Loading...
HomeMy WebLinkAboutPACKET APR 22 2014HICK Willi OPPORTUNITY BEA,UMON* T• E• X• A• S REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 22, 2014 1:30 P.M. CONSENT AGENDA * Approval of minutes — April 15, 2014 * Confirmation of committee appointments Pablo Zuniga will fill the unexpired term of Charles Watts on the Convention and Tourism Advisory Board. The current term would commence April 22, 2014 and expire June 17, 2014. (Mayor Becky Ames) Molly J. Dahm would be reappointed to the Convention and Tourism Advisory Board. The current term would expire October 23,, 2014. (Councilmember Audwin M. Samuel) Marty Craig would be reappointed to the Historic Landmark Commission. The current term would expire April 7, 2016. (Mayor Becky Ames) Charles E. Heare would be reappointed to the Parks and Recreation Advisory Committee. The current term would expire February 11, 2016. (Councilmember Alan B. Coleman) Larue Smith would be reappointed to the Library Commission. The current term would expire February 15, 2016. (Councilmember Jamie D. Smith) Martha Hicks would be reappointed to the Library Commission. The current term would expire March 1, 2016. (Mayor Becky Ames) Pamela Wise would be reappointed to the Small Business Revolving Loan Fund Board. The current term would expire February 25, 2016. (Mayor Becky Ames) A) Approve a resolution authorizing the City Manager to purchase six traffic signal controller systems from Trafficware Group Inc. for the construction of Washington Boulevard Phase -I B) Approve a resolution approving a contract with Frazer, Ltd. of Houston for the purchase and installation of a new ambulance body C) Approve a resolution approving the award of a contact to Frazer, Ltd. of Houston for refurbishing and remounting two ambulance bodies D) Approve a resolution authorizing the City Manager to approve a change order to the contract with Brystar Contracting, Inc. for the Sanitary Sewer Rehabilitation of Small Diameter Mains Contract XXI Project E) Approve a resolution authorizing the City Manager to enter into an interlocal agreement with Fort Bend County F) Approve a resolution authorizing the City Manager to purchase one traffic signal controller system from Trafficware Group, Inc. G) Approve a resolution authorizing the City Manager to execute all documents necessary, specifically a Memorandum of Understanding agreement with the Lamar University Police Department H) Approve a resolution approving an application for, and acceptance of, new funding for the Southeast Texas Auto Theft Task Force RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the following reappointments be made: Reappointment Commission Molly J. Dahm Convention and Tourism Advisory Board Marty Craig Historic Landmark Commission Charles E. Heare Parks and Recreation Advisory Committee Larue Smith Library Commission Martha Hicks Library Commission Pamela Wise Small Business Revolving Loan Fund Board Beginning of Term 04/22/14 04/22/14 04/22/14 04/22/14 04/22/14 04/22/14 Expiration of Term 10/23/14 04/07/16 02/11/16 02/15/16 03/01/16 02/25/16 PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT Pablo Zuniga is appointed to the Convention and Tourism Advisory Board to fill the unexpired term of Charles Watts. The term will commence April 22, 2014 and expire June 17, 2014. 2014. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April - Mayor Becky Ames - 0 RICH WITH OPPORTUNITY r City Council Agenda Item T - E• X• A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Patrick Donart, P.E., Public Works Director MEETING DATE: April 22, 2014 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to purchase six (6) traffic signal controller systems from Trafficware Group Inc. for the construction of Washington Boulevard Phase -I. BACKGROUND The construction of Washington Boulevard Phase—I will require six (6) intersections to be signalized. Six (6) traffic signal controller systems will be purchased from Trafficware Group Inc. The Transportation Division of Public Works will perform all of the needed work to make Lill signals operational. The purchase is made possible through an interlocal agreement with Fort Bend County. The cost of the equipment and materials is $182.820. FUNDING SOURCE Beaumont Municipal Airport Oil and Gas revenues. RECOMMENDATION Approval of resolution. Trafficware Group, Inc 522 Gillingham Lane Sugar Land, TX 77478 (281) 240-7233 Phone (281)240-7238 Fax custom ercare@Trafficware com www trafficware com Quote # 1403-TX115MY Contact name: Joe Flores Contact Company: City of Beaumont Contact fax/email JFLORES(o)ci.beaumonet.tx us Date of quote: 3-21-14 riease reaa notes caretwiy. The standard City of Beaumont Cabinet varies from the standard TXDOT Cabinet below in the following ways: The Beaumont Cabinet has a Photo Cell and Luminare Panel and TXDOT does not. (This is not able to be added in the field) The TXDOT cabinet utilizes a different Surge Arrestor than what Beaumont typically uses. The Beaumont Cabinet comes with a GPS unit as a standard where TXDOT does not. The TXDOT Cabinet has a 24 loop panel and a rack and a half that supports 24 loop detectors. The Beaumont Cabinet has a 16 loop panel and a single loop rack, but has an additional VIVDS rack set up to support the Naztec / Trafficon VU2F, VUBIU and VUCOM configuration that Beaumont utilizes. The Beaumont 16 Channel Loop Rack also comes with Preemption Slots to allow for Emergency Vehicle Preemption where TXDOT does not. Quantity DESCRIPTION $ / EACH $ / TOTAL 6 Trafficware 16 Position Base Mount Cabinet - TXDOT Specs $9,520.00 $57,120.00 with 1 - 980 TS -2 Type 1 Traffic Signal Controller, Version 61.X with Ethernet, 1 - MMU -516L with Ethernet and Flashing Yellow Arrow Programming, 4 - BIU's, 1 - TS -2 Cabinet Power Supply. 16 - Load Switches, 4 - Flash Transfer Relays and 1 NEMA Flasher Trafficware Part # 70006-3044 TOTAL $57,120.00 NOTE: QUOTE VALID FOR 45 DAYS DELIVERY 60 — 90 DAYS AFTER RECEIPT OF ORDER TERMS NET 30 DAYS FREIGHT - FOB ORIGIN / FREIGHT PREPAID AND ADD PRICES ARE IN US FUNDS ALL ITEMS SUBJECT TO APPLICABLE TAXES. IF TAX EXEMPTION APPLIES PLEASE FURNISH NUMBER OR RESALE CERTIFICATE WITH PURCHASE ORDER. ALL QUOTES SUBJECT TO CREDIT APPROVAL THIS QUOTATION IS FOR EQUIPMENT ONLY. QUOTE DOES NOT INCLUDE TRAINING OR TURN -ON ASSISTANCE, UNLESS STATED IN QUOTE. CANCELLED ORDERS ON STANDARD ITEMS ARE SUBJECT TO A 25% RESTOCKING FEE. RESTOCKING FEE FOR CANCELLED ORDERS ON SPECIALTY ITE PLEASE ISSUE ALL PO'S TO CUSTOMERCARE(a)TRAFFICWARE.COM We appreciate your business Kindest regards, Lance Shannon Statement of Warranty Naztec, Inc. (d/b/a "Trafficware") hereinafter referred to as "the company," warrants that all products manufactured by the company will be shipped from its place of manufacture in merchantable quality, and that it will, at the company's option, either replace or repair such products found to be defective in materials or workmanship within one (1) year from the date of shipment. unless expressly quoted otherwise. Damages or defects incurred after the product has left the company, or while in transit to the customer, are not encompassed by the warranty. All company warranties are expressly conditional based on proper installation, operation, and maintenance by the purchaser. This warranty does not apply with respect to damage to any controller due to ordinary wear and tear, misuse, or abuse - intentional or otherwise - acts of God, forces of nature, or to products that have been repaired or modified by persons not authorized by the company such that, in the company's sole judgement, the design or operational reliability of such product has been compromised. Furthermore, this warranty does not extend to incidental or consequential damages of any kind, whether the product is used properly or not. All requests for repair shall be directed first to the distributor (if applicable) and then to the the company. If the equipment is to be returned for service and/or repairs, the purchaser must obtain a Return Authorization number from the company. When returning equipment, the purchaser must indicate the model number, serial number, Return Authorization number, and a statement indicating the particular problem with the product. All products must be shipped FOB 522 Gillingham Lane,Sugar Land, TX 77478. in the event of shipping damage, the customer will be responsible for filing a claim with the freight carrier The company's sole liability and responsibility, and the purchaser's exclusive remedy shall be the repair or replacement, at the company's option, of the part or parts not conforming to the warranty. This warranty replaces and supersedes all other warranties, expressed or implied, including the implied warranty of merchantability or fitness for a particular purpose. Trafficware Group, Inc. 522 Gillingham Lane Sugar Land, TX 77478 (281) 240-7233 Phone (281) 240-7238 Fax customercare@trafficware com www.trafficware conn Quote # 1403-TX116MY Contact name Joe Flores Contact Company City of Beaumont Contact fax/email: JFLORES(a ubeaumonL[x.us Date of quote 3-21-14 Quantity DESCRIPTION S / EACH $ / TOTAL 6 GPS Kit with Cables $500.00 $3,00000 Trafficware Part # 50122-2000, ' 0614-2100 6 Add Preemption to TXDOT 700063044 and Remove Detectors 17-24 No Charge $0.00 This will add two Preemption Card Slots for Emergency Vehicle Premption and a Termination Panel for landing the incoming sensor field wires. This price does not include the Preemption Detector Cards, Recievers or Preemption Cable. The half rack will be removed from the cabinet converting this to a 16 Loop Rack and a 16 Loop Panel will be provided. Trafficware Part # 70006-3044P 6 Photo Cell and Luminare Panel $200.00 51,200.00 This item can only be added at the time of the initial purchase order, Items cannot be installed in the field after delivery. Trafficware Part # 10228-2003. 50153-2000 6 Cisco 2955 Ethernet Switch with Hardened Power Supply $2.450.00 $14,700.00 Trafficware Part # 50148-2000 6 Admistration and Integration Fee $250.00 $1,50000 TOTAL $20,400.00 NOTE: QUOTE VALID FOR 45 DAYS DELIVERY 60— 90 DAYS AFTER RECEIPT OF ORDER TERMS NET 30 DAYS FREIGHT - FOB ORIGIN / FREGHT PREPAID PRICES ARE IN US FUNDS ALL ITEMS SUBJECT TO APPLICABLE TAXES. IF TAX EXEMPTION APPLIES PLEASE FURNISH NUMBER OR RESALE CERTIFICATE WITH PURCHASE OR ALL QUOTES SUBJECT TO CREDIT APPROVAL THIS QUOTATION IS FOR EQUIPMENT ONLY. QUOTE DOES NOT INCLUDE TRAINING OR TURN -ON ASSISTANCE, UNLESS STATED IN QUOTE. CANCELLED ORDERS ON STANDARD ITEMS ARE SUBJECT TO A 25% RESTOCKING FEE. RESTOCKING FEE FOR CANCELLED ORDERS ON SPECIALT' PLEASE ISSUE ALL PO'S TO CUSTOMERCAREaTRAFFICWARE.COM We appreciate your business. Kindest regards, Lance Shannon Statement of Warranty Naztec, Inc. (d/b/a "Trafficware") hereinafter referred to as "the company," warrants that all products manufactured by the company will be shipped from its place of manufacture in merchantable quality, and that it will, at the company's option, either replace or repair such products found to be defective in materials or workmanship within one (1) year from the date of shipment, unless expressly quoted otherwise. Damages or defects incurred after the product has left the company, or while in transit to the customer, are not encompassed by the warranty. All company warranties are expressly conditional based on proper installation, operation, and maintenance by the purchaser. This warranty does not apply with respect to damage to any controller due to ordinary wear and tear, misuse, or abuse - intentional or otherwise - acts of God, forces of nature, or to products that have been repaired or modified by persons not authorized by the company such that, in the company's sole judgement, the design or operational reliability of such product has been compromised. Furthermore, this warranty does not extend to incidental or consequential damages of any kind, whether the product is used properly or not. All requests for repair shall be directed first to the distributor (if applicable) and then to the the company. If the equipment is to be returned for service and/or repairs, the purchaser must obtain a Return Authorization number from the company When returning equipment, the purchaser must indicate the model number, serial number, Return Authorization number, and a statement indicating the particular problem with the product. All products must be shipped FOB 522 Gillingham Lane,Sugar Land, TX 77478. In the event of shipping damage, the customer will be responsible for filing a claim with the freight carrier. T he company s sole liability and responsibility, and the purchaser's exclusive remedy shall be the repair or replacement. at the company's option, of the part or parts not conforming to the warranty This warranty replaces and supersedes all other warranties, expressed or implied, including the implied warranty of merchantability or fitness for a particular purpose Trafficware Group. Inc 522 Gillingham Lane Sugar Land, TX 77478 (281) 240-7233 Phone (281) 240-7238 Fax customercare@trafficware.com www trafficware.com Quote #: 1403-TX117MY Contact name: Joe Flores Contact Company: City of Beaumont Contact fax/email JFLORESaci.beaumont.tx.us Date of quote: 3-21-14 Quantity DESCRIPTION 6 VIVDS Processor Systems VIVDS Set Up System 6000 VIVDS Cable (Per Foot) 4 VIVDS Cameras with Mounting Hardware and Junction Box (Includes 3 Spare cameras) $/EACH $/TOTAL $11,000.00 $66,000.00 $750.00 $4,50000 $1.00 $6,000.00 $4,800.00 $28.800.00 TOTAL $105,300.00 NOTE: QUOTE VALID FOR 45 DAYS DELIVERY 60 — 90 DAYS AFTER RECEIPT OF ORDER TERMS NET 30 DAYS FREIGHT- FOB ORIGIN / FREIGHT PREPAID PRICES ARE IN US FUNDS ALL ITEMS SUBJECT TO APPLICABLE TAXES. IF TAX EXEMPTION APPLIES PLEASE FURNISH NUMBER OR RESALE CERTIFICATE WITH PURCHASE OF ALL QUOTES SUBJECT TO CREDIT APPROVAL THIS QUOTATION IS FOR EQUIPMENT ONLY. QUOTE DOES NOT INCLUDE TRAINING OR TURN -ON ASSISTANCE, UNLESS STATED IN QUOTE. CANCELLED ORDERS ON STANDARD ITEMS ARE SUBJECT TO A 25% RESTOCKING FEE. RESTOCKING FEE FOR CANCELLED ORDERS ON SPECIALT PLEASE ISSUE ALL PO'S TO CUSTOMERCAREna TRAFFICWARE.COM We appreciate your business. Kindest regards, Lance Shannon Statement of Warranty Naztec, Inc. (d/b/a "Trafficware") hereinafter referred to as "the company," warrants that all products manufactured by the company will be shipped from its place of manufacture in merchantable quality, and that it will, at the company's option, either replace or repair such products found to be defective in materials or workmanship within one (1) year from the date of shipment, unless expressly quoted otherwise. Damages or defects incurred after the product has left the company, or while in transit to the customer, are not encompassed by the warranty. All company warranties are expressly conditional based on proper installation, operation, and maintenance by the purchaser. This warranty does not apply with respect to damage to any controller due to ordinary wear and tear, misuse, or abuse - intentional or otherwise - acts of God, forces of nature, or to products that have been repaired or modified by persons not authorized by the company such that, in the company's sole judgement, the design or operational reliability of such product has been compromised. Furthermore, this warranty does not extend to incidental or consequential damages of any kind, whether the product is used properly or not. All requests for repair shall be directed first to the distributor (if applicable) and then to the the company. If the equipment is to be returned for service and/or repairs, the purchaser must obtain a Return Authorization number from the company. When returning equipment, the purchaser must indicate the model number, serial number, Return Authorization number, and a statement indicating the particular problem with the product. All products must be shipped FOB 522 Gillingham Lane,Sugar Land, TX 77478. In the event of shipping damage, the customer will be responsible for filing a claim with the freight carver The company's sole liability and responsibility, and the purchaser's exclusive remedy shall be the repair or replacement, at the company's option, of the part or parts not conforming to the warranty This warranty replaces and supersedes all other warranties, expressed or implied, including the implied warranty of merchantability or fitness for a particular purpose. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of six (6) traffic signal controller systems from Trafficware Group, Inc., of Sugar Land, Texas, in the amount of $182,820 through the Interlocal Agreement with Fort Bend County forthe construction of Washington Boulevard Phase I. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - rRICH WITH OPPORTUNITY B T • E • X • A • S City Council Agenda Item TO: City Council FROM: :Kyle Hayes, City Manager PREPARED BY: Laura Clark, Chief Financial Officer MEETING DATE: April 22, 2014 REQUESTED ACTION: Council consider a resolution approving a contract with Frazer, Ltd. of Houston in the approximate amount of $94,625 for the purchase and installation of a new ambulance body. BACKGROUND Beaumont EMS operates ambulances consisting of a body or box module mounted on a heavy- duty pickup chassis. The Fleet Superintendent evaluated the request and recommended replacement of one body that is beyond repair due to the age and mileage of the unit. Council approved the purchase of the chassis on December 17, 2013, Resolution No. 13-285. The unit will be disposed of in accordance with surplus property policy. Pricing was obtained through the Houston -Galveston Area Council (H -GAC) Cooperative Purchasing Program. H -GAC provides cities and political subdivisions with the means to purchase specialized equipment at volume pricing. H -GAC complies with State of Texas procurement statutes. The contract estimate of $94,625 includes the $1,000 H -GAC fee. Warranty and service are provided by Frazer Ltd. for the lifetime of the ambulance body while In possession of the original owner. FUNDING SOURCE Capital Reserve Fund. RECOMMENDATION Approval of resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to approve the purchase and installation of one (1) ambulance box from Frazer, Ltd., of Houston, Texas, in the amount of $94,625 through the Houston -Galveston Area Council (H -GAC) Cooperative Purchasing Program for remount onto a pick-up chassis for use by Emergency Medical Services (EMS). PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - rRICH WITH OPPORTUNITY C� T - E - X• A S TO: FROM: PREPARED BY: MEETING DATE: City Council Agenda Item City Council Kyle Hayes, City Manager Laura Clark, Chief Financial Officer April 22, 2014 c REQUESTED ACTION: Council consider a resolution approving the award of a contract to Frazer, Ltd. of Houston in the total approximate amount of $80,725 for refurbishing and remounting two (2) ambulance bodies. BACKGROUND Beaumont EMS operates ambulances consisting of a body or box module mounted on a heavy- duty pickup chassis. Ambulance bodies, when periodically refurbished, have a longer service life than the chassis on which they are mounted. Refurbishment is less costly than purchasing a new body each time a chassis needs to be replaced. Refurbishment of bodies and replacement of chassis are requested through the City's budget process. The Fleet Superintendent evaluated the request and recommended refurbishment of two (2) body units. Council approved the purchase of the chassis on December 17, 2013, Resolution No. 13-285. Pricing was obtained through the Houston -Galveston Area Council (H -GAC) Cooperative Purchasing Program. H -GAC provides cities and political subdivisions with the means to purchase specialized equipment at volume pricing. H -GAC complies with State of Texas procurement statutes. The contract estimate of $80,725 includes the $600 H -GAC fee. Warranty and service are provided by Frazer Ltd. for the lifetime of the ambulance body while in possession of the original owner. FUNDING SOURCE Capital Reserve Fund. RECOMMENDATION Approval of resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the award of a contract to Frazer, Ltd., of Houston, Texas, in the amount of $80,725 through the Houston -Galveston Area Council (H -GAC) Cooperative Purchasing Program for refurnishing and remounting two (2) ambulance box modules; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Frazer, Ltd., of Houston, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - RICH WITH OPPORTUNITY r C� T - E - X - A - S TO: FROM: PREPARED BY: MEETING DATE: City Council Agenda Item City Council Kyle Hayes, City Manager Dr. Hani J. Tohme, P.E., City Utilities Director April 22, 2014 1:11 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to approve a change order to the contract with Brystar Contracting, Inc. for the Sanitary Sewer Rehabilitation of Small Diameter Mains Contract XXI Project. BACKGROUND The City Council approved a contract with Brystar Contracting, Inc., on October 18, 2011, in the amount of $1.644,323.00. The contract rehabilitated approximately 17,856 linear feet of 6 -inch, 12.601 linear feet of 8 -inch. 1.335 linear feet of 10 -inch sanitary sewer lines, and related appurtenances. The proposed Change Order No. 3 in the amount of —($45,870.91) will furnish all necessary labor, materials, and equipment to pipeburst approximately 274.5 linear feet of 8 -inch sanitary sewer lines with 8 -inch DR -17 HDPE, furnish and install one (1) sanitary sewer manhole. abandon seven (7) manholes in place, replace one 4 -inch long side service connection, pre televise approximately 198.5 linear feet of deteriorated lines. The proposed change order will also deduct the following items from the contract: 2,036 linear feet of 6 -inch sanitary sewer lines, approximately 195 linear feet of 8 -inch sanitary sewer lines, stabilization of nine (9) existing manholes, remove and replace 15 existing manholes with new ring and cover, furnish and install five (5) end of line cleanouts, replace three (3) 4 -inch short side service connections, pre televise 86 existing services. and post televise 2,056.5 linear feet of rehabilitated sanitary sewer lines. This change order also includes the purchase of the remaining materials on hand. Previous actions include: Resolution 1 1-303 in the amount of $1,644,323 was approved by the City Council on October 18, 2011. Resolution 12-170 in the amount of $25,153.75 was approved by the City Council on August 14, 2012. Resolution 13-001 in the amount of $26,860.00 was approved by the City Council on January 8, 2013. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. APPROVAL OF CONTRACT CHANGE CHANCE ORDER No. THREE DATE April 22, 2014 PROJECT: City of Beaumont, Texas Sanitary Sewer Rehabilitation of Small Diameter Mains Contract XX] OWNER: C'. itv of Beaumont, Texas 801 Main Street Beaumont Texas 77704 CONTRACTOR: Bryctar Contracting, Inc. 8385 Chemical Road Beaumont. Texas 77705 TO THE OWNER: Approval of the following contract change is requested. Reason for Change Final reconciliation chop- order to adjust for quantities resulting from approved field changes and actual construciron ORIGINAL CONTRACT AMOUNT: S 1 644,323 00 CHANCE: ORDER No. I: S 25"153.75 CHANGE. ORDER No. 2: S 26 850.00 ]'HIS CHANGE ORDER Description _Unit Price _ _ Net Change RE.MOVE. ITEM 2. Furnish all necessary labor. materials, and equipment to pipeburst approximatebv S25 OO.q_F $ 150.900.00) 2036linear feet of 6 -inch sanitary sewer lines with 8 -inch DR -17 HDPE. ITEM 4 f umish all necessary labov materials, mid equipment to pipeburst approximatebv S33 00,L] $ ((,"435 00) I o5 linear feet of 8 -inch sannary sewer lines with 10 -inch DR -17 HDPE ITENI 5 Stabilize 9 existing mmaholes. $210.00/FA S (1.890110) ITEM 7 Remove mrd replace 15 existing manholes c✓ith new ring and cover. $2.150.00/EA. 5 (32.250.00) I IEM 9 Furnish and install Send of Zine cleanouts. $370.00/EA S (I "850.00) ITEM I 1 Replace three 4-mch shop side service connections. SS60.00/EA S (1.680.00) ITEM 12 Televise 86 existing services. S75.00/EA S (6350.00) ITEM 14. Post televise 2,056 .5 linear feet of rehabilitated sanitary sewer lines $1.75/LF S (3.598.88) ADD ITEM 3_ Furnish all necessary labor" materials, and equipment to pipeburst approximatclq S28.00tL. 1: $ 7,ti86.00 274. S Imaar feet of 8 -inch sanitary sewer lines with 8 -inch DR -17 HDPE ITEM b_ Furnish and install one sanitary sewer manhole. $1,950 00/EA $ 1950.00 ITEM 8. Abaidon seven existing manholes in place $500 00TA $ 3.500.00 ITEM 10 Replace one 4 -inch long side service connections $1, SOU.00aA $ 000 00 ITEM 13. Clean and Televise approximately 1985 linear feet of existing deteriorated lines $2 00111: $ 397.00 Purchase of—......m, mm -As on hand Lump Sum S 34,149 97 TOTAL AMOT'NTOF THIS CHANCE ORDER S (45870.91) l'OTAL REVISED CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $1,650,455.84 CONTRACT TIM F. Original Contract I true 270 Calendar Days Additional Time Previously Requested (Change Order No 1 ). 84 Calendar Days Time Requested per this Change Order376 Calendar Days Revised Comract l"ime per this Change Order 730 Calendar Da - CONDITION OF CHANGE: "Contractor acknowledges and agrees that the adjustments in contract price and contract time stipulated in this Change Order represents full compensation for all increases and decreases in the cost of, and the time required to perform the entire work under the Contract arising directly or indirectly from this Change Order and all previous Change Orders_ Acceptance of this waiver constitutes an agreement between Owner and Contractor that the Change Order represents an all inclusive, mutually agreed upon adjustment to the Contract. and that Contractor wn11 waive all rights to file a claim on his Change Order after it is properly executed." Recommended bv- Approved bv. Accepted by Dr Elan, 1.1 e, P E_ City of Beaumont Brystar Contracting, Inc Water Utilities Director City Manager Contractor Date Date Date to a z Q z 0 J Q W Q J Q O a I i s4 Es E» (1a U�l U) e> V) I Ee3 E» co O C; O� OI O O O O C OI O I i 1 I O O O� 1 ✓1 O{ .� :Oi O OD O O C O O; O Oi -T O O OD CO O O N O O I N O to Lo to U-) Lo Ems* '. b7 y ..S- I � ! Et3 EiT I d3 EA EA W Eli Efl � M u� O O O 6) U, O O O O LO I- N �-- O O ! .. N M O V) LO' M M In M -' I cf3 i v> ER EA Ef3 ER Efl fA EA EA i N M O M iC) C7 oo 9 I l Wi z z 0 > > - Q -j C c!0 CO �- LoU,. p W _ Y oo z W W Z p z m m LL.�I cc ui p p M LLJ CO W w �� .. ui w U I Q Q p 0 W W NwNf/yyf!�� LL V fl p aj O i w to w t0 ww U)p p 7 d �� JI D a. > LL > LL LI n N cw r,- _ wl OI w w W' w� > U U U LD �--„ T - i U) Q J J J T- l T! T I S U W w i to a z Q z 0 J Q W Q J Q O RESOLUTION NO. WHEREAS, on October 18, 2011, the City Council of the City of Beaumont, Texas, passed Resolution No. 11-303 awarding a contract in the amount of $1,644,323 with Brystar Contracting, Inc., of Beaumont, Texas, for the Sanitary Sewer Rehabilitation of Small Diameter Mains Contract XXI Project; and, WHEREAS, on August 14, 2012, the City Council of the City of Beaumont, Texas passed Resolution No. 12-170 authorizing Change Order No. 1, in the amount of $25,153.75, to furnish all necessary labor, materials, and equipment to pipeburst approximately 2,140 linear feet of 6 -inch sanitary sewer lines with 8 -inch DR -17 HDPE; delete 1,675 linear feet of 6 -inch sanitary sewer lines; remove and replace one existing sanitary sewer manhole; furnish and install one end -of -line cleanout; replace two 4 -inch short side service connections; replace one 4 -inch long side service connection; pre televise three existing services; clean and televise approximately 465 linear feet of deteriorated lines; and post televise 465 linear feet of rehabilitated sanitary sewer lines, thereby increasing the contract amount to $1,669,476.75; WHEREAS, on January 8, 2013, the City Council of the City of Beaumont, Texas passed Resolution No. 13-001 authorizing Change Order No. 2 in the amount of $26,850 to furnish all necessary labor, materials, and equipment to pipeburst approximately 540 linear feet of 8 -inch sanitary sewer lines with 10 -inch DR -17 HDPE; furnish and install one (1) sanitary sewer manhole; replace three (3) 4 -inch short side service connections; replace two (2) 4 -inch long side service connections; pre televise five (5) existing services; clean and televise approximately 540 linear feet of deteriorated lines; and post televise 540 feet of rehabilitated sanitary sewer lines, thereby increasing the contract amount to 1,696,326.75; and, WHEREAS, Change Order No. 3 in the amount of ($45,870.91) is required to furnish all necessary labor, materials, and equipment to pipeburst approximately 274.5 linear feet of 8 -inch sanitary sewer lines with 8 -inch DR -17 HDPE; furnish and install one (1) sanitary sewer manhole; abandon seven (7) manholes in place; replace one 4 -inch long side service connection; and, pre televise approximately 198.5 linear feet of deteriorated lines. The proposed change order will also deduct 2,036 linear feet of 6 -inch sanitary sewer lines; approximately 195 linear feet of 8 -inch sanitary sewer lines; stabilization of nine (9) existing manholes; remove and replace 15 existing manholes with new ring and cover; furnish and install five (5) end of line cleanouts; replace three (3) 4 -inch short side service connections pre televise 86 existing services; and, post televise 2,056.5 linear feet of rehabilitated sanitary sewer lines. This change order also includes the purchase of the remaining materials on hand, thereby decreasing the contract amount to $1,650,455.84; 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; THAT the City Manager be and he is hereby authorized to execute Change Order No. 3 in the amount of ($45,870.91), thereby decreasing the contract amount to $1,650,455.84, forthe SanitarySewer Rehabilitation of Small Diameter Mains Contract XXI Project. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - E [1EA,[111011 City Council Agenda Item T E % A 0 S TO: City Council FROM: Kyle Hayes, City Manager Pa PREPARED BY: Patrick Donart, P.E., Public Works Director MEETING DATE: April 22, 2014 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to enter into an interlocal agreement with Fort Bend County, Texas. BACKGROUND Texas Local Government Code Chapter 791 allows a govermnental agency to enter into a joint purchasing agreement. This agreement allows the City to utilize an existing contract that was competitively bid for specific products or services. Through this agreement the City of Beaumont will utilize Fort Bend County's awarded contract for the purchase of specific traffic signal controller systems through Fort Bend County's purchasing program as enumerated through the submission to Fort Bend County's purchasing agent through a duly executed purchase order, or resolution. FUNDING SOURCE None. RECOMMENDATION Approval of resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute an Interlocal Agreement between the City of Beaumont and Fort Bend County to facilitate assistance in purchasing certain government administrative functions, goods or services. The Interlocal Agreement is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - THE STATE OF TEXAS COUNTY OF FORT BEND INTERLOCAL AGREEMENT BETWEEN FORT BEND COUNTYAND THE CITY OF BEAUMONT This Agreement is made and entered into pursuant to the Interlocal Cooperation Act, Chapter 791 of the TExAs GOVERNMENT CODE by and between FORT BEND COUNTY; TEXAS, a body corporate and politic under the laws of the State of Texas, acting by and through its Commissioners Court and the CITY OF BEAUMONT TEXAS, a body corporate and politic under the laws of the State of Texas. WHEREAS, CITY OF BEAUMONT, TEXAS desires FORT BEND COUNTY'S assistance in purchasing certain governmental administrative functions, goods or services; and, WHEREAS, the governing bodies of FORT BEND COUNTY and CITY OF BEAUMONT, TEXAS have duly authorized this agreement; and WHERAS, the parties find that this Agreement serves a public purpose. NOW, THEREFORE, in consideration of the foregoing and further consideration of the mutual promises, covenants and conditions herein, FORT BEND COUNTY and CITY OF BEAUMONT, TEXAS hereby agree as follows: ARTICLE I. PURCHASE OF CERTAIN MATERIALS AND SERVICES 1.01 CITY OF BEAUMONT appoints FORT BEND COUNTY its true and lawful purchasing agent for the purchase of certain materials and services through FORT BEND COUNTY'S purchasing program, as enumerated through the submission to FORT BEND COUNTY'S purchasing agent through a duly executed purchase order, order form or resolution. This Agreement shall apply only to those materials and services which FORT BEND COUNTY desires to purchase for its own needs and for which CITY OF BEAUMONT desires to purchase the same or similar materials and services under the same terms and conditions as would apply to FORT BEND COUNTY'S own purchases, and provided that the contracted vendor agrees to purchases in CITY OF BEAUMONT under the contract between the vendor and FORT BEND COUNTY. All materials and services purchased under the vendor and conditions hereunder shall be in accordance with specifications established by FORT BEND COUNTY. 1.02 The materials and services shall be procured in accordance with Texas State Law and procedures established by FORT BEND COUNTY and the costs for materials and services purchased by CITY OF BEAUMONT pursuant to this Agreement shall be the prices as reflected by contract executed by FORT BEND COUNTY. ARTICLE II. TERMS AND CONDITIONS OF PURCHASE 2.01 In addition to the other terms and conditions contained in this Agreement, the amounts and kinds of goods and services will be purchased in accordance with the terms and conditions and in the quantities set forth in the contract used by CITY OF BEAUMONT_ FORT BEND COUNTY shall be responsible for and shall incur all cost for the preparation of specifications, public advertisement and such other administrative duties as may be necessary to facilitate the materials and services hereunder. FORT BEND COUNTY shall also be responsible for receiving, opening and awarding contracts. Upon request, specifications, tabulations and all other documents relating EXHIBIT "A" thereto that pertain to the procurement of items in accordance with the terms of this Agreement shall be made available to CITY OF BEAUMONT at all reasonable times for inspection. 2.02 FORT BEND COUNTY agrees that it shall award contracts, for items which it had previously designated for purchase, in accordance with applicable Texas State Law. 2.03 Nothing herein shall obligate CITY OF BEAUMONT to purchase any materials or services from FORT BEND COUNTY nor shall FORT BEND COUNTY be obligated to include CITY OF BEAUMONT in any procurement effort. 2.04 CITY OF BEAUMONT shall not be obligated to compensate FORT BEND COUNTY for any of the costs or expenses of its procurement procedure. ARTICLE III. RESPONSIBILITY CITY OF BEAUMONT and FORT BEND COUNTY agree that the ordering of supplies, services and materials purchased pursuant to this Agreement shall be their individual responsibility and that any dispute arising between contracted vendor and CITY OF BEAUMONT shall be handled between CITY OF BEAUMONT and the contracted vendor. Contracted vendors shall bill CITY OF BEAUMONT directly for the materials or services ordered by it. ARTICLE IV. LIABILITY Both parties shall be responsible to the contracted vendor only for supplies, services or materials ordered by and received by it, and shall not by the execution of this Agreement assume any liability or waiver any rights under the applicable contract or as provided by law. ARTICLE V. PRICE AND PAYMENT OF GOODS AND SERVICES 5.01 The goods and services will be purchased for the price stated in the contract received and awarded by FORT BEND COUNTY to vendor. CITY OF BEAUMONT agrees to pay vendor directly for all goods and services delivered, requested or picked up by CITY OF BEAUMONT in accordance with the price specified in FORT BEND COUNTY'S contract with the vendor. CITY OF BEAUMONT agrees to pay in accordance with Chapter 2251, TEXAS GOVERNMENT CODE. 5.02 Ownership (title) of material purchased by CITY OF BEAUMONT shall transfer directly from the contracted vendor to CITY OF BEAUMONT, 5.03 All payments for purchases of goods and services by CITY OF BEAUMONT shall be made from revenue then currently available to it. ARTICLE VI. APPLICABLE LAWS CITY OF BEAUMONT and FORT BEND COUNTY agree to conduct all activities under this Agreement in accordance with all applicable rules, regulations, ordinances and laws in effect or promulgated during the term of this Agreement. ARTICLE VII. WHOLE AGREEMENT This Interlocal Agreement, as provided herein, constitutes the complete agreement between the parties hereto, and supersedes any and all oral and written agreements between the parties relating to matters herein. Except as otherwise provided herein, this Agreement cannot be modified without written consent to the parties. ARTICLE VIII. DURATION 8.01 The period of this Interlocal Agreement shall commence upon approval of both entities, and shall automatically renew. 8.02 CITY OF BEAUMONT or FORT BEND COUNTY may cancel this Agreement at any time upon thirty (30) days written notice to the other party to this Agreement. The obligations of CITY OF BEAUMONT, to pay contracted vendor for all good and services purchased pursuant to this Agreement, if any, prior to such notice shall survive such cancellations, as well as any other obligation incurred under this applicable purchase contracts, until performed or discharged by CITY OF BEAUMONT. ARTICLE IX. CHANGES AND AMENDMENTS Any alterations, additions, or deletions to the terms of this Agreement which are required by changes in federal and state law or regulations are automatically incorporated into this Agreement without written amendment thereto, and shall become effective on the date designated by such law or regulation. ARTICLE X. NOTIFICATION Unless otherwise provided herein, any notice, tender or delivery to be given hereunder by either parry to the other may be effected by personal delivery in writing or by registered or certified mail, postage prepaid, return receipt requested. Mailed notices shall be addressed as set forth below, but each party may change its address by written notice in accordance with this section. To FORT BEND COUNTY: Attn: Gilbert Jalomo, Purchasing Agent 4520 Reading Road Rosenberg, Texas 77471 To CITY OF BEAUMONT: ATTN: Kyle Hayes, City Manager 801 Main St. Ste 300 Beaumont, TX 77701 Any such notice shall be effective upon receipt if delivered in person or upon actual deposit in an official receptacle of the United States Postal Service if mailed as aforesaid. ARTICLE XI SEVERABILITY Both parties agree that should any provision of this Agreement be determined to be invalid or unenforceable; such determination shall not effect any other term of this agreement, which shall continue in force and effect. ARTICLE XII FORCE MAJEURE To the extent that either party to this agreement shall be wholly or partially prevented from the performance within the time specified of any obligation or duty placed on such party by reason of strikes, stoppage of labor, not, fire, flood, acts of war, insurrection, accident, judgment, act of God, or specific cause reasonably beyond the party's control and not attributable to its neglect or nonfeasance, in such event, the time for the performance of such obligation or duty shall be suspended until disability to perform is removed. ARTICLE XIII. EXECUTION This instrument, in duplicate originals, has been executed by the parties hereto as follows. This agreement shall not be effective until executed by all parties. FORT BEND COUNTY, TEXAS By: Robert E. Hebert, County Judge ATTEST: Date: Dianne Wilson, County Clerk Approved: FORT BEND COUNTY PURCHASING AGENT By: Gilbert D. Jalomo, Jr., CPPB Date: CITY OF BEAUMONT , TEXAS By: Kyle Hayes, City Manager ATTEST: Date: 1MITR/Agrecments/Purchasmg/2014 03.24.13 RICH WITH OPPORTUNITY Cit Council Agenda Item Y g T E X A S TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Patrick Donarlr, P.E., Public Works Director MEETING DATE: April 22, 2014 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to purchase one (1) traffic signal controller system from Trafficware Group Inc. BACKGROUND fhe construction of a new Fire Station No. 11 will require the intersection of Park Street and Royal Street to be signalized. City staff will purchase one traffic signal controller system from Trafficware Group Inc. The Transportation Division of Public Works will perform all of the needed work to install and make the signal operational. The purchase is made possible through Lin interlocal agreement with Fort Bend County. The cost of the equipment and materials is 530,470. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. Trafficware Group, Inc. 522 Gillingham Lane Sugar Land, TX 77478 (281) 240-7233 Phone (281) 240-7238 Fax customercare@trafficware. com www.trafficware.com Quote #: 1403-TX119MY Contact name. Joe Flores Contact Company. City of Beaumont Contactfax/email JFK ftF'_;JL be ❑ o _I. Date of quote: 3-21-14 Quantity DESCRIPTION $ / EACH $ / TOTAL 1 GPS Kit with Cables $500.00 $500.00 Trafficware Part # 50122-2000 10614-2100 1 Add Preemption to TXDOT 70006-3044 and Remove Detectors 17-24 No Charge $0.00 This will add two Preemption Card Slots for Emergency Vehicle Premption and a Termination Panel for landing the incoming sensor field wires. This price does not include the Preemption Detector Cards, Recievers or Preemption Cable. The half rack will be removed from the cabinet converting this to a 16 Loop Rack and a 16 Loop Panel will be provided. Trafficware Part # 70006-3044P 1 Photo Cell and Luminare Panel $200.00 $200.00 This item can only be added at the time of the initial purchase order, Items cannot be installed in the field after delivery. Trafficware Part # 10228-2003, 50153-2000 1 ComNetT1 CNGE3FE7MS2 Managed Ethernet Switch $2,450.00 $2,450.00 (7) 10/100 BASE -TX and (3) 10/100/1000TX or 100/1000FX combo ports 1 Admistration and Integration Fee $250.00 $250.00 TOTAL $3,400.00 NOTE: QUOTE VALID FOR 45 DAYS DELIVERY 60 — 90 DAYS AFTER RECEIPT OF ORDER TERMS NET 30 DAYS FREIGHT - FOB ORIGIN / FREIGHT PREPAID PRICES ARE IN US FUNDS ALL ITEMS SUBJECT TO APPLICABLE TAXES. IF TAX EXEMPTION APPLIES PLEASE FURNISH NUMBER OR RESALE CERTIFICATE WITH PURCHASE OR ALL QUOTES SUBJECT TO CREDIT APPROVAL THIS QUOTATION IS FOR EQUIPMENT ONLY, QUOTE DOES NOT INCLUDE TRAINING OR TURN -ON ASSISTANCE, UNLESS STATED IN QUOTE. CANCELLED ORDERS ON STANDARD ITEMS ARE SUBJECT TO A 25% RESTOCKING FEE. RESTOCKING FEE FOR CANCELLED ORDERS ON SPECIALT' PLEASE ISSUE ALL PO'S TO CUSTOMERCARE(a)TRAFFICWARE.COM We appreciate your business. Kindest regards, Lance Shannon Statement of Warranty Naztec, Inc. (d/b/a "Trafficware") hereinafter referred to as "the company," warrants that all products manufactured by the company will be shipped from its place of manufacture in merchantable quality, and that it will, at the company's option, either replace or repair such products found to be defective in materials or workmanship within one (1) year from the date of shipment, unless expressly quoted otherwise. Damages or defects incurred after the product has left the company, or while in transit to the customer, are not encompassed by the warranty. All company warranties are expressly conditional based on proper installation, operation. and maintenance by the purchaser. This warranty does not apply with respect to damage to any controller due to ordinary wear and tear, misuse, or abuse - intentional or otherwise - acts of God, forces of nature, or to products that have been repaired or modified by persons not authorized by the company such that, in the company's sole judgement, the design or operational reliability of such product has been compromised. Furthermore, this warranty does not extend to incidental or consequential damages of any kind, whether the product is used property or not. All requests for repair shall be directed first to the distributor (if applicable) and then to the the company. If the equipment is to be returned for service and/or repairs the purchaser must obtain a Return Authorization number from the company. When returning equipment, the purchaser must indicate the model number, serial number, Return Authorization number, and a statement indicating the particular problem with the product. All products must be shipped FOB 522 Gillingham Lane,Sugar Land, TX 77478. In the event of shipping damage, the customer will be responsible for filing a claim with the freight carrier. The company's sole liability and responsibility, and the purchaser's exclusive remedy shall be the repair or replacement, at the company's option, of the part or parts not conforming to the warranty. This warranty replaces and supersedes all other warranties, expressed or implied, including the implied warranty of merchantability or fitness for a particular purpose. Trafficware Group, Inc. 522 Gillingham Lane Sugar Land. TX 77478 (281) 240-7233 Phone (281) 240-7238 Fax customercare@trafficware.com www.trafficware.com Quote # 1403-TX120MY Contact name. Joe Flores Contact Company: City of Beaumont Contact fax/email: � i 01RES n c t)Pauinr nt • — Date of quote: 3-21-14 Quantity DESCRIPTION $ / EACH $ / TOTAL 1 VIVDS Processor Systems $11,000.00 $11,000.00 1 VIVDS Set Up System $750.00 $750.00 1000 VIVDSCable (Per Foot) $1.00 $1,000.00 1 4 VIVDS Cameras with Mounting Hardware and Junction Box $4,800.00 $4,800.00 (Includes 3 Spare cameras) TOTAL $17,550.00 NOTE: QUOTE VALID FOR 45 DAYS DELIVERY 60 – 90 DAYS AFTER RECEIPT OF ORDER TERMS NET 30 DAYS FREIGHT - FOB ORIGIN / FREIGHT PREPAID PRICES ARE IN US FUNDS ALL ITEMS SUBJECT TO APPLICABLE TAXES. IF TAX EXEMPTION APPLIES PLEASE FURNISH NUMBER OR RESALE CERTIFICATE WITH PURCHASE OF ALL QUOTES SUBJECT TO CREDIT APPROVAL THIS QUOTATION IS FOR EQUIPMENT ONLY. QUOTE DOES NOT INCLUDE TRAINING OR TURN -ON ASSISTANCE, UNLESS STATED IN QUOTE. CANCELLED ORDERS ON STANDARD ITEMS ARE SUBJECT TO A 25% RESTOCKING FEE. RESTOCKING FEE FOR CANCELLED ORDERS ON SPECIALT PLEASE ISSUE ALL PO'S TO CUSTOMERCARE(a).TRAFFICWARE.COM We appreciate your business. Kindest regards, Lance Shannon Statement of Warranty Naztec, Inc. (d/b/a "Trafficware") hereinafter referred to as "the company," warrants that all products manufactured by the company will be shipped from its place of manufacture in merchantable quality, and that it will, at the company's option, either replace or repair such products found to be defective in materials or workmanship within one (1) year from the date of shipment, unless expressly quoted otherwise. Damages or defects incurred after the product has left the company, or while in transit to the customer, are not encompassed by the warranty. All company warranties are expressly conditional based on proper installation, operation, and maintenance by the purchaser. This warranty does not apply with respect to damage to any controller due to ordinary wear and tear, misuse, or abuse - intentional or otherwise - acts of God, forces of nature, or to products that have been repaired or modified by persons not authorized by the company such that, in the company's sole judgement, the design or operational reliability of such product has been compromised. Furthermore, this warranty does not extend to incidental or consequential damages of any kind, whether the product is used properly or not. All requests for repair shall be directed first to the distributor (if applicable) and then to the the company. If the equipment is to be returned for service and/or repairs, the purchaser must obtain a Return Authorization number from the company. When returning equipment, the purchaser must indicate the model number, serial number, Return Authorization number, and a statement indicating the particular problem with the product. All products must be shipped FOB 522 Gillingham Lane,Sugar Land, TX 77478. In the event of shipping damage, the customer will be responsible for filing a claim with the freight carrier. The company's sole liability and responsibility, and the purchaser's exclusive remedy shall be the repair or replacement, at the company's option, of the part or parts not conforming to the warranty. This warranty replaces and supersedes all other warranties, expressed or implied, including the implied warranty of merchantability or fitness for a particular purpose. N, N..l t.- Trafficware Group, Inc. 522 Gillingham Lane Sugar Land, TX 77478 (281) 240-7233 Phone (281) 240-7238 Fax customercare@trafficware.com www.trafficware.com Quote #: 1403-TX118MY Contact name: Joe Flores Contact Company: City of Beaumont Contact fax/email: JFLOPE9rcTc.beaumonet x w Date of quote: 3-21-14 urease reap notes carewiiy: The standard City of Beaumont Cabinet varies from the standard TXDOT Cabinet below in the following ways: The Beaumont Cabinet has a Photo Cell and Luminare Panel and TXDOT does not. (This is not able to be added in the field) The TXDOT cabinet utilizes a different Surge Arrestor than what Beaumont typically uses. The Beaumont Cabinet comes with a GPS unit as a standard where TXDOT does not. The TXDOT Cabinet has a 24 loop panel and a rack and a half that supports 24 loop detectors. The Beaumont Cabinet has a 16 loop panel and a single loop rack, but has an additional VIVDS rack set up to support the Naztec / Trafficon VU2F, VUBIU and VUCOM configuration that Beaumont utilizes. The Beaumont 16 Channel Loop Rack also comes with Preemption Slots to allow for Emergency Vehicle Preemption where TXDOT does not. Quantity DESCRIPTION S / EACH $ / TOTAL 1 Trafficware 16 Position Base Mount Cabinet - TXDOT Specs $9,520.00 $9,520.00 with 1 - 980 TS -2 Type 1 Traffic Signal Controller, Version 61.X with Ethernet, 1 - MMU -516L with Ethernet and Flashing Yellow Arrow Programming, 4 - BIU's, 1 - TS -2 Cabinet Power Supply, 16 - Load Switches, 4 - Flash Transfer Relays and 1 NEMA Flasher Trafficware Part # 70006-3044 TOTAL $9,520.00 NOTE: QUOTE VALID FOR 45 DAYS DELIVERY 60 — 90 DAYS AFTER RECEIPT OF ORDER TERMS NET 30 DAYS FREIGHT - FOB ORIGIN / FREIGHT PREPAID AND ADD PRICES ARE IN US FUNDS ALL ITEMS SUBJECT TO APPLICABLE TAXES. IF TAX EXEMPTION APPLIES PLEASE FURNISH NUMBER OR RESALE CERTIFICATE WITH PURCHASE ORDER. ALL QUOTES SUBJECT TO CREDIT APPROVAL THIS QUOTATION IS FOR EQUIPMENT ONLY. QUOTE DOES NOT INCLUDE TRAINING OR TURN -ON ASSISTANCE, UNLESS STATED IN QUOTE. CANCELLED ORDERS ON STANDARD ITEMS ARE SUBJECT TO A 25% RESTOCKING FEE. RESTOCKING FEE FOR CANCELLED ORDERS ON SPECIALTY ITE PLEASE ISSUE ALL PO'S TO CUSTOMERCARE(aVTRAFFICWARE.COM We appreciate your business. Kindest regards, Lance Shannon Statement of Warranty Naztec, Inc. (d/b/a "Trafficware") hereinafter referred to as "the company," warrants that all products manufactured by the company will be shipped from its place of manufacture in merchantable quality, and that it will, at the company's option, either replace or repair such products found to be defective in materials or workmanship within one (1) year from the date of shipment, unless expressly quoted otherwise. Damages or defects incurred after the product has left the company, or while in transit to the customer, are not encompassed by the warranty. All company warranties are expressly conditional based on proper installation, operation, and maintenance by the purchaser. This warranty does not apply with respect to damage to any controller due to ordinary wear and tear, misuse, or abuse - intentional or otherwise - acts of God, forces of nature, or to products that have been repaired or modified by persons not authorized by the company such that, in the company's sole judgement, the design or operational reliability of such product has been compromised. Furthermore, this warranty does not extend to incidental or consequential damages of any kind, whether the product is used properly or not. All requests for repair shall be directed first to the distributor (if applicable) and then to the the company. If the equipment is to be returned for service and/or repairs, the purchaser must obtain a Return Authorization number from the company. When returning equipment, the purchaser must indicate the model number, serial number, Return Authorization number, and a statement indicating the particular problem with the product. All products must be shipped FOB 522 Gillingham Lane,Sugar Land, TX 77478. In the event of shipping damage, the customer will be responsible for filing a claim with the freight carrier. The company's sole liability and responsibility, and the purchaser's exclusive remedy shall be the repair or replacement, at the company's option, of the part or parts not conforming to the warranty. This warranty replaces and supersedes all other warranties, expressed or implied, including the implied warranty of merchantability or fitness for a particular purpose. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the purchase of one (1) traffic signal controller system from Trafficware Group, Inc., of Sugar Land, Texas, in the amount of $30,470 through the Interlocal Agreement with Fort Bend County for the proposed construction of Fire Station No. 11. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014 - Mayor Becky Ames - RECH WITH OPPORTUNITY 1irk11'EA,111�lclll T - E - X - A• S TO: FROM: PREPARED BY: MEETING DATE: City Council Agenda Item City Council Kyle Hayes, City Manager Charles W. Jeffcoat, Assistant Chief of Police April 22, 2014 G REQUESTED ACTION: Council consider a resolution authorizing the City Manager to execute all documents necessary, specifically a Memorandum of Understanding agreement with the Lamar University Police Department. BACKGROUND In an effort to better serve the citizens of the Beaumont and the Lamar University community, the Beaumont Police Department and the Lamar University Police Department have been working together to enhance the level of service provided. The increased level of cooperation and sharing of responsibility will further benefit the public by clearly defining each partner's jurisdiction and areas of primary responsibility. FUNDING SOURCE Not Applicable. RECOMMENDATION Approval of resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute a Memorandum of Understanding between the City of Beaumont and Lamar University Police Department to enhance the level of service provided to the public by defining each partner's jurisdiction and area of primary responsibility. Said Memorandum of Understanding is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - JURISDICTIONAL AND INTERAGENCY SUPPORT MEMORANDUM OF UNDERSTANDING: LAMAR UNIVERSITY POLICE DEPARTMENT AND CITY OF BEAUMONT POLICE DEPARTMENT WHEREAS, The Texas Education Code, Section 51.203 confers on commissioned peace officers of state institutions of higher education jurisdiction in the county of the institution, and WHEREAS, The Texas Local Government Code, Sections 341.001 and 341.021 confers on commissioned peace officers of the City of Beaumont jurisdiction within the city limits and for certain purposes throughout the county BE IT THEREFORE AGREED AS FOLLOWS: That the Lamar University Police Department (LUPD) and the City of Beaumont Police Department (BPD) primary and concurrent jurisdictions shall be: ARTICLE 1: BPD shall retain concurrent jurisdiction subject to requests for assistance by LUPD and exigent circumstances requiring immediate police response and LUPD will assume primary jurisdiction to the following: A. Lamar University owned property. These listings are to be updated immediately upon any change by providing a listing of the change to the City of Beaumont public safety communications manager. B. Other property owned, operated, or leased by Lamar University within the City of Beaumont. These listings are to be updated immediately upon any change by providing a listing of the change to the City of Beaumont public safety communications manager. ARTICLE 2: BPD shall retain primary jurisdiction over non Lamar University owned property and other streets subject to such assistance as may be requested of LUPD. LUPD may exercise police powers under circumstances requiring immediate police response, as required by law, or as listed: A. The neighboring areas bordering the university campus shall be considered neighboring concurrent jurisdiction and subject to response and enforcement as necessitated for public safety. EXHIBIT "A" B. Neighboring concurrent jurisdiction on public streets and property within the area as described: Cardinal Drive to Highland; Highland to Adams; Adams to Martin Luther King, Jr; Martin Luther King, Jr (including all Lamar University and Lamar Institute of Technology property on the east side of MLK) to Cardinal Drive. C. While in the performance of our duties, between our properties, to the jail, courts or other business that we have authority to enforce regulation. D. In addition to the neighboring concurrent jurisdiction described, LUPD, at the request of BPD, may respond to provide assistance within the City of Beaumont, with the authorization of the ranking on -duty patrol supervisors of the respective jurisdictions. ARTICLE 3: In the event LUPD requests the assistance of BPD to act as the primary jurisdiction authority, BPD reserves the right to respond and remain the primary authority until the incident has been terminated. The ranking on -duty patrol supervisor of the respective jurisdictions is the authorizing official. ARTICLE 4: The department exercising primary jurisdiction will have on scene command authority over the placement and role of any concurrent jurisdiction officers. Concurrent jurisdiction officers will notify the primary jurisdiction dispatcher prior to their presence at the scene and will attempt notification to any primary jurisdiction officer at the scene. ARTICLE 5: BPD Arrests and Searches on Lamar University Property A. BPD Officers desiring to make a felony warrant arrest on Lamar property, (residence or structure), should contact the ranking on -duty patrol supervisor, The BPD officer will be accompanied by an officer from LUPD. No arrest should be made while the subject of the warrant is attending class. Disruption of a class in session should be avoided, and appropriate discretion utilized to ensure public safety. B. Misdemeanor warrants on persons who reside on the Lamar property, should be executed with prior notification to the ranking on -duty patrol supervisor for LUPD. BPD may be accompanied by an officer from LUPD, at the discretion of the ranking on -duty patrol supervisor for LUPD. C. On a search warrant, a representative of LUPD will accompany the BPD officers to execute the search warrant. ARTICLE 6: LUPD Arrests and Searches on Other Property A. LUPD Officers desiring to make a felony warrant arrest at a property, (residence or structure), not designated by Article 1 should contact the Chief of Lamar Police or his designee, and the ranking on -duty patrol supervisor for BPD. LUPD shall be accompanied by an officer from BPD. B. Misdemeanor warrants on persons who reside within the city of Beaumont, off the Lamar property, should be served with prior notification to the Chief of Lamar Police or his designee, and the ranking on -duty patrol supervisor for BPD. LUPD may be accompanied by an officer from BPD, at the discretion of the on -duty patrol supervisor for BPD. C. On a search warrant, a representative of BPD will accompany the LUPD officers to execute the search warrant. ►_T10h,"NlUMA Follow-up investigations will be handled and completed by the department which handled the incident as the primary jurisdiction. Copies of offense reports shall be provided to each agency as may be necessary for proper compliance with Federal UCR/NIBRS reporting requirements. The Records Unit Supervisors for the respective agencies shall coordinate providing copies of offense reports. ARTICLE 8: The dispatcher of the jurisdiction receiving or dispatching a call for service will: A. Maintain via CAD entries calls received, routed and dispatched to the other jurisdiction, which may be produced as a list and shall be available upon request. B. When referring a call to the other jurisdiction, advise the caller of the referral and stay on the line until the other jurisdiction has received the call. C. When dispatching a unit to the other department's primary jurisdiction for an emergency response call or offense in progress report, notify the dispatcher of that department. ARTICLE 9: Federal Clery Act Compliance A. According to the federal Jeanne Clery Disclosure of Campus Security Policy and Campus Crime Statistics Act, postsecondary schools are required to disclose statistics for certain crimes that occurred on campus and on public property within and immediately adjacent to school -owned buildings and property. B. The LUPD is required to disclose statistics that are reported to our department as well as to local and state law enforcement agencies. This information will be formerly requested in writing on at least a yearly basis. C. Whenever possible, the BPD will notify the LUPD when they learn of a serious crime occurring in the primary jurisdiction of LUPD, as stated in Article 2. Examples of these crimes include: threats to safety and security of the Lamar campus, burglaries, aggravated sexual assaults, homicide, arson and robberies or any other type of crime that could pose a threat to students, faculty, staff and visitors of Lamar University. ARTICLE 10: Each party to this agreement expressly waives the right granted by Section 362.003, Texas Local Government Code, to request reimbursement for service performed under the agreement. ARTICLE 11: Any law enforcement officer or other person who is assigned, designated, or ordered by the chief law enforcement officer of the member which regularly employs him to perform police or peace officer duties pursuant to this agreement, shall receive the same wage, salary, pension, and all other compensation and all other rights for service, including injury or death benefits, and workers' compensation benefits, the same as though the services had been rendered within the limits of the member where he is regularly employed. Moreover, all wage and disability payments, including workers' compensation benefits, pension payments, damage to equipment and clothing, medical expenses and expenses of travel, food, and lodging shall be paid by the member which regularly employs such person in the same manner as though the service had been rendered within the limits of the member where he is regularly employed. ARTICLE 12: In the event that any person performing law enforcement, police protection or detention services pursuant to this agreement shall be cited as a party to any civil lawsuit, state or federal, arising out of the performance of those services, he shall be entitled to the same benefits that he would be entitled to receive if such civil action had arising out of the performance of his duties as a member of the department where he is regularly employed. ARTICLE 13: Each party to the is agreement expressly waives all claims against every other party for compensation for any loss, damage, personal injury, or death occurring as a consequence of the performance of this agreement, except for acts in violation of law, ARTICLE 14: Third party claims against members shall be governed by the Texas Tort Claims Act or other appropriate statues, ordinances or laws of the State of Texas and the United States. ARTICLE 15: It is expressly understood and agreed that, in the execution of this agreement, no party waives, nor shall be deemed hereby to waive, an immunity or defense that would otherwise be available to it against claims arising in the exercise of governmental powers and functions. C. Jason Goodrich. Chief of Police Date Jimmy Singletary, Chief of Police Date Lamar University Police Department City of Beaumont Police Department H RiCIi WITH OPPORTUNITY r C► T E X A S TO: FROM: PREPARED BY: MEETING DATE: City Council Agenda Item City Council Kyle Hayes, City Manager Charles W. Jeffcoat, Assistant Chief of Police April 22, 2014 REQUESTED ACTION: Council consider a resolution authorizing an application for, and acceptance of, new funding for the Southeast "Texas Auto Theft Task Force. BACKGROUND The Southeast Texas Auto Theft Task Force is a multi jurisdiction agency comprised of six personnel from the Beaumont Police Department, and one each from the Jefferson County Sheriff's Office, Pt. Arthur Police Department and Hardin County Sheriff's Office. Since the inception of the Task Force, motor vehicle thefts have decreased in Beaumont by 83% from 1721 in 1992 to 293 in 2013. The Task Force currently covers Jefferson, Orange, Hardin, and Jasper Counties. The Task Force focuses efforts in two areas: investigations, which target vehicle burglaries and vehicle thefts, and public awareness, which uses media campaigns, training and public presentations to promote prevention techniques and awareness. The City of Beaumont has been the grantee for the Southeast Texas Auto Theft Task Force since 1993. The Task Force presently operates on a budget of $1,111.348 provided in part by $564,338 funded by the Texas Automobile Burglary and Theft Prevention Authority. Participating agencies also provide matching funds in the form of a cash match of $238,808 and an "In kind" match of $308,202. Title 43, Part III, Chapter 57 of the Texas Administrative Code. allows local government agencies to apply for one year funding through a State Grant from the 1'exas Automobile Burglary and Theft Prevention Authority. The upcoming grant cycle will begin on September 1, 2014 and will end on August 31, 2015. FUNDING SOURCE The application for FY2015 is in the amount of $1,163,184. State funds in the amount of $660,286 are being requested. The Beaumont Police Department will provide $139,237 as a cash match in the form of personnel benefits, fuel, and maintenance for vehicles, while other agencies will provide an additional $52,257 in cash match. An "in-kind" match of $311,404 will also be provided in the form of salaries for personnel. RECOMMENDATION Approval of resolution. 1 Automobile Buglary & Theft Prevention Authority Application for State Assistance Applicant Information a. Legal Name: City of Beaumont b. Address Street or P.O. Box: P.O. Box 3827 City: Beaumont County: Jefferson State: Texas Zip Code: 77704 C. Organizational Unit: Beaumont Police Department d. Contact Person: Lt. Chris Schuldt Telephone Number: (409) 654-3600 2. State Payee ID Number: 740002789 3. Type of Applicant Municipal If "Other", please specify: 4. Type of Application: New v Continuation Revision If Revision, check appropriate box(es). Increase Award Decrease Award Other (specify) Increase Duration Decrease Duration If "Other", please specify 5. Title of Project: Southeast Texas Auto Theft Task Force 6. Areas of Project Jefferson, Orange, Hardin Activities (Cities, and Jasper Counties Counties, States, etc.): Select a County: Hardin County Jasper County Jefferson County Orange County 7. Proposed Project: Start Date: 9/1/2014 Ending Date: 8/31/2015 8. Is application subject to review by state executive order 12372 process? YES, this application was made available to the Texas Review and Comment System (TRACS) for review on Program is not covered by E. O. 12372 Program has not been selected by state for review v NO 9. Funding Summary: Total State Grant Funds Requested (ABPTA) $660,286 04/16/2014 Page 1 of 31 Automobile Buglary & Theft Prevention Authority Application for State Assistance Cash Match: $191,494 In -Kind Match: $311,404 Total: $1,163,184 10. Is the applicant delinquent on any federal debt? YES If "YES" attach an explanation NO 11. To the best of my knowledge and belief, all data in this application is true and correct. The document has been duly authorized by the governing body of the applicant and the applicant will comply with the attached assurances if the assistance is awarded. a. Authorized Official: Kyle Hayes b. Title: City Manager C. Telephone Number: (409) 880-3708 Signature of Authorized Official Date 04/16/2014 Page 2 of 31 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to apply for and accept funding in the amount of $660,286 through the Texas Automobile Burglary and Theft Prevention Authority Fund for the Southeast Texas Auto Theft Task Force to provide vehicle burglary and theft investigations and crime prevention education; and, BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute all documents necessary to apply for and accept said funding. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - RICH WIT111 OPPORTUNITY 11EA,11M0N* yy REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS APRIL 22, 2014 1:30 P.M. AGENDA C�1:\111rrIZ1l.71]11N * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on scheduled agenda items 1-3/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider a resolution approving the award of a bid to N & T Construction Company, Inc. of Beaumont, for the construction of a new Fire Station No. 11 2. Consider a resolution approving the emergency purchase of repair materials for the 72 -inch water line at the water production facility from Hanson Pipe & Products, Inc., of Houston 3. Consider an ordinance authorizing the suspension of the effective date of CenterPoint Energy's proposed rate increase until July 14, 2014 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 three days prior to the meeting. April 22, 2014 Consider a resolution approving the award of a bid to N & T Construction Company, Inc. of Beaumont, for the construction of a new Fire Station No. 1 I RICH WITH oi'F'CiidTUNIT'Y rrL C► T- E- X- A- S TO: FROM: PREPARED BY: MEETING DATE: City Council Agenda Item City Council Kyle Hayes, City Manager Patrick Donart, Public Works Director April 22, 2014 REQUESTED ACTION: Council consider a resolution approving the award of a bid to N & T Construction Company, Inc. of Beaumont, in the amount of $2,780,000 for the construction of a new Fire Station No. 11. BACKGROUND fhe construction of a new Fire Station No. 11, designed by Architectural Alliance, Inc., will be constructed at 525 Royal Street. The relocation of Fire Station No. 11 was recommended in the 2005 Pietsch study (ISO) to replace the existing facility located at 2185 Sabine Pass built in 1931. On March 27, 2014 the City received nine (9) bids for this Project, as shown on the attached tabulation. Alternate bids were requested for the construction of a training tower, stainless steel lockers in lieu of painted lockers and an epoxy finish on the bay floor, all of which are recommended for approval. fhe new station features individual sleeping rooms with an open kitchen and dining room. The 38 ft. training tower will provide firefighters a facility for training in confined spaces with full hoses and wet stairs. The station will be fenced and gated for fire equipment and personal vehicles. A total of 330 calendar days were allocated for the completion of project. N & T Construction Co., Inc. is a Certified MBE/HUB company. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. 41 Z -I O oN U r-'� N U Z � Z d O 2 LL z d Oin F'-_ 0 L d Z Lu J Z p] cc C d o- 0 z Fn m m 0 0 0 a 0 o m 0 o �o O v cl U N O M a) D C lD d' L) vi x h N ci th t? Q) N O F A. �^ V) N C O O Y O E m v Z 6 mo m o] d to c a O J 2 0 ri O O C) O O O O C Q Ln rl m Ln 0�.0 O .-1 V) J). 00 O O O Ln Ln N O 06 6m � Lf) o E m m � m U 7 N ci V) tf) Lf) X v H p CO m m v N -0 O O O O O O O O O O O p O -ZT O� 00 rr) O r4 m p U F -I V) V) 00 (0 N y t/) N Lr) 4J O O a E 1-1 m C7 :3 ro O O O Ln Ln _N U m 7 m O O O lD lD O Lf) N V) n O O O O O 4t x M L1l Ln Q) N C o H N f � O N M NN V) r 'y tD -1 V) CO U x fV tri V} N V} O Y E m C O p� N O O U Q) rn m cU G O O O O O C O O O O O N Ln c N O O M ri m L) ib X O to O O O c L4-;' ? lD Ln M V) U U o N O N -1 D O m px E 00 -1 V) th Ol m c Om v N N U V) V) * C o O 06 mp z O � p m Q ('n d o N N p� T O 00 O m o N M to v N O z O Z O Z d y E d Y _Y Y Y O CO d I d d d U V a o m �o m �o rn v C 00 al a a) It vi x N t/) lD v F M �^ m Y O � t Ln m d to c a O J 2 O O O O O O O O Ln Ln 06 6m � c m m � O N ci V) tf) Lf) + U x m m 3 -0 O p m U @ 0 v (6 d O O O Ln Ln C O O O lD lD O Lf) N V) n l0 n Ln W 4t x °o -1 V) O C H N � rfl p V) V) U p O E m -0 r, E Q) m O O O O O O O O O O Ln lD Ln M Q) C N O N -1 D px 00 -1 V) th Ol u U N N V) V) * C o O cE o mp U O � p m d � m -o o6 o m N N Q� T of c -I m U (d C O O m O O O— C Q w Ln z z Z d H w c v E m Y _ d Q Q� Q v u and, RESOLUTION NO. WHEREAS, bids were solicited for the construction of a new Fire Station No. 11; WHEREAS, N & T Construction Company, Inc., of Beaumont, Texas, submitted a bid in the amount of $2,780,000; and, WHEREAS, City Council is of the opinion that the bid submitted by N & T Construction Company, Inc., of Beaumont, 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 N & T Construction Company, Inc., of Beaumont, Texas in the amount of $2,780,000 for the construction of a new Fire Station No. 11 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 N & T Construction Company, Inc., of Beaumont, Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - April 22, 2014 Consider a resolution approving the emergency purchase of repair materials for the 72 -inch water line at the water production facility from Hanson Pipe & Products, Inc., of Houston RICH WITH OPPORTUNITY 11 r A, [I 1�1 C1 11 T• E• X - A - S TO: FROM: PREPARED BY: MEETING DATE: City Council Agenda Item City Council Kyle Hayes, City Manager Laura Clark, Chief Financial Officer April 22, 2014 REQUESTED ACTION: Council consider a resolution approving the emergency purchase of repair materials for the 72 -inch water line at the water production facility in the estimated amount of $112,696 from Hanson Pipe & Products, Inc., of Houston. BACKGROUND The 72 -inch pipe that transfers water within the water production facility from the inlet filters to the ground storage tank is leaking. The line cannot be taken out of service for more than 4 hours without impacting the water supply to the City. Therefore, a bypass must be built to transfer water from the filters to the ground storage tanks before the leaking pipe can be isolated to repair it. In order to expedite the process, the City has purchased all the materials required for the bypass line. Hanson Pipe & Products, Inc., is the sole source vendor for the materials needed to make these repairs. FUNDING SOURCE Capital Program. RECOMMENDATION Approval of resolution. `""" %JTi, QPPOHT( N'17Y EMERGENCY P.O. PURCHASE BEAUMON CITY OF BEAUMONT ORDER NO. _..__. PURCHASING DIVISION 342270 T - E - X - A - s P.O. BOX 3827 BEAUMONT, TX 77704-3827 PH. (409) 880-3720 Fax(409)880-3747 VENDOR PHONE: (713)466-6306 DATE: 03/06/2014 VENDOR FAX: (713)466-6897 VENDOR #: 17492 VENDOR ADDRESS: HANSON PIPE AND PRODUCTS INC SHIP TO: WATER UTILITIES/ADM 11201 FM 529 WATER UTILITIES/ADM PO BOX 40444 1.350 LANGHAM ROAD HOUSTON, TX 77240 BEAUMONT, TX 77707 Purchase Order number and complete "ship to" address must appear on invoices and all shipping labels. DELIVER BY BUYER'S NAME VENDOR CONTACT 03/10/2014 6,491.00 BOB HOLLAR TERRY VINSON ITEM # QUANTITY/ UNIT DESCRIPTION ARTICLE OR SERVICE UNIT COST EXTENDED COST 1 1.00 / EA 48" C1 D FLG X 72" S-200 DTA W/COLLAR 22,798.0000 21798.00 2 1.00 / EA 60" CI D X 72" S-200 DTA, WITH COLLAR, WITH 60" 38,710.0000 38.710.00 Cl 1) BLD FLG & ACCESSORIES 3 80.00 / LF 48" STEEL PIPE, WEIGHT: 230 LBS/FT, 50 FT. LAY 211.0000 16,880.00 LEND "FH. 4 1.00 / EA 48" FLANGE (CL D) X LUGGED PE ADAPTER (NO BOLTS) 6.491.0000 6,491.00 5 3.00 / EA 48" 23 TO 45.5 DEGREE ELBOW 4.591.0000 13,773.00 6 1.00 / EA 48" W/WALL RING 412.0000 412.00 7 3.00,/EA 48" LUGGED PEON PIPE (NO BOLTS) 3.029.0000 9,087.00 8 4.00 / EA 48" BUTT STRAP BELL 834.0000 3.336.00 9 3.00 / EA 48" SHORT 403.0000 1,209.00 9999 Page l of 3 R I r " 'AIIH IP F O P T t'MI TY gEA,0�10�� T • E • X • A • $ VENDOR PHONE: VENDOR FAX: VENDOR #: VENDOR ADDRESS: EMERGENCY P.O. CITY OF BEAUMONT PURCHASING DIVISION P.O. BOX 3827 BEAUMONT, TX 77704-3827 PH. (409) 880-3720 Fax (409) 880-3747 (713)466-6306 (713)466-6897 17492 14ANSON PIPE AND PRODUCTS INC ] 1201 FM 529 PO BOX 40444 HOUSTON, TX 77240 PURCHASE ORDER NO. 342270 DATE: 03/06/2014 SHIP TO: WATER UTILITIES/ADM WATER UTILITIES/ADM 1350 LANGHAM ROAD BEAUMONT, TX 77707 Purchase Order number and complete "ship to" address must appear on invoices and all shipping labels. DELIVER BY BUYER'S NAME VENDOR CONTACT 03/10/2014 BOB HOLLAR TERRY VINSON ITEM QUANTITY/ DESCRIPTION UNIT EXTENDED # UNIT ARTICLE OR SERVICE COST COST EMERGENCY REQUIREMENT PLEASE EXPADITY PO FAXED TO VENDOR TOTAL PURCHASE AMOUNT $112,696.00 Mail Original Invoice to: CITY OF BEAUMONT ACCOUNTING DIVISION P.O. BOX 3827 BEAUMONT, TX 77704 / Or AUTHORIZED SIGNATURE 4 Email to: invoices*ci.beaumont.tx.us Page 2 of 3 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Council hereby approves the emergency purchase of repair materials from Hanson Pipe & Products, Inc., of Houston, Texas, the sole source vendor for the materials needed to affect the repairs, in the estimated amount of $112,696 for 72 inch water line at the Water Production Facility. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - 3 April 22, 2014 Consider an ordinance authorizing the suspension of the effective date of CenterPoint Energy's proposed rate increase until July 14, 2014 RICH WITH OPPORTUNITY 1111LAI[Illcl ( T• E• X- A- S TO: FROM: PREPARED BY: MEETING DATE: REQUESTED ACTION: City Council Agenda Item City Council Kyle Hayes, City Manager Tyrone E. Cooper, City Attorney April 22, 2014 Consider an ordinance authorizing the suspension of the effective date of CenterPoint Energy's proposed rate increase until July 14, 2014. RECOMMENDATION Administration recommends approval of an ordinance authorizing the suspension of the effective date of CenterPoint Energy's proposed rate increase until July 14, 2014. BACKGROUND On March 31, 2014, CenterPoint Energy ("CenterPoint") filed with the City of Beaumont an annual Gas Reliability Infrastructure Program (GRIP) interim rate adjustment notice to increase gas rates in the Beaumont/East Texas Division Service Area. The City of Beaumont maintains exclusive original jurisdiction over the rates, operations and services of CenterPoint as a gas utility operating in the City of Beaumont. The requested increase would ordinarily go into effect sixty (60) days after giving notice of the intent to increase rates. This ordinance is a request to suspend the effective date of CenterPoint's proposed rate increase for a period of forty-five (45) days until July 14, 2014 in order to review the company's filings for compliance with the Gas Utility Regulatory Act and the company's last base rate case. The review of the company's GRIP filing is limited to a ministerial review of the filings for compliance with the Act. BUDGETARY IMPACT All reasonable expenses associated with rate cases are reimbursable by the company. ORDINANCE NO. ORDINANCE OF THE CITY OF BEAUMONT, TEXAS SUSPENDING THE RATES PROPOSED BY CENTERPOINT'S GRIP FILING MADE WITH THE CITY ON MARCH 31,2014; FINDINGTHATTHE MEETING COMPLIES WITH THE OPEN MEETINGS ACT; MAKING OTHER FINDINGS AND PROVISIONS RELATED TO THE SUBJECT, AND DECLARING AN EFFECTIVE DATE. WHEREAS, on or about March 31, 2014, CenterPoint Energy Resources Corp. d/b/a CenterPoint Energy Entex and CenterPoint Energy Texas Gas ("CenterPoint" or "Company") filed an Annual GRIP adjustment for the Beaumont/East Texas Division with the City of Beaumont ("City") to increase gas rates in the Beaumont/East Texas Division Service Area pursuant to Gas Utility Regulatory Act, TEX. UTIL. CODE ("Gas Utility Regulatory Act") § 104.301; and, WHEREAS, CenterPoint proposed an effective date of May 30, 2014, for the rate increase; and, WHEREAS, City has exclusive original jurisdiction over the rates, operations and services of a gas utility in areas in the municipality pursuant to Gas Utility Regulatory Act §103.001; and, WHEREAS, Gas Utility Regulatory Act § 104.301 requires a streamlined process for the recovery of the costs of incremental investment by a gas utility; and, WHEREAS, the City's review of CenterPoint's GRIP filing is limited to a ministerial review of the filing for compliance with the statute; and, WHEREAS, the City finds the need to suspend the effective date of CenterPoint's proposed rate increase for 45 days until July 14, 2014 in order to review the Company's filing for compliance with Gas Utility Regulatory Act § 104.301 and CenterPoint's agreement with the City in Centerpoint's last base rate case; and, WHEREAS, the reasonableness of the Company's investment will be reviewed in CenterPoint's subsequent base rate case where all costs included in CenterPoint's GRIP filing will be subject to refund; NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: Section 1. That the statement and findings set out in the preamble to this ordinance are hereby in all things approved and adopted. Section 2. The effective date of CenterPoint's proposed GRIP rate increase, and the proposed tariffs related thereto, are hereby suspended until July 14, 2014. Section 3. To the extent the City finds that the rates proposed by CenterPoint comply with Gas Utility Regulatory Act § 104.301 and CenterPoint's agreement with the City in Centerpoint's last base rate case, then the rates will become effective by operation of law on July 14, 2014. Section 4. The meeting at which this ordinance was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. Section 5. This Ordinance shall become effective from and after its passage. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 22nd day of April, 2014. - Mayor Becky Ames - ATTEST: