Loading...
HomeMy WebLinkAboutPACKET AUG 04 2015BEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS AUGUST 4, 2415 1;30 P.M. CONSENT AGENDA Approval of minutes — July 28, 2015 Confirmation of committee appointments Reverend David Robinson will fill the unexpired term of Dwaine K. Augustine on the Police Department Community Advisory.Committee. The term would commence August 4, 2015 and expire January 24, 2017. (Councilmember Robin Mouton) Carl Briggs would be reappointed to the Parks and Recreation Advisory Committee. The current term would expire July 10, 2017. (Councilmember Robin Mouton) Georgine Guillory would be reappointed to the Community Development Advisory Committee. The current term would expire June 11, 2017. (Councilmember Robin Mouton) Georgine Guillory would be reappointed to the Small Business Revolving Loan Fund Board. The current term would expire June 11, 2017. (Councilmember Robin Mouton) Deloris Comeaux Guidry would be reappointed to the Community Development Advisory Committee. The current term would expire July 10, 2017. (Councilmember Gethrel Williams - Wright) Dora Nisby would be reappointed to the Community Development Advisory Committee. The current term would expire July 5, 2017. (Councilmember Gethrel Williams -Wright) Lynda Kay Makin would be reappointed to the Planning and Zoning Commission. The current term would expire April 14, 2018. (Mayor Becky Ames) Dana L. Timaeus would be reappointed to the Board of Adjustment (Zoning). The current term would expire May 12, 2017. (Mayor Becky Ames) A) Approve a payment to Jefferson County for the City of Beaumont's share of the annual maintenance cost for the 800 MHz radio system B) Approve the appointment of Kelli Colbert as an Assistant City Attorney II and setting her starting compensation C) Authorize the law firm of Pate and Spivey, L.L.C. to bring suit against Payne's Wrecker Service, Inc. d/b/a Payne and Sons Body Shop and Wrecker and Russell Huff for damages caused to the City as a result of an automobile accident on or about July 23, 2013 D) Authorize the City Manager to sign a contract with the South East Texas Regional Planning Commission (SETRPC) related to the planning, development and operation of the Regional 9-1-1 System E) Authorize the settlement of the lawsuit styled Pamela Cole v. Emilio Romero; Cause No. 23081 RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the following reappointments be made: Reappointment Commission Carl Briggs Georgine Guillory Georgine Guillory Deloris Comeaux Guidry Dora Nisby Lynda Kay Makin Dana L. Timaeus Beginning of Term Parks & Recreation Advisory Committee 08/04/2015 Community Development Advisory 08/04/2015 Commission Small Business Revolving Loan Fund Board 08/04/2015 Community Development Advisory 08/04/2015 Committee Community Development Advisory 08/04/2015 Committee Planning and Zoning Commission 08/04/2015 Board of Adjustment 08/04/2015 Expiration of Term 07/10/2017 06/11/2017 06/11/2.017 07/10/2017 07/05/2017 04/14/2018 05/12/2017 PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of August, 2015. Mayor Becky Ames - RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT Reverend David Robinson is appointed to the Police Department Community Advisory Committee to fill the unexpired term of Dwaine K. Augustine. The term will commence August 4, 2015 and expire January 24, 2017. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of August, 2015. - Mayor Becky Ames - V, TEXAS MIT City Council FROM: Kyle Hayes, City Manager PREPARED BY: - Bart Bartkowiak, Chief Technology Officer MEETING DATE: August 4, 2015 REQUESTED ACTION: Council consider a resolution approving a payment to Jefferson County in the amount of $211,359.82 for the City of Beaumont's share of the annual maintenance cost for the 800 MHz radio system.. BACKGROUND The 800 MHz radio system is used by EMS, Fire, Police and numerous other departments throughout the City for daily communications. The purchase is exempt from competitive bidding since it is available from only one (1) source having exclusive rights to maintain the radio infrastructure. The maintenance agreement provides for constant monitoring of the radio system and 911 dispatch centers as well as dispatching of repair personnel with replacement parts when required. The 800 MHz radio system is shared with Jefferson County, Hardin County, Orange County, the cities of Groves, Nederland, Port Arthur and Port Neches, the Port of Beaumont, BISD, WD 10 and Lamar University's Police Department. The annual cost of the maintenance contract is divided among all agencies by the number of radios each agency has on the system. Total billing to the City of Beaumont was reduced by a credit for costs incurred supporting the system during the past year. FUNDING SOURCE General Fund, Water, Solid Waste and Fleet. RECOMMENDATION Approval of Resolution. t� JEFFERSON COUNTY 1149 PEARL 7TH FLOOR BEAUMONT, TX 77701 SERVICES PROVIDED FOR: City of Beaumont Attn: Bart Bartkowlak 801 Main Beaumont, Tx 77701 1 800 MHz Radio System Annual Cost 5/1/2015 - 4/30/2016. See attached for detail. 1 Credit for costs paid by City 1 Credit for costs paid by City on behalf of Jefferson County INVOICE INVOICE DATE 6/_2/15 INVOICE NUMBER 1502 245,392.78 $245,392.78 (34,032.96) ($34,032.96 0.00. 0.00 Questions concerning this invoice? MAKE ALL CHECKS PAYABLE TO: Call: Mark Dubois JEFFERSON COUNTY -(409) 835-8734 1149 PEARL 7TH FLOOR BEAUMONT, TX 77701 211,359.82 $211,359.82 PAY THIS AMOUNT eJ 800 MHz Radio System Rolling Maintenance Cost ,Through May 2015 Current stem $471,593.40 Beaumont FD/PD Dispatch $46,440.00 JCSO Dispatch $13,154.40 PA FD/PD Dispatch $23,220.00 PA EOC i $13,154.40 Central Dispatch $26,575.20 Hardin County Dispatch $13,154.40 OCSO Dispatch $10,850.88 OPD Dispatch $10,850.88 Port Neches EOC $10,850.88 Total Annual combined $639,844.44 f Costs other than Motorola Maintenance Pt Neches Tower lease+utilities)(Jeff-County) $29,220.00 JEFF. COUNTY MoBex Tower(utilities only) (Jeff.County) $5,374.83 JEFF. COU Crown Tower Lease Jeff.Count r $16,391.60 IJEFF.COUNTY Crown Tower utilities (Jeff.County) $5,779:28 JEFF.COUNTY T-1 llnes(Qty-. 7 2-Pt.Neches,2- 73,2-H 90,1 -Oran a Bmt $26,362.96:! BEAUMONT Strobe Light Replacement - main tower Smt $2,890.W:.BEAUMONT Jefferson County Tower Repairs $ Maint. detail below(Jeff.County) $10,885.181 JEFF.COUNTY Main tower inspection (City of Beaumont $1,790.00 BEAUMONT Repairs Silsbee and Bragg $7,018.55 HARDIN COUNTY Silsbee and Bragg Electrical Bill $4,516.55 HARDIN COUNTY Silsbee and Bragg T1 DIR $19,894.20 HARDIN COUNTY Other unsched.repairs(Lightning Damage main tower)Bmt $3,000.00 BEAUMONT Orange Tower Lease $40,114.32 ORANGE Orange Tower Utflitles $5,244.00 ORANGE Total Costs other than Motorola Maintenance $178,471.48 Motorola Maint Breakout City of Beaumont $190,771.47 Jefferson County $78,186.51 Port Arthur Port Arthur Dispatch + EOC $36,374.40 Breakout SETx RRS Motorola Maint 2015 to Jefferson County Page 1 of 3 6/3/2015 9:53 AM 800 MHz Radio System Rolling Maintenance Cost Through Ma 2015 ! Port ArthU7 Maintenance $59,723.37`. Mid County Central Dispatch $28,123.581 Port Neches ECC $10,850.88; Port Neches Maintenance $14,709.64: Nederland Maintenance $17,695.81' Groves Maintenance $14,046.05i Hardin County $45,670.46 Orange County' Orange County Dispatch OCSO Dispatch $10,850.88 OPD Dispatch $10,850.88 Orange County Maintenance $82,285.53 Lamar PD $5,972.34 Port of Beaumont $995.39 Acadian $19,797.19 ESD 3 $4,976.95 Water District 10 $2,543.77 BISD $5,419.34 Total Motorola Maintfe"ancel $639,844.44 Other Costs Breakout Clty of Beaumont $54,621.31 Jefferson County $24,610.98] Port Arthur $22,601.92; Central Dispatch Radios $585.98 Port Neches $5,566.77; Nederland $6,696.87 Groves $5,315.64 Hardin County $12,305.49 Orange County $31,140.43 Lamar PD $2,260.19 Port of Beaumont $376.70 Acadlan $7,492.12 ESD 3 $1,883.49 Water District 10 $962.67 BISD $2,050.92 Breakout SETx RRS Motorola Malnt 2015 to Jefferson County Page 2 of 3 6/3/2015 9:53 AM 800 MHz Radio System Rolling Maintenance Cost Through May 2015 Total Other Costs 1 $178,471.48 INVOICE FROM COUNTY Total Yearly Costs by Jurisdiction City of Beaumont $245,392.78 Jefferson County $102,797.49 Port Arthur $118,699.69 Mid County Central Dispatch $28,709.56 Port Neches $31,127.29 Nederland $24,392.68 Groves $19,361.69 Hardin County $57,975.95 Orange County $135,127.71 Lamar PD $8,232.53 Port of Beaumont $1,372.09 Acadian $27,289.-31: i ESD 3 $6,860.44; Water District 10 $3,506;451 BISD $7,470.26; Total Yearly Costs $818,315.92 $191.91 PER USER FEE Breakout SETx RRS Motorola Maint 2015 to Jefferson County Page 3 of 3 6/3/2015 9:53 AM 0morOROLA-SOLUTIONS Aftn. National Service SuppoW4th H 1301 East Algonquin Road (800) 247-2346 Date: 02/25/2015 SERVICES AGREEMENT Contract Number: S00001'017979 Contract Modifier RN28-SEP-1420:31:12 Company!Nam-e: Jefferson County.Shedffs Dept SERVICES DESCRIPTION Required P.O.: No Attn: Recurring Services Customer #: 1011951705 Billing Address: 1001' Pearl St ]NIFRASTRUCTORE REPAIR WITH ADV REPL Bill to Tag #: 0001 City, State'., Zip: Bba,umPnt,TX,7770f A$TR026 DISPATCH SITE Contract Start Date: 05/01/2015 Customer Contact: , Mark .,Dubois ASTR025!QPERATOR POSITIONS Contract Efid,Date: 0413012016 Phonet (409)835=8734 ASTRO28,M2,.'CORE Anniversary Day: Apr 30th 115 SVC251AA Payment Cycle: ANNUAL $23,760.00 1 PO #: ENH: SMARTZONE STATION ckty MobPW60TION SERVICES DESCRIPTION MONTHLY EXT EXTENDED AMT Recurring Services SVC01 SVC1 101 C ]NIFRASTRUCTORE REPAIR WITH ADV REPL 3 SVC060AD A$TR026 DISPATCH SITE $231.00 $2,772.00 6 SVC062AD. ASTR025!QPERATOR POSITIONS $462.00 $5,544m 1 SVC135AG ASTRO28,M2,.'CORE $933.33 $11,199.96 '199.96 115 SVC251AA ENH: SMARTZONE SITE $1,980.00 $23,760.00 1 SV0252AA ENH: SMARTZONE STATION $6,948.80 $83,395:60 27 SVC256.AA ENH: SMART -ZONE OPER POSITION $3,423.60 $41,083.20 2 SVC261AA ENH: CONVENTIONAL SITE $126.80 $1,521.60 10 SVC262AA ENH: CONVENTIONAL STATION $528.00 $6,336.00 SVC01SVC1102C ;DISPATCH.SERVICE 3' SVC084AD ASTR025, DISPATCH. SITE $87.00 $1,044.00 1 -SVC,226AG ASTR02,5r M2.C'ORE $408:16 , $4,897.92 8 SV0234AA ENH: SMARTZONE SITE ,$254.40 $3,052 80. 101 SVC235AA- ENH-. SMARTZONE STATION $747A0 $8,968.80, 27 SVC239AA ENH:- SMARTZONE OPERATOR POSITION $226.80 $2,721.6.0. 7 SVC,242AC ENR, DISPATCH: C- ENTER LOCATION $560.00 $6,720.00 2 SVC244AA ENH-., CONVENTIONAL SITE $63.60 $76120 10 SVC245AA ENH: CONVENTIONALSTATION $54.00 $648.00 SVC0ISVC1103C NETWORK MONITORING, 1 SVC170AG ASTR025-M2CORE $408.16 $4,897.192 1 SVC271AA ENH: SMARTZONE SYSTEM $1,276.00, $15,312.00 $VC.275AA 'ENH: SMARTZONE SITE $31160 $3,763.20 1101 SVC276AA ENH: SMARTZONE STATION $1,494-80 $17,937.80 SVC01 SVC1 104C TECHNICAL 'SUPPORT 3 SVC040AD ASTR625 DISPATCH SITE $223.59 $2,683.08 8 SVCf31AA ENH: SMARTZONE SITE $144.00 $1,728.00 1101 SVC1 82AA ENH: "SMARTZONE STATION $1,070.60 $12,847.20 27 SVC134AA ENH: SMARTZONE OPERATOR POSITI $226.80 $2,721.60 2 SVC139AA ENH: CONVENTIONAL SITE $25.60 $307.20 10 SVC140AA ENH: CONVENTIONAL STATION $74.00 $888600 1, SVC146AA ENH: SMARTZONE SYSTEM $44.00 $528.00 1 SVC206AG AsTR025 M2.CORE $952.38 $11,428.56 7 SVC455AE �ENH`..DISPATCH SITE $0.07 $0.84 IL SVC01SVG1405C NETWORK PREVENTATIVE- MAINTENANCE A MOTOROLA REPRESENTATIVE(SIGNATURE) TITLE DATE 3 SVC126AD ASTR025 •DISPATCH SITE $96.27 $1,155.24 6 SVC128AD ASTRO25 OPERATOR POSITIONS $83.28- $999.36 111 SVC212AA ENH GROUND ACCESSIBLE STATION $1,110.00 $13;320.00. 27 SVC213AA ENH: GROUND ACCESSIBLE OPERATO $270.00 $3,240.00 17 SV,C850AA SITE PM ACCESS A $170.00 $2,040.00 SVC01SVC1413C ONSITE INFRASTRUCTURE RESPONSE -PREMIER 3 SV61'15AD ASTRO25 DISPATCH SITE $1,514.08 $18,168.96 6 SVC117AD A8TRO25 OPERATOR POSITIONS $15.50 $186.00 10 SVC218AC ENH° ONSITE INFRASTRUCTURE RESPONSE -SITE $3,150.00 $37,800.00 111 SV6219AC STATIONS $15,734.25 $188,811.00 27 SVC220AC OPERATOR POSITIONS $3,402.00 $40,824.00 1 SVC51.7AG ASTRO25 M2 CORE $2,281.50 $27,378.00 7 SV6900AA I DISPATCH CENTER LOCATION $2,205.00 $26,460.00 SPECIAL INSTRUCTIONS- ATTACH Subtotal - Recurring Services $53,320.37 $639,844.44 STATEMENT OF WORK FOR PERFORMANCE DESCRIPTIONS Subtotal -One-Time Event Services $ _00 $ .00 Total $53,320.37 $639,844.44 Taxes - Grand Total -$53,320.37 $639,844.44 THIS SERVICE AMOUNT IS SUBJECT TO STATE AND LOCAL TAXING Siubcontractor(s) City MOTOROLA SYSTEM SUPPORT CENTER ELGIN MOTOROLA SYSTEM SUPPORT SCHAUMBU CENTER -NETWORK MGMT D0067 RG MOTOROLA SYSTEM SUPPORT CTR -CALL SCHAUMBU 'CENTER D0066 RG MOTOROLA SYSTEM SCHAUMBU SUPPORT TECHNICAL SUPPORT D0068 RG KAY"ELECTRONICS INC BEAUMONT I received Statements of Work that.describe the services provided on this Agreement. Motorola's and Conditions; a copy of which is attached'to this Service Agreement, is incorporated herein by State IL IL IL IL TX Service Terrr this reference. AUTHORIZED CUSTOMER SIGNATURE TITLE DATE CUSTOMER (PRINT'NAME) Territory Svcs Director 4-7-2015 MOTOROLA REPRESENTATIVE(SIGNATURE) TITLE DATE Mike. Duke��L7� ✓��� MOTOROLA REPRESENTATIVE(PRINT NAME) PHONE Company Name: Jefferson County Sheriffs Dept Contract Number: S00001017979 Contract Modifier. RN28-SEP-14 20:31:12 Contract Start. Date:; 05/01/2015 Contract End Date: .04/30/2016 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 payment of an invoice in the amount of $211,359.82 to Jefferson County for the renewal of an annual maintenance agreement with Motorola for support of the 800MHz radio system. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of August, 2015. - Mayor Becky Ames - TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: August 4, 2015 REQUESTED ACTION: Council consider a resolution approving the appointment of Kelli Colbert as an Assistant City Attorney II and setting her starting compensation. BACKGROUND Under the Charter, the City Attorney may appoint his assistants with the approval of the City Council at such compensation as set by the Council. There has been a vacancy created in the department by the resignation of Grant Boston. Ms. Colbert is very qualified for the position. The City Attorney recommends that the appointment of Kelli Colbert as an Assistant City Attorney II for the City of Beaumont be approved at a starting salary of $50,000 together with all other benefits of a civilian employee. FUNDING SOURCE The amount necessary to pay the salary and benefits of the position are available in the City Attorney's budget. RECOMMENDATION Approval of resolution. RESOLUTION NO. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the appointment of Kelli Colbert as Assistant City Attorney II for the City of Beaumont be and the same is hereby approved and her initial salary is established at $50,000 annually together with all other benefits and terms and conditions of civilian employment as established by policy and budget of the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of August, 2015. - Mayor Becky Ames - c BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: August 4, 2015 REQUESTED ACTION: Council consider a resolution authorizing the law firm of Pate and Spivey, L.L.C. to bring suit against Payne's Wrecker Service, Inc. d/b/a Payne and Sons Body Shop and Wrecker and Russell Huff for damages caused to the City as a result of an automobile accident on or about July 23, 2013. BACKGROUND On or about July 23, 2013, a tow truck driven by Russell Huff and owned by Payne's Wrecker Service ran a red light at the intersection of College and Orleans ,slamming into a City of Beaumont bus. The insurance company for Payne's Wrecker Service has failed to pay the City all the damages the City is entitled to recover as a result of the accident in question. Accordingly, authorization is sought from the City Council for Pate and Spivey, L.L.C. to bring suit against Payne's Wrecker Service, Inc. d/b/a Payne and Sons Body Shop and Wrecker and Russell Huff to collect damages the City is entitled to recover as a result of the accident in question. 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 Attorney is hereby authorized to file and prosecute a lawsuit against Payne's Wrecker Service, Inc., d/b/a Payne and Sons Body Shop and Wrecker and Russell Huff for damages caused to the City as a result of an automobile accident on or about July 23,2013. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of August, 2015. - Mayor Becky Ames - [j] BEAUMONT TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Bart Bartkowiak, Chief Technology Officer MEETING DATE: August 4, 2015 REQUESTED ACTION: Council consider a resolution authorizing the City Manager to sign a contract with the South East Texas Regional Planning Commission (SETRPC) related to the Regional 9-1-1 System. BACKGROUND The City of Beaumont and the SETRPC first signed a similar agreement in February 1999. The current agreement was signed in June 2013 and expires August 31, 2015. The proposed agreement is for a two-year period effective September 1, 2015. The agreement was developed in cooperation with the SETRPC Legal Counsel and the Commission on State Emergency Communications (CSEC) and meets the State of Texas requirements of program and system accountability regarding the 9-1-1 program. The agreement outlines the roles and responsibilities of the SETRPC and local governments in the provision of 9-1-1 related service. FUNDING SOURCE Not applicable. RECOMMENDATION Approval of resolution. South East Texas Regional Planning Commission July 15, 2015 Ricky Smith Beaumont 9-1-1 Center 700 Orleans St Beaumont, Texas 77627 Dear Mr. Smith: Emergency Network The South East Texas Regional Planning Commission 9-1-1 Emergency Network has developed an "Interlocal Agreement for Operation of a Regional 9-1:-1 System" that meets the.State of Texas requirements of program and system accountability regarding maintenance, equipment upgrade, and training associated with the 9-1-1 program. This agreement replaces the current two year contract that expires on August 31, 2015 with SETRPC. There are no changes with this new agreement other than extending the two year term which is set to expire on August 31, 2017. Execution of this contract is needed as apart of our regional effort to enhance 9-1-1 telecommunications at each of the twelve (12) PSAP locations throughout Hardin, Jefferson and Orange counties. We have enclosed two originals of this agreement for your review and approval by the City Council. Please return the signed agreements to my office by August 15, 2015. Should any questions arise, feel free to contact me at (409) 899-8444 x6106. Sincerely, e eOWie Program Specialist 9-1-1 Emergency Network PD/ Enclosure 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 two (2) year Interlocal Contract between the City of Beaumont and South East Texas Regional Planning Commission (SETRPC) relating to the planning, development, operation and provision of 9-1-1 services and the use of 9-1-1 funds. The Interlocal Contract 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 4th day of August, 2015. - Mayor Becky Ames - SOUTH EAST TEXAS REGIONAL PLANNING COMMISSION 9-1-1 EMERGENCY COMMUNICATIONS INTERLOCAL CONTRACT RELATING TO THE PLANNING, DEVELOPMENT, OPERATION AND PROVISION OF 9-1-1 SERVICE AND THE USE OF 9-1-1 FUNDS This Contract is entered into between the South East Texas Regional Planning Commission and the City of Beaumont, Texas EXHIBIT "A" South East Texas Regional Planning Commission INTERLOCAL CONTRACT FOR PLANNING, DEVELOPMENT, OPERATION AND PROVISION OF 9-1-1 SERVICE AND USE OF 9-1-1 FUNDS Parties and Purpose 1.1 The South East Texas Regional Planning Commission (SETRPC) is a regional planning commission and political subdivision of the State of Texas organized and operating under the Texas Regional Planning Act of 1965, as amended, Chapter 391 of the Local Government Code. SETPRC has developed a Strategic Plan for the administration and operation of 9-1-1 emergency telephone service in Hardin, Jefferson and Orange counties. The Commission on State Emergency Communications (CSEC) has approved SETRPC's current strategic plan. 1.2 The City of Beaumont, Texas (Public Agency) is a Texas municipality that operates one or more Public Safety Answering Points (PSAP) that assist in implementing the Strategic Plan as authorized by Chapter 771 of the Health and Safety Code. 1.3 This contract is entered into between SETRPC and Public Agency under Chapter 791 of the Government Code. This contract relates to the planning, development, operation and provision of 9-1-1 service, the use of 9-1-1 funds, and adherence to applicable law. Goods and Services 2.1 Public Agency agrees to: (1) cooperate with SETRPC in acquiring and installing necessary equipment for the 9-1-1 system; (2) comply with applicable provisions of the Uniform Grant Management Standards, as established by the Governor's Office of Budget and Planning, under the authority of Chapter 783 of the Texas Government Code. (3) comply with the Uniform Grant Management Standards, applicable law, and SETRPC policies, as outlined in Section 3 of this contract, related to ownership, transfer of ownership, and /or control of equipment acquired with 9-1-1 funds in connection with providing 9-1-1 service; (4) abide by all rules, regulations, performance training standards, etc. adopted by SETRPC and CSEC or its successor agency; (5) purchase supplies such as printer paper, printer ribbons, cleaning materials, etc. necessary for the continuous operation of PSAP(s); (6) secure the premises of PSAP(s) against unauthorized entrance and protect the 9-1-1 equipment from unauthorized use and ensure sufficient controls and security exists by which to protect and safeguard the 9-1-1 equipment against loss, damage or theft. (7) practice preventive maintenance for the 9-1-1 equipment, including at a minimum, testing emergency power generators periodically, and ensuring that all equipment is working properly; (8) participate in emergency communications training for call- takers/dispatchers as scheduled and provided by SETRPC; (9) complete such reports and other documentation as may be reasonably required by CSEC, the PSAPs, SETRPC, or the service provider. E 9-1-1 Equipment Purchasing and Leasing 3.1 (a) SETRPC hereby agrees to provide services and equipment, whether purchased or leased, for Public Agency including all non-recurring and monthly recurring charges for equipment and network charges as approved by the CSEC. SETRPC also agrees to provide for repairs, updates to and replacement of equipment as deemed necessary by SETRPC and as approved by the.CSEC. (b) All leased equipment remains the sole property of the lessor. 3.2 Except as noted in paragraph 3.6, SETRPC owns all 9-1-1 equipment purchased on behalf of Public Agency with emergency service fees. Public Agency is licensed to use the 9- 1-1 equipment in providing enhanced 9-1-1 emergency telephone services. 3.3 Public Agency agrees to notify SETRPC in writing before encumbering, transferring, or otherwise disposing of the 9-1-1 equipment. Further, upon the installation of any additional equipment or software by SETRPC, Public Agency agrees to comply with the provisions of Exhibit "A" attached hereto and incorporated herein as referenced. 3.4 Public Agency acknowledges that SETRPC representatives will visit Public Agency on a regular basis to monitor functionality and use of all equipment associated with 9-1-1 call handling and processing and on an annual basis to conduct a physical inventory of all said equipment. 3.5 Paragraphs 3.1, 3.2 and 3.3 survive the expiration or early termination of this contract and continue in effect so long as Public Agency uses the 9-1-1 equipment. 3.6 When 9-1-1 equipment is purchased with a combination of monies from Public Agency and emergency service fees, SETRPC may elect to transfer ownership of said equipment to Public Agency. SETRPC will provide Public Agency with a "Certification of Purchase by City/County/Agency Transfer of Ownership" document outlining the responsibilities of Public Agency. Those responsibilities include, but are not limited to, maintenance of equipment and ensuring equipment is fully functional at all times. 3.7 SETRPC will provide 9-1-1 funds to Public Agency and/or PSAP(s) on a reimbursement basis using a monitoring process that provides assurances that the reimbursement requests from the Public Agency and/or PSAP(s) are complete, accurate and appropriate. Effective Date and Term of Contract 4.1 The term of this contract shall be two years,'effective on September 1, 2015 and shall terminate on August 31, 2017. Independent Contractor 5.1 Public Agency is not an employee or agent of SETRPC, but furnishes services under this contract solely as an independent contractor. Assignment and Subcontracting 6.1 Public Agency may not assign its rights or subcontract its duties under this contract without the prior written consent of SETRPC. An attempted assignment or subcontract in violation of this paragraph is void. 6.2 If SETRPC consents to subcontracting, each subcontract is subject to all of the terms and conditions of this contract, and Public Agency agrees to furnish a copy of this contract to each of its subcontractors. Records 7.1 Public Agency agrees to assist SETRPC, where applicable, in maintaining a current inventory of 611 9-1-1 equipment, consistent with the Uniform Grant Management Standards and applicable federal and state law. 7.2 Public Agency and PSAP(s) agree to comply with SETRPC requirements for documenting and reporting 9-1-1 data base errors and ANI/ALI problems. 7.3 Public Agency and PSAP(s) agree to maintain, consistent with Uniform Grant Management Standards and applicable federal and state law, adequate fiscal records and supporting documentation for all 9-1-1 funds reimbursed to Public Agency and PSAP(s) and all 9-1-1 funds spent by Public Agency and PSAP(s). 7.4 Subject to the additional requirement of paragraph 7.5, Public Agency agrees to preserve records, at a minimum, for three years. 7.5 If an audit of or information in the records is disputed or the subject of litigation, Public Agency agrees to preserve the records until the dispute or litigation is finally concluded, regardless of the expiration or early termination of this contract. 7.6 SETRPC is entitled to inspect and copy, during normal business hours at Public Agency's offices where they are maintained, the records maintained under this contract for as long as they are preserved. 7.7 SETRPC is also entitled to visit Public Agency's offices, talk to its personnel, monitor and inventory equipment, and audit its records, all during normal business hours, to assist in evaluating its performance under this contract. 7.8 SETRPC, CSEC, the Texas State Auditor, and/or their duly authorized representatives, shall have access to and the right to examine all books, accounts, records, files, and /or other papers, or property pertaining to the 9-1-1 service, belonging to or in use by the Public Agency, PSAP(s), or by any other entity that has performed or will perform addressing or addressing -data base maintenance activities. Nondiscrimination and Equal Opportunity 8.1 Public Agency shall not exclude anyone from participating under this contract, deny anyone benefits under this contract, or otherwise unlawfully discriminate against anyone in carrying out this contract because of race, color, religion, sex, age, disability, handicap, or national origin. Dispute Resolution 9.1 The parties desire to resolve disputes arising under this contract without litigation. Accordingly, if a dispute arises, the parties agree to attempt in good faith to resolve the dispute between themselves. To this end, the parties agree not to sue one another, except to enforce compliance with paragraphs 9.1-9.3, until they have exhausted the procedures set out in these paragraphs. 9.2 At the written request of either party, each party shall appoint one nonlawyer representative to negotiate informally and in good faith to resolve any dispute arising under this contract. The representatives appointed shall determine the location, format, frequency, and duration of the negotiations. 9.3 If the representatives cannot resolve the dispute within 30 calendar days after the first negotiation meeting, the parties agree to refer the dispute to the Dispute Resolution Center of Jefferson County for mediation in accordance with the Center's mediation procedures by a single mediator assigned by the Center. Each party shall pay half the cost of the Center's mediation services. 9.4 The parties agree to continue performing their duties under this contract, which are unaffected by the dispute, during the negotiation and mediation process. Suspension for Unavailability of Funds; Withholding, Decrease or Reimbursement of Funds Due to Non-compliance 10.1 Public Agency acknowledges that SETRPC's sole source of funding for this contract is 9-1-1 emergency service fees. In the event that: (1) SETRPC's approved budget and/or appropriations to CSEC from the Texas Legislature do not permit or otherwise appropriate funds for reimbursement to Public Agency provided for in this Agreement, and (2) Such lack of permission or non -appropriation shall not have resulted from any act or failure to act on the part of SETRPC, and (3) SETRPC has exhausted all funds legally available for reimbursement to Public Agency, and no other legal procedures shall exist whereby payment hereunder can be made to Public Agency; and (4) SETRPC has negotiated in good faith with Public Agency to develop an alternative payment schedule or new agreement that will accommodate SETRPC's approved budget and/or appropriations for the applicable period, then SETRPC will not be obligated to reimburse Public Agency for the applicable budget year(s). 10.2 Public Agency acknowledges that SETRPC may withhold, decrease or seek reimbursement of 9-1-1 funds in the event such funds are or were used in non-compliance with applicable federal or state law. Further, Public Agency and PSAP(s) shall return or reimburse SETRPC and/or CSEC, as applicable, any 9-1-1 funds used in non-compliance with applicable law. Such return or reimbursement of 9-1-1 funds to SETRPC and/or the CSEC, as applicable, shall be made by the Public Agency or PSAP(s) within sixty (60) days after demand by SETRPC, unless an alternative repayment plan is approved by SETRPC and CSEC. Termination for Convenience 11.1 Either party may terminate this contract in its entirety for convenience by giving the other notice of intent to terminate. After the notice is received, the parties shall negotiate in good faith the terms and effective date of the termination. In any event, however, this contract terminates 60 calendar days after a party receives the notice of termination. Notice to Parties 12.1 Notice to be effective under this contract must be in writing and received by the party against whom it is to operate. Notice is received by a party; (1) when it is delivered to the party personally; (2) when a party receives a facsimile of the notice, as confirmed by the sender's facsimile machine; (3) on the date shown on the return receipt if mailed by registered or certified mail, return receipt requested, to the party's address specified in paragraph 12.2 and signed on behalf of the party; or (4) three business days after its deposit in the United States mail, with first-class postage affixed, addressed to the party's address specified in paragraph 12.2. 12.2 SETPRC's address is 2210 Eastex Freeway, Beaumont, Texas 77703 Attention: 9-1-1 Director. SETRPC's telephone number is (409) 724-1911, and its facsimile number is (409) 347-1953. Public Agency's address is 700 Orleans Street, Beaumont, Texas 77701 Attention: Ricky Smith. Public Agency's telephone number is 409-980-7278, and its facsimile number is 409-980-7224. 12.3 Public Agency agrees to notify SETRPC of a change of address or contact information by providing notice of the change in accordance with paragraph 12.1. Further Agreements; Miscellaneous 13.1 By their respective signatures below, SETRPC, Public Agency, and PSAP(s) , as applicable, commit to continue providing 9-1-1 services as a condition of the receipt of 9-1-1 funds as prescribed by the SETRPC Strategic Plan. 13.2 Each individual signing this contract on behalf of a party warrants that he or she is legally authorized to do so and that such party is legally authorized to perform the obligations undertaken. 13.3 This contract states the entire agreement of the parties, and an amendment to this contract is not effective unless in writing and signed by all parties. 13.4 This contract is binding on and inures to the benefit of the parties' 7 successors in interest. 13.5 This contract is executed in duplicate originals. CITY OF: BEAUMONT Signature Printed Name: Title: Date: SOUTH EAST TEXAS REGIONAL PLANNING COMMISSION Signature Printed Name: Shaun P. Davis Title: Executive Director Date: EXHIBIT A PSAP RULES REGARDING 9-1-1 EQUIPMENT 1. only the designated Dispatch Supervisor or other designated supervisor is to have the administrative password or security code for the 9-1-1 computer equipment. 2. No unauthorized software is to be loaded onto the 9-1-1 system. 3. No unauthorized personnel are to service or repair the 9-1-1 system components. 4. No unauthorized personnel are to use the 9-1-1 system. 5. PSAP personnel are responsible for reporting any hardware or software problems to the appropriate service provider and/or SETRPC within a reasonable period from the time the problem is first detected. 6. Public Agency and PSAP(s) shall be liable for expenses incurred by the SETRPC in repairing or replacing software or hardware that must be replaced due to abuse or negligence or as a direct result of any violation of the rules stated herein. 7. Public Agency and PSAP(s) will not be held monetarily liable for costs incurred for items that are covered by warranty, or if they are the result of an incident over which they have no control (i.e. lightning, water as a result of flooding, power failure, etc.) 8. Failure to abide by these rules may result in the SETRPC terminating this agreement and not placing a PSAP at that location. E BEAUMONT TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Tyrone E. Cooper, City Attorney MEETING DATE: August 4, 2015 REQUESTED ACTION: Council consider a resolution authorizing the settlement of the lawsuit styled Pamela Cole v. Emilio Romero; Cause No. 23 08 1. BACKGROUND The lawsuit styled Pamela Cole v. Emilio Romero; Cause No. 23081, was presented and discussed in Executive Session held on June 9, 2015. The City Attorney is requesting authority to settle this suit in the amount of $9,500.00. FUNDING SOURCE General Liability Fund. RECOMMENDATION Approval of resolution. RESOLUTION NO. WHEREAS, the lawsuit styled Pamela Cole v. Emilio Romero; Cause No. 23081 was discussed in Executive Session properly called and held Tuesday, June 9, 2015; and, WHEREAS, the City Attorney is requesting authority to settle this lawsuit; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Attorney be, and he is hereby, authorized to settle the lawsuit styled Pamela Cole v. Emilio Romero; Cause No. 23081 for the sum of Nine Thousand Five Hundred and XX/100 Dollars ($9,500.00); and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute all documents related to settlement of the lawsuit. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of August, 2015. - Mayor Becky Ames - BEAUMONT REGULAR MEETING OF THE CITY COUNCIL COUNCIL CHAMBERS AUGUST 4, 2015 1:30 P.M. AGENDA CALL TO ORDER * Invocation Pledge Roll Call * Presentations and Recognition * Public Comment: Persons may speak on scheduled agenda item No. 1/Consent Agenda * Consent Agenda GENERAL BUSINESS 1. Consider a resolution approving the award of a bid to Brystar Contracting, Inc., of Beaumont for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard) 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: Claim against Joe Marcus Mejia Claim against Gustavia Joseph a/k/a Gustavia Joseph Turner, Terry L. Brooks, and Charlotta T. Broussard 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. 11 August 4, 2015 Consider a resolution approving the award of a bid to Brystar Contracting, Inc., of Beaumont for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard) iA 1111, 1111 A 111 111 1111''. TEXAS TO: City Council FROM: Kyle Hayes, City Manager PREPARED BY: Dr. Joseph Majdalani, P.E., Public Works Director MEETING DATE: August 4, 2015 REQUESTED ACTION: Council consider a resolution approving the award of a bid to Brystar Contracting, Inc., of Beaumont, Texas in the amount of $2,158,069.50 for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard). BACKGROUND A grant from the Texas Community Development Block Grant (CDBG) Disaster Recovery Program administered by the Texas General Land Office (GLO) for areas impacted by Hurricane Ike was awarded for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard). The City will remove the existing three (3) lane roadway and construct a new curb and gutter roadway to its original width with ADA compliant sidewalks. Work includes: constructing stabilized sub -grade, base, and concrete surface; construct curb and gutter, sidewalks with ADA compliant ramps, driveways, and remove existing miscellaneous items as needed; install signage and pavement markings; and perform site work associated with construction. Drainage work includes installing a new storm sewer system, inlets, manholes, headwalls, construct erosion features, and install other associated appurtenances. The City will also make water and sewer line improvements including replacement of existing lines, sanitary sewer line replacement via pipe burstings, adjust manholes, install new fire hydrant assemblies, and install other associated appurtenances. On July 23, 2015, the City received four (4) bids for this project. The bid totals are shown below with the unit cost tabulation attached. Avenue A August 4, 2015 Page 2 Contractor Location Bid Brystar Contracting, Inc. Beaumont $2,158,069.50 Allco, LTD. Beaumont $2,317,514.26 APAC Inc. Beaumont $2,325,647.55 Excavation & Construction, LLC. Nederland $2,362,876.26 At total number of 180 days were allocated for the completion of this project. Brystar Contracting, Inc. is a Certified MBE/HUB company. FUNDING SOURCE A Texas General Land Office (GLO) Disaster Recovery Grant in the amount of $1,423,471.00 is available for this project. The remaining balance of approximately $735,000 is available in the Capital Program (Public Works Projects and Water and Sewer Projects). RECOMMENDATION Approval of resolution. CITY OF BEAUMONT BID TAB RECONSTRUCTION AND WIDENING OF AVENUE A (SOUTH TO ELGIE ST. TO WASHINGTON BLVD.) BRYSTAR CONTRACTING INC. ALLCO LTD APAC INC. EXCAVATION & CONSTRUCTION, LLC Item No. Itom Code Alt Descri tion Estimated Quantity Unit Meaure Unit Price Total Unit Price Total Unit Price Total Unit Price Total 100 2002 PREPARING ROW 16.90 STA $4,50D.OD $76,050.00 $3,100.00 $52.390.00 $2,000.00 $33,800.00 $5,548.31 $93,766.44 104 2001 REMOVING CONC(PAV) 6,291.00 BY $9.30 $58,506.30 $21.00 $132,111.00 $11.50 $72,340.50 $4.81 $30,250.71 104 2017 REMOVING CONC(DRIVEWAYS) 671.00 SY $7.20 $4831.20 531.00 $20,801.01) $21.00 $14,091.00 $6.37 $4,274.27 110 2001 EXCAVATION (ROADWAY) 6,395.00 CY $13.50 572,832.50 $28.00 5140,270.00 $16.00 $86,320.00 $15.22 $82,111,90 132 2004 EMBANKMENT(FINAL)(DENS CONT)(TY B) 110.00 CY $35.00 53,850.00 5205.80 522,550.00 $64.00 $7,040.00 $71.35 $7,848,50 162 2002 BLOCK SODDING 2,316.00 SY S3.50 $8,106.00 $7.00 $16,212.00 $3.10 $7,178.60 $3.30 $7,642.80 184 2009 BROADCAST SEED (TEMP) (WARM) 1,168.00 BY $0.10 $115.80 S1.10 S1,273.80 $0.45 $521.10 $0.47 $544.26 166 2OD7 VEGETATIVE WATERING 38.00 MG $55.00 52,090.00 $181.00 $6,878.00 $32.00 $1,218.00 $173.37 $6,588.06 247 2240 FL BS (CMP IN PLACE) (TYA GR 2)(12'7 7,781.00 SY 532.00 $248,992.00 $41.00 $319,021.00 531.00 $241,211.00 $39.02 $303,614.62 314 2018 EMULS ASPH (PRIME)(AE-P) 60.00 GAL 570.50 S630.00 $431.00 525,860.00 $13.00 $780.00 $11.00 $660.00 340 2007 DGR HMA(METH)TY-A PG70-22 196.00 TON S1165.0D $32,340.00 $126.00 $24,698.00 $170.00 $33,320.00 $192.60 $37.730.00 340 2122 O -GR HMA(METH) TY -D PG70-22 48.20 TON $275.00 $13,255.00 S281.00 $13,544.20 $550.DD $28,510.00 $275.00 $13,255.00 354 •••. PLANE ASPH CONC PAV(0.S-) 6,406.00 BY $6.50 541639.00 $6.00 $38,436.00 $5.65 $36,193.90 $5.16 $33,054.96 360 2018 CUR13(TYPE II) 3,158.00 LF 53.50 571,053.00 56.60 520,842.60 $10.00 $31,580.00 53.82 $12,379.36 360 2025 CONIC PAV(JOINT REINF)(B) 7,180.00 BY $60.00 $359,000.00 552.00 S373,360.00 $66.00 $473,880.00 $64.38 $462,248.40 400 2001 STRUCT EXCAV 2,571.01) CY S3.00 $7,713.00 50.01 $25.71 $5.10 $13,112.10 $22.74 558.464.54 400 2005 CEM STABIL BKFL 1,121.3D CY 540.00 544,852.00 S54.00 560,550.20 $169.00 $178,286.70 $101.57 $113.890.44 402 2001 TRENCH EXCAVATION PROTECTION 1,300.00 LF 51.00 $1,300.00 $1.00 S1,300.00 $3.10 $4,030.00 $6.44 $8,372.00 464 2003 RC PIPE (CL 111x10 IN) 845.00 LF S8D.D0 S67,600.00 $89.00 575,205.00 $77.00 $65,055.00 $90.37 $81,432.65 404 2005 RC PIPE (CL 111)(24 IN) 338X0 LF $125.00 542,250.00 $101.00 $34,138.00 $81.00 $27,378.00 $97.87 $33,012.40 464 2007 RC PIPE (CL 111)(30 IN) 895.00 LF $140.00 $125,300.00 S116.OD 5103,820.00 $102.00 $91,290.00 $114.64 $102,602.60 464 2009 RC PIPE (CL 110(36 IN) 29.00 LF $240.00 $6,960.00 $121.00 S3,5D9.00 $126.00 $3,654.00 $170.17 $4,934.93 404 2010 RC PIPE (CL I10(42 IN) 7.00 LF 5350.00 $2,450.00 $159.00 $1,113.00 $146.00 $1,022.00 $468.16 $3,277.12 465 2001 INLET(COMPL)(TYC) 21.00 EA $4,500.00 $94,500.00 54,400.00 592,400.00 $3,850.00 $80,850.00 $3,311.98 $69,551.58 485 2005 MANH(COMPL)(TY M) 8.00 EA $10,500.00 $84,000.00 $10,187.00 $81,496.00 $9,600.00 $70,800.00 $10,449.29 $83,594.32 465 2008 tNLETEXT(TYE) 4.00 EA $1,500.00 $6,000.00 57,600.00 $6.400.00 $2,550.00 $10,200.00 $2,752.61 $11,01OA4 487 2234 SET (TY 11)(16 IN)(RCP)(6.1)(C) 1.00 EA 51,300.00 $1,300.00 $1,040.00 $1,040.00 $1,625.00 $1,625.00 $1.707.51 $1,707.51 490 2007 REMOVE STRUCTURE PIPE 823.00 LF $8.00 58,584.00 515.50 512,756.50 $19.00 $15,637.00 $1.10 $905.30 496 .... RELOCATE STR (BUS CANOPY) 1.00 EA $4,000.00 $4,000.00 51Q000.00 S10,00D.00 $2,500.00 $2,500.00 $526.81 $526.81 496 .... REMOVE STRUCTURE INLETIMANHOLE$ 12.00 EA S60D.00 57,200.00 5450.00 $5,400.00 $1,025.00 $12,300.00 $110.00 $1,320.00 500 2001 MOBILZATION 1.00 LS $185,000,00 S185000.D0 $115,000.00 $115,000.00 $231,000.00 $231,000.00 $196,118.74 $195,110.74 502 2001 BARRICADES, SIGNS AND TRAFFIC HANDLING 8.00 1 Ido S2,00D.00 S16,000.00 S6,00D.00 $48,000.00 $2,000.00 $16,000.00 $2,364.04 $18,912.32 500 2024 BACKHOEWORK(EROSION& SEDM CONT) 4.50 HR S70.D0 $316.00 586.50 5389.25 $115.00 $517.50 $190.97 $859.37 530 2010 DRIVEWAYS(CONC)(4') 212.00 SY S49.00 $10,388X0 $115.00 $24,380.00 $85.00 $10,020.00 $81.68 $17,316.16 530 2010 DRIVEWAYS(CONC)(B7 735.00 SV 1 550.00 1 536,750.00 1 $75.00 $55,125.01) $74.00 $54.390.00 $80.87 $59,439.45 CITY OF BEAUMONT BID TAB RECONSTRUCTION AND WIDENING OF AVENUE A (SOUTH TO ELGIE ST. TO WASHINGTON BLVD.) BRYSTAR CONTRACTING INC. ALLCO LTD APAC INC. EXCAVATION & CONSTRUCTION, LLC ItemItem No. Code Alt Descri lion Estimated Quantity Unit Meaure Unit Price Total Unit Price Total Unit Price Total Unit Price Total 531 2005 1 CURB RAMPS (TY 1) 7.00 EA $1,30D.00 S9,1DO.00 $2,790.00 519530.00 $1,930.00 $13,510.00 $955.17 $6.686.19 531 2006 1 CURB RAMPS (TY 2) 1.00 EA $1,500.00 51.50000 $3,106.00 $3,108.00 $1,830.00 $1.830.00 $909.50 $909.50 531 2010 CURB RAMPS (TY 7) 11.00 EA $1,300.00 $14,300.00 $2,811.00 $30,921.00 $1,900.00 $20,900.00 $931.82 $10,250.02 531 2015 CONC SIDEWALK (41 1,186.00 SY $36,00 $42,696.00 $48.00 $56,828.00 $55.00 $65,230.00 $44,83 $53,168.38 531 2018 CURB RAMPS (SPECIAL) 1.00 EA $1,520.00 S1,520.0D $4,421.00 $4,421.00 $2,100.00 $2,100.00 $966.98 $966.98 644 .... REMOVEAND RELOCATE CONCRETE SIGN 1.00 EA $650.00 $650,00 $525.00 $525.00 $500.00 $500.00 $3,745.23 $3,745.23 644 2001 INS SM RD SN SUP&AM TY 13BWG(1) SA(P) 9,00 PA $800,00 $7,200.00 $755.00 56,795.00 $735.00 $0,615.00 $797.50 $7,177,50 644 2060 REMOVE ASM RD SN SUP & AM 0.00 EA $200.00 $1,800.00 $525.00 $4,725.00 $510.00 $4,590.00 $27:50 $247.50 644 "•' REMOVE AND REPLACE SIGN SUP &AM 2.00 EA $550.00 $1,100.00 $525.00 $1,050.00 $135.00 $270.00 $550.00 $1,100,00 666 2024 REFL PAV MRK TY I (W) 6- (SLD)(100MIL) 270.00 LF $1.70 $459.00 $1.50 5405.00 $1.55 $418.50 $1.115 5445.50 666 2048 REFL PAV MRK TY I(W)24"(SLD)(tODMIL) 76.00 LF $10.00 $780.00 $9.00 $684.00 $9.15 $695.40 $9.90 $752.40 656 2054 REFL PAV MRK TY I(WHARROW)(100MIL) 1.00 EA $280.00 $280.00 $250.00 $250.00 $255.00 $255.00 $275.00 $275.00 666 2096 REFL PAV MRK TY I (W) (WORD)(106MIL) 1.00 EA $400.00 S400.0D $350.00 $350.00 $355.00 $355.00 $385.D0 $385.00 666 2105 REFL PAV MRK TY I (Y) 4- (BRK)(100MIL) 590.00 LF $1.40 SWSSID $125 $737.50 $1.30 $767.00 $1.38 $814.20 668 2111 REFL PAV MRK TY I (Y) 4- (SLD)(100MIL) 3,040.00 LF $1.30 $3,952.00 $1.30 $3,952.00 $1.20 $3,648.00 $1.27 $3,860.80 666 2189 PAVEMENT SEALER 4' 3,230.00 LF $0.40 $1,29200 $0.35 $1,130.50 $0.36 $1,152.80 S0.39 $1,259.70 666 2190 PAVEMENT SEALER 6" 70.00 LF $0.60 $4200 $0.50 -$35.00 $0.52 $36.40 $0.55 $38.50 668 2195 PAVEMENT SEALER 24" 76.00 LF $2.20 $167.20 $2.00 $152.00 $2.05 $155.80 $2.20 $167.20 668 2160 REF PAV MRK TY II (WY) (ARROW) 1.D0 FA $55.00 S55,0D $50.00 $50.00 $51.00 $51.00 $55.00 $55.00 666 2173 REF PAV MRK 1Y 11(W) (WORD) 1.00 EA $85.00 505.00 $75.00 $75.00 $76.00 $76.00 $82.50 $82.50 670 2021 PAV SURF PREP FOR MRK (BLAST CLN)(4-) 3,230.00 LF $0.35 $1,130.59 $0.30 $969.00 $0.31 $1,001.30 $0.33 $1,065.90 678 2024 PAV SURF PREP FOR MRK (BLAST CLN)(24') 76.00 LF $2.00 S162.00 $1.80 $136.80 $1.85 $140.60 $1.88 $150.48 678 2022 JPAV SURF PREP FOR MRK (BLAST CLN)(6-) 70.00 LF $0.60 $42.00 $0.50 $35.00 $0.52 $36,40 $0.55 $38.50 676 2028 PAV SURF PREP FOR MRK (BLST CLN)(ARRWS) 1.00 EA $55.00 $55.00 $50.00 $50.00 $51.00 $51.00 $55.00 $55.00 678 2029 PAV SURF PREP FOR MRK (BLST CLN)(WORDS) 1.00 EA 585.00 $85.00 $75.00 $75.00 $76.00 $76.00 $82.50 $02.50 5049 2001 BIODGRD EROSION CONTROL LOGS (8' DIA) 160.00 LF $3.1m $480.00 $7.50 $1,200.00 $5.60 $698.00 $6.05 $966.00 5049 "'• BIODGRD EROSION CONTROL LOGS (18' DIA) 60.00 LF $7.50 $450.00 $17.00 $1,020.00 $6.10 $366.00 $6.60 $396.00 SUBTOTAL -ROADWAY AND DRAINAGE $1,774,331.50 $2,079,603.26 $2,095,399.60 $2,058,370.70 CITY UTILITIES -SANITARY SEWER 1 6-linch HDPE Solid Wall Pipe DR 17 or SDR -26 PVC Sardtary Sewer 151.00 LF $280.00 $42,280.00 $43.00 $6,493.00 $76.00 $11,476.00 $179.34 $27,080.34 2 8 -Inch HDPE Solid Wail Pipe DR 17 or SDR -26 PVC Sanitary Sewer 29,00 LF $550.00 $15,950.00 $61.00 $1,769.00 $101.00 $2,929.00 $250.04 $7,251.16 3 12 Inch HOPE Solld Wall Pipe DR 17 or SDR -26 PVC Sanitary Sawer $7.00 LF $610.00 $22,570,00 $67.00 $2,479.00 $117.00 $4,329.00 $224.61 $8,310.57 4 16 -Inch HDPE Sold Wall Pipe DR 17 or SDR -26 PVC Sanitary Sewer LFnes 369.00 LF $310.00 $114,390.00 $129.00 $47,601.00 $163.00 $60,147.00 $2013.58 $76,966.02 5 Remove and Replace Fumish and Install 4' Diameter Fiberglass Manhole 12' De Ih 1,00 FA $9,000.00 $9,000.00 $3,900,00 $3,900.00 $4,100.00 $4,100.00 $9,387.83 $9,387.83 CITY OF BEAUMONT BID TAB RECONSTRUCTION AND WIDENING OF AVENUE A (SOUTH TO ELGIE ST. TO WASHINGTON BLVD.) EM BRYSTAR CONTRACTING INC, ALLCO LTD APAC INC. EXCAVATION 8 CONSTRUCTION, LLC IsomItem No, Code I Alt Description Estimated quantity Unit Manure Unit Price Total Unit Price Total Unit Price Total Unit Price Total 6 Remove and Replace Furnish and Install 4' Diameter Fiberglass Manhole 12' De On 4.00 EA $6,800.01) $27,200.00 $4.800.00 $19,200.00 $4,100.00 $16,400.00 $9,387.83 $37,551.32 7 Trench Safety Plan 1.00 LS $5,000.00 $5,000.00 $750.00 $750.00 $2,050.00 $2,050.00 $1210.00 $1,210.00 8 Trench Safety System 1.00 LS $5,000.00 $5,000.00 $1,000.00 $1,000.00 $1,025.00 $1.025.00 $805.00 $605.00 9 Clean and Televise the 6, S. 12, and 15 Inch Exisling Sanitary Sewer Lines 619.00 LF $11.00 $9,009.00 $12.00 $9,828.00 $12.75 $10,442.25 $13.81 $11,310.39 10 Clean and Televise the 6, 8, 12, and 16 inch Newly Bursted Sanitary Sewer Lines 819.00 LF $11.00 $9,009.00 $7.OD $5,733.00 $6.30 $5.159.70 $6.90 $5,851.10 CITY UTILITIES - WATERLINES _ 1 2 -inch HDPE SDR -9 PE 3408 Water Line, Blue, Furnished and Installed bv coon trench or directional drill methods 4.00 LF $80.00 $320.00 $43.00 $172.00 $21.00 $84.00 $56.16 $224.64 2 6-bhch HDPE Solid Wall Pipe DR 11 or Class 150 C-900 PVC, Famish and Installed by open cut or directional bore methods 5.00 LF $100.00 $500.00 $48.00 $240.00 $31.00 $155.00 $64.89 $324.45 3 8 -inch HDPE Sofitl Wall Pipe DR 11 or Class 150 C-900 PVC, Fumishled and Installed o n Uenrh or directional drill methods 1.599.00 LF $50.00 $79,950.00 $56.00 $89,544.00 $37.00 $59,103.00 $53.49 $85,530.51 4 Furnish & Install Fire Hydrant Assembly 2.00 EA $4,500.00 $9,000.00 $4,400.00 58,803.00 $4,200,00 $8,400.00 $3,923.26 $7,846.52 5 Famish & Install 8" MJ Tee 3.00 EA $500.00 $1,500.00 $330.00 $990.00 $410.00 $1,230.00 $377.25 $1,131.75 6 Famish & Install 4"x 2' Tapping Cap 1.00 EA $200.00 $20D.00 $140.00 $140.00 $148.00 $148.00 $113.34 $113.34 7 Fumish & Install 6"x2"Tapping Cap 2.00 EA $240.00 $480.00 $180.00 $360.00 $205.00 $410.00 $146.58 5293.12 8 Furnish & Install 8"x 4" Reducer 1.00 EA $280.00 $280.00 $200.00 $200.00 $205.00 $205.00 5178.53 $178.53 9 Furnish & Install 8"x 6' Reducer 5.00 EA $300.00 $1,500.00 $210.00 $1.050.00 $205.00 $1,025.00 $183.57 $917.85 10 Furnish & Instal 8" MJ Cross 1.00 EA $1,400.00 $1,400.00 $440.00 $440.00 $510.00 $510.00 $406.20 $406.20 11 Furnish & Install 2" MJ Solid Sleeve a Hi -Max Coupling 3.00 EA $100.00 $300.00 $605.00 $1.815.00 $155.00 $405.00 $61.80 $185.04 12 Furnish & Install 6" MJ Solid Sleeve 1.00 EA $300.00 $300.00 $1,650.00 $1,650.00 $255.00 $255.00 - $186.15 $186.15 13 1 Furnish & Install B" MJ Solid - 4.00 EA $350.00 $1,400.00 $1,760,00 $7,040.00 $510.OD $2,040.00 $220,64 $882.56 14 Furnish & Install 8- MJ with 45 degree bend 15.00 EA $350.00 $5,250.00 $245.00 $3,675.00 $188.00 $2,820.00 $205.46 $3,081.90 15 Replacement of 1" short side service cannection up to property line, win" HDPE 3408 water line lubGn , blue 4.00 EA $700.00 $2,800.00 $770.00 $3,080.00 $760.00 $3,040.00 $709.45 $2,637.80 16 Replacement of t" long side service mnruectlon up to property line, wll" w HDPE 3408 ater line tubing, blue 2,00 EA 51,000.00 52,000.00 $1,045.00 $2,090.00 $7,780.00 $3,560.00 $792,08 $1,584.12 17 Fumish & Install 2" Bell Valve or Corpora0on Stop 1.00 EA $350.00 $350.00 $412.00 $412.00 $480.00 $480.00 $531.19 $531.19 18 Famish & Install 6" Resillient Wedge Gale Valva & Valve Box as per Sections 805 and 811 of the s cificalions 12 EA $1,400.00 $16,800.00 $1.455.00 $17,460.00 $2,350.00 $28,200.00 $1,077.18 $12,926.16 SUBTOTAL - CITY UTILITIES $363,738,00 $237,911.00 $230,247.95 $304,505.56 TOTAL CONSTRUCTION COST $2,168,069.60 $2,317,514.26 $2,326,647.65 $2,362,876.26 EM 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 Brystar Contracting, Inc., of Beaumont, Texas, in the amount of $2,158,069.50 for the Reconstruction and Widening of Avenue A (South of Elgie Street to Washington Boulevard) Project to include removing the existing three (3) lane roadway and constructing a new curb and gutter roadway to its original width with ADA compliant sidewalks; installing a new storm sewer system, inlets, manholes, headwalls, construct erosion features, and install other associated appurtenances; water and sewer line improvements including replacement of existing lines, sanitary sewer line replacement via pipe burstings, adjust manholes, install new fire hydrant assemblies, and install other associated appurtenances to restore and ensure the function of the road for primary access and emergency vehicle use, and reduce flooding; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute a contract with Brystar Contracting, Inc., of Beaumont Texas, for the purposes described herein. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4th day of August, 2015. - Mayor Becky Ames -