Loading...
HomeMy WebLinkAboutPACKET APR 04 2017BEAUMONT TEXAS REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 4, 2017 1:30 P.M. CONSENT AGENDA Approval of minutes — March 28, 2017 Confirmation of committee appointments A) Approve a six month contract for the purchase of sodium hydroxide from TDC, LLC of Houston for use by the Water Utilities Department B) Approve a six month contract for the purchase of liquid chlorine from Brenntag Southwest, Inc., of Houston for use by the Water Utilities Department C) Approve a one year contract with ANA -Lab Corporation, of Houston for laboratory testing services in the Water Utilities Department D) Approve Change Order No. 27 to the contract with the Texas Department of Transportation (TxDOT) for the Concord Road Project E) Authorize the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) to assist the Beaumont Public Health Department's Immunization Division F) Authorize the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) as a part of the Regional Local Services System/Local Public Health Services Grant Program G) Authorize the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) related to a Public Health Emergency Preparedness grant H) Authorize the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) related to a TB/PC Tuberculosis Prevention Control/State grant I) Approve a resolution opposing Senate Bill 1524 0 BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer MEETING DATE: April 4, 2017 REQUESTED ACTION: Council consider a resolution approving a six (6) month contract for the purchase of sodium hydroxide from TDC, LLC of Houston for use by the Water Utilities Department. BACKGROUND Sodium hydroxide is used to purify the City's water supply. The Water Utilities Department expects to purchase approximately five hundred (500) dry tons of this material during the term of this contract. Formal bids were requested from nine (9) vendors; three (3) responded. TDC, LLC responded with a bid of $450 per ton and a total estimated amount of $225,000. This represents an (11 %) increase in the price of this material over the prior contract. Specifications allow for a six (6) month contract with the option of two (2) renewals of a six (6) month term at the same pricing as the awarded contract. TDC, LLC has previously held this contract. There are no local vendors of this commodity. Bid tabulation is attached. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of the resolution. City of Beaumont Texas BEAUM©NT Purchasing Division Bid Tabulation T E X A S Bid Name: Six (6) Month contract for Sodium Hydroxide Bid Number: TF0317-08 Bid Opening: Thursday, March 30, 2017 Contact Person: Terry Welch, Senior Buyer twelch(o-)beaumonttexas.gov Phone 409-880-3107 Vendor Brenntag Southwest, Inc DXI Industries, Inc TDC, LLC City / State Houston, Tx Houston, Tx Houston, Tx Phone or Fax No. 713-450-4699 281-457-4807 713-860-2692 TY Extended Extended ITEM DESC (TONS) Unit Price Extended Price Unit Price Price Unit Price Price 1 Sodium Hydroxide 500 $556.00 $278,000.001 $483.75 $241,875.001 450.00 $225,000.00 TOTAL BID $278,000.001 $241,875.001 $225,000.00 RESOLUTION NO. WHEREAS, bids were solicited for a six (6) month contract, with the option of two (2) renewals of a six (6) month term at the same pricing as the awarded contract, for the purchase of Sodium Hydroxide for use by the Water Utilities Department; and, WHEREAS, TDC, LLC, of Houston, Texas, submitted a bid for an estimated total expenditure of $225,000.00 in the unit amounts shown below: VENDOR UNIT PRICE PER ESTIMATED COST DRY TON 500 DRY TONS TDC, LLC $450.00 $225,000.00 Houston, TX and, WHEREAS, City Council is of the opinion that the bid submitted by TDC, LLC, of Houston, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by TDC, LLC, of Houston, Texas, for a six (6) month contract, with the option of two (2) renewals of a six (6) month term at the same pricing as the awarded contract, for the purchase of Sodium Hydroxide in the unit prices shown above for an estimated total expenditure of $225,000.00 be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with TDC, LLC, of Houston, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of April, 2017. - Mayor Becky Ames — BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Todd Simoneaux, Chief Financial Officer -14 MEETING DATE: April 4, 2017 Fil REQUESTED ACTION: Council consider a resolution approving a six (6) month contract for the purchase of liquid chlorine from Brenntag Southwest, Inc., of Houston for use by the Water Utilities Department. BACKGROUND Liquid Chlorine is used to purify the City's water supply, and to treat sewage discharge. The Water Utilities Department expects to purchase approximately one -hundred fifty (15 0) tons of this material during the term of this contract. Bids were requested from six (6) vendors; two (2) vendors responded. Brenntag Southwest, Inc., responded with a bid of $635.00 per ton and a total estimated amount of $95,250. This represents a $62/ton (11%) increase in the price of this material over the last contract. Specifications allow for a six (6) month contract with the option of two (2) renewals of six (6) month terms at the same pricing as the awarded contract. Brenntag Southwest, Inc., is the current holder of this and other chemical contracts with the City and has performed satisfactorily. There are no local vendors of this commodity. Bid tabulation is attached. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of resolution. City of Beaumont Texas BEAUM©NT- Purchasing Division Bid Tabulation TEXAS Bid Name: Six (6) Month contract for Liquid Chlorine Bid Number: TF0317-06 Bid Opening: Thursday, March 23, 2017 Contact Person: Terry Welch, Senior Buyer twelch .beau monttexas.gov Phone 409-880-3107 Vendor Brenntag Southwest, Inc DXI Industries, Inc City / State Houston, Tx Houston, Tx Phone or Fax No. 713-450-4699 281-457-4807 ITEM DESC (TONS) Unit Price Extended Price Unit Price Extended Price 1 Liquid Chlorine 150 $635.00 $95,250.00 $740.00 $111,000.00 TOTAL BID $95,250.001 $111,000.00 No Response: FSTI, GC3 Specialty Chemical, Univar USA, Occidental Chemical RESOLUTION NO. WHEREAS, bids were solicited for a six (6) month contract for the purchase of liquid chlorine for use by the Water Utilities Department; and, WHEREAS, Brenntag Southwest, Inc., of Houston, Texas, submitted a bid in the unit amount shown below: VENDOR TONS PRICE/TON L Brenntag Southwest, Inc. Houston, TX 150 $635.00 E$95,250.00 ; and, WHEREAS, City Council is of the opinion that the bid submitted by Brenntag Southwest, Inc., of Houston, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by Brenntag Southwest, Inc., of Houston, Texas, for a six (6) month contract for the purchase of liquid chlorine in the unit price shown above for an estimated total expenditure of $95,250.00 be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Brenntag Southwest, Inc. for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of April, 2017. - Mayor Becky Ames - BEAUMONT T E X A S TO: FROM: PREPARED BY: MEETING DATE: REQUESTED ACTION: BACKGROUND City Council Kyle Hayes, City Manager Todd Simoneaux, Chief Financial Officer April 4, 2017 Council consider a resolution approving a one (1) year contract with ANA -Lab Corporation, of Houston for laboratory testing services in the Water Utilities Department. C Third party commercial laboratory services are used by the City for wastewater pretreatment testing and for water production testing to ensure quality control. This testing is regulated by the Environmental Protection Agency (EPA) and the Texas Commission on Environmental Quality (TCEQ). Bids were requested from five (5) vendors; one (1) vendor responded. ANA -Lab Corporation responded with a total estimated bid of $ 51,510. The current contract cost is an estimated $48,047 per year. Specifications allow for a one (1) year contract with the option of two (2) renewals of a one (1) year term at the same pricing as the awarded contract. ANA -Lab Corporation is the current holder of this contract with the City and has performed satisfactorily. Bid tabulation is attached. FUNDING SOURCE Water Utilities Fund. RECOMMENDATION Approval of resolution. RESOLUTION NO. WHEREAS, bids were received for an annual contract, with the option of two (2) renewals of a one (1) year term at the same pricing as the awarded contract, for laboratory services for wastewater pretreatment testing for the Wastewater Division and water testing for quality control for the Water Utilities Department; and, WHEREAS, ANA -Lab Corporation, of Houston, Texas, submitted a bid for an estimated total amount of $51,510.00 in the unit amounts shown on Exhibit "A," attached hereto; and, WHEREAS, City Council is of the opinion that the bid submitted by ANA -Lab Corporation, of Houston, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the bid submitted by ANA -Lab Corporation, of Houston, Texas, for an annual contract, with the option of two (2) renewals of a one (1) year term at the same pricing as the awarded contract, for wastewater pretreatment testing for the Wastewater Division and water testing for quality control for the Water Utilities Department for an estimated total amount of $51,510.00 in the unit amounts shown on Exhibit "A" be accepted by the City of Beaumont; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with ANA -Lab Corporation, of Houston, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of April, 2017. - Mayor Becky Ames - BEAUM©NT CITY OF BEAUMONT - PURCHASING DIVISION T E X A S -- Terry Welch -Senior Buyer 409-880-3107 twelch(fteaumonttexas.gov BID TABULATION: Wastewater & Water Laboratory Services BID No. TF031 7-07 OPENING DATE: Tuesday, March 21, 2017 Vendor Ana -Lab Corp City / State Houston, Tx FAX 903-984-5419 SECTION TOTAL Significant Industrial User $15,848.00 1.1 Cony d to outline Significant Industrial User 1.1.1 Survey DOutline$7,747.00 Significant Industrial User 1.1.2 Specific Data Outline $8,075.00 Categorical Industrial $566.00 1.1.3 User, CWT Data Outline Categorical Industrial User 1.1.4 Metal, TTO data outline $1,860.00 1.2 Commercial Data Outline $2,640.00 1.3 Raw Wastewater Influent $4,030.00 Constructed Wetland ITEM DELETED BY Influent ADDENDUM Constructed Wetland $4,730.00 1.4 Effluent 1.5 Dewatered Bio -Solids $1,922.00 1.6 Drinking Water $4,092.00 Total Bid $51,510.00 No Response: Science Engineering, Pace Analytical, Trace Analytics E H m_ 2 X W I C BEAUMONT T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director le MEETING DATE: April 4, 2017 REQUESTED ACTION: Council consider a resolution approving Change Order No. 27 to the contract with the Texas Department of Transportation (TxDOT) for the Concord Road Project. BACKGROUND Texas Department of Transportation (TxDOT) is managing the Concord Road Project. On July 26, 2012, TxDOT entered into an agreement with Tradeco Infrastructura, Inc., in the amount of $11,284,746.71 for the Concord Road Project. On June 10, 2015, Tradeco delivered a voluntary letter of default to TxDOT abandoning and terminating the contract. The Surety Bond held by American Home Assurance Company, is acting in its capacity as the Surety for Tradeco and has chosen Texas Sterling Construction Co., as the Completion Contractor. On September 1, 2015, Texas Sterling Construction Co., was given the Notice to Proceed with a Substantial Completion Date set at November 23, 2016. Previous Change Order Nos. 1-26, resulted in a decrease of ($176,709.00) to the original awarded amount making the new contract amount $11,108,037.71. Proposed Change Order No. 27, in the amount of $12,150.60, which includes a $1,650.60 Engineering and Contingency charge, is being requested due to previous change order approvals which granted time extensions, causing overruns which pertained to storm sewer, water and sanitary lines. The overall combined extensions result in an additional three (3) months of traffic control barricade charges. If approved, the new contract amount will be $11,120,188.31. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. TEXAS DEPARTMENT OF TRANSPORTATION CONSTRUCTION CONTRACT CHANGE ORDER NUMBER: 27 Third Party Funding Notification Sheet This form is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT, and involves third parties who are providing funding under an Advance Funding Agreement or Donation Agreement. 1. Outside funding provided by: CITY of Beaumont (Outside Entity's Legal Name) 2. Type of outside funding agreement for this change: M Existing ❑ Amended New [ Check one 1 3. Indicate the type and amount of funding: 7 Fixed Price (Lump Sum) (Estimated Amount ® Actual Cost (a) Contract Items (Bid Items): 10,500.00 (b) E&C*: (a) x 0 = 1,650.60 enter (c) Indirect Cost**: (a + b) x = 0.00 en tomer g— TOTAL 12,150.60 1 CCSJ: 0920-38-153 Project: HP 450(1) Highway: CS County: JEFFERSON District: BEAUMONT Contract Number: 07123217 Use as needed: I hereby acknowledge notification of the modifications covered by this Change Order. Date By Typed/Printed Name Typed/Printed Title * The percentage (%) for E&C (Engineering and Contingencies) charges varies from project to project depending on the contract amount of the project. Projects with a higher contract amount will have a lower rate of E&C charge. For a specific project, E&C rate (%) can be derived from the cost of "Engineering and Contingencies" in the "Estimated Cost" of the project. ** Use the statewide district rate as established by Finance Division each year. This line 3(c) is for Service Project only, unless otherwise specified in the Advance Funding Agreement. See Stand Alone Manual Notice 98-2 for instructions. Funding for this Change Order has been arranged: TxDOT Representative Date Typed/Printed Name: TXDOT Form 2146-AFA (Rev. 07/13) Page 1 of 1 CONTRACTID 092038153 CONTRACT ITEMS PROJECT NBR 092038153 CATG LINE ITEM SP DESCRIPTION NBR ITEM CODE NBR CHANGE ORDER NBR. 27 UNIT UNIT ORIG + PREV PRICE REV QTY Page 2 of 3 QTY NEW AMOUNT THIS CO QTY THIS CO 001 0330 05022001 033 BARRICADES, SIGNS AND TRAFFIC HANDLING MO 3,500.00000 27.000 3.000 30.000 $10,500.00 CHANGE ORDER AMOUNT $10,500.00 RESOLUTION NO. WHEREAS, on July 26, 2012, the Texas Department of Transportation (TxDOT) entered into an agreement with Tradeco Infrastructura, Inc. in the amount of $11,284,746.71 for the Concord Road Project, and, WHEREAS, on July 9, 2013, the City Council of the City of Beaumont, Texas, passed Resolution No. 13-147 approving Change Order No. 1, in the amount of $88,965.21, including $12,085.19 for Engineering and Contingency charges, for modifications to the water, sanitary sewer, storm sewer, and conduit lines for the project; and, WHEREAS, on June 10, 2015, Tradeco Infrastructura, Inc. delivered a voluntary letter of default to TxDOT abandoning and terminating the contract; and, WHEREAS, the surety bond held by American Home Assurance Company is acting in its capacity as the surety for Tradeco and has chosen Texas Sterling Construction Co. as the completion contractor; and, WHEREAS, on December 15, 2015, the City Council of the City of Beaumont, Texas, passed Resolution No. 15-295 approving Change Order Nos. 2, 3, 4 and 5, in the total amount of $37,798.99, including $5,134.81 for Engineering and Contingency charges, for the removal of water oak trees along SH 105; temporary drainage on SH 105 to aid the installation of water and sanitary sewer improvements; adjustment of sanitary manholes to match final paving; and, removal of three (3) existing sanitary manholes, respectively, thereby increasing the contract amount to $11,411,510.91; and, WHEREAS, on March 4, 2016, the City Manager executed Change Order No. 6, in the amount of ($6,695.34), for alterations to the sanitary pipe from SDR -17 to SDR - 26, thereby decreasing the contract amount to $11,404,815.57; and, WHEREAS, on March 24, 2016, the City Manager executed Change order No. 7, in the amount of $6,614.94, including $898.61 for Engineering and Contingency charges, for realignment of 8" PVC waterline to avoid conflict with existing utilities at Concord Road and Garner Street, thereby increasing the contract amount to $11,411,430.51; and, WHEREAS, on February 9, 2016, the City Manager executed Change Order No. 8, in the amount of $0.00, to provide 87 additional working days to the contract, thereby having no affect on the contract amount of $11,411,430.51; and, WHEREAS, on March 8, 2016, the City Manager executed Change Order No. 9, in the amount of ($36,248.64), for adjustments to the unit price for concrete sidewalks, thereby decreasing the contract amount to $11,375,181.87; and, WHEREAS, on April 5, 2016, the City Council of the City of Beaumont, Texas, passed Resolution No. 16-061 approving Change Order No. 10, in the amount of $55,461.32, including $7,534.15 for Engineering and Contingency charges, to revise quantities for items relating to the realignment of sanitary sewer lines from Dowlen Road to Garner Road to avoid conflict with established utilities, thereby increasing the contract amount to $11,430,643.19; and, WHEREAS, on March 4, 2016, the City Manager executed Change Order No. 11, in the amount of $3,229.88, to provide concrete collars to be placed at the Concord and Lucas Drive intersection, thereby increasing the contract amount to $11,433,873.07; and, WHEREAS, on May 25, 2016, the City Manager executed Change Order No. 12, in the amount of ($23,851.74), to add Fast Trac HES concrete to the cross street intersections and reduce the thickness of the roadway base, thereby decreasing the contract amount to $11,410,021.33; and, WHEREAS, on June 2, 2016, the City Manager executed Change Order No. 13, in the amount of $3,177.60, for inlet redesign changes due to a conflict with a new waterline, thereby increasing the contract amount to $11,413,198.93; and, WHEREAS, on September 13, 2016, the City Council of the City of Beaumont, Texas, passed Resolution No. 16-170 approving Change Order No. 14, in the amount of ($375,231.43) to eliminate storm sewer/inlets and proposed concrete payment on Alignment B of the Concord Loop, thereby decreasing the contract amount to $11,037,967.50; and, WHEREAS, on August 24, 2016, the City Manager executed Change Order No. 15, in the amount of $4,943.50, including $671.55 for Engineering and Contingency charges, to compensate the contractor for materials ordered due to an error in the plans, thereby increasing the contract amount to $11,042,911.00; and, WHEREAS, on August 29, 2016, the City Manager executed Change Order No. 16, in the amount of $6,017.44, including $817.44 for Engineering and Contingency charges, to increase the quantities of manhole sewer and wastewater pipe due to conflicts between the new sanitary sewer line and the existing gas and energy lines, thereby increasing the contract amount to $11,048,928.44; and, WHEREAS, on October 24, 2016, the City Manager executed Change Order No. 17, in the amount of $5,020.29, including $681.98 for Engineering and Contingency charges, for drying of subgrade and lime treatment, thereby increasing the contract amount to $11,053,948.73; and, WHEREAS, on November 22, 2016, the City Council of the City of Beaumont, Texas, passed Resolution No. 16-241 approving Change Order No. 18, in the amount of $24,540.34, including $3,333.69 for Engineering and Contingency charges, to increase quantities of three (3) existing items to add lime and lime treatment which required one (1) additional month of barricade services, thereby increasing the contract amount to $11,078,489.07; and, WHEREAS, on November 22, 2016, the City Council of the City of Beaumont, Texas, passed Resolution No. 16-241 approving Change Order No. 19, in the amount of $28,659.42, including $3,893.24 for Engineering and Contingency charges, to address additional work needed to construct a temporary construction detour, thereby increasing the contract amount to $11,107,148.49; and, WHEREAS, on October 24, 2016, the City Manager executed Change Order No. 20, in the amount of $3,068.03, including $416.78 for Engineering and Contingency charges, for additional signage needed for a detour at Eastex Freeway and the 105 Intersection due to a light pole conflict at the intersection, thereby increasing the contract amount to $11,110,216.52; and, WHEREAS, on October 24, 2016, the City Manager executed Change Order No. 21, in the amount of $4,412.77, including $599.45 for Engineering and Contingency charges, to address changes to the storm sewer for Concord Loop across from Judy Lane by adding a Ty A inlet and a 24" 22.5 degree bend to the contract specifications to alleviate ponding of water at the intersection, thereby increasing the contract amount to $11,114,629.29; and, WHEREAS, on January 19, 2017, the City Manager executed Change Order No. 22, in the amount of ($13,114.00), to allow for the elimination of storm sewer work between Garner Road and the drainage ditch, thereby decreasing the contract amount to $11,101,515.29; and, WHEREAS, on January 19, 2017, the City Manager executed Change Order No. 23, in the amount of $1,784.53, including $242.42 for Engineering and Contingency charges, to compensate the contractor for storm sewer reinforcement pipe tie-in to a 60" main trunk line at Garner Road, thereby increasing the contract amount to $11,103,299.82; and, WHEREAS, on February 3, 2017, the City Manager executed Change Order No. 24, in the amount of $1,620.95, including $220.20 for Engineering and Contingency charges, to add an item not originally bid to investigate conflicts with the existing gas and phone lines, thereby increasing the contract amount to $11,104,920.77; and, WHEREAS, on February 3, 2017, the City Manager executed Change Order No. 25, in the amount of $665.39, including $90.39 for Engineering and Contingency charges, to compensate the contractor for additional excavation embankment, thereby increasing the contract amount to $11,105,586.16; and, WHEREAS, on February 3, 2017, the City Manager executed Change Order No. 26, in the amount of $2,451.55, including $333.03 for Engineering and Contingency charges, to provide supplies for additional work to address ponding that was not covered in the original scope, thereby increasing the contract amount to $11,108,037.71; and, WHEREAS, Change Order No. 27, in the amount of $12,150.60, including $1,650.60 for Engineering and Contingency charges, is required to allow for previous change order approvals which granted time extensions, causing overruns which pertained to storm sewer, water and sanitary lines, thereby increasing the contract amount to $11,120,188.31; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted, and, THAT the City Manager be and he is hereby authorized to execute Change Order No. 27 for additional work described above, thereby increasing the contract amount by $12,150.60 for a total contract amount of $11,120,188.31 for the Concord Road Project. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of April, 2017. - Mayor Becky Ames E BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Public Health Director MEETING DATE: April 4, 2017 REQUESTED ACTION: Council consider a resolution authorizing the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) to assist the Beaumont Public Health Department's Immunization Division. BACKGROUND The Texas Department of State Health Services has awarded the Beaumont Public Health Department an Immunization/Locals grant in an amount up to $178,834. This funding will assist the Beaumont Public Health Department's Immunization Division with implementing and operating an immunization program for children, adolescent, and adults. This contract will begin 09/01/2017 and end on 08/31/2018. FUNDING SOURCE No city match required. RECOMMENDATION Approval of the resolution. DocuSign Envelope ID: E7FOEE91-OC30-4E21-BE8D-E3F52AOBA092 SIGNATURE DOCUMENT FOR DEPARTMENT OF STATE HEALTH SERVICES CONTRACT No. 537-18-0049-00001 UNDER THE IMMUNIZATION/LOCALS GRANT PROGRAM I. PURPOSE The Department of State Health Services ("System Agency"), a pass-through entity, and Beaumont Public Health Department ("Grantee") (each a "Party" and collectively the "Parties") enter into the following grant contract to provide funding for immunization services (the "Contract"). II. LEGAL AUTHORITY This Contract is authorized by and in compliance with 42 USC 247b; 42 USC 243; 42 USC 300aa-3, 300aa-25, and 300aa-26; 42 USC 1396s; Chapter 791 of the Texas Government Code, and Chapters 81, 161 and 1001 of the Texas Health and Safety Code. II. DURATION The Contract is effective on September 1, 2017 and terminates on August 31, 2018, unless renewed or terminated pursuant to the terms and conditions of the Contract. The System Agency, at its own discretion, may extend this Contract subject to terms and conditions mutually agreeable to both Parties. IH. BUDGET The total amount of this Contract will not exceed ONE HUNDRED SEVENTY-EIGHT THOUSAND EIGHT HUNDRED THIRTY-FOUR DOLLARS ($178,834.00). The System Agency will act as a pass-through entity for up to SEVENTY-NINE THOUSAND FIVE HUNDRED SIXTY-NINE DOLLARS ($79,569.00). The remainder, NINETY-NINE THOUSAND TWO HUNDRED SIXTY-FIVE DOLLARS ($99,265.00), will be provided from state funds. All expenditures under the Contract will be in accordance with ATTACHMENT B. BUDGET. IV. CONTRACT REPRESENTATIVES The following will act as the Representative authorized to administer activities under this Contract on behalf of their respective Party. System Agency Department of State Health Services 1100 West 49`h Street Austin, Texas 78756 Attention: Tray Kirkpatrick tray.kirkpatricka,dshs.state.tx.us System Agency Contract No. 537-18-0049-00001 Page 1 of 3 v. 11.15.2016 DocuSign Envelope ID: E7FOEE91-OC30-4E21-BE8D-E3F52AOBA092 Grantee Beaumont Public Health Department P.O. Box 3827 Beaumont, Texas 77704-3827 Attention: Todd Simoneaux tsimoneaux(a)beaumonttexas. goy V. LEGAL NOTICES Any legal notice required under this Contract shall be deemed delivered when deposited by the System Agency 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: System Agency Department of State Health Services Attention: Lisa Hernandez 1100 W. 49`x' Street, MC 1911 Austin, TX 78756 Grantee Beaumont Public Health Department P.O. Box 3827 Beaumont, Texas 77704-3827 Attention: Todd Simoneaux tsimoneauxa,beaumonttexas.gov Notice given by Grantee will be deemed effective when received by the System Agency. Either Party may change its address for notice by written notice to the other Party. VI. ADDITIONAL GRANT INFORMATION Federal Award Identification Number (FAIN): H23IP000773 Federal Award Date: 9/08/2016 Name of Federal Awarding Agency: Centers for Disease Control and Prevention CFDA Name and Number: Immunization and Vaccines for Children Program 93.268 Awarding Official Contact Information: SeQuoyah Hill, Office: (770) 488-8350; email: kwi3(a)cdc.gov DUNS: 0793901118 SIGNATURE PAGE FOLLOWS System Agency Contract No. 537-18-0049-00001 Page 2 of 3 v. 02.01.2016 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager or the Chief Financial Officer be and they are hereby authorized to execute all documents necessary to accept grant funding from the Texas Department of State Health Services (DSHS) for the Immunization/Locals Grant in the amount of $178,834.00, effective September 1, 2017 through October 31, 2018, for the purpose of assisting the Beaumont Public Health Department's Immunization Division with implementing and operating an immunization program for children, adolescents, and adults. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of April, 2017. - Mayor Becky Ames - F BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Public Health Director MEETING DATE: April 4, 2017 REQUESTED ACTION: Council consider a resolution authorizing the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) as a part of the Regional Local Services System/Local Public Health Services Grant Program. BACKGROUND The Texas Department of State Health Services has awarded the Beaumont Public Health Department grant funding in an amount up to $174,270. The funding will be used by the Health Department to perform activities and services that will improve and strengthen the local public health infrastructure within the State of Texas. This contract will begin 09/01/2017 and end on 08/31/2019. FUNDING SOURCE No city match required. RECOMMENDATION Approval of the resolution. DocuSign Envelope ID: 235AEDA5-3DB9-4EB0-A889-A1AB10B2026A SIGNATURE DOCUMENT FOR DEPARTMENT OF STATE HEALTH SERVICES CONTRACT No. 537-18-0198-00001 UNDER THE REGIONAL LOCAL SERVICES SYSTEM/LOCAL PUBLIC HEALTH SERVICES GRANT PROGRAM I. PURPOSE The Department of State Health Services ("System Agency") pass-through entity and Beaumont Public Health Department ("Grantee") (each a "Party" and collectively the "Parties") enter into the following grant contract to provide funding for Local Public Health Services to improve or strengthen local public health infrastructure within the State of Texas (the "Contract"). II. LEGAL AUTHORITY This Contract is authorized by and in compliance with the provisions of Texas Government Code Chapter 791. II. DURATION The Contract is effective on September 1, 2017 and terminates on August 31, 2019, unless renewed or terminated pursuant to the terms and conditions of the Contract. The System Agency, at its own discretion, may extend this Contract subject to terms and conditions mutually agreeable to both Parties. III. BUDGET The total amount of this Contract will not exceed ONE HUNDRED SEVENTY-FOUR THOUSAND TWO HUNDRED SEVENTY DOLLARS ($174,270.00). All expenditures under the Contract will be in accordance with ATTACHMENT B, BUDGET. Funding for this Contract is dependent on State Appropriations and Federal Grant funds. No work may begin and no charges may be incurred until the System Agency issues a written notice to proceed to Grantee. This Notice to Proceed may include an Amended or Ratified Budget which will be incorporated into this Contract by a subsequent Amendment, as necessary. IV. CONTRACT REPRESENTATIVES The following will act as the Representative authorized to administer activities under this Contract on behalf of their respective Party. System Agency Department of State Health Services System Agency Contract No. 537-18-0198-00001 Page 1 of 3 DocuSign Envelope ID: 235AEDA5-3DB9-4EB0-A889-A1AB10B2026A 1100 West 49th Street, MC 1990 Austin, Texas 78756 Attention: Elma Medina elma.medina@dshs.state.tx.us Grantee Beaumont Public Health Department PO Box 3827 Beaumont, TX 77704-3827 Attention: Sherry Ulmer, RN sulmer@beaumonttexas.gov V. LEGAL NOTICES Any legal notice required under this Contract shall be deemed delivered when deposited by the System Agency 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: System Agency Department of State Health Services Attention: Lisa Hernandez 1100 W. 49th Street, MC 1911 Austin, TX 78756 Grantee Beaumont Public Health Department PO Box 3827 Beaumont, TX 77704-3827 Attention: Todd Simoneaux tsimoneaux@beaumonttexas.gov Notice given by Grantee will be deemed effective when received by the System Agency. Either Party may change its address for notice by written notice to the other Party. VI. ADDITIONAL GRANT INFORMATION Federal Award Identification Number (FAIN): I NBO I OT009080-01 -00 Federal Award Date: 10/1/2017 Name of Federal Awarding Agency: Centers for Disease Control and Prevention (CDC) CFDA Name and Number: 93.758 Awarding Official Contact Information: Barbara (Rene) Benyard, CDFM, Grants Management Officer CDC, Office of Financial Resources, 2960 Brandywine Road, MS #-01, Atlanta, GA 30341 Telephone: 770-488-2757, rbenyard(a,cdc.gov DUNS: 73901118 SIGNATURE PAGE FOLLOWS System Agency Contract No. 537-18-0198-00001 Page 2 of 3 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager or the Chief Financial Officer be and they are hereby authorized to execute all documents necessary to accept grant funding from the Texas Department of State Health Services (DSHS) for the RLSS/LPHS Regional and Local Services System/Local Public Health Services Grant in the amount of $174,270.00, effective September 1, 2017 through August 31, 2019, for the purpose of assisting the Beaumont Public Health Department perform activities and services that will improve and strengthen the local public health infrastructure within the State of Texas PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of April, 2017. - Mayor Becky Ames - G BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Public Health Director MEETING DATE: April 4, 2017 REQUESTED ACTION: Council consider a resolution authorizing the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) related to a Public Health Emergency Preparedness grant. I ffM11i 011 The Texas Department of State Health Services has awarded the Beaumont Public Health Department a Public Health Emergency Preparedness (PHEP) grant in an amount up to $145,398. In cooperation with the Centers of Disease Control, this funding will assist the Beaumont Public Health Department's Public Health Emergency Preparedness Program with planning and performing activities and services that will improve and strengthen the local public health infrastructure within the State of Texas. This contract will begin 07/01/2017 and end on 06/30/2018. FUNDING SOURCE There is a 10% match requirement that will be paid for out of the Public Health Department's budget in the General Fund. RECOMMENDATION Approval of the resolution. DocuSign Envelope ID: DI C2E942-3CDO-441 E-924E-OA38AE1 1 D586 SIGNATURE DOCUMENT FOR DEPARTMENT OF STATE HEALTH SERVICES CONTRACT No. 537-18-0161-00001 UNDER THE PUBLIC HEALTH EMERGENCY PREPAREDNESS COOPERATIVE AGREEMENT GRANT PROGRAM I. PURPOSE The Department of State Health Services ("System Agency"), a pass-through entity, and Beaumont Public Health Department ("Grantee") (each a "Party" and collectively the "Parties") enter into the following grant contract to provide funding activities in support of the Public Health Emergency Preparedness ("PHEP") Cooperative Agreement from the Centers for Disease Control and Prevention (CDC) (the "Contract"). H. LEGAL AUTHORITY This Contract is authorized by and in compliance with the provisions under the authority of the Texas Government Code Chapters 771 or 791, as applicable. H. DURATION The Contract is effective on July 1, 2017 and terminates on June 30, 2018, unless renewed or terminated pursuant to the terms and conditions of the Contract. The System Agency, at its own discretion, may extend this Contract subject to terms and conditions mutually agreeable to both Parties. M. BUDGET The total amount of this Contract will not exceed ONE HUNDRED FORTY-FIVE THOUSAND THREE HUNDRED NINETY-EIGHT DOLLARS ($145,398.00). All expenditures under the Contract will be in accordance with ATTACHMENT B, BUDGET. IV. CONTRACT REPRESENTATIVES The following will act as the Representative authorized to administer activities under this Contract on behalf of their respective Party. System Agency Department of State Health Services 1100 W. 49th Street, MC 1990 Austin, Texas 78756 Attention: Deserie Burrell deserie.burrell@dshs.state.tx.us System Agency Contract No. 537-18-0161-00001 Page 1 of 4 v. 11.15.2016 DocuSign Envelope ID: D1 C2E942-3CDO-441 E-924E-OA38AE1 1 D586 Grantee Beaumont Public Health Department 3040 College Street Beaumont, Texas 77701 Attention: Todd Simoneaux tsimoneaux@beaumonttexas.gov V. LEGAL NOTICES Any legal notice required under this Contract shall be deemed delivered when deposited by the System Agency 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: System Agency Department of State Health Services Attention: Lisa Hernandez 1100 W. 49th Street, MC 1911 Austin, TX 78756 Grantee Beaumont Public Health Department 3040 College Street Beaumont, Texas 77701 Attention: Todd Simoneaux tsimoneaux@beaumonttexas.gov Notice given by Grantee will be deemed effective when received by the System Agency. Either Party may change its address for notice by written notice to the other Party. VI. ADDITIONAL GRANT INFORMATION Federal Award Identification Number (FAIN): To Be Determined Federal Award Date: July 1, 2017 Name of Federal Awarding Agency: Centers for Disease Control and Prevention CFDA Name and Number: Federal, 93.074 Awarding Official Contact Information: To Be Determined DUNS: 073901118 In accordance with 2 CFR 200.331(A), if any of the sbove information is not available at time of contract execution, then it will be provided to the Grantee by a Technical Guidance Letter. SIGNATURE PAGE FOLLOWS System Agency Contract No. 537-18-0161-00001 Page 2 of 4 v. 11.15.2016 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager or the Chief Financial Officer be and they are hereby authorized to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) for the Public Health Emergency Preparedness (PNEP) Grant in the amount of $145,398.00, effective July 1, 2017, through June 30, 2018, to assist the Beaumont Public Health Department's Public Health Emergency Preparedness Program with planning and performing activities and services that will improve and strengthen the local public health infrastructure within the State of Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of April, 2017. - Mayor Becky Ames - H TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Sherry Ulmer, Public Health Director MEETING DATE: April 4, 2017 REQUESTED ACTION: Council consider a resolution authorizing the Chief Financial Officer to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) related to a TB/PC Tuberculosis Prevention Control/State grant. BACKGROUND The Texas Department of State Health Services has awarded the Beaumont Public Health Department a TB/PC Tuberculosis Prevention Control/State grant in an amount up to $35,000. This funding will assist the Beaumont Public Health Department with operating a clinical program to prevent and control Tuberculosis. This contract will begin 09/01/2017 and end on 08/31/2018. FUNDING SOURCE There is a 20% match requirement that will be paid for out of the Public Health Department's budget in the General Fund. RECOMMENDATION Approval of the resolution. DocuSign Envelope ID: B5B5DE76-06BE-4BA1-835F-A6FC6182C747 SIGNATURE DOCUMENT FOR DEPARTMENT OF STATE HEALTH SERVICES CONTRACT No. 537-18-0022-00001 UNDER THE TUBERCULOSIS PREVENTION AND CONTROL - STATE (TB/PC-STATE) GRANT PROGRAM I. PURPOSE The Department of State Health Services ("System Agency") and Beaumont Public Health Department ("Grantee") (each a "Party" and collectively the "Parties") enter into the following grant contract to provide funding for TB/PC-State (the "Contract"). U. LEGAL AUTHORITY This Contract is authorized by and in compliance with the provisions of Texas Government Code Chapter 771, Texas Health and Safety Code Chapters 12 and 1001, and Texas Government Code Chapters 531, subchapter D. II. DURATION The Contract is effective on September 1, 2017 and terminates on August 31, 2018, unless renewed or terminated pursuant to the terms and conditions of the Contract. The System Agency, at its own discretion, may extend this Contract subject to terms and conditions mutually agreeable to both Parties. M. BUDGET The total amount of this Contract will not exceed THIRTY FIVE THOUSAND DOLLARS ($35,000.00). All expenditures under the Contract will be in accordance with ATTACHMENT B, BUDGET, IV. CONTRACT REPRESENTATIVES The following will act as the Representative authorized to administer activities under this Contract on behalf of their respective Party. System Agency Department of State Health Services Attention: Lisa Hernandez 1100 W. 49ffi Street, MC 1911 Austin, Texas 78756 System Agency Contract No. 537-18-0022-00001 Page 1 of 2 v. 11.15.2016 DocuSign Envelope ID: B5B5DE76-06BE-4BA1-835F-A6FC6182C747 Grantee Beaumont Public Health Department Attention: Todd Simoneaux 950 Washington Blvd. Beaumont, Texas 77705 V. LEGAL NoncEs Any legal notice required under this Contract shall be deemed delivered when deposited by the System Agency 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: System Agency Department of State Health Services Attention: Lisa Hernandez 1100 W. 49h Street, MC 1911 Austin, TX 78756 Grantee Beaumont Public Health Department Attention: Todd Simoneaux 950 Washington Blvd. Beaumont, Texas 77705 Notice given by Grantee will be deemed effective when received by the System Agency. Either Party may change its address for notice by written notice to the other Party. SIGNATURE PAGE FOLLOWS System Agency Contract No. 537-18-0022-00001 Page 2 of 3 v. 02.01.2016 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager or the Chief Financial Officer be and they are hereby authorized to execute all documents necessary to accept funding from the Texas Department of State Health Services (DSHS) for the TB/PC Tuberculosis Prevention Control Grant in the amount of $35,000, effective September 1, 2017, through August 31, 2018, to assist the Beaumont Public Health Department with operating a clinical program to prevent and control tuberculosis. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of April, 2017. - Mayor Becky Ames - 1 BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Chris Jarmon, Executive Assistant to the City Manager MEETING DATE: April 4, 2017 REQUESTED ACTION: Council consider a resolution opposing Senate Bill 1524. BACKGROUND Senate Bill (SB) 1524 is currently under consideration by the Texas Senate. SB 1524 would allow tractor -trailer trucks to carry containers weighing up to 100,000 pounds, a significant increase over the current limit of 80,000 pounds. Heavier trucks would cause significant damage to our local roadways and SB 1524 provides the City with no financial relief to help offset the increased maintenance costs. The City of Beaumont is opposed to SB 1524 or any similar legislation that would lead to increased tractor -trailer truck weights or that would lead to increased deterioration of local roadways. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of resolution. By: Nichols S.B. No. 1524 A BILL TO BE ENTITLED 1 AN ACT 2 relating to the movement of certain vehicles transporting an 3 intermodal shipping container; authorizing a fee; creating an 4 offense. 5 BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF TEXAS: 6 SECTION 1. Section 621.303, Transportation Code, is amended 7 to read as follows: 8 Sec. 621.303. MUNICIPAL REGULATION OF LOADS AND EQUIPMENT. 9 (a) The governing body of any municipality may regulate the 10 movement and operation on a public road, other than a state highway 11 in the territory of the municipality, of: 12 (1) an overweight, oversize, or overlength commodity 13 that cannot reasonably be dismantled; and 14 (2) superheavy or oversize equipment for the 15 transportation of an overweight, oversize, or overlength commodity 16 that cannot be reasonably dismantled. 17 (b) The governing body of a municipality may not, because of 18 weight, regulate the movement and operation on a state highway or 19 county or municipal road of a combination of vehicles operating 20 under a permit issued under Section 623.402. 21 SECTION 2. Chapter 623, Transportation Code, is amended by 22 adding Subchapter U to read as follows: 23 SUBCHAPTER U. INTERMODAL SHIPPING CONTAINERS 24 Sec. 623.401. DEFINITION. In this subchapter, "intermodal 2017SO407-2 03/07/17 1 S.B. No. 1524 1 shipping container" means an enclosed, standardized, reusable 2 container that: 3 (1) is used to pack, ship, move, or transport cargo; 4 (2) is designed to be carried on a semitrailer and 5 loaded onto or unloaded from: 6 (A) a ship or vessel for international 7 transportation; or 8 (B) a rail system for international 9 transportation; and 10 (3) when combined with vehicles transporting the 11 container, has a gross weight or axle weight that exceeds the limits 12 allowed by law to be transported over a state highway or county or 13 municipal road. 14 Sec. 623.402. ISSUANCE OF PERMIT. (a) The department may 15 issue an annual permit authorizing the movement of a sealed 16 intermodal shipping container moving in international 17 transportation via a truck -tractor and semitrailer combination 18 that has six total axles that is equipped with Roll Stability 19 Support Safety System and truck Blind Spot Systems only if: 20 (1) the gross weight of the combination does not 21 exceed 93,000 pounds; 22 (2) the distance between the rear axle of the 23 truck -tractor and the front axle of the semitrailer, measured 24 longitudinally, is approximately 322 inches; 25 (3) the truck -tractor is configured as follows: 26 (A) one single axle that does not exceed 15,000 27 pounds; 2017SO407-2 03/07/17 2 S.B. No. 1524 1 (B) one two -axle group that does not exceed 2 36,250 pounds, in which no axle in the group exceeds 18,200 pounds; 3 (C) the distance between the individual axles on 4 the two -axle group of the truck -tractor, measured longitudinally, 5 is 52 inches; and 6 (D) the distance between the single axle on the 7 truck -tractor and the nearest axle of the two -axle group on the 8 truck -tractor, measured longitudinally, is approximately 154 9 inches; and 10 (4) the semitrailer is configured as follows: 11 (A) one three -axle group that does not exceed 12 49,195 pounds, in which no axle in the group exceeds 16,400 pounds; 13 and 14 (B) the distance between the individual axles in 15 the three -axle group of the semitrailer, measured longitudinally, 16 is 60 inches. 17 (b) The department may issue an annual permit authorizing 18 the movement of a sealed intermodal shipping container moving in 19 international transportation via a truck -tractor and semitrailer 20 combination that has seven total axles that is equipped with Roll 21 Stability Support Safetv Svstem and truck Blind Spot Svstems onlv 22 if: 23 (1) the gross weight of the combination does not 24 exceed 100,000 pounds; 25 (2) the distance between the rear axle of the 26 truck -tractor and the front axle of the semitrailer, measured 27 longitudinally, is approximately 256 inches; 2017SO407-2 03/07/17 3 S.B. No. 1524 1 (3) the truck -tractor is configured as follows: 2 (A) one single axle that does not exceed 15,000 3 pounds; 4 (B) one three -axle group that does not exceed 5 44,500 pounds, in which no axle in the group exceeds 14,900 pounds; 6 (C) the distance between the individual axles on 7 the three -axle group of the truck -tractor, measured 8 longitudinally, is not less than 51 inches and not more than 52 9 inches; and 10 (D) the distance between the single axle on the 11 truck -tractor and the nearest axle of the three -axle group on the 12 truck -tractor, measured longitudinally, is 135 inches or greater; 13 and 14 (4) the semitrailer is configured as follows: 15 (A) one three -axle group that does not exceed 16 46,200 pounds, in which no axle in the group exceeds 15,400pounds; 17 and 18 (B) the distance between the individual axles in 19 the three -axle group of the semitrailer, measured longitudinally, 20 is 60 inches. 21 (c) For purposes of Subsections (a) and (b), the gross 22 weight, group weights, and axle weights listed in those subsections 23 include all enforcement tolerances. 24 Sec. 623.403. COUNTY AND MUNICIPALITY DESIGNATION. (a) An 25 applicant for a permit under this subchapter must designate each 26 county and municipality in which the permit will be used. 27 (b) A permit issued under this subchapter is not valid in a 2017SO407-2 03/07/17 4 S.B. No. 1524 1 county or municipality that is not designated in the permit 2 application. 3 Sec. 623.404. PERMIT FEE. (a) An application for a permit 4 under Section 623.402(a) or (b) must be accompanied by a permit fee 5 of $5,000, of which: 6 (1) 60 percent shall be deposited to the credit of the 7 state highway fund; 8 (2) 35 percent shall be equally divided among and 9 distributed to each county designated in the permit application; 10 and 11 (3) 5 percent shall be deposited to the credit of the 12 Texas Department of Motor Vehicles fund. 13 (b) At least once each fiscal vear, the comptroller shall 14 send the amount due each county under Subsection (a) to the county 15 treasurer or office performing the function of that office for 16 deposit to the credit of the county road and bridge fund. 17 Sec. 623.405. ROUTE RESTRICTIONS. A permit issued under 18 this subchapter does not authorize the operation of a truck -tractor 19 and semitrailer combination on: 20 (1) the national system of interstate and defense 21 highways; 22 (2) load -restricted roads or bridges, including a road 23 or bridge for which a maximum weight and load limit has been 24 established and posted by the Texas Department of Transportation 25 under Section 621.102 or the commissioners court of a county under 26 Section 621.301; or 27 (3) routes for which the Texas Department of 2017SO407-2 03/07/17 5 S.B. No. 1524 1 Transportation has not authorized the operation of truck -tractor 2 and semitrailer combinations. 3 Sec. 623.406. PERMIT CONDITIONS. (a) In this section, 4 "port of entry" has the meaning assigned by Section 621.001. 5 (b) The transportation of a sealed intermodal shipping 6 container under a permit issued under this subchapter: 7 (1) must begin or end at a port of entry that is 8 located• 9 (A) in a county contiguous to the Gulf of Mexico 10 or a bay or inlet opening into the gulf; or 11 (B) between this state and the United Mexican 12 States; 13 (2) may not exceed a 30 -mile radius from the port of 14 entry; and 15 (3) may occur only on a route for which the Texas 16 Department of Transportation has authorized the transportation of 17 intermodal shipping containers. 18 (c) In addition to the requirements of Subsection (b), the 19 intermodal shipping container must be continuously sealed from the 20 point of origin to the point of destination with a seal that is 21 required by: 22 (1) the United States Customs and Border Protection; 23 (2) the United States Food and Drug Administration; or 24 (3) federal law or regulation. 25 (d) A permit issued under this subchapter does not authorize 26 the transportation of a material designated as of January 1, 2017, 27 as a hazardous material by the United States secretary of 2017SO407-2 03/07/17 6 S.B. No. 1524 1 transportation under 49 U.S.C. Section 5103(a). 2 Sec. 623.407. PERMIT STICKER. (a) When the department 3 issues a permit under this subchapter, the department shall issue a 4 sticker to be placed on the front windshield of the truck -tractor. 5 The department shall design the form of the sticker to aid in the 6 enforcement of weight limits. 7 (b) The sticker must: 8 (1) indicate the expiration date of the permit; and 9 (2) be removed from the truck -tractor when: 10 (A) the permit for operation of the truck -tractor 11 expires; 12 (B) a lease of the truck -tractor expires; or 13 (C) the truck -tractor is sold. 14 Sec. 623.408. PERMIT AND WEIGHT RECORD DOCUMENTS. (a) A 15 permit issued under this subchapter must be carried in the 16 truck -tractor for which the permit is issued. 17 (b) A copy of the weight record in the form prescribed by the 18 department must contain the information required by Section 19 621.410(c) and must be: 20 (1) carried in the truck -tractor if the truck -tractor 21 is: 22 (A) on a public highway or road; and 23 (B) transporting an intermodal shipping 24 container that contains cargo; and 25 (2) presented, on request, to an officer authorized to 26 enforce this subtitle, reqardless of whether a weiaht record is 27 required under Section 621.410. 2017SO407-2 03/07/17 7 S.B. No. 1524 1 Sec. 623.409. OFFENSE. (a) A person commits an offense if 2 the person fails to: 3 (1) display the sticker described by Section 4 623.407(a) in the manner required by that section; 5 (2) carry a permit issued under this subchapter as 6 required by Section 623.408(a); or 7 (3) carry or present a weight record as required by 8 Section 623.408(b). 9 (b) An offense under this section is a Class C misdemeanor. 10 Sec. 623.410. RULES. (a) The department shall adopt rules 11 necessary to implement this subchapter, including rules governing 12 the application for a permit under this subchapter. 13 (b) The Department of Public Safety shall adopt rules 14 requiring additional safety and driver training for permits issued 15 under this subchapter. 16 SECTION 3. Section 623.003(b), Transportation Code, is 17 amended to read as follows: 18 (b) The Texas Department of Transportation shall provide 19 the department with all routing information necessary to complete a 20 permit issued under Section 623.071, 623.121, 623.142, [e+] 21 623.192, or 623.402. 22 SECTION 4. Section 623.018(d), Transportation Code, is 23 amended to read as follows: 24 (d) If a vehicle has a permit issued under Section 623.011 25 or 623.402, a commissioners court may not: 26 (1) issue a permit under this section or charge an 27 additional fee for or otherwise regulate or restrict the operation 2017SO407-2 03/07/17 8 S.B. No. 1524 1 of the vehicle because of weight; or 2 ( 2 ) require the owner or operator to: 3 (A) execute or comply with a road use agreement 4 or indemnity agreement_ 5 (B) tel make a filing or application; or 6 (C) [T awe] provide a bond or letter of credit, 7 other than the bond or letter of credit prescribed by Section 8 623.012 for a vehicle issued a permit under Section 623.011. 9 SECTION 5. Subchapter D, Chapter 623, Transportation Code, 10 is amended by adding Section 623.070 to read as follows: 11 Sec. 623.070. NONAPPLICABILITY OF SUBCHAPTER. This 12 subchapter does not apply to the transportation of an intermodal 13 shipping container as defined by Section 623.401, regardless of 14 whether the container is sealed or unsealed. 15 SECTION 6. This Act takes effect September 1, 2017. 2017SO407-2 03/07/17 9 RESOLUTION NO. WHEREAS, Senate Bill 1524 would allow tractor -trailer trucks to carry containers weighing up to 100,000 pounds, a significant increase over the current limit of 80,000 pounds, -and, WHEREAS heavier trucks would cause significant damage to our local roadways and SB 1524 provides the City with no financial relief to help offset the increased maintenance costs; WHEREAS, the City Council is of the opinion that it is in the best interest of the citizens of the City of Beaumont to oppose Senate Bill 1524 or any similar legislation that would lead to increased tractor -trailer weights or would lead to increased deterioration of local roadways; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council opposes Senate Bill 1524 or any legislation that would lead to increased tractor -trailer weights or would lead to increased deterioration of local roadways; PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of April, 2017. - Mayor Becky Ames - I BEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 4, 2017 1:30 P.M. AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on the Consent Agenda * Consent Agenda WORK SESSION * Review and discuss the use of three federal earmarks for various street proj ects * Review and discuss private streets located within the City of Beaumont COMMENTS * Councilmembers/City Manager comment on various matters * Public Comment (Persons are limited to 3 minutes) Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Mitchell Normand at 880-3777.