 U.S.C. Sections 103 and 107 ofthe Contract Work Hours and Safety Standards Act (originally, 40 Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (Also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act) (29 C.F.R. Part 40 U.S.C. 3141-3148); 29 C.F.R. Part 5; 3145): 29 C.F.R. Part 3; U.S.C. $ 327A and 330 and re-codified at 40 U.S.C. 3701-3708); 5);and Federal Executive Order 11246, as amended; EMPLOYMENT OPPORTUNITIES $S 135.3(a)(2) and (a)(3); Section 3 ofthe Housing and Urban Development Actof1968(2US.C.1701):24CFR The Vietnam Era Veterans' Readjustment Assistance Act of 1974 (38 U.S.C. $ 4212); and Title IX oft the Education Amendments of 1972 (20 U.S.C. $S 1681-1688); and Federal Executive Order 11246, as amended; GRANT AND AUDIT STANDARDS Single Audit Act Amendments of 1996, 31 U.S.C. $ 7501; Attachment. D Nonexclusive List ofLaws, Rules, and Regulations Page3of5 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Uniform Grant and Contract Management Act (Texas Government Code Chapter 783) and the Uniform Grant Management Standards issued by Governor's Office of Budget and Federal Awards (2C C.F.R. Part 200); Planning; and Title 1 Texas Administrative Code $ 5.167(c); LEAD-BASED PAINT Section 302 ofthel Lead-Based Paint Poisoning Prevention Act (42 U.S.C. 4831(b)) and the procedures established by TDRA thereunder. HISTORIC PROPERTIES The National Historic Preservation Act of 1966 as amended (16 U.S.C. 470 et seq.), particularly sections 106amd110(6USC.47. and 470h-2), except as provided in $58.17 Executive Order 11593, Protection and Enhancement of the Cultural Environment, May 13, 1971 (36FR 8921),3C.F.R. 1971-1975 Comp., p. 559, particularly section 2(c); Federal historic preservation regulations as follows: 36 C.F.R. part 800 with respect to The Reservoir Salvage Act of 1960 as amended by the Archeological and Historic Preservation Act of1974 (16U.S.C. 469 et seq.), particularly section 3 (16U.S.C.469a- for Section 17 projects; HUD programs; and 1). EAVIROAMEPTALLAWAND AUTHORITIES Responsibilities (24 C.F.R. Part 58, as amended); Environmental Review Procedures for Recipients assuming HUD Environmental National Environmental Policy Act of 1969, as amended (42 U.S.C. $8 4321-4347); and Council for Environmental Quality Regulations for Implementing NEPA (40 C.F.R. Parts 1500-1508). MOOPTLANMAMAGENENT AND WETLANDI PROTECTION Executive Order 11988, Floodplain Management, May 24, 1977 (42 FR 26951), 3 CFR, 1977 Comp., p. 117, as interpreted in HUD regulations at 24 C.F.R. part 55, particularly Section 2(a) of the Order (For an explanation of the relationship between the decisionmaking process in 24 C.F.R. part 55 and this part, see $ 55.10.);and Attachment D Nonexclusive List ofLaws, Rules, and Regulations Page4ofs Executive Order 11990, Protection of Wetlands, May 24,1977 (42 FR 26961), 3 C.F.R., 1977 Comp., p. 121 particularly Sections 2 and 5. COASTALZONE MANAGEMENT The Coastal Zone Management Act of 1972 (16 U.S.C. 1451 et seq.), as amended, particularly sections 307(c)and (d)(16U.S.C.1 1456(c) and (d)). SOLESOURCEAQUEERS The Safe Drinking Water Act of 1974 (42 U.S.C. 201, 300(f) et seq., and 21 U.S.C. 349) as amended; particularly section 1424(e)(42 U.S.C. 300h-3(e); and Sole Source Aquifers (Environmental Protection Agency-40 C.F.R. part 149.). ENDANGEREDSPECIES section 7(16U.S.C. 1536). WILDANDS SCENIC RIVERS The Endangered Species Act of 1973 (16 U.S.C. 1531 et seq.) as amended, particularly The Wild and Scenic Rivers Act of 1968 (161 U.S.C. 1271 et seq.) as amended, particularly sections 7(b) and (c) (16 U.S.C. 1278(b) and (c). AIROUALITY The Clean Air Act (42 U.S.C. 7401 et seq.) as amended, particularly sections 176(c) and Determining Conformity of Federal Actions to State or Federal Implementation Plans (d) (42 U.S.C. 7506(c) and (d). (Environmental Protection Agency-40 C.F.R. parts 6, 51, and 93). ARMIANDPROTECTION Farmland Protection Policy Act of 1981 (7 U.S.C. 4201 et seq.) particularly sections Farmland Protection Policy (Department of Agriculture-7 C.F.R. part 658). 1540(b) and 1541 (7 U.S.C. 4201(b) and 4202); and HUD ENVIRONMENTALSTANDARDS Applicable criteria and standards specified in HUD environmental regulations (24 C.F.R. part 51) (other than the runway clear zone and clear zone notification requirement in 24 HUD Notice 79-33, Policy Guidance to Address the Problems Posed by Toxic Chemicals C.F.R. 51.303(a)(3); and and Radioactive Materials, September 10, 1979). Attachment. D Nonexclusive List ofLaws, Rules, and Regulations Page5of5 EAVEROMMENTALJISICE Executive Order 12898ofFebruary 11, 1994 - Federal Actions to. Address Environmental Justice in Minority Populations and Low-Income Populations, (591 FR 7629),3CFR,1994 Comp. p. 859. SUSPENSIONAND DEBARMENT Use of debarred, suspended, or ineligible contractors or subrecipients (24 C.F.R. Section General HUD Program Requirements; Waivers (24 C.F.R. Part 5); and Non-procurement 570.609); Suspension and Debarment (2C C.F.R. Part 2424). OTHER REQUIREMENTS Environmental Review Procedures for Entities Assuming HUD Environmental Responsibilities (24 C.F.R. Part 58). ACQUSTION/REIOCATON The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (42 U.S.C. 4601 et seq.), 24 C.F.R. Part 42, and 24 C.F.R. Section 570.606. FAITH-BASED ACTIVITIES Executive Order 13279 of December 12, 2002 - Equal Protection of the Laws for FaithBased and Community Organizations, (67F FR7 77141). REMAINDER OF PAGE. INTENTIONALIYLEFT BLANK Attachment E Contract No.. 2pages plus form and certificates REQUIRED! INSURANCE GENERALLY. Provider shall, at its sole expense, acquire, maintain, and keep in force for the duration of this Contract, insurance in the amounts attached herein and under the requirements specified herein. Furthermore, unless specified or otherwise agreed to by the Subrecipient, the required insurance shall be in effect prior to the commencement of work by Provider and shall continue in full force until the earlier as appropriate of (i) the expiration of this Contract; or (ii) such time as the Subrecipient notifies Provider that such insurance is no longer required. Any insurance or self-insurance available tot the Subrecipient shall be in excess of, and non-contributing with, any insurance required from Provider. Provider's insurance policies shall apply on ap primary basis. If, at any time during the Contract, ani insurer ors surety fails to provide insurance to Provider or otherwise fails to comply with the requirements of this Contract, Provider shall immediately notify the Subrecipient and replace such insurance or bond with an insurer meeting such requirements. General aggregate limits of Provider's Commercial General Liability policy shall apply per project. Provider's auto insurance policy shall apply to "any auto." Approval. Prior approval ofthei insurance policies by the Subrecipient shall be acondition precedent to any payment ofc consideration under this Contract and insurance must be submitted for review and approval by the GLO prior to the commencement of work. Any failure of the Subrecipient to timely approve or failure to disapprove thei insurance furnished by Providers shall not relieve Provider of Provider's full responsibility to provide the insurance required by this Contract. Continuing Coverage. The Subrecipient's approval of any changes to insurance coverage during the course of performance Renewal. Provider shall provide the Subrecipient with renewal or replacement certificates no less than thirty (30) days before the expiration or replacement ofthe required insurance. Additional Insured Endorsement. The Subrecipient, the GLO, and each entity's officers, employees, and authorized agents shall be named as additional insureds for all liability arising under this Contract except on Workers' Compensation and Professional Liability policies. An original additional insured endorsement signed by an authorized insurance company representative must bes submitted to the Subrecipient to evidence the endorsement of the Subrecipient asan additional insured on all policies, and the certificate(s) must reference the related Subrogation. Each liability insurance policy, except Professional Liability, shall provide for a waiver of subrogation as to the Subrecipient, the State of Texas, the GLO, and their officers, employees, and authorized agents, and shall be issued by insurance companies authorized to do business in the State ofTexas, and currently rated by A.M. Best as "A-" or better. Policy Cancellation Endorsement. Except for ten (10) days' notice for non-payment of premium, each insurance policy shall be endorsed to specify that without 30 days' prior shall constitute an ongoing condition subsequent to this Contract. Subrecipient Contract Number. Attachment E Contract No. 2pages plus form and certificates Attachment E Contract No. 2pages plus form and certificates written notice to the Subrecipient, the policy shall not be canceled, non-renewed, or coverage and/or limits reduced or materially altered, and shall provide that notices required by this paragraph shall be sent by certified mail to the address specified in this Contract. Alternative Insurability. Notwithstanding the requirements of this Attachment, the Subrecipient reserves the right to consider reasonable alternative methods ofinsuring the contract in lieu of the insurance policies and/or bonds required. It will be Provider's responsibility to recommend to the Subrecipient alternative methods of insuring the Contract. Any alternatives proposed by Provider should be accompanied by a detailed explanation regarding Provider'si inability to obtain insurance coverage as described in this Contract. The GLO shall be the sole and final judge as to the adequacy of any substitute A copy oft this signed endorsement must be attached to this Contract. form ofinsurance coverage. INSURANCE REQUIRED: $1 MILLION COMMERCIAL GENERAL LIABILITY (EACH OCCURRENCE) $2 MILLION COMMERCIAL GENERAL! LIABILITY (AGGREGATE! LIMIT) $1 MILLION CSL. AUTOMOBILE INSURANCE $1 MILLION ERRORS AND OMISSIONS -$1 MILLION EACH ACCIDENT -$1MILLION DISEASE EACHI EMPLOYEE -$1 MILLION DISEASE! POLICYLIMIT STATUTORY WORKERS' COMPENSATION & EMPLOYERSLIABILITY STATUTORY U.S. LONGSHORE ANDI HARBOR WORKERS' INSURANCE NOTE: Insurance certificates must bei int the form approved by the Texas Attorney General, as sample ofwhich follows this page. Insurance Certificates must: (a) be submitted the Subrecipient; (b) prominently display "Subrecipient Contract No. (c) Name the Subrecipient and the General Land Office as an additional Failure to submit required insurance forms as instructed may significantly delay insured. the start ofv work under the Contract. Page 1 of2 DATE (MM/DDMYYY) 05/19/2020 ACORb CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS AI MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED IMPORTANT: Ifthe certificate holder is an ADDITIONAL INSURED, the policy(es) must have ADDITIONAL INSURED provisions or be endorsed. #SUBROGATION IS WAIVED, subject to the terms and conditions oft the pollcy, certain policies may require an endorsement. As statement on REPRESENTATIVE ORI PRODUCER, AND1 THE CERTIFICATE HOLDER. this certificate does not confer rights to the certificate holder in lieu ofs such endorsement(s). PRODUCER Willis Towers Watson Midwest, Inc. c/o 26 Century Blvd P.0. Box 305191 Nashville, TN 372305191 USA INSURED HDR Engineering, Inc. 1917 South 67th Street Omaha, NE 68106 COVERAGES INSR LTR CONTACT NAME Willis Towers Watson Certificate Center PHONE ACANO.Ex: 1-877-945-7378 ADDRESS: EMAIL cartificatassilis. .com INSURERA: Liberty Mutual Fire Insurance Company INSURERB: Ohio Casualty Insurance Company INSURERC: Liberty Insurance Corporation FAX. LAC.Nol: 1-888-467-2378 RREPBATOONACPTINSNL NAICE 23035 24074 42404 INSURERD: INSURERE: INSURERF: CERTIFICATE NUMBER: W16483635 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING, ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITHI RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OFS SUCHPOLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCEDE BY PAID CLAIMS. TYPE OFI INSURANCE x COMMERCIAL GENERALI LIABILITY CLAIMS-MADE OCCUR A Contractual Liability Deductible: $100,000 GENLA AGGREGATE LIMITA APPLIESF PER: POLICY x SECF x LOC OTHER: AUTOMOBILELABILIY ANYA AUTO OWNED AUTOSONLY HIRED NON-OWNED CMI9S9NLY AMIOSNb8 x UMBRELLALIAB x OCCUR EXCESSLIAB CLAIMS-MADE Y Y DED XREIENTIONS WORKERS COMPENSATION ANDE EMPLOYERS" LIABILITY ANYPROPRETORPARTMEREXECUTIVE OFTICRMDMAEKEMCLPED (Mandatoryi in! NH) lfyes. describey under DÉSCRIPTION OFO OPERATIONS! below ADDLSUBR INSDVD Y Y POLICYNUMBER POLICYEFF MDD POLICYEXP LIMITS $ EACHOCCURRENCE DAMAGE TOR RENTED PREMISES(Eao occurrenca) MEDE EXP( (Any onep person) $ GENERALA AGGREGATE PRODUCTS- COMPIOPA AGG $ (Eaaccident) COMBINEDS SINGLELIMIT $ BODILYI INJURY (Perp person) $ PROPERTY DAMAGE (Pers accident) EACHOCCURRENCE XISFANTE pn E.L. DISEASE- -EAEMPLOYEE $ EL. DISEASE -POLICYLIMIT $ 2,000,000 1,000,000 10,000 2,000,000 4,000,000 4,000,000 2,000,000 TB2-641-44950-030 06/01/2020 06/01/2021 PERSONAL &ADVINJURY AUTOS SCHEDULED Y Y AS2-641-44950-040 06/01/2020 06/01/2021 BODILYI INJURY (Pera accident) $ $ $ S S 10,000,000 10,000,000 1,000,000 1,000,000 1,000,000 EU0(21)57919363 06/01/2020 06/01/2021 AGGREGATE NIA Y HA7-64D-444950-010 06/01/2020/06/01/2021 EL EACHACCIDENT DESCRIPTION OFC OPERATIONS/LOCATIOCATONS/VEHICLES (ACORD1 101,A Workers Compensation Deductible $250,000 Remarks Schedule, mayb bo attachedif ifmores spacek lar required) Certificate Holder is named as Additional Insured on General Liability, Automobile Liability and Umbrella/Excess Liability on a Primary, Non-contributory basis where required by written contract. Waiver of Subrogation applies on General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation where required by written contract. Umbrella/Excess policy is Follows Form over General Liability, Auto Liability and Employers Liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF1 THE ABOVE DESCRIBEDI POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCEWITHI THE POLICY PROVISIONS. AUTMORUEDREPRESENTAIME dopfhutks BATCH: 1684684 For Information Only ACORD: 25 (2016/03) 01 1988-2016. ACORD CORPORATION. Allr rights reserved. The ACORD name and logo are registered marks ofA ACORD SR ID: 19631312 AttachmentF Pagelof5 REQUIRED CONTRACT PROVISIONS (CONTRACTS USING FEDERAL FUNDS) Italics - Explanatory; NOT CONTRACTLANGUAGE THRESHOLD PROVISION CITATION 2CFR200 APPENDIXII(H) 2CFR200.333 (former 240 CFR (85.36()(11) H) Debarment and Suspension (Executive Orders 12549 and 12689)-A contract award (see 2 CFR: 180.220) mustr not be made to parties listed on the government-wide Excluded Parties List System int the System for Award Management (SAM), in accordance with the OMS guidelines at2 CFR: 1801 thati implement Executive Orders 12549 (3 CFR Part 1986 Camp., p. 189) and 12689 (30 CFR Part 1989 Camp., p, 235), "Debarment and Suspension." SAME Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Grantees or subgrantees must retain all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. None None B)A All contracts ine excess of $10, 000 must address termination) for cause and for convenience by the non- Federal entity including the manner by which it willl be affected and the basis for settlement. Termination for Cause: If the Contractor fails to fulfill in a timely and proper manner its obligations under this Agreement, or if the Contractor violates any of the covenants, conditions, agreements, or stipulations of this Agreement. The City/County shall have the right to terminate this Agreement by giving written notice to the Contractor of such termination and specifying the effective date thereof, which shall be at least five days before the effective date of such termination. In the event of termination for cause, all finished or unfinished documents, data, studies, surveys, Agreement shall, at the option of the City/County, be turned over to the City/County and APPENDIXI(B) become the property of the City/County. In the event of termination for cause, the Contractor shall be entitled to receive reasonable compensation for any necessary services actually and Notwithstanding the above. The Contractor shall not be relieved of liability to the City/County for damages sustained byt the City/County by virtue of any breach of contract by the Contractor, and the City/County may: set-off the damages iti incurred as a result of the Contractor's breach of City/County may at any time and for any reason terminate Contractor 's services and work at City/County's convenience upon providing written notice tot the Contractor specifying the extent of termination and the effective date. Upon receipt of such notice, Contractor shall, unless the notice directs otherwise, immediately discontinue the work and placing of orders for materials, facilities and supplies in connection witht the performance of this Agreement. Upon such termination, Contractor shall be entitled to payment only as follows: (1) the actual cost of thev work completed in conformity witht this Agreement; plus, (2)s such other costs actually incurred by Contractor as are permitted by the prime contract and approved by City/County; (3) plus ten percent (10%) of the cost of the work referred to in subparagraph (1) above for overhead and profit. There shall be deducted from such sums as provided in this subparagraph the amount of any payments made to Contractor prior to the date of the termination of this Agreement. Contractor shall not be entitled to any claim or claim ofl lien against City/County for any additional compensation or damages int the event of such termination and payment. >$10,000 drawings, maps, models, photographs and reports prepared by the Contractor pursuant to this 2CFR2:00 satisfactorily performed prior tot the date oft termination. contract from any amounts itr might otherwise owe the Contractor. Termination for Convenience of the City/County: AttachmentF Page2of5 (A) Contracts) for more than $50,000 must address administrative, contractual, or legal remedies ini instances where contractors violate or breach contract terms and provide fors such sanctions and penalties as appropriate. Use thet following language for contracts> $50,000: Resolution of Program Non-compliance and Disallowed Costs: Ini the event ofa any dispute, claim, question, or disagreement arising from or relating tot this agreement, or thel breach thereof, including determination of responsibility for any costs disallowed. as a result ofr non- compliance withi federal, state or TxCDBG program requirements, the parties hereto shall use their best efforts to settle the dispute, claim, question or disagreement. Tot this effect, thep parties shall consult and negotiate invitation to negotiate and attempt to reach a just ande equitable solution satisfactory tol both parties. Ift the matter ISr not resolved by negotiation within 30 days of receipt of written notice ori invitation to negotiate, the parties agree first to tryi in good faitht to settle ther matter by mediation administered byt the American Arbitration Association under its Commercial Mediation Procedures before resorting to arbitration, litigation, or some other dispute resolution procedure. The parties may enteri into a written amendment to this Agreement and choose a mediator that is not affiliated with the American Arbitration Association. The parties 2CFR200 APPENDIXII(A) >$50,000 with each other in goodi faith within 30 days of receipt ofav written notice oft the dispute or shall bear the costs of such mediation equally. Equal Opportunity Clause for Construction Contracts > $10K, including administration & engineering contracts associated with construction contracts. 20 CFR 200 Appendix II (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60 all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the Equal Opportunity. Clause provided under 41 CFR 60- 1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part. 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity, "and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, (b) Federally assisted construction contracts. Except as otherwise provided, each administering agency shall require the inclusion of the following language as a condition of any grant, contract. The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant contract, loan insurance, or guarantee, or undertaken, pursuant to any Federal program involving such grant, contract loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: (1)The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. 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. The contractor agrees to post in conspicuous places. Available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. Equal Employment Opportunity, Department of Labor." $60-1.4/b) Equal opportunity clause: loan, insurance, or guarantee involving federally assisted construction which is not exempt from 41CFR.560-1.4(b) 2$10,000 the requirements oft the equal opportunity clause: and2CFR200 APPENDIXII(C) Attachment F Page3of5 (2)The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, (3)The Contractor will not discourage or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This Provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish (4)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places (5)7 The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and oft the: rules, regulations, and relevant orders of the Secretary ofLabor. (6)The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary ofLabor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain (7)In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or (8)" The contractor willi include the portion of the sentence Immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, sO that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however. That in the event a contractor becomes involved in. or is threatened with litigation with as subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation toy protect the interests The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on The applicant agrees that it will assist and cooperate actively with the administering agencyl and the Secretary of Labor in obtaining the compliance of contractors and subcontractors) with the equal opportunity clause and ther rules, regulations. and relevant orr national origin. information. available to employees and applicants for employment. compliance with such rules, regulations and orders. as otherwise provided by law. oft the United States. or under the contract. AttachmentF Page4of5 orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant tot the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part Il, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings. the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan. insurance. guarantee); refrain from extending any further assistance toi the applicant under the program with respect to which the failure or refund occurred until satistactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for (c) Subcontracts. Each nonexempt prime contractor or subcontractor shall include the equal (d) Incorporation by reference. The equal opportunity clause may be incorporated by reference in all Government contracts and subcontracts, including Government bills of lading, transportation requests, contracts for deposit of Government funds, and contracts for issuing and paying U.S. savings bonds and notes, and such other contracts and subcontracts as the (e) Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be considered to be a part of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the (f) Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their [43FR 49240, Oct. 20, 1978, as amended at 62 FR6 66971, Dec. 22, 1997; 791 FR 72993, Dec. 9, the agency's primary responsibility for securing compliance. appropriate legal proceedings. opportunity clause ine each of its nonexempt subcontracts. Deputy Assistant Secretary may designate. contractor is written undertakings. 2014; 80FRS 54934, September 11. 2015] CONSTRUCTION CONTRACTS >$2,0001 for Davis Bacon "Anti- Kickback" Act; >$100,000 for Contract Work Hours and Safety Standards Act and Copeland Federal labor standards provisions include: 1. Davis Bacon Act (40 U.S.C. 3141 ets seg) as supplemented by DOLI regulations (29 CFR 2. Copeland "Anti- Kickback". Act (40 U.S.C. 3145), as supplemented. by Department of Contract Work Hours and Safety Standards Act (40 U.S.C.. 3701 ets seg) part 5); Labor regulations (29 CFR Part. 3): and AttachmentF Page5of5 Compliance with the Davis-Bacon. Act (40U.5.C. 3141 et seq.) as supplemented by Department of Labor regulations (290 CFR part! 5) and with the Copeland Anti-Kickback", Act (18 U.S.C.874:40 U.S.C.. 3145) as supplemented in Department of Labor regulations (29 CFRA part 3) (D) Davis- Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation. All prime construction contracts in excess of $2,000 awarded by non-Federal entities musti include: ap provision for compliance with the Davis-Bacon Act 40 U.S.C. 3141-3144 and 3146- 3148 as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made APPENDIXII(D) by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti- Kickback " Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United! States"). The Act provides thate each contractor or sub recipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or (E) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) Contractors that apply or bidf for an award of$100,000 or more must filet the required certification. Each tier certifies tot thet tier above that it will nota and! has not usedF Federal appropriated funds to paya anypersonoro organization fori influencing or Federal contract, grant or any other award covered by 31 U.S.C. 1352. Eacht tier must also disclose any lobbying withr non-Federal funds thatt takes place in connection with obtaining any Federal award. Such disclosures aref forwarded from tier tot tier up to the non-Federal award. (F) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment ofr mechanics or laborers musti include a provision for compliance with 40 U.S.C.: 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of on the basis ofa a standard work week of 40 hours. Worki in excess of the standard work weeki is permissible provided that the worker is compensated at a rate of not less than one and a half APPENDIXII(E) times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended-Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable 20 CFR 200/ APPENDIXII standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and G) the Federal Water Pollution Control Act as amended (33 U.S.C: 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental >$2,000 Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In 2CFR200 reported violations to the Federal awarding agency 2CFR200 attemptingi toi influence an officer or employee of any agency, ar member of Congress, officer or APPENDIXII(): and >$100,000 employee of Congress, or an employee ofa a member of Congress in connection with obtaining any] 24CFR $570.303 >$100,000 the Act, each contractor must be required to compute the wages of every mechanic and laborer 2CFR200 transportation or transmission of intelligence. P$150,000 Protection Agency (EPA). Attachment G FORM 1295 OFFICE USE ONLY CERTIFICATION OF FILING CERTIFICATE OF INTERESTED PARTIES 1of1 Complete Nos. 1-4a and 6ifthere are interested parties. Complete Nos. 1,2,3,5, ande 6ift there are noi interested parties. Name of business entity filing form, and the city, state and country oft thel business entity's place! Certificate Number: of business. being filed. Date Filed: Date Acknowledged: 2 Name of governmental entity or state agency that is a party to the contract for which the formi is Provide the identification number used by the governmental entity or state agency to track or identifyt the description of the services, goods, or other property to be provided under the contract. a of interest Controlling Intermediary Name of Interested Party City, State, Country (place opusine (check applicable) - - C 7 5 Check only if there is NO AFFIDAVIT Iswear, ora affirm, under penalty of perjury, that the above disclosure is true and correct. x0 Signature of authorized: agent of contracting business entity AFFIX NOTARY: STAMP. /SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20_ to certify which, witness my hand and seal of office. Signature of officer administering oath Forms provided by Texas Ethics Commission Printed name of officer administering oath www.etncsstate.kus Title of officer administering oath Version V1.0.1021 Attachment H Pagelof7 TATE TEXAS GENERAL LAND OFFICE ENGINEERING SCOPE OF WORK SCOPE OF SERVICES REQUESTED. ENGINEERING SERVICES. DESCRIPTION OF SERVICES AND SPECIAL CONDITIONS -1- Attachment H Page2of7 SCOPE OF SERVICES REQUESTED Providers will help the GLO fulfill State and Federal Community Development Block Grant Disaster Recovery ("CDBG-DR") statutory responsibilities related to disasterrecovery for presidentially declared disasters in' Texas. Providers will assist the GLO and grant recipients in the completion of CDBG qualified housing or nonhousing projects. Respondents may be qualified to provide Engineering services for housing projects, non-housing projects, or both. Engineering services must be performed in compliance with the U.S. Department of Housing and Urban Development ("HUD") and guidelines issued by the GLO. Providers will be bound tos specific terms and conditions found in the sample general terms and conditions. DESCRIPTION OF SERVICES AND SPECIAL CONDITIONS Respondents will be required to show the ability to provide all the Engineering services described below. Respondent shall then provide a detailed description of how they meet the requirement, describing their knowledge and experience, as well as providing discrete examples of previous work where appliçable. General Requirements (a) Coordinate, as necessary, between subrecipient and its service providers (i.e., Engineer, Environmental, Contracted Construction Company, Grant Administrator, etc.) and GLO. regarding project design services. (b) Provide monthly project status updates. (c) Funding release will be based on deliverables identified in the contract. Initial Engineering and Design Support Respondents will be required to show the ability to provide all the Engineering (a) Assist with the development of grant applications, as necessary. (b) Provide all project information necessary to ensure timely execution of (c) Provide preliminaryengineering. investigations, and drawings sufficient toa achieve the preliminary design milestone, including at a minimum: services described below: the environmental review. i.Cross sections/elevations ii. Project layout/staging areas 2- Attachment H Page3of7 iii. General notes iv. Special notes V. Design details vi. Specifications vii. Utility relocation designs ix. Required permits X. Quantities vi.Construction limits, including environmentally sensitive areas that should be avoided during construction xi. Estimate of construction costs to within +/- 25% xii. Schedules for design, permitting, acquisition and construction (d) Design surveying, topographic and utility mapping. (e) Perform subsurface explorations for project sites, as necessary. (f) Prepare horizontal alignmentslayouts for all proposed project alternatives necessary to fully describe the project scope, anticipated limitations, and (g) Recommend value engineering options (alternative design, construction methods, procurement, etc.) that may improve efficiency, expedite the (h) Identify, acquire and submit all necessary permits and approvals required (i) Submit all necessary deliverables to the appropriate entity for review and comment. Adjust project and/or design to satisfactorily address any Prepare plans and profiles, including vertical design information for the (k) Identify and address potential obstacles to project implementation (i.e., pipelines, easements, permitting, environmental, etc.) prior to moving () Support subrecipient with acquisition or property/servitudes/right-ol-way documentation as required by the City to facilitate the project, preparing right ofway surveys and/or property boundary maps and legal potential project impacts. schedule, or reduce project costs for the subrecipient. for design approval and construction. comments, as necessary. selected alternative. forward with the final design. Attachment H Page4of7 descriptions of parcels to be acquired. (m)Provide project schedules from cradle to grave in MS Project format or equal as approved by the subrecipient based on GLO guidance. Engineering and Final Design Support Respondents will be required to show the ability to provide all the Engineering services (a) Prepare plans and profiles, including necessary design information for the selected alternative sufficient to achieve all detailed design milestones. Examples include, but are not limited to: described below as they relate to final design support: i. Cross sections/elevations ii. Project layout/staging areas iri. General notes iv. Special notes V. Design details vi. Specifications vii. Utility relocation designs ix. Required permits Quantities construction viii. Construction limits, including environmentally sensitive areas that should be avoided during construction xi. Estimate of construction costs to within +/-20% xii. Schedules for design, permitting, acquisition and (b) Provide information to appropriate individuals for the development of environmental fund release reports and floodplain maps. (c) Identify, acquire and submit all necessary permits and approvals required for design approval and construction. (d) Provide hard copy, if necessary, reproducible plan drawings and bid documents, in addition to electronic copies to the subrecipient, upon design completion, and as requested during design. Electronic copies should be in the native format (AutoCAD DWG) along with PDF packages and should contain all corespondingreferenees, databases, or X. 4- Attachment H Page 5of7 files associated with the completed design documents. (e) Assist the subrecipient and any service provider related to the project with all necessary documentation to ensure compliance with all Program requirements and regulations. Bid and Award Support Respondents will be required to show the ability to provide all the Engineering services described below as they relate to bid and award support. bid package. (a) Submit appropriate items and support subrecipient in the development of complete (b) Prepare and assist subrecipient in the advertisements for bid solicitation. (c) Support development and issuance of bid-related documents necessary to complete bid process (e.g., bid proposal form, bid addenda and supporting documentation). (d) Attend and support subrecipient at pre-bid conference and bid opening. (e) Support subrecipient with ongoing communication during bid process. (f) Support subrecipient to complete bid tabulation and evaluation of responses and (g) Support subrecipient to negotiate and finalize contract documents, including issuance of the Notice to Proceed, in accordance with program and subrecipient (h) Support subrecipient in the conducting ofa preconstruction conference. Respondents will be required to show the ability to provide all the Engineering: services described below as they relate to contract: management (a) Ensure delivery of subrecipient project in accordance with contract. (b) Provide ongoing Construction Oversight Reports detailing the status ofo construction (c) Review all service provider submittals to ensure compliance with construction contract documents and provide recommendations to subrecipient. (d) Provide periodic and final inspections and tests reports, as required for the project. (e) Provide on-site supervision and oversight of construction activities at a minimum provide recommendation for award. requirements. Contract Management and Construction Oversight and construction oversight. for subrecipient project. onab bi-weekly basis or as directed by the GLO or subrecipient. 5- Attachment H Page6of7 Review Construction Change Orders and provide recommendation to subrecipient (g) Review invoice/draw requests and provide recommendation to subrecipient as to appropriate action, in compliance with the construction contract documents. (h) Obtain independent cost estimates for validation purposes, as required. (i) Review and respond to requests for informationclarification. () Support subrecipient with issue identification and claims resolutions. as to appropriate action. (k) Enter all requisite information into the GLO system of record in accordance with () Develop a final "as built" report of quantities, drawings, and specifications. (m)Issue to the subrecipient, for execution, a Certificate of Construction Completion (n) Deliver "as-built" drawings to the subrecipient within 30 days of project (0) Host and/or attend project coordination meetings inj person, by phone, or by video conference, which may or may not fall during normal business hours. (p) Perform other contract management and construction oversight duties as required (q) Provide necessary certifications to regulatory agencies of project completion and (r) Submit all final invoices within 60 days after contract or work order expiration. established policies and procedures. within 30 days of final inspection approval. completion. toe ensure success oft the subrecipient project. compliance (ex. TCEQ). Specialized Services Respondents will be required to show the ability to provide all the Engineering services described below as they relate to specialized services. (a) Provide Geotechnical Investigations as may be required for a project. (b) Provide Detailed Surveying as may be required for a project. (c) Provide Site Specific Testing as may be required for aj project. (d) Provide. Archeological Studies as may be required for a project. (e) Provide Planning Studies as may be required for a project. Attachment H Page7of7 (f) Provide Feasibility Studies as may be required for a project. (g) Provide Legal documentation for property and/or easements to be acquired (i.e., field (h) Provide Phase Iand Phase II environmental site assessments as requested. notes, etc.). -7- Council Agenda Item Cover Memo 10/26/2020 Date of Meeting To: Agenda Item: Mayor and City Council Discuss and take possible action on the Engineer's Report SUMMARY/BACKGROUND (WHY): The City has requested that updates to current projects be summarized in an Engineer's Report. The Engineer's Report for this month includes updates to the Surrey Oaks Lane Project, the Beinhorn Road Project, the Wilding Lane Project, the 2020 Paving Project, Chuckanut, other various maintenance projects, and future projects. STAFF RECOMMENDATION: ESTIMATED COST: N/A FUNDING SOURCE: CURRENT BUDGETED ITEM: YES_ NO EMERGENCY REQUEST: YES NO X_ PREPARED BY: Joel Moore ATTACHMENTS: Yes HR Engineer's Status Report City of Piney Point' Village HDRI Engineering, Inc. City Council Meeting Date: October 26, 2020 CURRENT PROJECTS 1. Surrey Oaks Paving & Drainage Improvements RAC has completed a majority of the walkthrough punch list items but a few items still remain, including a driveway birdbath and the contractor's as-built markups. HDR has requested that these items be addressed prior to project closeout documents being reviewed and processed. Itis expected that the remaining issues will be resolved shortly and the project will be officially closed outi int the next week or two. 2. Beinhorn Drainage & Sidewalk Improvements Project The project is substantially complete. HDR has completed the final walkthrough with the Contractor and has compiled a punch list with items for the Contractor to address. T-Construction has completed the sidewalk replacement work on North and South Piney Point Road and is currently working on the sidewalk along Memorial Drive westbound from Blalock to Heritage Oaks. A: second crewi is working on the sidewalks along San Felipe westbound between Kinkaid School Road and Memorial Drive. The remaining locations for sidewalk repairs are along the eastbound and northbound lanes of Memorial Drive and T-Construction originally requested 30 days to complete all of the sidewalk replacement work, buti is now requesting an additional 30 days. As requested from HDR, the Contractor has submitted a schedule to complete the remaining repairs within the additional 30 days. HDR has sent the contract documents for this project to TR Grace who is working to execute the documents and prepare all required bonding. Once the contracts have been executed, HDR will begin scheduling pre-construction meetings with TR Grace and a town hall meeting City-wide Sidewalk Repairs/Replacement along Blalock Road. 3. Wilding Lane Drainage & Paving Improvements Project with the residents on the street. 4. Chuckanut Lane Council previously approved a quote from T-Construction to regrade the ditch on the north side of the east and west portion of Chuckanut Lane. This includes the removal of the 18- inch culvert towards the east end of the ditch. HDR issued a Notice to Proceed for the work, but the Contractor has not started construction. T-Construction is currently performing the sidewalk repairs throughout the City and will schedule the ditch regrading work when a crewi is available. HR Council also previously approved a quote from On-Par Civil Services to regrade the ditch in the drainage easement along the south side of 239 Piney Point Road. The quote included the installation of one joint of 24-inch pipe from the existing Type E inlet at N. Piney Point Road and daylighting into the ditch to collect runoff from the ditch. After the Contractor reported that the work was completed, HDR inspected the site and found standing water in the ditch. HDR will work with the Contractor to resolve this issue. 5. 2020 Paving Improvements Four bids were received and opened on Thursday, October 15th. A Letter of Recommendation for Contract Award will be presented in a separate agenda item. The anticipated schedule of activities going forward is as follows: Contract Award and Execution: November 2020 Pre-Construction Meeting: Late November 2020 Start of Construction: December 2020 Construction Completion: February 2021 6. Summerhill and Chuckanut Ditch Regrading Council previously approved quotes from Camino Services to regrade the ditch in the drainage easement at 11510 Summerhill Lane and at 16 and 8 Lacewood Lane. The Contractor anticipates the completion of the ditch regrading in both locations on Friday, October 23rd. FUTURE PROJECTS 7. Texas General Land Office (TGLO) - Community Development Block Grant Mitigation The draft (substantially complete) grant application was posted on the City website and made available at City Hall for public viewing and comment on Friday, October 9th and the public comment period ended on Friday, October 23rd. HDR and CSRS (grant administrator) have been working on the grant application along with preparing supplemental information for the Blalock drainage project, including the Citizen Participation Plan, an Opinion of Probable Construction Costs, and a hydraulic model for the project interim condition (storm sewer from Buffalo Bayou to Quail Hollow with a restrictor). A separate agenda item has been included in the Council agenda packet to authorize the submission of the grant application and a contract with HDR for professional engineering services for the CDBG-MIT Action Plan (CDBG-MIT) program. HR 8. Additional Future Projects: At Council's request, HDR has identified multiple projects for the City to consider performing. The Master Drainage Study identified several drainage projects. Multiple cul- de-sac streets stemming off of the larger drainage projects the City has completed are good candidates for future drainage improvements projects as further outlined in the Master Drainage Study Update. An additional drainage project is the replacement of the 96-inch CMP along S. Piney Point Road. Drainage Improvements Projects: The Master Drainage Study identified several drainage improvements projects. The City has already begun design on Wilding Lane and construction on Beinhorn Road, two projects identified in the Master Drainage Study. The additional list of projects as identified in the study are as follows: Table 11- Projects with No Detention Required PROJECT DESCRIPTION PROJECT CONSTRUCTION.COST $ 610,390.00 $ 1,141,135.00 $ 388,215.00 $ 322,400.00 $ 340,210.00 $ 129,125.00 $ 205,175.00 172,935.00 547,430.00 3,857,015.00 PROJECT CONSTRUCTION COST $ 14,458,600.00 $ 803,010.00 $ 630,475.00 $ 1,773,400.00 5 17,665,485.00 Beinhom Road (Southside) Wilding Lane Chuckanut! Lane N.CountySquire S.Countrys Squire CountryCourt Memorial Drive (S. Country Squire to Wickline Ravine) Tokeneke Trail to Claymore Road Shadow Way Total Table 12-F Projects with Detention Required PROJECT DESCRIPTION Blalock Road (east andy west systems) Lacewood Lane Memorial Drive (CountryCourt: to Tynewood Ditch) Wilding Lane Bypass (Bothwe!l Way, Holidan! Way, Wilding! Lane) Total Paving Improvement Projects: In 2018 the City performed an update to the Street Condition Assessment Document which assigned a rating to each public street in the City. The following list was prepared based on the ratings provided in that document: Memorial Drive from San Felipe to Greenbay (Asphalt) Multiple point repairs are included in the 2020 Paving improvements Project to address more immediate potholes and cracking along the street. HR OPCC Asphalt Reclamation $933,500 OPCC Concrete Pavement-52292420 S.Piney Point Road (Asphalt) Multiple point repairs are included in the 2020 Paving Improvements Project to address more immediate potholes and cracking along the street. OPCC Asphalt Reclamation $528,450 OPCC Concrete Pavement $1,079,315 Lanecrest (Asphalt) North and South Country Squire (Concrete) Crack Sealing on Various Streets 9. Current Anticipated Piney Point Project Schedules: The following is a summary of anticipated project schedules for projects in various phases throughout the City. Please be aware that the schedules are approximate and. subject to the weather, utility company reviews, City and County reviews, and other unforeseen circumstances that may develop as each project progresses. HDR will submit an updated schedule with each engineer'sreport. Surrey Oaks Paving & Drainage Improvements Anticipated Schedule- Contractor Reported Completion Date August 18, 2020 Beinhorn Drainage & Sidewalk Improvements Project Anticipated Schedule- Construction Notice to Proceed- - March 9, 2020 Construction Completion Date - October 14, 2020 Wilding Lane Drainage & Paving Improvements Project Anticipated Schedule- Pre-Construction Meeting: late-October Townhall Meeting: Early November Start of Construction: Mid to late-November 2020 Paving Improvements Project Anticipated Schedule- Present Letter of Recommendation to Council: Monday, October 26, 2020 Contract Awards and Execution: November 2020 Construction Notice to Proceed: December 2020 Construction Completion: February 2021 MINUTES THE CITY OF PINEY POINT VILLAGE REGULAR COUNCIL MEETING MONDAY, SEPTEMBER 28, 2020 THE CITY COUNCIL OF THE CITY OF PINEY POINT VILLAGE MET IN A REGULAR MEETING ON MONDAY, SEPTEMBER 28, 2020 AT 6:30 P.M. VIA ZOOM TO DISCUSS THE AGENDA ITEMS LISTED BELOW. Join Zoom Meeting Meeting ID: 884841 6839 Passcode: 378690901 Dial by your location One tap mobile +13462487799 US (Houston) 13462487799,8648416396.m.k8 US (Houston) 16699006833,86484168396uli1# US (San Jose) Find your local number: nttps:lusoZweb.zoom.uslulkeVN6YBVUA COUNCIL MEMBERS PRESENT: Mayor Mark Kobelan, Dale Dodds, Michael Herminghaus, Henry Kollenberg, Brian Thompson ABSENT COUNCIL MEMBERS: Joel Bender CITY STAFF: Roger Nelson, City Administrator, Karen Farris, City Secretary; Annette Arriaga, Director of Planning & Development; David Olson, City Attorney; Joe Moore, City Engineer DECLARATION OF QUORUM AND CALL TO ORDER Mayor Kobelan called the meeting to order at 6:32 p.m. Session to the beginning of the Council Meeting. Due to a temporary connectivity issue with Zoom, Mayor Kobelan moved the Executive 15. EXECUTIVE SESSION: The City Council adjourned into closed executive session pursuant to Section 551.071 of the Texas Government Code (CONSULTATION WITH ATTORNEY), regarding (1) pending litigation, specifically the Khan V. Zoning Board of Adjustment lawsuit and the Memorial Village Police Department EEOC complaint; and regarding (2) matters in which the duty of the City Attorney require to be discussed in closed session under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas. Council adjourned into a closed session at 6:33 p.m. Council reconvened into open session at 6:48 p.m. 16. Action outside of Executive Session No formal action taken CITIZENS WISHING TO ADDRESS COUNCIL At this time, any person with city-related business may speak to the Council. In compliance with the Texas Open Meetings Act, if a member of the public comments or inquiries about a subject that is not specifically identified on the agenda, a member of Council or a Staff Member may only respond by giving a statement of specific factual information or by reciting existing policy. The City Council may not deliberate or vote on the matter The following Citizens addressed Council via Zoom: Cub Scouts: David Bain, the Den Leader for the Webelos Pack 641, Chapelwood was present via Zoom along with several den members. Mr. Bain explained the Webelos are learning about citizenship and city leadership; and explained how the Webelos are getting involved and giving Lauren Read of 11502 Habersham Lane informed Council that her home backs up to St. Francis. She asked Council ifi it would be possible for the City to contact St. Francis regarding the excessive noise created by their roof top A/C units. Council requested Roger Nelson, City Administrator to contact and advise St. Francis of this complaint that needs to be addressed. Charlotte Orr of 24 Farnham Park Dr. stated her concern was regarding vacant and abandoned homes, specifically at 15 Farnham Park Dr. and 17 Farnham Park Dr that have been abandoned since Hurricane Harvey. The Mr. Trevor Talbert, Chief Operating Officer of T.R. Grace & Company introduced himself to Council; however, this is on the Agenda as Item #10 regarding the Award of the Wilding Lane Drainage and Paving Improvements back to the community. City will discuss with the City Attorney. Project. Mayor Kobelan moved Agenda Item #10 before Agenda Item #1. 10. Discuss and take possible action on Letter of Recommendation for Award The City Attorney recommended tabling this item for further discussion between all involved. Council Member Dodds made a motion to table the decision on the Wilding Lane Drainage and Paving Improvements Project. Council Member Thompson seconded the motion and it passed unanimously. This item will be ofWilding Lane Contract tabled to next month. 1. Discuss and take possible action on the MVPD monthly report Chief Schultz presented the August Monthly Report. The report included the following: Budget has been expended at 64% Each Village can expect a rebate at the end of the fiscal year Continue to work with FEMA on reimbursement from COVID-19 All personnel completed a Policy review and discussion on the Use of Force 1e employee was out due to COVID-19 in August Officers responded to a suicide unsubstantiated Warrant Purge Complaint via email regarding an arrest on an outstanding warrant was Preparations in anticipation of Hurricane Laura MVPD took delivery of 3 new Dodge Durango vehicles Discuss and take possible action on the VFD monthly report 2. Commissioner Nash updated Council on activities at the' Village Fire Department. There has been an increase in suicides in Piney Point versus previous years. The VFD continues to monitor and offer counseling services to employees. There is one employee that is contemplating retirement after showing signs off fatigue due to previous illness with the COVID-19 earlier in the year. The VFD is considering adding an additional employee above the number of authorized employees to assist with overtime management. To fund the renovation of the fire station they are considering using the ambulance fund that was collected this year and to be collected next year and any other revenue and apply to the Building Fund. Cities may need to provide The VFD is on budget. additional funds to pay for the renovation. There have been several fallen trees Discuss and take possible action on Arbor Day 3. Cary Moran was present and announced that the Piney Point Arbor Day Celebration will be on Saturday, October 24th at Ecclesia from 10 a.m. to noon. This will be the 14th Arbor Day for Piney Point. On Arbor Day there will be 30 trees given away. The trees will come from Bill Bounds Nursery. The cost is $12.50 per tree. The total cost including delivery is $475. Cary also suggested ifMr. Bain, the Den Leader of the Cub Scouts was still listening, she could use the help from the Cub Scouts. Mr. Bain was still listening and said the Cub Scout Troop would be happy to volunteer on Arbor Day. Any trees left over from the Arbor Day Celebration will be planted in various locations in Piney Point. Cary also explained that the ground is very soft from the rain and iti is not unusual Cary added to control moths and caterpillars' residents can purchase a 2-step program treatment from Cornelius Nursery that treats for moths and caterpillars. Discuss and take possible action on Memorial Drive Elementary School Council discussed a Community Representative for the Campus Improvement Team at Memorial Drive Elementary. Council Member Thompson volunteered, ifs selected, to be a Community Representative on the Campus Improvement for trees to fall. 4. Committee Appointment Team at Memorial Drive Elementary. 5. Discuss and take possible action on City website discussion There was discussion regarding improving the website. Areas of concern were Municipal Court and tickets, permit information, adding Zoom Meeting information to the City Calendar for Council Meetings, general information for residents and providing a dedicated email for residents to make comments, and for questions and answers tot the City Administrator. Council Member Kollenberg and Council Member Bender will form a committee dedicated to improving the Discuss and take possible action on contract with CSRS for Professional This item was to approve the contract with CSRS, Inc. for the Grant Administrator for the CDBG-MIT services. Council Member Kollenberg made a motion to authorize the Mayor Kobelan to execute the Master Services Agreement between the City of Piney Point Village and CSRS, Inc. Council Member Dodds Discuss and take possible action on the Bright Landscape Designs Mayor Kobelan explained the Bright Landscape Proposal is for Memorial Drive, at the esplanade east of Blalock. Council Member Thompson made a motion to approve the Bright Landscape Estimate for the esplanade on Memorial Drive, east of Blalock. Council Member Dodds seconded the motion and it passed Discuss and take possible action on the City Administrator's monthly Roger Nelson, the City Administrator announced that the Code Enforcement Officer, Bob Rivas resigned. Roger is actively looking for a replacement and Discuss and take possible action on Quotes for Chuckanut South The City has previously discussed the drainage issues on ChuckanutLane. HDR obtained quotes for ditch regrading along the drainage easement at 239 North Piney Point Road. The quotes include the regrading of existing ditches, relocating a cleanout, removing, and replacing the Type E Inlet top that the ditch iscurrently draining to, and installing one joint to tie into the existing Type E Inlet. Council Member Kollenberg made a motion to approve the quote from On-Par Civil Services for $10,518.60. Council Member Dodds seconded the motion and website. Services 6. seconded the motion and it passed unanimously. Proposal for Memorial Drive East of Blalock Road 7. unanimously. 8. report, including but not limited to: - August 2020 Financials should have someone next month to introduce to Council. 9. easement ditch regrading itp passed unanimously. Agenda Item #10 Discuss and take possible action on Letter of Recommendation for Award of Wilding Lane Contract was moved before Agenda Item #1 11. Discuss and take possible action on Authorization for Construction Management and Construction Observation tasks in HDR's Wilding Lane Proposal There was discussion regarding the Amendment to Fee Proposal for Professional Engineering Services for Reduced Scope of Work for Site Observation for the Wilding Lane Drainage and Paving Improvement Project. This item is related to Agenda Item #10 the Wilding Lane Drainage and Paving improvement Project Contract. Council Member Kollenberg made a motion to table Authorization for Construction Management and Construction Observation tasks for the Wilding Lane Proposal. Council Member Thompson seconded the motion and it passed 12. Discuss and take possible action on the City Engineer's monthly report There was discussion regarding the rainfall and drainage. Cary Moran will ask The City Engineer updated Council on the CDBG-MIT. HDR has submitted existing Master Drainage Studies, exhibits and Opinions of Probable Project Costs to CSRS, the grant administrator, for their review. CSRS is working to prepare a feasibility analysis of the proposed Blalock Project. Aschedule of upcoming grant application activities has been completed but is subject to vary as the application The City Engineer reported that T Construction had under bid the illuminated crosswalk sign on the Beinhorn Project. On the bid the amount of $1,500 was indicated instead of $15,000. T Construction is asking the City to make an adjustment sO that it will cover the actual cost of the installation of the system without T Construction making a profit. Council Member Kollenberg made a motion to authorize the City Engineer to discuss with T Construction (1) Indicate toT Construction that the City is inclined to grant at closeout, and (2) the City of Hedwig will pay one half. Council Member Herminghaus seconded the motion and 13. Discuss and take possible action on the Minutes of the August 24, Council Member Herminghaus made a motion to accept the Minutes of the August 24, 2020, the September 8, 2020, and the September 14, 2020 Council Meetings. Council Member Thompson seconded the motion and it passed unanimously. 14. Discuss and take possible action on any future agenda items, meeting dates, unanimously. This Agenda Item was tabled to next month. Felix about cleaning out under the bridge at Tynewood. process progresses. itp passed unanimously. September 8, and September 14, 2020 Council Meetings. etc. T.R. Grace & Company Meeting Zoom Meeting requirements, rules, and guidelines Memorial Drive Elementary construction discussion Agenda Item #15 EXECUTIVE SESSION, and Agenda Item #16 Action outside of Executive Session was moved before Citizen Wishing to Address Council 17. Adjourn Council Member Dodds made a motion to adjourn. Council Member Thompson seconded the motion and it passed unanimously and the meeting adjourned at 8:21 p.m. PASSED AND APPROVED this 26th day of October 2020 Mark Kobelan Mayor Karen Farris City Secretary MINUTES THE CITY OF PINEY POINT VILLAGE SPECIAL COUNCIL MEETING MONDAY, OCTOBER 6, 2020 THE CITY COUNCIL OF THE CITY OF PINEY POINT VILLAGE MET IN A SPECIAL MEETING ON MONDAY, OCTOBER 6, 2020 AT 5:30 P.M. IN PERSON AT PINEY POINT CITY HALL AND VIA ZOOM TO DISCUSS THE AGENDA ITEMS LISTED BELOW. Zoom Meeting ID: 858 7689 2671 Passcode: 3786960901 COUNCIL MEMBERS PRESENT: Mayor Mark Kobelan, Joel Bender, Dale Dodds, CITY STAFF: Roger Nelson, City Administrator; Karen Farris, City Secretary; Annette Arriaga, Director of Planning & Development; David Olson, City Attorney; Joe Moore, City Michael Herminghaus, Henry Kollenberg, Brian Thompson Engineer DECLARATION OF QUORUM AND CALL TO ORDER Mayor Kobelan called the meeting to order at 5:30 p.m. PLEDGE OF ALLEGIANCE 1. Discuss and take possible action on the award of the Wilding Lane The City Engineer provided a summary regarding this item. At the last Council Meeting it was decided to table this item due to the City's concerns. There was discussion regarding contractor references, other commitments, subcontractors, and the public relations aspect of the project. The contractor did submit the low bid but lacked experience in residential areas and in municipalities. A meeting was held between the City and the Contractor to discuss the concerns, to learn more about the contractor's experience, provide the City's expectations, and the opportunity for the contractor to present their approach to the project. Council Member Kollenberg made a motion to authorize the Mayor to execute the contract based upon the City Engineer approving the asphalt subcontractors and anything else the City Engineer and the Mayor deem is relevant. Council Member Herminghaus seconded the motion and it passed unanimously. Construction contract. There were commentsiquestions from 2 residents: wide with 2 feet of asphalt on each side. John wanted to know the width of the street. The width of the street is 18 feet Susan wanted to know about the options for 2 the feet on each side being either stone or asphalt. Mayor Kobelan explained the bid provides for both options. Neighbors should discuss with each other what they prefer. 2. Discuss and take possible action on the Authorization for Construction Management and Construction Observation tasks in HDR's Wilding Lane Council previously approved a portion of HDR's proposal for Professional Engineering Services for the Wilding Lane Drainage and Paving Improvements Project. Council requested that HDR present the proposal for the same project fort the Professional Engineering Services to provide Construction Management, Materials Testing, and Construction Observation Phase Services during construction. Council Member Bender made a motion to approve the Construction Management, the full time Site Observation, and Construction Materials fort the sum of $268,900. Council Member Dodds seconded the motion There was discussion about a future Town Hall Meeting or street meeting for the Proposal. and it passed unanimously. Wilding Lane Project. Adjourn p.m. 3. Council Member Bender made a motion to adjourn. Council Member Thompson seconded the motion and it passed unanimously. The meeting adjourned at 5:56 PASSED AND APPROVED this 26th day of October 2020 Mark Kobelan Mayor Karen Farris City Secretary