Loading...
HomeMy WebLinkAboutPACKET JAN 11 2005 MWoftor W City ®f Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JANUARY 11,2005 1.30 P.M. CONSENT AGENDA * Approval of minutes * Confirmation of committee appointments Glenn Bodwin would be reappointed to the Planning Commission. The current term would expire August 31, 2005. (Councilman Audwin Samuel) Glenn Bodwin would be appointed as Chairman of the Planning Commission. The term would commence January 11, 2005 and expire January 10, 2006. (Mayor Evelyn M. Lord) Miriam Johnson would be reappointed to the Convention and Tourism Advisory Committee. The current term would expire December 2, 2006. (Mayor Pro-Tem Becky Ames) A) Approve a contract for plumbing services for City facilities A VO%w 1175 City of Beaumont 1W_ MR im Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Kirby Richard, Internal Services Director MEETING DATE: January 11, 2005 AGENDA MEMO DATE: December 30, 2004 REQUESTED ACTION: Council approval of a contract for plumbing services for City facilities. RECOMMENDATION Administration recommends award of a one (1) year contract for plumbing services to All Star Plumbing of Beaumont, Texas at the unit costs reflected in the attached bid tabulation, with an estimated total annual expenditure of$36,465. BACKGROUND The contract specifies that the successful bidder shall provide assorted plumbing services at fixed unit costs and plumbing materials at a fixed percentage markup for one (1) year to maintain City plumbing systems. The specifications allow for a one (1) year renewal at the conclusion of the first year, with prices remaining firm for the extended period. The bid award is based on application of the quoted rates to an estimated usage for each of the cost components included on the bid sheet: plumber hours, helper hours, minimum service call charge, and percentage markup on materials Eleven (11) vendors were notified, with two (2) responding with bids as attached. BUDGETARY IMPACT Funds are available for this expenditure in the Building Services Division's operating budget. PREVIOUS ACTION None. Contract for Plumbing Services December 30,2004 Page 2 SUBSEQUENT ACTION None. RECOMMENDED BY City Manager and Internal Services Director. Contract for Plumbing Services December 30,2004 Page 3 All Star Plumbing Premium Plumbing Prior Contract Bid Items Beaumont,TX Beaumont,TX Rates Rate/hour-plumber $45.00 $45.00 $45.00 Rate/hour-helper $18.00 $20.00 $18.00 Minimum service call $25.00 $36.00 $36.00 %Added to materials 12.00% 15.00% 12.50% Total Bid Amount $36,465.00 $37,140.00 City ®f Beaumont REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS JANUARY 11,2005 1:30 P.M. AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on scheduled agenda items 2-6/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider amending the Zoning Ordinance, Section 30-24B, Permitted Use Table, and Section 30-33, Special Conditions,to prohibit cellular telephone transmission towers within 200' of residentially zoned property 2. Consider approving the purchase one(1)articulated dump truck for use at the City's Landfill 3. Consider approving the purchase of one(1) excavating and grading machine for use in the Public Works Department 4. Consider approving the purchase two (2)diesel powered cab and chassis each equipped with a jet rudder body for use in the Public Works Department 5. Consider approving a contract for the construction of an access roadway at the Landfill 6. Consider approving a resolution to accept the Twenty-Third Street Pavement Improvement Project, approve Change Order No. 1 and authorize the final payment COMMENTS * Councilmembers/City Manager comment on various matters * Public Comment (Persons are limited to 3 minutes) EXECUTIVE SESSION * Consider matters related to contemplated or pending litigation in accordance with Section 551.071 of the Government Code: Bob Tinkle v City of Beaumont Penni Simonson, et al v City of Beaumont Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact Pat Buehrle at 880-3725 a day prior to the meeting.. 1 January 11,2005 Consider amending the Zoning Ordinance, Section 30-24B, Permitted Use Table, and Section 30- 33, Special Conditions,to prohibit cellular telephone transmission towers within 200'of residentially zoned property l ..ne..i City of Beaumont ,am;] TIET1101"IffiNTMTKI Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Stephen C. Richardson, Planning Manager MEETING DATE: January 11, 2005 AGENDA MEMO DATE: December 21, 2004 REQUESTED ACTION: Council consider a request for an amendment to the Zoning Ordinance,Section 30-24B,Permitted Use Table,and Section 30-33, Special Conditions,to prohibit cellular telephone transmission towers within 200' of residentially zoned property. RECOMMENDATION The Administration recommends approval of an amendment to the Zoning Ordinance, Section 30- 24B, Permitted Use Table, and Section 30-33, Special Conditions, to prohibit cellular telephone transmission towers within 200' of residentially zoned property. BACKGROUND Due to the proliferation of cellular telephone transmission towers and the controversy that these towers have created when locating near residential areas, staff is requesting that an amendment be made to prohibit the construction of such towers when within 200'of residentially zoned properties. In July,2004,City Council approved an amendment that only permits cellular towers in the GC-MD, CBD, C-M, LI, and HI with a specific use permit. However, staff feels that the ordinance needs to be fine-tuned further to prohibit the towers within 200' of residentially zoned properties. The Zoning Ordinance would be amended as follows: 1) Sec. 30-24 B: Permitted Use Table: Radio, Television,Microwave and Cellular Telephone Transmission Towers -Add a Special Condition 24 2) Sec. 30-33 (b) 24 24. Cellular Telephone Transmission Towers shall be prohibited within two hundred (200) feet of a residentially zoned property. The method of measuring the distance between the cellular telephone transmission tower and the residential zoning district shall be from the nearest lease or property line of the cellular telephone transmission tower facility to the nearest residential district boundary. BUDGETARY IMPACT None. PREVIOUS ACTION At a Joint Public Hearing held December 20,2004,the Planning Commission's motion to approve an amendment to the Zoning Ordinance, Section 30-24B,Permitted Use Table, and Section 30-33, Special Conditions, to prohibit cellular telephone transmission towers within 200' of residentially zoned property failed 2:7. SUBSEQUENT ACTION None. RECOMMENDED BY Planning Commission, City Manager, Public Works Director and the Planning Manager. ORDINANCE NO. ENTITLED AN ORDINANCE AMENDING CHAPTER 30, ARTICLE II, SECTION 30-24B, PERMITTED USE TABLE AND SECTION 30- 33, SPECIAL CONDITIONS, OF THE CODE OF ORDINANCES OF THE CITY OF BEAUMONT TO ADD A SPECIAL CONDITION 24; PROVIDING FOR REPEAL AND PROVIDING A PENALTY. BE IT ORDAINED BY THE CITY OF BEAUMONT: Section 1. THAT Chapter 30, Article ll, Section 30-24B, Permitted Use Table and Section 30- 33, Special Conditions, of the Code of Ordinances of the City of Beaumont be and the same are hereby amended to add a Special Condition 24 as follows: Sec. 30-24 B: Permitted Use Table: Radio,Television, Microwave and Cellular Telephone Transmission Towers. Sec. 30-33 (b) 24 24. Cellular Telephone Transmission Towers shall be prohibited within two hundred (200) feet of a residentially zoned property. The method of measuring the distance between the cellular telephone transmission tower and the residential zoning district shall be from the nearest lease or property line of the cellular telephone transmission tower facility to the nearest residential district boundary. Section 2. THAT if any section, subsection, sentence, clause or phrase of this ordinance, or the application of same to a particular set of persons or circumstances should for any reason be held to be invalid, such invalidity shall not affect the remaining portions of this ordinance, and to such end the various portions and provisions of this ordinance are declared to be severable. Section 3. THAT all ordinances or parts of ordinances in conflict herewith are repealed to the extent of the conflict only. Section 4. THAT any person who violates any provision of this ordinance shall, upon conviction, be punished as provided in Section 1-8 of the Code of Ordinances of the City of Beaumont, Texas. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of January, 2005. - Mayor Evelyn M. Lord - 2 January 11,2005 Consider approving the purchase one (1) articulated dump truck for use at the City's Landfill City of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Kirby Richard, Internal Services Director MEETING DATE: January 11, 2005 AGENDA MEMO DATE: December 16, 2004 REQUESTED ACTION: Council approval of the purchase of one(1) articulated dump truck. RECOMMENDATION Administration recommends the purchase of one(1) articulated off-road dump truck for the Public Works Department, Solid Waste Landfill Division,through the Texas Association of School Boards (TASB) Buyboard cooperative purchasing program. The Texas Local Government Purchasing Cooperative, administered by TASB, complies with all state bidding statutes. Membership with Buyboard allows municipalities to purchase items from their contracted vendors. BACKGROUND An articulated off-road dump truck is used to transport cover material from one preliminary cell location to a finished cell location. Due to the uneven terrain which includes very steep slopes and muddy soil, an articulated off-road dump truck is necessary. The truck is jointed between the cab and the bed allowing the bed to completely roll over ifthe loaded capacity exceeds its limits. The cab stays in place and the bed may be raised without damage to the driver,bed or cab. The all-wheel drive and large diameter tires allow maneuverability on all types of terrain. The dump body capacity is 25 cubic yards which provides more hauling capacity than a normal on-road dump truck. Currently, the City owns two (2) 1984 and one(1) 1990 Caterpillar DJB articulated off-road dump trucks that are in daily use at the Landfill. Unit 3154, one of the 1984 models,will be replaced with this purchase. Purchase of articulated dump truck December 16, 2004 Page 2 The contracted Buyboard vendor is Mustang Tractor and Equipment Company of Beaumont. The truck to be furnished is a Caterpillar Model 725 at a cost of$285,994. Delivery of the truck is within one (1)week. Included is a standard warranty of six(6)months plus a powertrain warranty of five (5)years or 7,500 hours. BUDGETARY IMPACT Funding for the purchase of this unit will be provided through a lease purchase agreement. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Internal Services Director and Public Works Director. 3 January 11,2005 Consider approving the purchase of one (1) excavating and grading machine for use in the Public Works Department 11 7Lj-1j City of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Kirby Richard, Internal Services Director MEETING DATE: January 11, 2005 AGENDA MEMO DATE: December 13, 2004 REQUESTED ACTION: Council approval of the purchase of one(1) excavating and grading machine. RECOMMENDATION Administration recommends the purchase of one(1)excavating and grading machine for the Public Works Department, Streets and Drainage Division, through the Houston-Galveston Area Council (H-GAC) cooperative purchasing program. BACKGROUND The excavating and grading machine to be furnished is a Gradall Model XL3100. The telescoping boom excavator is capable of digging, lifting and moving earthen materials. The excavator is primarily used in the maintenance of ditches to alleviate drainage problems. The contracted vendor is Hi-Way Equipment Company, Inc. The cost of the unit, including the H- GAC administrative fee of$3,097.89, is $215,313.69. Warranty service will be provided by Hi-Way Equipment Company in Houston. The standard warranty is one (1)year. Delivery of the unit will be within three(3)to five(5)days. Unit 5117,a 1994 Gradall,will be replaced and disposed of according to the City's surplus equipment disposal policies. Purchase of excavating and grading machine December 13, 2004 Page 2 BUDGETARY IMPACT Funding for the purchase of this unit will be provided through a lease purchase agreement. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Internal Services Director and Public Works Director. 4 January 11,2005 Consider approving the purchase two (2) diesel powered cab and chassis each equipped with a jet rodder body for use in the Public Works Department 1179'1 City of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Kirby Richard, Internal Services Director MEETING DATE: January 11, 2005 AGENDA MEMO DATE: January 5, 2005 REQUESTED ACTION: Council approval to purchase two (2) diesel powered cab and chassis each equipped with a jet rodder body. RECOMMENDATION Administration recommends the purchase of two (2) 2005 Isuzu cab and chassis equipped with jet rodder bodies through the Houston-Galveston Area Council (H-GAC) Cooperative Purchasing Program. The Isuzu cab and chassis will be ordered from Rush Star Truck Center in Houston and the jet rodder bodies will be provided by Underground Marketing of Pearland, Texas. The total cost of each truck is $73,844. BACKGROUND Jet rodder trucks are equipped with water tanks and high pressure pumps that force water through sewer lines to clear blockages. The cab and chassis bid has a 17,000 GVWR and is a 2005 Isuzu NQR,equipped with a 600 gallon water tank and a jet rodder system manufactured by Underground, Inc. The single axle, medium duty truck has a shorter turning radius for driving in residential areas. The cab and chassis is warranted for twenty-four(24)months. Warranty service will be provided by the local authorized service dealership. The jet rodder is warranted for one(1)year and service will be provided by Underground, Inc. of Pearland, Texas. Delivery of the truck is expected within 150 days after receipt of order. The trucks will replace units 3277 and 3278, 1998 GMC model sewer cleaner trucks. BUDGETARY IMPACT Funds for this expenditure are available in the Water Utilities Fund. The total cost is $147,688 and includes a $1,200 H-GAC administration fee. Purchase of Jet Rodder Trucks January 5, 2005 Page 2 PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Internal Services Director and Public Works Director. 5 January 11,2005 Consider approving a contract for the construction of an access roadway at the Landfill �� tY co i of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Kirby Richard, Internal Services Director MEETING DATE: January 11, 2005 AGENDA MEMO DATE: December 29, 2004 REQUESTED ACTION: Council approval ofthe award of a bid for the construction of an access roadway at the Landfill. RECOMMENDATION Administration recommends the award of a contract to L. D. Construction of Beaumont in the amount of$164,880 for furnishing all labor,materials and supervision required to construct an access roadway at the Landfill. BACKGROUND The City's Landfill Division recently received permission from the Texas Commission for Environmental Quality(TCEQ)to increase the disposal height at the landfill.This permit revision will allow disposal of solid waste on top of existing closed cells instead of constructing new cells. The increase in landfill height will extend the life of the landfill. The existing cell is approximately thirty(30)feet above ground level and a 2,500 ft. access roadway must be constructed. The roadway,designed by SCS Engineers ofBedford,Texas,is an asphalt road constructed over a layer of geotextile fabric, eight (8) inches of crushed stone, and six (6) inches limestone base. Four(4)bids were received on Thursday, December 16, 2004 and are as follow: Contractor Price Completion Time L. D. Construction $164,880 11 weeks APAC Texas,Inc. $173,386 37 days SIMCO Enterprises, LTD. $204,985 90 days Norman Highway Construction $233,590 14 weeks Construction of Landfill Access Roadway December 29, 2004 Page 2 L. D. Construction is certified as a Disadvantaged Business Enterprise(DBE). Work is expected to begin by the end of January and be completed within eleven(11)weeks. BUDGETARY IMPACT Funds are available for this purchase in the Solid Waste Fund. PREVIOUS ACTION None. SUBSEQUENT ACTION None. RECOMMENDED BY City Manager, Internal Services Director, and Public Works Director. 6 January 11,2005 Consider approving a resolution to accept the Twenty-Third Street Pavement Improvement Project, approve Change Order No. I and authorize the final.payment p.. City of Beaumont Council Agenda Item TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Joris P. Colbert, City Engineer MEETING DATE: January 11, 2005 AGENDA MEMO DATE: January 5, 2005 REQUESTED ACTION: Council consider a resolution to accept the Twenty-Third Street Pavement Improvement Project, approve Change Order No. 1 in the amount of ($73,474.28) and authorize the final payment in the amount of$87,560.48. RECOMMENDATION Administration recommends acceptance of the project, approval of Change Order No. 1 in the amount of($73,474.28) and final payment of$87,560.48. BACKGROUND On May 13, 2003, the City Council awarded Brystar Contracting, Inc. the contract for the Twenty-Third Street Pavement Improvement Project in the amount of$1,824,683.85 Due to the decrease in construction item quantities, Change Order No. 1 in the amount of (73,474.28) is required to adjust the estimated quantities used during performance of the project, decreasing the contract to $1,751,209.57. The MBE participation in the performance of the contract totals $195,822.00 representing I I% of the final contract amount. A copy of Schedule C identifying the MBE participation is attached. The project has been inspected by the Engineering Division and found to be complete in accordance with the provisions and terms set out in the contract. BUDGETARY IMPACT Funds are allocated in the Capital Improvement Program. PREVIOUS ACTION None. SUBSEQUENT ACTION None. Eng23rdStCO#lcg. CITY OF BEAUMONT DATE: December 30, 2004 PROJECT: Twenty-Third Street Pavement Improvement Project OWNER: City of Beaumont CONTRACTOR: Brystar Contracting, Inc. CHANGE ORDER NO. 1 THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE: Adust estimated quantities to reflect actual quantities used during performance of the project. ORIGINAL CONTRACT AMOUNT: $ 1,824,683.85 NET FROM PREVIOUS CHANGE ORDERS: $ 1,824,683.85 TOTAL AMOUNT OF THIS CHANGE ORDER: $ (73,474.28) PERCENT OF THIS CHANGE ORDER: ( 4%) TOTAL PERCENT CHANGE TO DATE: ( 4%) NEW CONTRACT AMOUNT: $ 1,751,209.57 ACCEPTED BY: CONTRACTOR APPROVED BY: JORIS P. COLBERT, CITY ENGINEER TOM WARNER, DIRECTOR OF PUBLIC WORKS KYLE HAYES, CITY MANAGER ATTESTED BY: ROSE ANN JONES, CITY CLERK Eng23rdStC0#1cg.